HomeMy WebLinkAbout1/18/2012 - STAFF REPORTS - 2.G. III
�OF P A`M$,0
iy
V N
#CryC04iOMEe\90^yF
g41FORN� City Council Staff Report
Date: January 18, 2012 CONSENT CALENDAR
Subject: APPROVAL OF A PROFESSIONAL SERVICES AGREEMENT WITH
CNS ENGINEERS, INC., FOR THE RAMON ROAD WIDENING (SAN
LUIS REY DR. TO LANDAU BLVD.) INCLUDING THE WHITEWATER
RIVER BRIDGE WIDENING, CITY PROJECT NO. 08-25, FEDERAL-AID
PROJECT NO. BHLS-5282 (040)
From: David H. Ready, City Manager
Initiated by: Public Works and Engineering Department
SUMMARY
The Public Works & Engineering Department pursued federal funding from the state of
California Department of Transportation ("Caltrans") through its Highway Bridge
Program ("HBP") to widen the existing Ramon Road bridge across the Whitewater
River. Caltrans approved the City's federal grant request, and awarded the City federal
funding to initiate the preliminary environmental phase for this project. The proposed
professional services agreement with CNS Engineers, Inc., will allow staff to proceed
with this phase of the project.
RECOMMENDATION:
1) Determine that, due to experience and expertise demonstrated in prior contracts
with the City, CNS Engineers, Inc., is uniquely qualified for the Ramon Road
Widening (San Luis Rey Dr. to Landau Blvd.) including the Whitewater River
Bridge Widening, (City Project 08-25), Federal Aid Project No. BHLS-5282 (040),
that makes the application of all requirements of competitive sealed proposals
contrary to the public interest; and
2) Approve Agreement No. with CNS Engineers, Inc., in the amount of
$1,159,990.31 for environmental and civil engineering design services related to
the Ramon Road Widening (San Luis Rey Dr. to Landau Blvd.) including the
Whitewater River Bridge Widening, (City Project 08-25), Federal Aid Project No.
BHLS-5282 (040); and
3) Authorize the City Manager to execute all necessary documents.
ITEM NO. 2L.
City Council Staff Report
January 18, 2012- Page 2
Ramon Road Widening (CP 08-25)
STAFF ANALYSIS:
On January 30, 2008, the City of Palm Springs, the City of Cathedral City, and the Agua
Caliente Band of Cahuilla Indians submitted a letter to CVAG requesting funding of a
Project Study Report (PSR) to identify the project details and overall scope for the
widening of Ramon Road to its full 6-lane width, extending from San Luis Rey Drive to
Landau Boulevard, including widening of the existing bridge over the Whitewater River.
On May 9, 2009, the City Council awarded a professional services agreement to CNS
Engineers, Inc., to prepare the PSR for the City (see attached staff report). CNS
subsequently completed the PSR resulting in a funding package requesting over $25
Million in federal Highway Bridge Program ("HBP") funds for widening the Ramon Road
bridge and adjacent bridge approaches. The existing Ramon Road bridge is eligible for
funding under the HBP, which is administered by Caltrans. The HBP federal funds
cover 88.53% of eligible project costs, requiring an 11.47% local match.
On April 28, 2010, Caltrans representatives advised the City that the funding request
was approved, and that the project would be programmed as part of the HBP in 2011.
Total project costs are estimated as follows:
Year Phase HBP Funding Local Funding Totals
2010/2011 Prelim. Engineering (PE) $2,453,000 $915,000 $3,368,000
2014/2015 Right of Way (RW) $1,030,000 $1,736,000 $2,766,000
2017/2018 Construction (CON) $21,753,000 $8,111,000 $29,864,000
Totals $25,236,000 $10,762,000 $35,998,000
Pursuant to a funding agreement with CVAG and Cathedral City, the local funding
amounts will be funded by CVAG with 75% Regional Measure A funds with the
remaining 25% equally split between Palm Springs and Cathedral City. This reduces
the City's responsibility of the $36 Million total project cost to approximately $1.35
Million to be funded with Local Measure A funds.
This project requires the services of a professional firm to provide environmental and
civil engineering design services. Normally, staff would prepare a new Request for
Proposals (RFP) for environmental and civil engineering design services to solicit
consultants for this project. However, as indicated in the May 6, 2009, City Council staff
report, staff previously issued a RFP to solicit consultants.for preparation of the PSR for
this project. It is staffs determination that CNS Engineers, Inc., is the most qualified
firm to provide the environmental and civil engineering design services for the next
phase of this project.
02
City Council Staff Report
January 18, 2012- Page 3
Ramon Road Widening (CP 08-25)
The City's Procurement Ordinance (Title 7 of the Palm Springs Municipal Code)
governs our consultant selection process. Chapter 7.04.030 "Special expertise
procurement" states:
A contract may be awarded without competition when it is determined that an unusual
or unique situation exists, in that due to experience and expertise demonstrated in prior
contracts with the city a particular contractor is uniquely qualified for a particular task,
that makes the application of all requirements of competitive sealed bidding or
competitive sealed proposals contrary to the public interest. Any special procurement
under this section shall be made with such competition as is particular under the
circumstances. (Ord. 1605§1 (part). 2002)
In this case, it is staffs recommendation that Council determine CNS Engineers has
special experience and expertise specific to this project. Specifically, CNS Engineers
has previously completed right of way research and base mapping; topographic and
aerial survey; utility research; preparation of Geometric Approval Drawings ("GADs");
preparation of a Project Study Report ("PSR") (equivalent) including a bridge Advance
Planning Study ("APS"); preparation of Preliminary Environmental Study (PES);
preparation of Preliminary Area of Potential Effect (APE) map; and preparation and
submittal to Caltrans of a HBP funding application for the project. Given their prior
experience specific to this project, Council may determine CNS Engineers is uniquely
qualified to provide all of the services required for the Preliminary Engineering ("PE")
Phase due to their experience and expertise demonstrated under their prior agreement
with the City for the PSR Phase of the project.
Staff submitted a Request for Approval of Cost-Effectiveness/Public Interest Finding to
Caltrans. The request identified the reasons cited in this staff report for waiving the
competitive consultant selection process for the PE Phase of this project. As the federal
lead agency for this project, Caltrans was required to review the Public Interest Finding,
and after considering the reasons stated, approved the City's request. A copy of the
approved Public Interest Finding is attached to this staff report.
Local Business Preference Compliance
Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program," requires consultants to use good faith efforts to solicit applications for
employment and proposals for sub-consultants for work associated with the proposed
contract from local residents and firms as opportunities occur and hire qualified local
residents and firms whenever feasible. However, in accordance with the exceptions in
the Code, given the federal funding associated with this project local preferences are
not allowed, and the provisions of the City's Local Business Preference Program cannot
be included in any solicitation associated with this project.
03
City Council Staff Report
January 18, 2012- Page 4
Ramon Road Widening (CP 08-25)
However, CNS Engineers made a conscious effort to include local participation in this
contract, and has identified the following four sub-consultants to perform work on this
contract:
Terra Nova Planning & Research, Inc.; Palm Desert, CA
MSA Consulting, Inc.; Rancho Mirage, CA
Overland, Pacific & Cutler, Inc.; Palm Desert, CA
TKD Associates, Inc.; Rancho Mirage, CA
Approximately 47.5% of the contract amount represents the total fees to be paid to
these local businesses as part of this contract.
Nondiscrimination provisions apply to all programs and activities of federal-aid
recipients, sub-recipients, and contractors, regardless of tier (49 Code of Federal
Regulations (CFR), Part 21). Pursuant to the federal regulations, Disadvantaged
Business Enterprise (DBE) requirements must be satisfied with this project. A DBE goal
of 2.40% was established for this contract. CNS Engineers is itself a certified DBE firm,
and will be reporting the value of their work performed on this contract as 32% of the
contract amount.
FISCAL IMPACT:
The City has obtained $1,200,732 in federal funds for the initial environmental phase of
this project. The City has also entered into a funding agreement with CVAG to fund
75% of the $449,268 local match, with the remaining 25% equally split between Palm
Springs and Cathedral City.
The originally proposed contract fee was $1,245,072.01. However, staff reviewed the
consultant's proposed fees and compared them to related items of work on a similar
contract being awarded by separate action (the Vista Chino Bridge— City Project 10-10)
and negotiated a reduction of $85,081.71 (±7%) to the fee. The proposed contract fee
of $1,159,990.31 will be funded with federal HBP funding, Regional Measure A funding,
and Local Measure A funding, as follows:
Account 261-4491-50245: $844,144.20
Account 134-4497-50245: $236,884.58
Account134-4498-50298: $78,961.63
No local miscellaneous general funds are required for this contract.
04
City Council Staff Report
January 18, 2012 - Page 5
Ramon Road Widening (CP 08-25)
SUBMITTED:
Prepared by: Recommended by:
/k/L�U—akj &�" gat___
Marcus L. Fuller David J. Barakian
Assistant Director of Public Works Director of Public Works/City Engineer
Approved by:
Thomas J. Wilso Asst. City Manager David H. Ready, Cit r ger
ATTACHMENTS:
1. May 6, 2009, City Council staff report
2. Caltrans Request for Approval of Cost-Effectiveness/Public Interest Finding
3. Agreement
05
4°e Q pLM S'O9
�y
u w
City Council Staff Report
Date: May 6, 2009 CONSENT CALENDAR
Subject AWARD PROFESSIONAL SERVICES AGREEMENT TO CNS
ENGINEERS, INC., FOR CIVIL ENGINEERING DESIGN SERVICES
FOR THE RAMON ROAD WIDENING, SAN LUIS REY DRIVE TO
LANDAU BOULEVARD, CITY PROJECT NO. 08-25
From: David H. Ready, City Manager
Initiated by: Public Works and Engineering Department
SUMMARY
The City, Cathedral City, and CVAG have coordinated on a new Regional Measure A
project to widen Ramon Road to its full 6-lane width, extending from San Luis Rey Drive
to Landau Boulevard, including widening of the existing bridge over the Whitewater
River. Palm Springs will be the lead agency on this project. The first step in this project
is to retain professional civil engineering design services to prepare a Project Study
Report for the project.
RECOMMENDATION-
t) Approve Agreement No, in the amount of $99,805.99 with CNS
Engineers, Inc., for professional civil engineering design services for the Ramon
Road Widening, San Luis Rey Drive to Landau Boulevard, City Project No. 08-
25;"and
2) Authorize the City Manager to execute all necessary documents_
STAFF ANALYSIS:
On January 30, 2008, the City of Palm Springs, the City of Cathedral City, and the Agua
Caliente Band of Cahuilla Indians submitted a letter to CVAG requesting funding of a
Project Study Report (PSR) to identify the project details and overall scope for the
widening of Ramon Road to its full 6-lane width, extending from San Luis Rey Drive to
Landau Boulevard, including widening of the existing bridge over the Whitewater River.
Since the project is listed in the 2005 Transportation Project Prioritization Study (TPPS),
ITEM NO. Z ' G
06
City Council Staff Report
May 6, 2009-Page 2
Ramon Road Widening Project Study Report Agreement(CP 08-26)
as billable project number B0059 and is listed as a backbone project, the CVAG
Executive Committee agreed to provide 75% funding of an estimated $100,000 PSR at
their meeting of June 30, 2008. On November 5, 2008, Council approved a
reimbursement agreement with CVAG for this project. The City and Cathedral City
have subsequently agreed to equally split the 25°% local Measure A share for this phase
of the project.
The existing Ramon Road bridge over the Whitewater River was recently inspected by
the California Department of Transportation ("Caltrans") on November 6, 2007. As a
result of Caltrans' inspection, the bridge was determined to be "Structurally Deficient"
with a sufficiency rating of 68.4. It is important to note that the term "Structurally
Deficient" in no way means that the structure itself is at imminent risk of collapse or
represents a risk to public health and safety. The Federal Highway Administration
("FHWA") uses the "Sufficiency Rating" (SR) and a status flag indicating whether a
bridge is Structurally Deficient ("SD") or Functionally Obsolete ("FO") to establish
eligibility for federal funding under the Highway Bridge Program ("HBP"). Bridges that
are SD or FO and the SRC=80 are considered deficient by FHWA and are compiled into
an "Eligible Bridge List" (EBL). This list is used to calculate the State's annual HBP
apportionment and for determining eligibility for traditional replacement and
rehabilitation projects under the HBP_
Whether or not a bridge is considered SD is based on an evaluation of several factors of
the bridge's structure during the Caltrans bi-annual inspection. Identifying bridges as
SD or FO creates a process to categorize those bridges requiring maintenance beyond
standard routine maintenance, allowing the bridge rehabilitation costs to be eligible for
federal funding. Given the criteria for the Ramon Road bridge defined by the Caltrans
Bridge Inspection Report, rehabilitating and widening this bridge is eligible under the
HBP.
The PSR to be prepared for this project will be the preliminary step to a regionally
significant capital improvement project, and will also include preparation of an
application for the federal HBP grant that will cover 88.53% of the costs of rehabilitating
and widening the Ramon Road bridge.
On January 21, 2009, the City Council approved the release of the Request for
Proposals #10-09 ("UP"), Professional Civil Engineering Design Services for the
Ramon Road Widening, San Luis Rey Drive to Landau Boulevard, City Project No. 08-
25, The RFP was approved without any mandatory requirement for Local Business
Preference (prior to the Council's adoption of Ordinance No. 1756), given the technical
nature of the scope of work, and it was subsequently released on January 27, 2009.
At 2:00 PM on Friday, February 27, 2009, proposals from the following firms were
submitted:
1. Athalye Consulting Engineering Services, Inc.; Lake Forest, CA
07
1
City Council Staff Report
May 6, 2009-Page 3
Ramon Road Widening Project Study Report Agreement(CP 08-25)
2. CNS Engineers, Inc.; Riverside, CA
3. DMC Design Group, Inc.; Corona, CA
4. Dokken Engineering; San Diego, CA
5, GeoTek, Inc.; Riverside, CA
6. Nolte Associates, Inc.; San Diego, CA
7, PacRim Engineering; Anaheim, CA
8, RBF Consulting; Palm Desert, CA
9. Rick Engineering Company; Lake Forest, CA
10.T.Y. Lin International; Riverside, CA
11.WEC Corporation; Palm Desert, CA
An evaluation panel consisting of David Barakian, Public Works Director/City Engineer,
Bill Bayne (Cathedral City, City Engineer); Marcus Fuller, Asst. Dir. Public Works; Bill
Clapper (Cathedral City staff consulting engineer); and George Farago, Associate Civil
Engineer, reviewed the proposals received. Following review of proposals received, the
evaluation panel deterrnined two top-ranked firms (CNS Engineers, Inc., and T.Y. Lin
International). Formal interviews with the top-ranked firms were conducted on April 13,
2009, and the evaluation panel determined CNS Engineers, Inc., to be the most
qualified firm.
Although compliance with the Local Business Preference Program was not mandatory
with this RFP, CNS Engineers, Inc., was aware of the Program, and included several
local firms as sub-consultants to their team: MSA Consulting (Rancho Mirage), Terra
Nova Planning & Research (Palm Springs), Overland Pacific & Cutler (Palm Desert),
and TKD Associates, Inc. (Rancho Mirage).
Staff recommends that the City Council approve the attached professional services
agreement with CNS Engineers, Inc.
FISCAL IMPACT:
The Project Study Report for this project is being funded with 75% Regional Measure A
funds and 25% Local Measure A funds. On November 5, 2008, the City Council
previously approved a Reimbursement Agreement with CVAG to cover 75% of the costs
of the Project Study Report (up to $100,000 total cost / $75,000 CVAG share). The
25% local share will be equally split between the cities of Palm Springs and Cathedral
City pursuant to a separate reimbursement agreement between the two cities.
Funding for 75% of the total cost of this agreement ($74,854.49) will be provided by
Regional Measure A funds in account 134-4497-50245 (Ramon Widening Study), and
25% of the total cost of this agreement ($24,951.51) provided by Local Measure A funds
in account 134-4498-50245 (Ramon Widening Study). The City will seek
reimbursement from Cathedral City for 50% of the Local Measure A funds pursuant to
the reimbursement agreement. No General Funds are required for this project.
i
08
City Council Staff Report
May 6,2009-Page 4
Ramon Road Widening Project Study Report Agreement(CP 08-25)
SUBMITTED:
/ 9
David J. Barakian Thomas J. WilsoA
Director of Public Works/City Engineer Assistant City Manager
David H. Ready, City Ma
ATTACHMENTS:
1.Agreements
09
i
Local Assistance Procedures Manual EXHIBIT 12-F
Request for Approval of Cost-Effectiveness/Publie Interest Finding
FEDERAL HIGHWAY CALIFORNIA
U.S DEPARTMENT OFTRANSPORTATION
ADMINISTRATION DEPARTMENT OF
TRANSPORTATION
REQUEST FOR APPROVAL OF COST-EFFECTIVENESS/PUBLIC INTEREST FINDING
COST•EFFECTIVENESSDETERMIIONATTONREQUIRED PUBLIC INTEREST DETERMINWATIONREQUIRED
® Use of tmn-wmpaifiw nel cnawd consultant contr (23 CFR 172,5)0
❑ Use of publicly famished matnials(23 CFR 635.407)
❑ the ofpmpriassry ptodducis and proocvns(23 CFR 635.411)
❑Um offence accmmt(day labor)(23 CFR 635.201)• ❑ Use of mntsao ing method oils[than competitive bidding(23 CFR
❑Us of publicly owned cquipment(23 CFR 635.106) 635.104f104)-
❑Otha: ❑ the of mm lasory bw m1dispc&d si cu(23 CFR635.407)
❑ Adwecing period less than 3 weelm(23 CFR 635.112)8
❑ Waim of Buy America Requircmmts(23 CFR 635.410)"
❑ Othe
. •Req.Galt.Dia its appm"I
'rn FEIWA aplinval
FEDERAL-AID PROJECT CLASS OF FEDERAL FUNDS: ❑w ❑NH ❑sTP E1 OTHER:HBP
BHLS-5282(040) STEWARDSHIP: ❑DELEGATED ❑HIGH PROFILE
EA DIST-CD-RTE-PM ESTIMATEDCOST FEDERALFUNDS
08-925238 08-RIV-0-PSP $3,368,000(PE) $2,453,166
GENERALLOCATION GENERAL DESCRIPTION OF WORK:
n Ramon Road at the Whitewater River from San Luis Rey Dr. Widening of Ramon Road between San Luis Rey Drive and Landau
o Landau Blvd.in the City of Palm Springs and City of Blvd.from 4-LN to 6-LN(3-LNS in each direction),including the
Cathedral City,Coachella Valley idening of the Whitewater River Bridge(Bridge No.56CO287)
REASONS THAT REQUESTED APPROVAL IS CONSIDERED TO BE COST-EFFECTIVE OR IN THE PUBLIC'S BEST INTEREST(STATE):
e City of Palm Springs followed a competitive One-Step RFP consultant selection process for the Project Study Phase o
to project in 2009, The scope of work of the Project Study Phase was limited to developing Geometric Approval Drawing
GADS"), a Project Study Report('°PSR") (equivalent) including a bridge Advance Planning Study ("APS"), an
reparation and submittal to Caltrans of a HBP funding application for the project. The PSR Phase of the project was
tirely funded with local funds as no federal funds had been programmed,nor federal authorization(E-76)was issued.
e RFP was released on January 25,2009. The City received 11 proposals from Athalye Consulting Engineering Services,
ne.,CNS Engineers,Inc., DMC Design Group,Inc., Dokken Engineering, GeoTek, Inc., Nolte Associates, Inc., PacRim
ngineering, RBF Consulting, Rick Engineering Company, T.Y. Lin International and WEC Corporation on February 27,
009.
n evaluation panel consisting of David Barakian,Public Works Director/City Engineer,Bill Bayne(Cathedral City, City
ngineer);Marcus Fuller,Asst.Director of Public Works/Asst,City Engineer;Bill Clapper(Cathedral City staff consulting
ginner); and George Farago,Associate Civil Engineer, reviewed the proposals received. Following review of proposal
eceived,the evaluation panel determined two top-ranked firms(CNS Engineers, Inc., and T.Y.Lin International). Formal
terviews with the top-ranked firms were conducted on April 13, 2009, and the evaluation panel determined CNS
=ineers,Inc.,to be the most qualified firm based on specialty training,experience and competency to perform the special
rvices. CNS Engineers possessed the skill, experience, ability, background, certification and knowledge to provide the
ervices described.
CNS Engineers,Inc.completed the PSR(equivalent)and the HBP Funding,Application,and worked with Caltrans District
Local Assistance office to successfully obtain and program the HBP funds for the project. In addition to extensive
knowledge on Caltraas finding and project approval procedures,CNS Engineers demonstrated their thorough awareness o
e project-specific issues surrounding the design,environmental clearance and construction of the project during the tours
f the PSR development phase.
In the:solicitation of consultant for the PSR Phase of this project,the City acknowledged the following:
"It shall be understood that upon programmrng,of Federal funding under,,the HBP for this project, a new solicitation fo
rofessional services to provide environmental and civil engineering design services for this project will be require
scant to Caltrans procedures. The future phases ofthis project will occur under a separate contract."
10
is acknowledge was disclosed due to the fact that the City's original solicitation did not include the Disadvantaged
usiness Enterprise("DBE")requirements given that the PSR Phase of the project was locally funded,and that awarding an
greement for serview that are federally funded must include provisions related to the DBE program. As it turns out,the
ty's selection of CNS Engineers satisfies the DBE program in that CNS Engineers is currency certified as a DBEI[JDB
um(PUC Firm No. 33395). 'Therefore,as a prime consultant,CNS Engineers exceeds any contract DBE/UDBE goal that
ay be specified for this project.
e City has been very satisfied with the work CNS Engineers has completed under its agreement with the City for the PSR
base of the project. Given CNS Engineers' experience with this project and their UDBE status,the City would entertain
egotiating an amendment to the City's agreement with CNS Engineers to provide PE Phase services for this project as
authorized by Caltrans on June 7,20il. The amendment to the agreement would incorporate all required federal contract
provisions,including DBE regulations.
e City's Procurement ordinance(Title 7 of the Palm Springs ivlunicipal Code)governs our consultant selection process
Chapter 7,04.030"Special expertise procurement"states:
"A contract may be awarded without competition when it is determined that an unusual or unique situation exists; in th
due to experience and expertise demonstrated in prior contracts with the city a particular contractor is uniquely qualifee
or a particular task, that makes the application of all requirements of competitive sealed bidding or competitive seals
roposals contrary to the public interest.Any special procurement under this section shall be made with such competition as
'sparticular under the.circumstances. (Ord 1605§I(part), 2002)"
rn this case,the City could determine that CNS Engineers has special experience and expertise specific to this project m
at,CNS Engineers has previously completed right of way research&base mapping;topographic&aerial survey;utility
search; preparation of Geometric Approval Drawings (°`GADS"); preparation of a Project Study Report ("PSR")
equivalent) including a bridge Advance Planning Study(APS");preparation of Preliminary EnviromnentaI Study(PES)•
reparation of Preliminary Area of Potential Effect(APE)map;and preparation and submittal to Caltrans of a FiBP funding
pplication for the project. The City would identify these facts as the basis for determining CNS Engineers' uniquely
uali fled to provide all of the services required by the PE Phase(PALED and PS&E services)due to their experience and
expertise demonstrated under their current agreement with the City for the PSR Phase of the project. The City finds the
continuation of CNS Engineers for the proposed project is in the best public interest of the City of Palm Springs.
Therefore, the City requests approval of Caltrans District 8 Local Assistance to allow the City to forgo a new consultant
section process for PE Phase services related to this project,and to negotiate an amendment to the current agreement with
CNS Engineers for PE Phase services authorized by Caltrans on June 7,2011.
pprovalof this Public-Interest Finding is estimated to reduce the schedule for project delivery by approximately 9 months.
is time savings is determined as the normal schedule from preparation of a Request for Proposals("RFP")to execution o
consultant services agreement with the selected firm. Intermediate steps include: Issue RFP (3 months), Receive
eview Proposals(1 month), Rank Proposals(I week), Schedule & Interview Firms (3 weeks), Review Selected Firm'
cope&Fee(1 week),Negotiate Scope&Fee(3 weeks),Finalize Consultant Services Agreement(2 months),Schedule
ward Agreement by City Council (l month). Approval of this Public Interest Finding is estimated to save $50,000 t
100,000 to the cost of this project. All of the preliminary work completed by CNS Engineers(i.e. topo survey;basemap
wings, GAD, right of way and utility research, etc.) is of significant value. Although this work product has been
provided to the City and would be made available to a new consultant,it is expected that another consultant would include
cost in its proposal to review and confirm this preliminary work completed by a prior consultant,and might assign a cost o
50,000 to check the preliminary work previously completed; and could also assume new topo survey is required whit
would add another$50,000 cost to the contract.
REMARKS(STATE):
P ABED/APPROVED BY - LAGENCYS REPRESENTATIVE REPRESENTATIVE NAME AND TITLE, Date:
EAarz(,ts�1 Qt<' s 1 fl
*APPROVED BY DrSTR L AL ASSISTANCE(ENGINEE)R/(DLLt.AE) /t DLAE NATRE;/� JJ r t
r
..APPROVED BY . A Antonia waiver only) FHWA REPRESENTATIVE NAME: Date:
__._....._._..___.� _°Distributive:-'1)`L'oeal AgeueyFiie-0riginat-2)1x.AE-Cat+Y 3)�+�Fra1�M�gher-�PYFfate"the•SNS—_._-__-._._ _—_. _,_..._.___.___.
Page 12-109
LPP 11-03 June 10,2011
CITY OF PALM SPRINGS
PROFESSIONAL SERVICES AGREEMENT
RAMON ROAD WIDENING-SAN LUIS REY DR. TO LANDAU BLVD.
INCLUDING WHITEWATER RIVER BRIDGE WIDENING
CITY PROJECT NO. 08-25
FEDERAL AID PROJECT NO. BHLS 5282 (040)
THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made
and entered into, to be effective this day of 20_, by and between the
CITY OF PALM SPRINGS, a California charter city and municipal corporation, (hereinafter
referred to as "City") and CNS Engineers. Inc.. a California corporation, (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."
RECITALS
A. City has determined that there is a need for professional services to complete the
Project Approval/Environmental Document ("PA/ED") phase for the Ramon Road Widening
(San Luis Rey Drive to Landau Boulevard, including the Whitewater River Bridge Widening),
City Project No. 08-25, Federal Aid Project No. BHLS 5282 (040), (hereinafter the "Project").
B. Consultant has submitted to City a proposal to provide professional services to City to
complete the Project Approval/Environmental Document ("PA/ED") phase for the Project
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. 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:
1.0 SERVICES OF CONTRACTOR
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
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.
Page 1 of 19
12
1.2 Contract Documents. The Agreement between the Parties shall consist of the
following: (1) this Agreement and the supplemental "Special Requirements' identified on
Exhibit "B"; and (2) the Scope of Services, which shall all be referred to collectively hereinafter
as the "Contract Documents." All provisions of the Scope of Services 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: (1s) the provisions of the Scope of
Services (Exhibit "A"); and, (21d) the terms of this Agreement and the supplemental "Special
Requirements" identified on Exhibit "B".
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 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 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
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, 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 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
Page 2 of 18
13
to act in good faith to execute all instruments, prepare all documents, and take all actions as
may be reasonably necessary to carry out the purposes of this Agreement.
1.8 Additional Services. City shall have the right at any time during the
performance of the Services, without invalidating this Agreement, to order extra work beyond
that specified in the Scope of Services or make changes by altering, adding to, or deducting
from such Work. No such extra work may be undertaken unless a written order is first given by
the City to the Consultant, incorporating 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.
1.9 Special Requirements. Additional terms and conditions of this Agreement, if
any, which are made a part hereof are set forth in the "Special Requirements" attached hereto
as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the
provisions of Exhibit "B" and any other provisions of this Agreement, the provisions in Exhibit
"B" shall govern.
2.0 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 "C" and is incorporated herein by
reference, but not exceeding the maximum contract amount of One Million One Hundred Fifty-
Nine Thousand Nine Hundred Ninety Dollars and Thirty-One Cents. ($1.159.990.31)
(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
"C." 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 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
Page 3 of 18
14
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 "C"), 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 Appropriations. This Agreement is subject to and contingent upon funds being
appropriated therefore by the Palm Springs City Council for each fiscal year covered by the
Agreement. If such appropriations are not made, 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"D").
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 "D" 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 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
Page 4 of 18
15
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 three (3) years from the
date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D") 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: James Lu, P.E.. S.E. 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 Contract 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.
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.
Page 5 of 18
16
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.
A. 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,
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.
5. INSURANCE
Page 6 of 18
17
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 minimum 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 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 "claims made' basis, the policy
shall be continued in full force and effect at all times during the term of this Agreement, and for
a period of three (3) years from the date of the completion of the Services provided hereunder.
In the event of termination of the policy during this period, Consultant shall obtain continuing
insurance coverage for the prior acts or omissions of Consultant during the course of
performing Services under the terms of this Agreement. The coverage shall be evidenced by
either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail"
coverage with the present or new carrier or other insurance arrangements providing for
complete coverage, either of which shall be subject to the written approval by the City
Manager.
(3) In the event the policy of insurance is written on an "occurrence"
basis, the policy shall be continued in full force and effect during the term of this Agreement, or
until completion of the Services provided for in this Agreement, whichever is later. In the event
of termination of the policy during this period, new coverage shall immediately be obtained to
ensure coverage during the entire course of performing the Services under the terms of this
Agreement.
B. Workers' Compensation Insurance. Consultant shall obtain and maintain,
in full force and effect throughout the term of this Agreement, workers' compensation
Page 7 of 18
18
insurance in at least the minimum statutory amounts, and in compliance with all other statutory
requirements, as required by the State of California. Consultant agrees to waive and obtain
endorsements from its workers' compensation insurer waiving subrogation rights under its
workers' compensation insurance policy against the City and to require each of its
subcontractors, if any, to do likewise under their workers' compensation insurance policies. If
Consultant has no employees, Consultant shall complete the City's Request for Waiver of
Workers' Compensation Insurance Requirement form.
C. Commercial General Liability Insurance. Consultant shall obtain and
maintain, in full force and effect throughout the term of this Agreement, a policy of commercial
general liability insurance written on a per occurrence basis with a combined single limit of at
least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general
aggregate for bodily injury and property damage including coverages for contractual liability,
personal injury, independent contractors, broad form property damage, products and
completed operations.
D. Business Automobile Insurance. Consultant shall obtain and maintain, in
full force and effect throughout the term of this Agreement, a policy of business automobile
liability insurance written on a per occurrence basis with a single limit liability in the amount of
one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include
coverage for owned, non-owned, leased, and hired cars.
E. Employer Liability Insurance. Consultant shall obtain and maintain, in full
force and effect throughout the term of this Agreement, a policy of employer liability insurance
written on a per occurrence basis with a policy limit of at least one million dollars
($1,000,000.00)for bodily injury or disease.
5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City Manager 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
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.
Page 8 of 18 1
5.3.3 All insurance coverage and limits provided by Consultant and available or
applicable to this Agreement are intended to apply to each insured, including
additional insureds, against whom a claim is made or suit is brought to the full
extent of the policies. Nothing contained in this Agreement or any other
agreement relating to the City or its operations shall limit the application of such
insurance coverage.
5.3.4 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 City
Manager and approved in writing.
5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to
delete any exculpatory wording stating that failure of the insurer to mail written
notice of cancellation imposes no obligation, or that any party will "endeavor" (as
opposed to being required) to comply with the requirements of the
endorsements. Certificates of insurance will not be accepted in lieu of required
endorsements, and submittal of certificates without required endorsements may
delay commencement of the Project. It is Consultant's obligation to ensure
timely compliance with all insurance submittal requirements as provided 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.
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 for purposes of clarification only as it
Page 9 of 18
20
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 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++, Class VII,
or better, unless such requirements are waived in writing by the City Manager or his designee
due to unique circumstances.
5.5 Verification of Coverage. Consultant shall furnish City with both certificates of
insurance and endorsements, including additional insured endorsements, affecting all of the
coverages required by this Agreement. The certificates and endorsements are to be signed by
a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to
be received and approved by the City before work commences. City reserves the right to
require Consultant's insurers to provide complete, certified copies of all required insurance
policies at any time. Additional insured endorsements are not required for Errors and
Omissions and Workers' Compensation policies.
Verification of Insurance coverage may be provided by: (1) an approved General and/or
Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate
of Liability Insurance Coverage with an approved Additional Insured Endorsement with the
following endorsements stated on the certificate:
1. "The City of Palm Springs, its officials, employees, and agents are named as an
additional insured..." (as respects City of Palm Springs Contract No._"or "for any and all
work performed with the City"may be included in this statement).
2. "This insurance is primary and non-contributory over any insurance or self-
insurance the City may have..." ("as respects City of Palm Springs Contract No._" or"for any
and all work performed with the City' may be included in this statement).
Page 10 of 18
21
3. "Should any of the above described policies be canceled before the expiration
date thereof, the issuing company will mail 30 days written notice to the Certificate Holder
named." Language such as, "endeavor to" mail and "but failure to mail such notice shall
impose no obligation or liability of any kind upon the company, its agents or representative" is
not acceptable and must be crossed out.
4. Both the Workers' Compensation and Employers' Liability policies shall contain
the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees,
agents, and volunteers.
In addition to the endorsements listed above, the City of Palm Springs shall be named the
certificate holder on the policies. All certificates of insurance and endorsements are to be
received and approved by the City before work commences. All certificates of insurance must
be authorized by a person with authority to bind coverage, whether that is the authorized
agent/broker or insurance underwriter. Failure to obtain the required documents prior to the
commencement of work shall not waive the Consultant's obligation to provide them.
6. INDEMNIFICATION
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 willful misconduct of Consultant, its agents, employees, or subcontractors, or
arise from Consultant's negligent, reckless, or willful performance of or failure to perform any
term, provision, covenant, or condition of this Agreement ("Indemnified Claims"), but
Consultant's liability for Indemnified Claims shall be reduced to the extent such Claims arise
from the negligence, recklessness, or willful misconduct of the City, its 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
Page 11 of 18
22
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 performance of such Services. The Contract Officer shall have full and free access to such
books and records at all reasonable times, including the right to inspect, copy, audit, and make
records and transcripts from such records.
7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer
such reports concerning the performance of the Services required by this Agreement as the
Contract Officer shall require. Consultant hereby acknowledges that the City is greatly
concerned about the cost of the Work and Services to be performed pursuant to this
Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts,
circumstances, techniques, or events that may or will materially increase or decrease the cost
of the Work or Services contemplated herein or, if Consultant is providing design services, the
cost of the project being designed, Consultant shall promptly notify the Contract Officer of such
fact, circumstance, technique, or event and the estimated increased or decreased cost related
thereto and, if Consultant is providing design services, the estimated increased or decreased
cost estimate for the project being designed.
7.3 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 fails to secure such assignment, Consultant shall indemnify City for all
damages resulting therefrom.
7.4 Release of Documents. All drawings, specifications, reports, records,
Page 12 of 18
23
documents, and other materials prepared by Consultant in the performance of services under
this Agreement shall not be released publicly without the prior written approval of the Contract
Officer. All information gained by Consultant in the performance of this Agreement shall be
considered confidential and shall not be released by Consultant without City's prior written
authorization.
7.5 Audit and Inspection of Records. After receipt of reasonable notice and during
the regular business hours of City, Consultant shall provide City, or other agents of City, such
access to Consultant's books, records, payroll documents, and facilities as City deems
necessary to examine, copy, audit, and inspect all accounting books, records, work data,
documents, and activities directly related to Consultant's performance under this Agreement.
Consultant shall maintain such books, records, data, and documents in accordance with
generally accepted accounting principles and shall clearly identify and make such items readily
accessible to such parties during the term of this Agreement and for a period of three (3) years
from the date of final payment by City hereunder.
8. ENFORCEMENT OF AGREEMENT
8.1 California Law and Venue. This Agreement shall be construed and interpreted
both as to validity and as to performance of the Parties in accordance with the laws of the
State of California. Legal actions concerning any dispute, claim, or matter arising out of or in
relation to this Agreement shall be instituted in the Superior Court of the County of Riverside,
State of California, or any other appropriate court in such County, and Consultant covenants
and agrees to submit to the personal jurisdiction of such court in the event of such action.
8.2 Interpretation. This Agreement shall be construed as a whole according to its
fair language and common meaning to achieve the objectives and purposes of the Parties.
The terms of this Agreement are contractual and the result of negotiation between the Parties.
Accordingly, any rule of construction of contracts (including, without limitation, California Civil
Code Section 1654)that ambiguities are to be construed against the drafting party, shall not be
employed in the interpretation of this Agreement. The caption headings of the various sections
and paragraphs of this Agreement are for convenience and identification purposes only and
shall not be deemed to limit, expand, or define the contents of the respective sections or
paragraphs.
8.3 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 termination is due to material default by the City, the period of notice may be
such shorter time as the Consultant may determine.
8.4 Default of Consultant.
Page 13 of 18
24
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 terms or conditions of this Agreement, he/she shall
notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer
period as City may designate, to cure the default by rendering satisfactory performance. In the
event Consultant fails to cure its default within such period of time, City shall have the right,
notwithstanding any other provision of this Agreement, to terminate this Agreement without
further notice and without prejudice of any remedy to which City may be entitled at law, in
equity, or under this Agreement. Consultant shall be liable for 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 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 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
Page 14 of 18
25
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 City Officers and Emolovees. 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 it has not
paid or given and will not pay or give any third party any money or other consideration in
exchange for obtaining this Agreement.
9.3 Covenant Against Discrimination. In connection with its performance under
this Agreement, Consultant shall not discriminate against any employee or applicant for
employment because of 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 Coovright Infringement.
A. To the fullest extent permissible under law, and in lieu of any other
warranty by City or Consultant against patent or copyright infringement, statutory or otherwise,
it is agreed that Consultant shall defend at its expense any claim or suit against City on
account of any allegation that any item furnished under this Agreement, or the normal use or
sale 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
Page 15 of 18
26
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
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: CNS Engineers, Inc.
10370 Hemet Street, Suite 230
Riverside, CA 92503
Attention: James Lu
Telephone: (951) 687-1005
Facsimile: (951) 667-3387
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.
Page 16 of 18
27
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.
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.
(SIGNATURES ON FOLLOWING PAGE)
Page 17 of 18
28
IN WITNESS WHEREOF, the City and the Consultant have caused this Agreement to be
executed the day and year first above written.
ATTEST: CONTENTS APPROVED:
CITY OF PALM SPRINGS, CA
By By
City Clerk City Manager
Date: Date:
By
City Engineer
Date:
APPROVED AS TO FORM: APPROVED BY CITY COUNCIL:
By Date: Agreement No.
City Attorney
Date:
CONSULTANT
Name: CNS Engineers, Inc.
Check one:_Individual_Partnership X Corporation
Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any vice
President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief
Financial Officer.
Address: 10370 Hemet Street, Suite 230
Riverside, CA 92503
By: By:
Signature (notarized) Signature(notarized)
Name: Name:
Title: Title:
Page 18 of 18
29
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California 1
County of 1}
On before me,
ar. --Mars YmenNm ara ss Me
personally appeared
aMr{nd8 (fl
who proved to me on the basis of satsfac:tory evidence to
be the persoa(s}whose nama(s) is/are subsoribed to the
within instrument and acriorowledged to me that
helVieffivey executed the same in his/her authorized
nd capacity(ms),a that by ihsfierftte3ir ` _ ie(s) on the
hirtrument the s), or the entity upon behalf of
which the persov(s) the Instrumert
I cartify under PENALTY OF PERJURY under the laws
of the State of Cafillorrilar that the foregoft paragraph is
true and correct.
WITNESS my hand and official sea[.
oor,meow aW aawa
Signature
OPMAtAL
lnougtr fie iddm8rkxt t abW is ner rVQ~HY I&K it mall A'ove MU11100 to JARSOM ta"*W to dOpxnpta
aM mudprneM hatdW&W removal end of Lis bn+to avf wdouxnmt.
of Attached Document
Tile or Type of Document:
Document Date: __---- of =
Other Ttan Narned Ahove: . �.._._.�
Capacity(w)Cfabrted by SI(pher(a>
ggivies Name:_........._..._._____._ ftner's Name: ___._._.._.�._
Individual 0 IndMdual
is Corporate mcer—Titiraj: ";Corporate Officer—Ttile(s):
—❑UffAed L l General Partner—0 U mhed G Gamest
G7 Attorney in Fact �..7 Attorney in Fact
* T top dm tr rn..,e -Rustea dsuet
* Guardian or Conservator Guardian ot tutor
* Other:_______ `srOther: ._..-
signer is ftreseratry signer Is RmpresenthrV:
ea>azm.srw mews aronroe•essa�s�aa.raeszox.aavenn.c+d ws�sua¢....rwrs�.wm,�roq ��a rtnan:cxruu�tanasrsasn
30
EXHIBIT "A"
SCOPE OF SERVICES
General Scope of Work — Consultant shall provide the City with environmental phase
services related to the Ramon Road Widening (San Luis Rey Drive to Landau Boulevard,
including the Whitewater River Bridge Widening), (City Project #08-25), Federal Aid Project
No. BHLS 5282(040) (hereinafter the "Project"). The intent of this project is to widen Ramon
Road to its 6-lane divided arterial roadway cross-section, including widening of the existing
Ramon Road bridge (Bridge 56C-0287), and additional turning lanes at key intersections. The
scope of work generally includes all professional services associated with completion of the
Project Approval / Environmental Document ("PA/ED") Phase. The scope of work will consist
of the preparation of Environmental Documents and Technical Studies and all other related
documents and/or reports to comply with applicable local, state and federal regulations,
policies, procedures, manuals and standards necessary to obtain CEQA/NEPA environmental
approvals. Preliminary engineering (civil and structural engineering design services) shall be
provided as necessary to support the PA/ED Phase, generally limited to preparation of plans
representing a 30% level design.
Technical Scope of Work
Phase I — Project Approval and Environmental Document (PA&ED)
Task 1.0 - Project Management
Task 1.1 Project Administration and Project Controls
Consultant's project administration procedures are generally outlined as follows: Upon receipt
of a formal Notice-To-Proceed (NTP) for the project, a project-specific work plan shall be
developed to strategize the team resources and detailed assignments. A cost proposal with a
Work Breakdown Structure (WBS) shall be finalized for cost negotiation for the contract.
Consultant's work plan shall typically consist of the following items - detailed scope of services;
deliverables; schedule; task budget; agency contacts; team member contacts and
responsibility of team design disciplines; and project-specific requirements. Consultant's
general project administration task shall include management and coordination between the
City, the Consultant Team, and other stakeholders. Project administration shall be conducted
to ensure timely progress reporting and billing, accurate project record keeping, monitoring of
costs, progress, deliverables and adherence to quality standards. Internal project coordination
meetings shall be conducted monthly through office meetings, conference calls and exchange
of emails, to maintain good project communication. The Project Development Team (PDT)
meetings shall be kept purposeful and concise.
Schedule Control: During the project development, Consultant shall ensure that the schedule
adheres to all contractual requirements. The schedule shall be constantly updated. Consultant
shall work closely with the City for the delivery requirements.
Exhibit"A"
Page 1 of 25
31
EXHIBIT "A"
SCOPE OF SERVICES
Document Control: All in-coming and out-going design and correspondence materials shall be
logged, and filed according to a project-specific document control system.
Accounting and Invoicing Procedures: Consultant shall follow general City and Caltrans
accounting and billing requirements. All man-hours, direct and indirect costs shall be tracked.
Cost Control: Project costs shall be verified on a monthly basis. Cost-to-date, estimated actual
percent completed, and estimated budget to complete by individual task at each invoicing
period shall be documented.
Deliverables: monthly invoices and progress reports, schedules updates and document logs
Task 1.2 Meetings and Coordination
This task shall include general management and coordination among the City, CNS Team,
jurisdictional agencies, and other key stakeholders. Project meetings shall be conducted to
maintain good project communication in purposeful and concise meetings. Project coordination
shall be established by frequent progress review meetings or conference calls. Project
Development Team (PDT) meetings in the City Hall or by conference calls shall be conducted.
A meeting agenda shall be prepared in advance. All action items listed in the meeting minutes
shall be reviewed in every meeting. Other typical procedures including preparing monthly
progress reports; establishing design criteria; posting project issues to all individuals;
conducting biweekly progress review for all engineering plans and reports; mitigating all
independent check and review comments; clearing communication lines to maintain the project
schedule.
The fee has been established based on twenty four (24) progress review meetings. Project
Manager shall attend the meetings. Appropriate key task managers shall attend the meetings
as follows: MSA— 18 meetings; Terra Nova —22 meetings; AEI-CASC — 17 meetings; TKD — 3
meetings; Urban Crossroads—2 meetings; OPC —6 meetings; Converse—2 meetings.
Deliverables:meeting agendas, meeting minutes, and coordination memorandums
Task 1.3 Quality Assurance and Quality Control
Consultant shall provide Quality Control and Quality Assurance (QC/QA) for all project
documents and plans to ensure that the project moves forward to delivery as quickly as
possible. Upon notice to proceed, the QC/QA procedures shall be clearly outlined for the
project team. These procedures shall include check lists for plan preparation, a-file sharing
procedures and document controls, and independent reviews by senior staff. Consultant shall
review the design documents to make sure that the design is consistent with the funding
requirements so that the review and approval process is expedited. Consultant shall make
Exhibit"A"
Page 2 of 25
32
EXHIBIT "A"
SCOPE OF SERVICES
sure all right-of-way acquisitions; easements; and utility relocation for the project are
reasonable and efficient.
Deliverables: Quality Control and Quality Assurance Plan
Task 1.4 Local Assistance Funding/Programming Supports
Consultant shall assist the City in preparing a funding document to request change of the
project scope, cost and schedule in accordance with Caltrans Local Assistance Program
Guidelines manual when changes of the project elements are deemed necessary during the
project development. In addition, a request for authorization to proceed with preliminary
engineering (final design) in accordance with Caltrans Local Assistance Procedures Manual
shall be also prepared. Consultant shall provide technical supports and attend up to two (2)
meetings with the City and Caltrans Local Assistance as required to discuss the funding
authorization matters. Consultant shall work with RCTC and CVAG to explore the opportunities
of using non-federal funds to financially support Advance Construction to cash flow the high
cost construction phase of the project.
Deliverables: a HBP funding document to request change of project scope, cost and schedule,
a request for authorization to proceed with preliminary engineering (final design)
Task 2— Preliminary Engineering
Task 2.1 Data Collection and Research
Consultant shall collect available existing reports, data, as-built plans, previous land use and
environmental studies, and information relevant to the project from the City of Palm Springs,
Coachella Valley Water District (CVWD), Riverside County Flood Control & Water
Conservation District(RCFC&WCD), and other stakeholders and agencies.
Consultant's team member, MSA shall review and update record map research including
record maps at Cities of Palm Springs and Cathedral City, RCFC&WCD and CVWD web site;
APN maps, benchmarks and corner records.
Consultant's team member, AEI-CASC shall perform the following data research and
coordination in support of the hydrology, drainage, floodplain study, and aerial topographic
mapping. AEI-CASC shall gather and perform a thorough review of available drainage and
street plans, drainage studies, master drainage plans, design topographic maps, aerial
photographs, and other plans and reports relevant to the drainage design of the project. This
task also provides for performing and documenting the findings obtained from interviews with
CVWD, Cities of Palm Springs and Cathedral City, and RCFC&WCD staff about drainage
deficiencies and flooding history in the study areas.
Deliverables: a document log showing all data obtained from the agencies
Exhibit"A"
Page 3 of 25
33
EXHIBIT "A"
SCOPE OF SERVICES
Task 2.2 Field Review and Site Assessment
Consultant shall conduct a field review meeting and a thorough site investigation with the City.
The field review meeting shall assist the Consultant in verifying plan information obtained in
data collection and research, clarifying the project scope, documenting existing traffic signals,
street improvements including public facilities and private developments, drainage conditions,
flow patterns, underground and overhead utilities, signing and striping, structure conditions,
miscellaneous features, and evaluating potential unforeseen issues that may cause delay to
the project.
Deliverables: field review notes and a photo log
Task 2.3 Surveying and Aerial Topographic Mapping
Consultant's team member, MSA shall field survey cross sections of Ramon Road and all
cross streets beginning 500 feet west of San Luis Rey Drive and ending 1,000 feet east of
Landau Boulevard; perform detailed survey of existing bridge deck, abutments, pier walls and
exposed pile caps in the channel; perform field survey of all existing utilities within project
limits; perform aerial mapping in channel upstream at 2' contour intervals for floodplain and
sediment transport analyses; perform field cross section surveys from Ramon Road to 200 feet
north of the bridge in the channel; update the Ramon Road aerial mapping, currently based on
NGVD29 datum to NAD88 datum, extending the coverage to include all three possible staging
areas; provide a color orthophoto of the Ramon Road strip and proposed staging areas to
support preparation of environmental Area of Potential Effect (APE) map.
Topographic mapping and cross section surveys in the channel shall extend to the limits of
upstream and downstream to meet the need for floodplain and sediment transport analyses.
MSA will provide cross-sections 200 feet north of the bridge and AEI-CASC will develop the
remaining cross-sections using the DTM.
Deliverables: aerial mapping of Ramon Road updated to NAD88 datum, aerial mapping and
VDTM of the channel, color orthophoto image of Ramon Road, surveyed points along Ramon
Road for design use
Task 2.4 Right-of-Way Research and Base Mapping
Consultant's team member, MSA shall perform updated record map research through City of
Palm Springs, City of Cathedral City, County of Riverside, Bureau of Indian Affairs, CVWD,
and RCFC&WCD; prepare and update base map of existing centerlines, rights of way, lot and
parcel lines; provide descriptions for found monuments and survey control points used for the
field surveying; overlay the base map on the updated aerial mapping and color orthophoto; add
dimensions and widths; using preliminary title reports provided by OPC, order, review, and plot
Exhibit"A"
Page 4 of 25
34
EXHIBIT "A"
SCOPE OF SERVICES
existing easements that fall within the project area; describe width and ownership of each
easement; review document for prior rights, if any, to the street right of way.
Deliverables: a R/W constraints map containing all information obtained above in both PDF
and AutoCAD file format
Task 2.5 Utility Research, Notification and Mapping
Consultant's team member, MSA shall perform utility notification and research; prepare and
update existing utility base plan; field verify and update utility base plan; conduct utility agency
meetings; establish communications log; and provide utility relocation coordination.
Consultant's team member, Overland, Pacific & Cutler (OPC) shall review existing seven (7)
utility agreements, contact utility to confirm data, determine prior rights/cost liability and
prepare matrix of liability with confirmed data.
Deliverables: utility agency plats and maps (MSA); an existing utility base plan in Auto CAD
format (MSA); utility agency meeting minutes and communications log (MSA); utility prior
rights/cost liability matrix (OPC)
Task 2.6 Traffic Study
Consultant's team member, Urban Crossroads shall prepare traffic study and provision of
traffic design concepts for the proposed project. Services to be provided include:
• Identification and review of other recent traffic studies completed for projects within or
affecting study area traffic.
• Collect traffic counts for the key roadway segments and intersections in the project study
area, including up to 3 daily roadway segment machine counts to supplement AM and PM
peak period turning movement counts to be performed at the three (3) analysis
intersections in the study area (Ramon Road intersections with San Luis Rey Drive,
Crossley Road and Landau Boulevard). Collect intersection turning movement counts by
vehicle classification (i.e., passenger vehicles, 2-axle trucks, 3-axle trucks, and 4+axle
trucks) at subject intersections. Daily traffic volumes shall be based on the new traffic
count data, available traffic data that has been collected previously or shall be estimated for
the remaining study area roadway segments.
• Conduct field reconnaissance to determine existing roadway segment geometry and lane
configurations, lane widths, turn pocket storage lengths, and traffic signal timing. Traffic
signal phasing shall be determined at up to three (3) study area intersections. Existing
traffic signal timing plans shall be obtained from the appropriate agencies.
• Assess existing peak hour traffic conditions, including levels of service and existing vehicle
queues for up to three (3) study area intersections. Intersection levels of service shall be
calculated using Highway Capacity Manual (HCM) level of service analysis methodologies.
Exhibit"A"
Page 5 of 25
35
EXHIBIT "A"
SCOPE OF SERVICES
Vehicle queuing and levels of service shall be evaluated using the SYNCHRO /
SIMTRAFFIC analysis software.
• Obtain five years of accident data for the study area from the local law enforcement
agencies. The data shall be evaluated and summarized for presentation in the report.
Qualitative discussion of the potential safety benefit shall be developed.
• Identify planned and/or funded improvements for roadways within the study area.
• Develop future traffic volumes using available traffic model forecasts that are acceptable to
the project team and Caltrans. The updated Riverside County traffic model (RIVTAM) is
available and shall be used for this project, unless another forecasting tool or previously
published forecasts can be demonstrated to better serve the purposes of this analysis.
Existing traffic counts, base year (2008) model data, and future year (2035) model data
shall be post-processed to develop refined 2035 volumes. Long-range (2035) volume
forecasts shall be developed for all three (3) study area intersections. It is assumed that a
single set of traffic volume projections shall be appropriate and adequate to represent both
No Project and With Project conditions. Initial forecasts shall be compared to traffic counts
and other recently published traffic volume forecasts and refined as necessary to ensure
defensibility.
• Develop interim year forecasts based on straight-line interpolation between the existing
traffic count volumes and the 2035 design year traffic projections. Review and refine the
interim year forecasts based on review of other recently published studies for various
project in the vicinity of the project study area.
• Assess future interim year and horizon year peak hour traffic conditions and levels of
service for the study area intersections for No Project conditions and up to two With Project
alternatives. Intersection levels of service shall be calculated using Highway Capacity
Manual (HCM) level of service analysis methodologies. Synchro simulation analysis shall
be provided for presentation purposes. Intersection lane requirements and queuing /
vehicle storage lengths shall also be calculated and presented. Analysis shall be
performed for up to three (3) study area intersections.
• Develop construction traffic control concept plans at a scale of 1" = 80'. It is anticipated that
the entire project will fit onto a single sheet at this scale (by "doubling up" the approximately
4,200 foot long project area). Two stages of construction are anticipated (total of 2 sheets).
• Roadway improvement concept plans (e.g. 30% design plans) shall be prepared for the
project area. The concept plans shall be prepared at a scale of 1" = 40'. The concept
improvement plans shall show existing and proposed edge of roadway, as well as
recommended striping, including turn lane storage lengths and required transitions. Traffic
signal modification concept plans (e.g. 30% design plans) shall be prepared for the 3
project area intersections that are currently signalized. No new traffic signals are
anticipated within the project area. Base civil improvement plans showing existing
improvements shall be prepared in both PDF and CAD electronic format.
• Prepare a draft traffic study report including all of the analysis and data resulting from
execution of the above tasks. The traffic study reports shall be prepared in accordance with
Caltrans and City requirements.
Exhibit"A"
Page 6 of 25
36
EXHIBIT "A"
SCOPE OF SERVICES
• Respond to comments on the draft traffic study report and prepare a final traffic study
report that has been updated to respond to the comments received on the draft traffic study
reports.
• Attend up to two (2) team meetings during the course of the project development to provide
traffic study status updates, discuss issues and respond to team comments on draft work
products.
Deliverables: draft and final Traffic Study Reports, design exhibits, complete technical
appendices and supporting graphics, construction traffic control concept plans.
Task 2.7 Preliminary Roadway/Bridge Foundation Reports
Consultant's team member, Converse shall prepare a Preliminary Geotechnical Report, a
Preliminary Material Report and a Preliminary Foundation Report. All reports shall be
prepared in accordance with Caltrans procedures, guidelines, regulations, materials, policies,
and format. All reports will be signed by a licensed geotechnical engineer/engineering
geologist. The reports will be prepared for review and comment by the project team, followed
by modification and submittal to Caltrans and City of Palm Springs. All reports shall be
updated in accordance with the comments from the City and/or Caltrans. Converse shall
attend up to two progress review meetings.
Converse shall collect soils samples for locations suggested by the hydraulic engineer to
analyze grain-size distribution of the soils within the upper five (5) feet of the river bed to
support hydraulic sediment transport analyses. It is assumed that soils samples shall be
collected from five locations using a hand auger and shovel. Conditions for access to the
channel bed to collect soils samples shall be based on rights of entry prepared per Task 2.9 —
Preliminary Right of Way Study and Cost Estimates.
Converse shall collect three (1 to 2 inches in diameter) core samples from the bridge deck to
determine the bonding condition between the precast and cast-in-place layers of the concrete.
Traffic control, approved by the Cities, shall be required during the coring operation.
Deliverables: draft and final Preliminary Geotechnical Reports, Preliminary Material Reports
and Preliminary Foundation Reports; a sieve analysis memorandum; a memorandum
describing the deck concrete bonding condition
Task 2.8 Roadway Alternatives Study and Geometric Approval Drawings
Consultant's team member, MSA shall provide and update two (2) separate roadway build
alternatives study and Geometric Approval Drawings (GADs) for the preferred build alternative
as follows:
• Prepare existing base plan for roadway alternatives study and GADs.
• Identify constraints that will affect the alternative designs and selections.
Exhibit"A"
Page 7 of 25
37
EXHIBIT "A"
SCOPE OF SERVICES
• Based on the identified constraints and existing roadway bridge approaches, prepare
sketches for two (2)Alternatives Study sketches. (Sketches shall be prepared at 1"=40' H &
1-=4' V.)
• Evaluate and comment on horizontal and vertical alignments of each Roadway Alternative
Study.
• Attend PDT, Commission, City Council, CVWD, RCFC&WCD and local Community
meetings.
• Prepare and update 30% design level Geometric Approval Drawings (based on the
selected sketch from the Roadway Alternatives Study). GADS shall consist of 1 Cover
Sheet, 8 Plan/Profile Sheets (1"=20' H & 1"=2' V) and 1 Detail Sheet.The GADs shall set
the basis for the future final design of the project. It shall include establishing the
curb/gutter flow line profiles for future final design purposes. The design shall include
checking the pavement saw-cut locations and cross falls for compliance with the Cities'
standards. The proposed storm drain relocations and flow lines shall be established for
future final design purposes. Potential conflicts with utilities and existing improvements
shall be determined and proposed resolutions provided.
• Review and comment on conceptual construction traffic control plans prepared per Task
2.6—Traffic Study.
Deliverables: Two (2) Roadway Alternatives Study, and Geometric Approval Drawings for the
preferred alternative;review of Traffic Control Plans
Task 2.9 Preliminary Right-of-Way Study and Cost Estimates
Consultant's team member, MSA shall prepare exhibits for proposed permanent and
temporary right of way acquisitions/easements to coordinate and provide right of way needs
and inputs to support preliminary right of way cost estimates. Right of way exhibits shall
include existing parcel and utility easement information, and areas of each proposed
acquisition/easement.
This task shall support environmental studies and shall lead to the development of the Caltrans
right of way data sheets to support request for authorization to proceed with right of way that
shall be submitted to Caltrans after NEPA environmental clearance. Consultant's team
member, Overland Pacific& Cutler(OPC) shall provide the following services:
Caltrans Right of Way Data Sheet: The Caltrans Right of Way Data Sheet analysis shall
estimate the probable costs of the real estate and associated damages, relocation exposure,
business damages and goodwill exposure, and other valuation concerns incidental to the right
of way impacts anticipated by the project.
The Scope of Services for the Right of Way Data Sheet includes:
• Taking an inventory of the affected properties for each selected alternative.
Exhibit"A"
Page 8 of 25
38
EXHIBIT "A"
SCOPE OF SERVICES
• Secure title and vesting information, along with any relevant underlying recorded
documents, and investigate property ownerships using public Assessor's Roll information.
Utilize this data to determine condition of title, lot size, building size, recent sales
transaction and other relevant data on each affected property.
• Visually inspect each property (exterior street view) and note affects of proposed
acquisition; list all businesses on each property and the approximate space they occupy.
Identify any damages related to site usage constraints in the after condition or other
property use concerns.
• Sort each impacted parcel by property use types to determine the universe of real estate
data sets; subsequently research and create valuation data sets for each use type.
• Prepare an estimate of the probable cost of each full or partial property acquisition
including any damages valuations using the data sets previously created and real estate
value databases.
• Prepare an estimate of the probable relocation assistance exposure for each residential or
non-residential occupant located on each property.
• Prepare an estimate for any business or commercial billboard signs located on each
property.
• Prepare an estimate of the total probable loss of business goodwill attributable to each
operating business.
• Prepare an estimate of the inspection and demolition costs associated with delivering each
cleared site.
• Prepare an estimate of the total services and incidental costs associated with each real
estate acquisition program (appraisals, acquisition and relocation consultants, title/escrow,
and legal services).
• Draft Caltrans Right of Way Data Sheet according to the most revised version available per
the Caltrans Right of Way Manual. Integrate utility relocation estimates, where necessary.
The scope of services shall be performed and delivered in the form of a report containing a
textual description of the project areas studied, a summary of total probable costs of the study
area itemized by major component, and shall include detailed spreadsheets showing how the
summary sheets were calculated. The spreadsheets contain a parcel-by-parcel breakdown of
all probable costs.
In the event that the acquisition program is to be phased or determined to be implemented at a
future date, formulized spreadsheets shall be created which apply the appropriate cost
escalation factors to reflect the projected schedule.
The final cost information determined from the spreadsheet accumulation of data shall then be
transferred into the appropriate format for application to the Right of Way Data Sheet or other
format required by the project.
Title Reports and Recorded Documents: Title reports for each of the estimated 13 properties in
the alignment shall be secured from Lawyers Title Company. Along with each title report, the
underlying recorded documents shall be secured. The title reports and underlying documents
Exhibit"A"
Page 9 of 25 39
EXHIBIT "A"
SCOPE OF SERVICES
shall be utilized in the title and valuation analysis of each parcel and shall also be provided to
the engineers for use in developing the project plans.
Securing Rights of Entry:
• Creation of necessary Right of Entry documents and securing approval as to form.
• Contact and negotiations with property owners, or BIA when Tribal Lands are involved, and
securing execution of required agreements. (Assumed 5)
• Facilitation of any payments from LPA to private property owners, excluding BIA controlled
properties. It should be noted that three of the ownerships are in Tribal Lands and BIA
requires a property entry application fee of approximately $350 each, payment of which
shall be made by OPC.
• Reasonable assistance to onsite Project Team to facilitate owner requests and access
arrangements.
Deliverables:preliminary right of way exhibits (MSA); title reports, right of way data sheet, right
of way status and cost estimate sheets (OPC)
Task 2.10 Bridge Aesthetics and Approach Landscape Modification Study
Consultant's team member, TKD shall perform bridge aesthetics and approach landscape
modifications study based on the Ramon Road Corridor Streetscape Master Plan for Cathedral
City as follows:
• Discuss project goals and objectives.
• Discuss bridge aesthetics including monuments/ railings and raised median design.
• Incorporate pedestrian and monumentation lighting recommendations
• Review community context and input from cities and tribal agencies.
• Coordinate design with engineering design team.
• Assist in preparation of project site analysis and visual impact.
• Assist in developing project program, theme, identity and gateway context.
• Preparation of alternative design concepts: bridge monumentation and gateway elements,
railing design, and side walls graphics and abutment finish.
• Review the design concepts with the cities and the project team.
• Prepare presentations for approval by the City Art Committee and Tribal Review.
Deliverables: bridge aesthetics and approach landscape modifications study booklet,
presentation exhibits
Task 2.11 Preliminary Street Lighting Study
Consultant's team members, Urban Crossroads and Terra Nova shall research and evaluate
the need for lighting for pedestrian walkways and architectural entry monuments. Caltrans and
City lighting standards shall be reviewed and recommendations shall be provided, including
Exhibit"A"
Page 10 of 25
40
EXHIBIT "A"
SCOPE OF SERVICES
graphics of typical fixtures and concepts for the lighting on the bridge. Calculations to
determine the estimated spacing, height, and wattage of luminaires shall be provided for
inclusion in the overall lighting plan. These shall be provided to the project landscape architect,
TKD, for inclusion in the bridge aesthetics package.
Deliverables: graphics and specifications of appropriate lighting levels, types of lighting
fixtures, and descriptions of standard lighting levels, design standards and application
concepts
Task 2.12 Roadway Drainage Study
Using the available hydrology studies for the existing (Palm Springs) and future (Cathedral
City) Storm Drain systems in Ramon Road, Consultant's team member, MSA shall review the
local drainage issues associated with the proposed project and street design. A local hydrology
study shall be prepared based upon the existing (pre-project) and proposed (post-project)
conditions. Preliminary pipe sizes, inlet (catch basin) sizes and pipe horizontal alignments
shall be preliminarily determined. This scope shall include preparation of a roadway drainage
study report and hydrology maps.
Deliverables: Roadway Drainage Study Report and Plans
Task 2.13 Floodplain, Bridge Hydraulics and Sediment Transport Analyses
Consultant's team member, AEI-CASC shall perform floodplain and bridge hydraulic analyses
based upon the existing and with-project conditions.
Hydraulic and sediment transport studies under the existing condition shall first be examined to
establish the baseline condition. Alternative with-project conditions shall then be assessed,
and the potential impacts to channel stability and sediment transport shall be determined. In
order to quantify the impacts of the proposed bridge to the existing hydraulic, sediment
transport and stability characteristics of the Whitewater River through the project reach, AEI-
CASC shall utilize the current steady-state hydraulic model (HEC-RAS computer model) but
modified to integrate the proposed bridge footprint.
The HEC-RAS model shall determine the preliminary channel capacities, floodplain elevations,
backwater effects, total scour potential, and identify any deficiencies with the existing channel.
The hydraulic model shall also be utilized to determine the impacts to the surrounding
improvements such as the channel concrete cutoff walls due to the proposed bridge
improvements including changes to the natural geomorphic stream pattern (long term channel
stability). The bridge scour routines in the HEC-RAS computational model, developed by the
U.S. Army Corps of Engineers, shall be applied to preliminarily estimate the magnitude of the
local pier scour, local contraction scour and abutment scour components expected under
design flow conditions for both the existing and with-project conditions. Recommendations
Exhibit"A"
Page 11 of 25
41
EXHIBIT "A"
SCOPE OF SERVICES
shall be provided for bridge soffit elevation and structure depth allowance for the proposed
bridge structure.
Computations shall be made for a wide range of flow conditions, including peak 2-year through
100-year and SPF flood conditions. Steady-state modeling of the hydraulic and sediment
transport capacities shall be conducted, and transport volumes shall be determined for local
reaches by integrating rating curves over individual flood hydrographs. Hydrologic quantities
(peak flows and flood hydrographs) shall be obtained from previous Corps' studies and
available local streamgage information.
AEI-CASC shall evaluate the general sediment transport characteristics of the Whitewater
River in the vicinity of the proposed bridge. The task shall include evaluation of historical
channel trends, contrast of local channel slopes to regional slope variation, evaluation of
anticipated changes to sediment loading to the project reach due to upstream activities,
hydraulic capacity calculations of using normal depth procedures, and sediment transport
potential evaluation using qualitative hydraulic indicators. Steady-state methodologies shall be
used to contrast the sediment transport capacity of the channel reach local to the proposed
bridge with anticipated supply rates, over a range of discharge conditions. Local sediment size
information shall be used with the hydraulic information and sediment transport relations to
estimate bed material sediment transport volumes passing through the upstream, local and
downstream channel reach. Sediment continuity shall be applied to estimate potential
erosion/sedimentation depths to be expected along the proposed channel under design event
and average annual conditions. Local scour components, due to other features incorporated
into the proposed plan shall be computed, if applicable. The potential hydraulic and/or channel
deformation effects of bed form development shall be assessed as well. A floodplain, bridge
hydraulic and sediment transport analyses report shall be prepared to document the study
assumptions, procedures and results.
The bridge hydraulics and potential local scour and general degradation values shall be
determined using the published SPF and 100-year storm flows of 85,000 CFS and 47,000
CFS, respectively. Minimum bridge and channel freeboard of 1 foot and 3 feet shall be
provided under the SPF and 100-year flood conditions, respectively, as required by CVWD and
RCFC&WCD. For the bridge structure, a minimum of 4 feet of freeboard shall be required by
RCFC&WCD due to the "levee" nature of the adjacent channel bank improvements.
During the course of this study, AEI-CASC shall provide hydraulic and sediment transport
studies in support of 2 build alternatives as described above.
General scour depths under SPF and 100-year conditions for the existing and with-project
conditions shall be computed using the Blench Regime Equation, as recommended by CVWD.
The Los Angeles County Sedimentation Manual shall be used for determining cutoff wall
depths as required by RCFC&WCD.
Exhibit"A"
Page 12 of 25
42
EXHIBIT "A"
SCOPE OF SERVICES
Based upon the results of the HEC-RAS model, AEI-CASC shall review and identify the
required channel improvements and scour protection through the bridge and immediately
upstream and downstream of the bridge, as needed. Preliminary grades and elevations shall
be determined and limits of improvements shall be identified. This task shall include
recommendation for channel improvements as mitigation against potential scour affecting the
proposed bridge and the existing concrete slope protection along the east and west sides of
the channel, and scour countermeasures to mitigate exposed pier caps in the channel.
Additionally, this task shall include providing technical input in support of the CEQA and NEPA
environmental analyses, and 401, 404 and 1602 permitting process.
Deliverables: Floodplain, Bridge Hydraulic and Sediment Transport Study Report
Task 2.14 Preliminary Channel Improvements Plans
Consultant's team member, AEI-CASC shall review and identify the extent of channel
improvements and scour protection measures required for the project. AEI-CASC shall perform
preliminary channel design showing proposed grades, modifications to the existing channel
walls near and through the bridge abutments, access ramps and scour protection.
Deliverables: Preliminary Channel Improvement Plans
Task 2.15 Conditional Letter of Map Revision (CLOMR)
Upon approval of the Floodplain, Bridge Hydraulics and Sediment Transport Analyses (Task
2.13) and Preliminary Channel Improvement Plans (Task 2.14), Consultant's team member,
AEI-CASC shall prepare a Conditional Letter of Map Revision (CLOMR) report for submittal to
the City of Palm Springs, RCFC&WCD and FEMA.
Deliverables: CLOMR
Task 2.16 Bridge Type Selection Study
Based on the final approved roadway geometric approval drawings for the preferred
alternative, Consultant shall prepare preliminary bridge design, conduct seismic analyses and
develop a bridge type selection report. The seismic analysis shall include retrofit evaluation of
the existing structure. This step shall be completed before extensive bridge design work for
future final PS&E is performed. The most two feasible and cost-effective structure options
shall be evaluated. Consultant shall evaluate seismic performance of the preferred structure
option to satisfy State's Seismic Design Criteria. The bridge type selection report shall include
a vicinity map, bridge general plans, foundation plans, a design memorandum, aesthetic
requirements, staging plans, cost estimates and other pertinent information needed to
determine the proper structure type. A draft bridge type selection report shall be prepared for
City and Caltrans' review and comments. A type selection meeting, if required by Caltrans,
Exhibit"A"
Page 13 of 25
43
EXHIBIT "A"
SCOPE OF SERVICES
shall be conducted to discuss the preferred structure option. A final bridge type selection
report shall be issued for value analysis study and final design.
Deliverables: draft and final Bridge Type Selection Reports
Task 2.17 Preliminary Cost Estimates
Consultant shall prepare preliminary quantities takeoff and cost estimates for each "build"
alternative. Estimates of probable construction costs for the proposed improvements shall be
prepared.
Deliverables:preliminary quantities and construction cost estimates
Task 2.18 Project Report (Equivalent)
Based on the results of engineering and environmental studies, Consultant shall prepare a
Project Report (equivalent) to summarize the engineering findings and recommendations, and
the required environmental mitigations to secure federal funds for the future phases of the
project. Contents of the PR (equivalent) shall follow applicable Caltrans standards, and shall
generally include executive summary, project background, need and purpose, reference of
design standards, transportation and/or safety problems, traffic data, proposed improvements,
roadway geometrics and alternatives, channel hydraulics, utilities, right of way acquisitions and
easements, structure information, environmental studies, cost estimate breakdown,
scheduling, agencies involved, proposed funding, list of applicable attachments, project
development team etc.
Deliverables: draft and final Project Report (equivalent)
Task 2.19 Value Analysis Study
Consultant's team member, Value Management Strategies, Inc. (VMS) shall conduct Value
Analysis (VA) study following the Caltrans VA methodology as outlined in the Chapter 19,
"Value Analysis" of the Project Development Procedures Manual (PDPM) and detailed in the
latest Caltrans VA Team Guide and Report Guide. VA studies shall identify and evaluate
alternative project solutions and provide recommendations to the City. Key engineering team
members shall attend the VA meetings for briefing and shall respond to the comments and
revise the engineering drawings, if necessary, to finalize the study.
Deliverables: draft and final Value Analysis Study reports
Task 3— Environmental Document (CEQA/NEPA)
Task 3.1 Public Scope, Commission & Council Meetings
Exhibit"A"
Page 14 of 25
44
EXHIBIT "A"
SCOPE OF SERVICES
Consultant's team member, Terra Nova shall assist and coordinate with City staff in the
preparation and posting of public notices for scoping meetings and public hearings. Terra
Nova shall also assist in the preparation of staff reports, developing presentation graphics and
materials, and shall participate in presentations. Terra Nova staff shall take and maintain
notes of meetings and memorialize same. As appropriate, Terra Nova shall also prepare
responses to comments received during the public scoping meetings, as well as the Planning
Commission and City Council meetings. This task includes attending two community scoping
meetings, and one meeting each with the Arts Commission, Transportation Commission, and
City Council.
Deliverables: draft staff report, site and aerial photos; other mapping and exhibits to support
presentation; meeting note summaries
Task 3.2 Preliminary Environmental Study (PES)
Consultant's team member, Terra Nova shall be responsible for the preparation of the updated
and expanded draft and final Preliminary Environmental Study (PES) form and associated
research and supporting documentation. This task shall incorporate results from the
City/Caltrans field review meeting and site investigations, which shall also identify required
environmental technical studies. The PES shall also be used to provide the rationale for what
special studies are necessary and what the scope of these studies should be. Provision is
made for two revisions to the PES. In coordination with the City and project engineers, Terra
Nova shall further develop and complete the draft Area of Potential Effect (APE) map.
Provision is made for two revisions to the APE.
Deliverables: draft PES form and ancillary materials for submittal to Caltrans; draft APE map
for submittal to Caltrans; PES and APE map revisions and final PES and APE exhibits
Task 3.3 Noise Study
Consultant's team member, Terra Nova shall manage the preparation of noise analyses that
evaluate noise associated with bridge construction and associated related activities, and as
well as long-term operation traffic based upon future traffic volumes cited in the project traffic
study. Noise analysis shall satisfy CEQA and Caltrans NEPA requirements. In addition to field
monitoring and site assessment, other resources, including the City General Plan Noise Study
and project-specific noise impact analyses and associated environmental documents, shall
also be used. Analysis of existing noise barriers adjacent to sensitive receptors and within the
project area shall also be assessed and mitigation plan (noise abatement) developed, as
necessary. Therefore, a Noise Abatement Decision Report (NADR) in accordance with Section
5 of the Traffic Noise Analysis Protocol (May 2011) shall also be incorporated into the noise
analysis.
Deliverables: Noise Impact Study Report, including NADR and associated impact mitigation
plans, as required.
Exhibit"A"
Page 15 of 25
45
EXHIBIT "A"
SCOPE OF SERVICES
Task 3.4 Air Quality Study
Consultant's team member, Terra Nova shall conduct research, analysis and review of
literature and other documentation to prepare an analysis of air quality impacts. The air quality
analysis shall evaluate and assess emissions from construction and operation of the proposed
project. The assessment of construction activities shall include quantifying emissions from
demolition (as applicable), site preparation and grading, use of construction equipment, haul
trips and material deliveries, construction workers commute, and bridge construction activities.
The assessment of operational activities shall include a comparison of moving source
emissions under current capacity and traffic volumes, and evaluation of proposed roadway
capacity and 2035 traffic volumes. Analysis shall be conducted in conformance with the
SCAQMD Environmental Handbook, local Air Quality Guidelines, and Federal NAAQS. Terra
Nova shall also conduct Hot Spot Conformity Analysis and obtain conformity documentation,
as required, which may include carbon monoxide and/or particulate matter (PM10 & 2.5).
GHG emissions shall also be quantified and analyzed pursuant to thresholds. Tasks shall
include coordinating with agencies, project team, City staff, Caltrans, and others during the
project's environmental review process. If the AQ&GHG Report concludes that emissions
exceed established thresholds then Terra Nova shall identify mitigation measures that will
minimize impacts.
Deliverables: Air Quality and GHG Analysis and Report; Air Quality Conformity Analysis and
Report
Task 3.5 Phase I Initial Site Assessment and ADL Surveys
Consultant's team member, Terra Nova shall conduct environmental site assessments,
including a Phase I hazardous materials assessment of the project site and area of potential
effect (APE). The Phase I assessment shall be prepared in conformance with the American
Society for Testing and Materials (ASTM) Standard E1527-05 "Standard Practice for
Environmental Site Assessments: Phase I Environmental Site Assessment Process'.
The ADL study shall assess the concentrations of aerially deposited lead in soil along Ramon
Road within the planned bridge construction area. This soil study shall be conducted in
accordance with EPA SW-846 and Caltrans protocols. Soil samples shall be collected from 16
locations along the length of the project fronting Ramon Road. The soil sampling locations
shall be spaced at approximately 10 meter (30 feet) intervals. Each boring shall be placed
approximately 1 meter (3.3 feet) from the roadway's paved surface. A hand auger shall be
used to drill down and collect samples at each boring location. Soil shall be collected from
each boring at the following three depths:
- Between 0 and 0.15 meter(0 and 6 inches),
- Between 0.15 and 0.31 meter(6 and 12 inches), and
- Between 0.46 and 0.61 meter(18 and 24 inches).
Exhibit"A"
Page 16 of 25
46
EXHIBIT "A"
SCOPE OF SERVICES
The collected soil sample shall be delivered to a State-accredited laboratory for chemical
analyses. Each collected soil sample (48 total) shall be analyzed for lead using EPA Method
6010B. Ten percent of the samples (5 total) shall be analyzed for soluble lead (synthetic
precipitation leaching procedure; leached with deionized water) using EPA Method 6000/7000
series. Five of the samples shall be analyzed for pH using EPA Method 9045. In addition to
lead in soil, yellow striping paint on Ramon Road shall also be tested for the presence of lead.
The collected paint chip samples shall be analyzed for lead using EPA Method 6010B.
Deliverables: An integrated environmental site assessment and ADL report description of
methodologies, including literature search, interviews, survey and sampling approaches, data
collection and analysis, and full documentation
Task 3.6 Water Quality Assessment Report and Preliminary SWPPP
Consultant's team member, AEI-CASC shall prepare Water Quality Assessment Report
(WQAR) and Preliminary Storm Water Pollution Prevention Plan (SWPPP) in support of the
preferred bridge design alternative. AEI-CASC shall prepare a site-specific WQAR in support
of the project. The WQAR shall be prepared in accordance with the requirements set for in the
document, "Whitewater River Region Storm Water Management Plan, Appendix H, dated June
2009". AEI-CASC shall review the proposed project design and shall identify options for
addressing the WQAR Requirements for site design, source control, and treatment control best
management practices (BMPs).
One draft of the WQAR (three copies) shall be submitted to CNS, City of Palm Springs, and
Caltrans for review and comment. Upon receipt of written comments on the WQAR, AEI-
CASC shall address comments within the scope of services. One final WQAR document (one
original, 3 copies) shall be submitted.
AEI-CASC shall prepare a site-specific SWPPP in support of the project. The SWPPP shall be
prepared in accordance with the requirements set forth in 2008 EPA Construction General
Permit. One draft of the SWPPP (three copies) shall be submitted to CNS, City of Palm
Springs and Caltrans for review and comment. Upon receipt of written comments on the
SWPPP, AEI-CASC shall address comments within the scope of services. One final SWPPP
document (one original, 3 copies) shall be provided to CNS. Additionally, AEI-CASC shall
prepare and provide the City of Palm Springs (Owner) with a paper Notice of Intent(NOI) form
to aid in electronic filing by the Owner for coverage under the General Permit.
Deliverables: Water Quality Assessment Report and SWPPP
Task 3.7 Location Hydraulic Study and Summary Floodplain Encroachment Report
Consultant's team member, AEI-CASC shall prepare Location Hydraulic Study (LHS) and
Summary Floodplain Encroachment Report (SFER) based upon the preferred alternative and
in conformance with Caltrans District 8 requirements.
Exhibit"A"
Page 17 of 25
47
EXHIBIT "A"
SCOPE OF SERVICES
Deliverables: LHS and SFER
Task 3.8 Biological Resources Study (Natural Environmental Study and Biological
Assessment)
Consultant's team member, Terra Nova shall prepare the NES for this project. In conjunction
with the preparation of the NES, Terra Nova shall contract for and manage the preparation of a
general biological resource assessment. Previous resource studies conducted on these and
nearby lands shall be evaluated, previous management and mitigation programs shall be
reviewed, and the relationship of the Ramon Road Bridge project to other approved projects in
the wash and vicinity shall also be assessed. No protocol surveys are expected to be
required; however, special attention shall be paid to identifying Coachella Valley fringe-toed
lizard, burrowing owl and milk vetch. If surveys cannot be scheduled during the spring,
additional spring surveys to determine the occurrence of milk vetch may be required. The
project is a "Covered Activity" under the Coachella Valley MSHCP, and mitigation provided by
the Coachella Valley MSHCP shall be maximized.
The biological resources assessment shall include performance of a literature review for the
Project site to determine if any sensitive biological resources have been reported in the Project
area. As a part of this task, previous biological reports prepared for projects in the vicinity,
including the Cimarron Golf Course, recent aerial photographs, and other pertinent documents
from the consultant's library and project files (e.g., other biological surveys from the general
vicinity) shall be utilized. Consultant shall also review the Department of Fish and Game's
(CDFG's) California Natural Diversity Database, California Native Plant Society's (CNPS) Rare
and Endangered Vascular Plants of California, and other readily available biological
information. As a part of the literature review analysis, readily available previous resource
studies conducted for the project site and nearby lands shall be evaluated, previous
management and mitigation programs shall be reviewed, and the relationship of the Ramon
Road Bridge project to other approved projects (and Cathedral Canyon) in the wash and
vicinity shall also be assessed. The project is a "Covered Activity" under the Coachella Valley
MSHCP, which has been relevant to CDFG but to a lesser extent with the Corps.
A field reconnaissance survey and general habitat evaluation shall be conducted at the project
site. The consulting biologists shall evaluate the suitability of existing habitat on the site to
support special-status species on the site. The type(s) of vegetation shall be characterized,
and dominant plants identified. Human disturbance levels shall also be characterized. Field
notes shall include any wildlife species observed or detected on-site and in immediately
adjacent areas.
The consulting biologists shall prepare a biological resources report summarizing the results of
our literature review, biological field reconnaissance and findings which shall include
recommendations for further biological studies (if necessary). The report shall describe the
survey methods employed, present the results of the fieldwork, assess the potential for
Exhibit"A"
Page 18 of 25
48
EXHIBIT "A"
SCOPE OF SERVICES
additional sensitive resources to occur on the site, identify regulatory issues related to the
resources on the site, and recommend potential mitigation measures. A draft report shall be
provided to accompany and support the NES. Provisions are made for one report revision.
Burrowing Owl Protocol Survev
As noted above, a habitat suitability evaluation shall be conducted for the burrowing owl. If the
owl has the potential to occur on site or in the immediate vicinity, focused protocol owl survey
for burrowing owl shall be conducted by a qualified biologist. All areas to be evaluated shall be
examined carefully for habitat characteristics and disturbance factors. The study area for this
work is assumed to be the proposed project footprint and appropriate buffer area. It is
assumed that access for the survey will be granted by the property owners based on the right
of entry secured by OPC. Potentially suitable habitat shall be mapped. No permits are required
to perform a habitat evaluation, but the biologist must be experienced with the species' biology,
identification of direct and indirect sign, and physical characteristics of potentially suitable
habitat. Habitat evaluations for this species can be performed any time of year. A burrowing
owl survey and mitigation report (if needed) shall be prepared and the results shall be directly
incorporated into the NES.
The survey window for this work is limited to March 1 and August 31 and the survey consists of
four visits made to all potential habitat on four separate days. The visits need to occur during
one hour before sunrise to two hours after and/or two hours before sunset to one hour after.
The results of the focused survey for Burrowing Owl shall be directly incorporated into the
NES.
Deliverables: Natural Environmental Study, Biological Assessment, and Protocol Owl Survey
(if needed).
Task 3.9 Wetland and Jurisdictional Delineation and Assessment
Consultant's team member, Terra Nova and its biologists shall conduct a state and federal
jurisdictional delineation to establish waters of the state and of the US. The delineation shall
also determine whether and to what extent wetlands, as defined by Federal Regulations, occur
within and could be impacted by the proposed bridge project. The results of the delineation
shall also be incorporated into the bio report and the 404 permit. The jurisdictional delineation
shall be prepared in accordance with methodology in the USACE 1987 Wetlands Delineation
Manual, Arid West Supplement and applicable definitions in the California Fish and Game
Code. Tasks associated with this effort include coordination with USACE, CDFG and
CRWQCB, and include (1) review existing literature related to the site including historical
topographic maps and aerial photos, National Wetland Inventory Maps, Soil Surveys, and the
previous USACE 404 Permit, etc. in order to determine potential jurisdictional water. Review
preliminary engineering plans for the project to assess potential impacts to waters in the area.
(2) Conduct field survey to collect data upstream and downstream of the site location, evaluate
soils, vegetation and hydrologic conditions on the site, and delineate jurisdictional waters using
approved state and federal methods and collect data using GPS with sub-meter accuracy.
Exhibit"A"
Page 19 of 25
49
EXHIBIT "A"
SCOPE OF SERVICES
Deliverables: A Jurisdictional Determination and Delineation Report that defines methods and
results of the field assessment. Boundaries of jurisdictional waters shall be overlaid onto aerial
photographs for identification. Proposed impact areas shall be overlaid onto the aerial
photograph to identify and quantify impacts. Approximate calculations of the amount of
acreage of waters to be impacted(if any) by the project shall also be provided.
Task 3.10 Visual Impact Assessment
Consultant's team member, Terra Nova shall proceed with a stepped approach to visual
impact assessment, first preparing a Scenic Resources Evaluation as permitted in the Caltrans
SER. If the assessment is required to go to the next level, this work shall be rolled into the
preparation of Visual Impact Assessment and shall include visual simulations of the new
bridge. For step two, Terra Nova shall contract for and manage preparation of four (4)
computer-generated high-resolution visual simulation studies of the proposed bride design,
establishing viewshed analyses and locations with City and Caltrans staff. Two rounds of
revisions are anticipated. Simulations shall use elevation data flown topography of the wash,
existing bridge and surrounding lands, and the new bridge addition shall be modeled based on
design data provided by project engineers. The Visual Impact Assessment Report shall be
prepared in conformance with the FHWA VIA Guidelines and shall incorporate visual
simulations and other exhibits. The computer-generated visual simulations shall also be
suitable for and shall enhance public presentations and public hearings
Deliverables: Scenic Resources Evaluation, Visual Impact Assessment (FHWA/Caltrans
compliant), Four(4) visual simulations and Visual Impact Assessment Report
Task 3.11 Community Impact Assessment
Consultant's team member, Terra Nova shall prepare a Community Impact Assessment (CIA)
for the proposed bridge project in accordance with the Caltrans Environmental Handbook,
Volume 4. The CIA shall address potential social and economic impacts to the community from
the proposed Project and shall describe the existing social and economic environment within
the specified study area and the projects as a result of its implementation "to provide
documentation of the current and anticipated social environment of a geographic area with and
without action." The potential impacts to be addressed those that are raised by the community
or those that may be reasonably anticipated by the project development team, including
mobility, safety, employment effects, relocation, and noise. Section 1 of the CIA shall include
the background and project description and define the study area. Section 2, Setting, shall
describe the existing social, economic and demographic setting within the study area, including
land use, development trends, applicable land use plans, as well as adopted goals and
policies; regional and local population and housing characteristics and attitudes toward the
project; regional and local economic conditions, including employment and income, business
activity, and fiscal conditions; and community facilities and services. Section 3 shall discuss
impacts to the regional and local economy, including the immediate neighborhood and
Exhibit"A"
Page 20 of 25
50
EXHIBIT "A"
SCOPE OF SERVICES
households in the project area and vicinity, as well as local businesses, housing values,
community services and other elements of the community. Section 4 sets forth avoidance and
minimization measures to offset the potential impacts described in Section 3.
Deliverables: Community Impact Assessment Report
Task 3.12 Cultural Resources Study (APE/HPSR/ASR)
Consultant's team member, Terra Nova shall contract for and manage archaeological and
historic property research and documentation, as well as consultation with the Agua Caliente
Tribe and Caltrans, and preparation of reports in conformance with CEQA and Section 106 of
the Historic Preservation Act. Terra Nova shall also coordinate with the THPO on Section 106
jurisdiction and establish the appropriate procedure for expedited Section 106 approval.
Approval of the previously drafted APE map shall be secured from Caltrans. Tasks include the
following:
1. Contact and maintaining communication with Caltrans to ensure that all the issues are
known and addressed; production of maps supporting the APE on the appropriate current
USGS 7.5' quadrangle and applicable historic maps to use for the records search,
background research, and for inclusion in the report, as needed;
2. Conduct a historical/archaeological resources records search at the Eastern Information
Center at University of California, Riverside and with the Agua Caliente Register;
3. Pursue general historical background research based on the APE and its environs;
4. Request a sacred lands record search from the Native American Heritage Commission and
contact local Native American representatives regarding Native American resources in and
around the project area, as required by Caltrans and Section 106;
5. Consult with Agua Caliente and maintain open channels of communication with the Tribe
throughout the course of the study;
6. Conduct a field survey of the APE following standard professional archaeological
procedures;
7. Conduct specific historical studies, including archival research, interviews, and including
consultations with local historical societies and/or other representatives of the local
community concerning the APE, as necessary, to determine past land uses and owners
and to explore historical associations;
8. Prepare a Draft Historical Properties Survey Report (HPSR) and an Archaeological Survey
Report (ASR) according to Caltrans guidelines to document the findings of the procedures
outlined above, identify potential historic properties within or adjacent to the APE, evaluate
their integrity and historical significance under criteria for the National Register of Historic
Places, incorporate comments and recommendations from the Tribe (if any), and
recommend subsequent courses of actions regarding cultural resources, if necessary;
9. Review comments, plan and organize responses to comments, and prepare the final
versions of the reports for Caltrans approval.
Deliverables: Historical Properties Survey Report (HPSR) and an Archaeological Survey
Report (ASR);APE map
Exhibit"A"
Page 21 of 25
51
EXHIBIT "A"
SCOPE OF SERVICES
(Paleontological Requirements)
Based upon conditions at the project site, it is anticipated that paleontological resource
assessments shall not be required. Rationale for why a paleontological assessment is not
required shall be included in Draft PES.
Task 3.13 Draft NEPA Environmental Assessment per USACE/Caltrans MOU
Consultant's team member, Terra Nova shall prepare an integrated NEPA Environmental
Assessment (EA) based on the approved PES and in consultation with USACE and Caltrans;
said NEPA EA shall serve both agencies. The NEPA EA may be required by Caltrans,
USACE or both agencies, but by the USACE only if an Individual 404 Permit is required for the
project. The NEPA EA shall include a purpose and need statement, description of project
alternatives, discussion of regulatory setting and authority, affected environment, assessment
of environmental consequences, and avoidance/ minimization / mitigation measures. Caltrans
and USACE may adopt a Categorical Exclusion (CE) or Finding of No Significant Effect
(FONSI) in association with its NEPA function. It is assumed that Caltrans (on behalf of
FHWA) will be the Lead Agency and that the USACE, USEPA and Bureau of Indian Affairs will
be Cooperating Agencies. USEPA shall use the NEPA EA for purposes of issuing a Section
401 certificate for Native American lands affected by the project. Terra Nova shall confer and
coordinate with Caltrans, USACE and USEPA initially and on an on-going basis. This task
assumes preparation of a screen check draft, two document revisions and a Final Draft NEPA
EA in conformance with Caltrans QA/QC requirements.
Deliverables: Caltrans & USACE-Compliant NEPA EA, and associated exhibits and supporting
documentation
Task 3.14 Draft CEQA Initial Study / Mitigated Negative Declaration (IS/MND) per CEQA
and Palm Springs CEQA Rules
Consultant's team member, Terra Nova shall prepare an integrated City-compliant CEQA
Initial Study/Mitigated Negative Declaration based on the preliminary scoping activities set
forth in this scope of work. The City CEQA IS/MND shall analyze the Preferred
Project/Proposed Action selected by the City. The Initial Study/Mitigated Negative Declaration
shall also include a comprehensive Mitigation Monitoring and Reporting Program for each
category where mitigation is required. It is assumed that the City will adopt a Mitigated
Negative Declaration. A screen check draft of the IS/MND shall be provided to the City and
engineering team and revised as required prior to transmittal. The City of Palm Springs will be
the CEQA Lead Agency and the City of Cathedral City will be a Responsible Agency. The
Department of Fish and Game shall also be a CEQA Responsible Agency, shall be provided
with the opportunity to comment on the IS/MND and shall use the adopted IS/MND to process
and issue a Streambed Alteration Agreement. The California Regional Water Quality Control
Board (CRWQCB) shall also be a Responsible Agency and shall use the approved CEQA
Exhibit"A"
Page 22 of 25
52
EXHIBIT "A"
SCOPE OF SERVICES
IS/MND to process and issue a Section 401 CWA certificate for Non-Native American lands
affected by the project.
Deliverables: CEQA and City-compliant Initial Study/Mitigated Negative Declaration with
Mitigation Monitoring and Reporting Program.
Task 3.15 Bureau of Indian Affairs Consultation & NEPA and Section 106 Clearances
Portions of the lands underlying the subject bridge project are within the Reservation of the
Agua Caliente Band of Cahuilla Indians (ACBCI) and subject to Tribal and US Bureau of Indian
Affairs review and approval. Terra Nova shall also coordinate and help facilitate the review of
cultural resources analysis pursuant to Section 106 of the Historic Preservation Act.
Consultant's team member, Terra Nova shall coordinate with the Bureau of Indian Affairs (BIA)
with the intent of having the BIA act as a "Cooperating Agency" for NEPA purposes. Terra
Nova shall also determine whether and to what extent the BIA may require separate NEPA
documentation and review for any temporary or permanent easement or acquisition of right-of-
way for the subject bridge.
Deliverables: BIA coordination
Task 3.16 Circulate Draft Environmental Document and Respond Comments
Task includes preparation of IS/MND transmittal list and document transmittal based on City-
approved agency transmittal list provided to and approved by City Public Works, and
surrounding property owner notification package with a 1,000-foot radius (per City Public
Works) to be provided by OPC. Terra Nova shall also prepare a Notice of Completion for
transmittal to the Riverside County Clerk and the State Clearinghouse (SCH) for posting for a
30-day period. The SCH shall also be provided with the required 15 copies of the IS/MND
and/or CD of same for SCH distribution. Terra Nova shall prepare responses to comments
received on the IS/MND and also assist in the preparation of staff reports and other materials
that facilitate the project's public review and approval process. The use of the CEQA Initial
Study/Mitigated Negative Declaration shall go forward once it is certain that this approach is
consistent with Caltrans NEPA actions.
Deliverables: CEQA and City-compliant Initial Study/Mitigated Negative Declaration, and
associated exhibits and supporting documentation; and Response to Comments, Agency
transmittal list, Notice of Completion, and mailing of Draft IS/MND document and NOC; Draft
Staff Report, Presentation at Public Hearing.
Task 3.17 Final Environmental Document (MND/FONSI)
City and Caltrans shall collect any comments received on the draft CEQA and NEPA
documents, and shall provide same to Consultant's team member, Terra Nova for verbatim
restatement and formal response. Terra Nova shall affect any necessary changes to
Exhibit"A"
Page 23 of 25
53
EXHIBIT "A"
SCOPE OF SERVICES
environmental documents needed to memorialize changes in mitigation measures or findings.
Once final action has been taken by the City and Caltrans, the final CEQA IS/MND and NEPA
EA documents shall be provided to the City and Caltrans, respectively. Terra Nova shall also
assist in the preparation of the NEPA FONSI and shall coordinate with Caltrans on proper
noticing in the Federal Register.
Deliverables: Final CEQA IS/MND and NEPA EA; Draft NEPA FONSI
Task 3.18 File Notice of Determination (CEQA)
Consultant's team member, Terra Nova, shall prepare a Notice of Determination (NOD)
following the adoption of the CEQA document by the City. The drafted NOD shall be submitted
to the City for signature and delivered to the Riverside County Clerk and to the State
Clearinghouse to initiate the statutory 30-day appeal period. A copy of the posted NOD shall
be provided to the City upon receipt. Filing fee to be paid by City.
Deliverables: Draft & Final Notice of Determination & filing of same with County Clerk and
State Clearinghouse
Task 3.19 Publish Notice in Federal Register
Consultant's team member, Terra Nova, shall assist and otherwise provide support to Caltrans
and/or USACE in the preparation and publication of the NEPA and 404 permit notice in the
Federal register. This notice shall be prepared in compliance with the Caltrans SER and it is
assumed that a Draft and Final version of the notice will be prepared and that coordination and
publication of the notice will be the responsibility of Caltrans/FHWA and/or USACE.
Deliverables: Draft Federal Register Notices, project descriptions, exhibits, other materials
required
Task 3.20 ACOE Section 404 Permit and NEPA Clearance / EPA & SWRCB Section 401
Water Quality Certifications
Consultant's team member, Terra Nova, shall initiate early and on-going consultation and
coordination with the USACE, USEPA and CRWQCB pursuant to Sections 404 and 401 of the
Federal Clean Water Act and with the CDFG pursuant to Section 1602 of the California Fish
and Game Code. As appropriate, Terra Nova shall prepare applications and supporting
documentation for a dredge and fill permit to be issued by the US Army Corps of Engineers
(USACE) under Section 404 of the federal Clean Water Act. While the scope of work assumes
the need for an Individual Permit, it is possible that the project may qualify for a Nationwide
Permit. Work product shall include the completed application package and draft NEPA
environmental assessment addressing USACE issues, as well as the Draft Public Notice, draft
NEPA Alternatives Analysis and Habitat Mitigation and Monitoring Program, if required. Terra
Nova shall also facilitate the processing of the 404 permit through the USACE. Terra Nova
Exhibit"A"
Page 24 of 25
54
EXHIBIT "A"
SCOPE OF SERVICES
shall also prepare applications and supporting documentation for the USEPA and the
California Regional Water Quality Control Board for the issuance of Section 401 certificates for
Native American and Non-Native American lands within the project area that may be affected
by project development.
Deliverables: USACE CWA Section 404 application package; Associated NEPA
documentation; 404 Permit. CWA Section 401 Certificate application packages prepared for
and submitted to the USEPA and CRWQCB
Task 3.21 CDFG Streambed Alteration Agreement
Consultant team member, Terra Nova shall prepare and process a Streambed Alteration
Agreement (SAA) application as required by the California Department of Fish and Game and
in conformance with Section 1602 of the Fish and Game Code. The SAA shall be included in
the CEQA IS/MND document project description and analyzed in the IS/MND document.
CDFG may issue the Agreement following City's adoption of the Mitigated Negative
Declaration. Detailed tasks include the following: (1) Provide plant and wildlife survey of the
project area, including surveys for federally listed and state-listed species, and an assessment
of riparian habitat (including quantification of riparian habitat); (2) Prepare and submit to CDFG
an assessment of the extent of Whitewater River streambed, within the project area with
streambed delineation; (3) Prepare a written description of the project that covers the project
features and activities and proposed construction methods in detail, including location of the
activities, project features and activities, how the activities will be conducted, what equipment
and materials will be needed for the activities, how access to the site will be achieved, and the
schedule of activities; (4) Prepare maps showing the project site with a clear project boundary
relative to a USGS topographic quadrangle or aerial photographs, including landmark
information like street names or other features to identify the location, and include the USACE
delineation information on the maps; (5) Prepare the Section 1602 Streambed Alteration
Notification, along with the applications for RWQCB Water Quality Certification and a USACE
Section 404 permit, a copy of a biological evaluation (based on the surveys conducted)
including the assessment of riparian habitat in the project area, and a copy of any draft or final
CEQA document prepared for the project; (6) Draft 1602 Agreement letter for use, modification
and approval by CDFG
Deliverables: CDFG Section 1602 Streambed Alteration Agreement application package and
supporting exhibits and documentation; Draft CDFG SAA
END OF EXHIBIT "A"
Exhibit"A"
Page 25 of 25
55
EXHIBIT "B"
SPECIAL REQUIREMENTS
Add the following to Section 2.0, Compensation:
Section 2.5, Cost Principles. Consultant agrees that the Contract Cost Principles and
Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq.,
shall be used to determine the allowability of cost individual items. Consultant also agrees to
comply with federal procedures in accordance with 49 CFR, Part 18, Uniform Administrative
Requirements for Grants and Cooperative Agreements to State and Local Governments. Any
costs for which payment has been made to Consultant that are determined by subsequent
audit to be unallowable under 48 CFR, Federal Acquisition Regulations System, Chapter 1,
Part 31.000 et seq., are subject to repayment by Consultant to the City.
Add the following to Section 2.0, Compensation:
Section 2.6, General Compliance with Laws and Wage Rates. Consultant warrants that its
cost proposal, approved by City and identified on the Schedule of Compensation as set forth in
Exhibit "E", complies with all federal, state and local laws and ordinances applicable to the
work, including compliance with prevailing wage rates and their payment in accordance with
California Labor Code, Section 1775.
Add the following to Section 4.0, Coordination of Work:
Section 4.5, Subcontracting. Any subcontracts or contractual arrangements ("subcontracts")
between the Consultants and other parties ("subcontractors") entered into in the performance
of this Agreement to which the City is not named shall include all applicable provisions of this
Agreement and the Consultant shall require that its subcontractors thereby comply with all
such applicable provisions.
Add the following two paragraphs to Section 7.5, Audit and Inspection of Records:
For the purpose of determining compliance with Public Contract Code 10115, et seq. and Title
21, California Code of Federal Regulations, Chapter 21, Section 2500 et seq., when applicable
and other matters connected with the performance of the contract pursuant to Government
Code 8546.7; the Consultant, subcontractors, and the City shall maintain all books,
documents, papers, accounting records, and other evidence pertaining to the performance of
the contract, including but not limited to, the costs of administering the contract. All parties
shall make such materials available at their respective offices at all reasonable times during
the contract period and for three years from the date of final payment under the contract. The
state, the State Auditor, City, FHWA, or any duly authorized representative of the federal
government shall have access to any books, records, and documents of the Consultant that
are pertinent to the contract for audit, examinations, excerpts, and transactions, and copies
thereof shall be furnished if requested. Subcontracts in excess of $25,000 shall contain this
provision.
Exhibit°B"
Page 1 of 11
56
EXHIBIT "B"
SPECIAL REQUIREMENTS
Any dispute concerning a question of fact arising under an interim or post audit of this contract
that is not disposed of by agreement, shall be reviewed by the City's Chief Financial Officer.
Not later than 30 days after issuance of the final audit report, the Consultant may request a
review by the City's Chief Financial Officer of unresolved audit issues. The request for review
will be submitted in writing. Neither the pendency of a dispute nor its consideration by the City
will excuse the Consultant from full and timely performance, in accordance with the terms of
this contract.
Add the following to Section 10.0, Miscellaneous Provisions:
Section 10.9, Covenant Against Contingent Fees. The Consultant warrants, by execution of
this contract that no person or selling agency has been employed, or retained, to solicit or
secure this contract upon an agreement or understanding, for a commission, percentage,
brokerage, or contingent fee, except bona fide employees, or bona fide established
commercial or selling agencies maintained by the Consultant for the purpose of securing
business. For breach or violation of this warranty, the City has the right to annul this contract
without liability; pay only for the value of the work actually performed, or in its discretion to
deduct from the contract price or consideration, or otherwise recover the full amount of such
commission, percentage, brokerage, or contingent fee.
Add the following to Section 10.0, Miscellaneous Provisions:
Section 10.10, Patent Rights. This agreement includes herein by reference applicable patent
rights provisions described in 41 CFR 1-91 regarding rights to inventions.
Add the following to Section 10.0, Miscellaneous Provisions:
Section 10.11, Endorsement. The responsible consultant/engineer shall sign all plans,
specifications, estimates (PS&E) and engineering data furnished by him/her, and where
appropriate, indicate his/her California registration number.
Add the Following to Section 10.0, Miscellaneous Provisions:
Section 10.12, Disadvantaged Business Enterprise(DBE) Requirements.
The City has established an Underutilized DBE goal for this Agreement of 2.40%.
1. TERMS AS USED IN THIS DOCUMENT
• The term "Disadvantaged Business Enterprise' or "DBE" means a for-profit small business
concern owned and controlled by a socially and economically disadvantaged person(s) as
defined in Title 49, Part 26.5, Code of Federal Regulations (CFR).
• The term "Underutilized Disadvantaged Business Enterprise" or "UDBE." DBE classes that
have been determined in the 2007 Caltrans Disparity Study to have a statistically significant
Exhibit"B"
Page 2 of 11
57
EXHIBIT "B"
SPECIAL REQUIREMENTS
disparity in their utilization in previously awarded transportation contracts. UDBEs include:
African Americans, Native Americans, Asian-Pacific Americans, and Women.
• The term "Agreement" also means "Contract."
• Agency also means the local entity entering into this contract with the Contractor or
Consultant.
• The term "Small Business" or"SB" is as defined in 49 CFR 26.65.
• The term "Department" means the "California Department of Transportation" or "Caltrans"
2. AUTHORITY AND RESPONSIBILITY
A. DBEs and other small businesses are strongly encouraged to participate in the
performance of Agreements financed in whole or in part with federal funds (See 49 CFR
26, "Participation by Disadvantaged Business Enterprises in Department of Transportation
Financial Assistance Programs'). The Contractor should ensure that DBEs and other small
businesses have the opportunity to participate in the performance of the work that is the
subject of this solicitation and should take all necessary and reasonable steps for this
assurance. The proposer shall not discriminate on the basis of race, color, national origin,
or sex in the award and performance of subcontracts.
B. Proposers are encouraged to use services offered by financial institutions owned and
controlled by DBEs.
3. SUBMISSION OF UDBE AND DBE INFORMATION
A "Local Agency Proposer UDBE Commitment (Consultant Contract)" (Exhibit 10-01) form is
incorporated herein by reference. The Consultant warrants that it has either met the UDBE
goal, or has demonstrated good faith efforts to meet the goal established for the contract. Only
UDBE participation will be counted towards the contract goal; however, all DBE participation
shall be collected and reported. Consultant shall submit a completed Exhibit 10-01 form to
City prior to commencing work.
A "Local Agency Proposer DBE Information (Consultant Contract)" (Exhibit 10-02) form is
incorporated herein by reference. The purpose of the form is to collect data required under 49
CFR 26. For contracts with UDBE goals, this form collects DBE participation by DBEs owned
by Hispanic American and Subcontinent Asian Americans males (persons whose origin are
from India, Pakistan, Bangladesh, Bhutan, Maldives Islands, Nepal or Sri Lanka).
4. DBE PARTICIPATION GENERAL INFORMATION
It is the Consultant's responsibility to be fully informed regarding the requirements of 49 CFR,
Part 26, and the Department's DBE program developed pursuant to the regulations. Particular
attention is directed to the following:
A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified
through the California Unified Certification Program (CUCP).
Exhibit"B"
Page 3 of 11
58
EXHIBIT "B"
SPECIAL REQUIREMENTS
B. A certified DBE may participate as a prime contractor, subcontractor, joint venture partner,
as a vendor of material or supplies, or as a trucking company.
C. A UDBE firm not proposing as a joint venture with a non-DBE, will be required to document
one or a combination of the following:
1. The firm is a UDBE and will meet the goal by performing work with its own forces.
2. The firm will meet the goal through work performed by UDBE subcontractors, suppliers
or trucking companies.
3. The firm, prior to proposing, made adequate good faith efforts to meet the goal.
D. A DBE joint venture partner must be responsible for specific contract items of work or
clearly defined portions thereof. Responsibility means actually performing, managing, and
supervising the work with its own forces. The DBE joint venture partner must share in the
capital contribution, control, management, risks and profits of the joint venture
commensurate with its ownership interest.
E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a
DBE firm must be responsible for the execution of a distinct element of the work and must
carry out its responsibility by actually performing, managing and supervising the work.
F. The firm shall list only one subcontractor for each portion of work as defined in their
proposal and all DBE subcontractors should be listed in the bid/cost proposal list of
subcontractors.
G. A firm acting as the prime consultant who is a certified DBE is eligible to claim all of the
work in the Agreement toward the DBE participation except that portion of the work to be
performed by non-DBE subcontractors.
5. RESOURCES
A. The CUCP database includes the certified DBEs from all certifying agencies participating in
the CUCP. If you believe a firm is certified that cannot be located on the database, please
contact the Caltrans Office of Certification toll free number 1-866-810-6346 for assistance.
Firms may call (916) 440-0539 for web or download assistance.
B. Access the CUCP database from the Department of Transportation, Civil Rights, Business
Enterprise Program web site at: http://www.dot.ca.gov/hq/bep/.
• Click on the link in the left menu titled Disadvantaged Business Enterprise
• Click on Search for a DBE Firm link
• Click on Access to the DBE Query Form located on the first line in the center of the
page
• Searches can be performed by one or more criteria
• Follow instructions on the screen
C. How to Obtain a List of Certified DBEs without Internet Access
Exhibit"B"
Page 4 of 11
59
EXHIBIT "B"
SPECIAL REQUIREMENTS
D. DBE Directory: If you do not have Internet access, Caltrans also publishes a directory of
certified DBE firms extracted from the online database. A copy of the directory of certified
DBEs may be ordered at: hftp://caltrans-opac.ca.gov/publicat.htm
6. MATERIALS OR SUPPLIES PURCHASED FROM DBES COUNT TOWARDS DBE
CREDIT, AND IF A DBE IS ALSO A UDBE, PURCHASES WILL COUNT TOWARDS THE
UDBE GOAL UNDER THE FOLLOWING CONDITIONS:
A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the
cost of the materials or supplies. A DBE manufacturer is a firm that operates or maintains a
factory, or establishment that produces on the premises the materials, supplies, articles, or
equipment required under the Agreement and of the general character described by the
specifications.
B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the
cost of the materials or supplies. A DBE regular dealer is a firm that owns, operates or
maintains a store, warehouse, or other establishment in which the materials, supplies,
articles or equipment of the general character described by the specifications and required
under the Agreement are bought, kept in stock, and regularly sold or leased to the public in
the usual course of business. To be a DBE regular dealer, the firm must be an established,
regular business that engages, as its principal business and under its own name, in the
purchase and sale or lease of the products in question. A person may be a DBE regular
dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt
without owning, operating or maintaining a place of business provided in this section.
7. STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION
1. Subcontractors
A. Nothing contained in this Agreement or otherwise, shall create any contractual relation
between the City and any subcontractors, and no subcontract shall relieve the Consultant
of his/her responsibilities and obligations hereunder. The Consultant agrees to be as fully
responsible to the City for the acts and omissions of its subcontractors and of persons
either directly or indirectly employed by any of them as it is for the acts and omissions of
persons directly employed by the Consultant. The Consultant's obligation to pay its
subcontractors is an independent obligation from the Agency's obligation to make
payments to the Consultant.
B. Any subcontract in excess of $25,000, entered into as a result of this Agreement, shall
contain all the provisions stipulated in this Agreement to be applicable to subcontractors.
C. Consultant shall pay its subcontractors within ten (10) calendar days from receipt of each
payment made to the Consultant by the Agency.
D. Any substitution of subcontractors must be approved in writing by the Agency's Contract
Manager in advance of assigning work to a substitute subcontractor.
2. Disadvantaged Business Enterprise (DBE) Participation
Exhibit"B"
Page 5 of 11
60
EXHIBIT "B"
SPECIAL REQUIREMENTS
A. This Agreement is subject to 49 CFR, Part 26 entitled "Participation by Disadvantaged
Business Enterprises in Department of Transportation Financial Assistance Programs."
Firms who obtain DBE participation on this contract will assist Caltrans in meeting its
federally mandated statewide overall DBE goal.
B. If the contract has an underutilized DBE (UDBE) goal, the Consultant must meet the UDBE
goal by committing UDBE participation or document a good faith effort to meet the goal. If a
UDBE subconsultant is unable to perform, the Consultant must make a good faith effort to
replace him/her with another UDBE subconsultant, if the goal is not otherwise met. A UDBE
is a firm meeting the definition of a DBE as specified in 49 CFR and is one of the following
groups: African Americans, Native Americans, Asian-Pacific Americans, or Women.
C. DBEs and other small businesses, as defined in 49 CFR, Part 26 are encouraged to
participate in the performance of agreements financed in whole or in part with federal
funds. The Consultant, sub-recipient or subconsultant shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this Agreement. The Consultant
shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration
of US DOT- assisted agreements. Failure by the Consultant to carry out these
requirements is a material breach of this Agreement, which may result in the termination of
this Agreement or such other remedy as the recipient deems appropriate.
D. Any subcontract entered into as a result of this Agreement shall contain all of the provisions
of this section.
3. Performance of DBE Consultant and other DBE Subconsultants/Suppliers
A. A DBE performs a commercially useful function when it is responsible for execution of the
work of the Agreement and is carrying out its responsibilities by actually performing,
managing, and supervising the work involved. To perform a commercially useful function,
the DBE must also be responsible with respect to materials and supplies used on the
Agreement, for negotiating price, determining quality and quantity, ordering the material,
and installing (where applicable) and paying for the material itself. To determine whether a
DBE is performing a commercially useful function, evaluate the amount of work
subcontracted, industry practices; whether the amount the firm is to be paid under the
Agreement is commensurate with the work it is actually performing; and other relevant
factors.
B. A DBE does not perform a commercially useful function if its role is limited to that of an
extra participant in a transaction, Agreement, or project through which funds are passed in
order to obtain the appearance of DBE participation. In determining whether a DBE is such
an extra participant, examine similar transactions, particularly those in which DBEs do not
participate.
C. If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost
of its Agreement with its own work force, or the DBE subcontracts a greater portion of the
work of the Agreement than would be expected on the basis of normal industry practice for
the type of work involved, it will be presumed that it is not performing a commercially useful
function.
Exhibit"B"
Page 6 of 11
61
EXHIBIT "B"
SPECIAL REQUIREMENTS
4. Prompt Payment of Funds Withheld to Subcontractors
A. No retainage will be held by the City from progress payments due the prime Consultant.
Any retainage held by the prime Consultant or subconsultants from progress payments due
subconsultants shall be promptly paid in full to subconsultants within 30 days after the
subconsultant's work is satisfactorily completed. Federal law (49 CFR26.29) requires that
any delay or postponement of payment over the 30 days may take place only for good
cause and with the City's prior written approval. Any violation of this provision shall subject
the violating prime consultant or subconsultant to the penalties, sanctions and other
remedies specified in Section 7108.5 of the Business and Professions Code. These
requirements shall not be construed to limit or impair any contractual, administrative, or
judicial remedies, otherwise available to the prime consultant or subconsultant in the event
of a dispute involving late payment or nonpayment by the prime consultant, deficient
subconsultant performance, or noncompliance by a subconsultant. This provision applies to
both DBE and non-DBE prime consultant and subconsultants.
B. Any subcontract entered into as a result of this Agreement shall contain all of the provisions
of this section.
5. DBE Records
A. The Consultant shall maintain records of materials purchased and/or supplied from all
subcontracts entered into with certified DBEs. The records shall show the name and
business address of each DBE or vendor and the total dollar amount actually paid each
DBE or vendor, regardless of tier. The records shall show the date of payment and the total
dollar figure paid to all firms. DBE prime consultants shall also show the date of work
performed by their own forces along with the corresponding dollar value of the work.
B. Upon completion of the Agreement, a summary of these records shall be prepared and
submitted on the form entitled, "Final Report-Utilization of Disadvantaged Business
Enterprise (DBE), First-Tier Subcontractors," CEM-2402F (Exhibit 17-F, Chapter 17, of the
LAPM), certified correct by the Consultant or the Consultant's authorized representative
and shall be furnished to the Contract Manager with the final invoice. Failure to provide the
summary of DBE payments with the final invoice will result in 25% of the dollar value of the
invoice being withheld from payment until the form is submitted. The amount will be
returned to the Consultant when a satisfactory "Final Report-Utilization of Disadvantaged
Business Enterprises (DBE), First-Tier Subcontractors" is submitted to the Contract
Manager.
C. Prior to the fifteenth of each month, the Consultant shall submit documentation to the
Agency's Contract Manager showing the amount paid to DBE trucking companies. The
Consultant shall also obtain and submit documentation to the Agency's Contract Manager
showing the amount paid by DBE trucking companies to all firms, including owner-
operators, for the leasing of trucks. If the DBE leases trucks from a non-DBE, the
Consultant may count only the fee or commission the DBE receives as a result of the lease
arrangement.
Exhibit"B"
Page 7 of 11
62
EXHIBIT "B"
SPECIAL REQUIREMENTS
6. DBE Certification and Decertification Status
If a DBE subconsultant is decertified during the life of the Agreement, the decertified
subconsultant shall notify the Consultant in writing with the date of decertification. If a
subconsultant becomes a certified DBE during the life of the Agreement, the subconsultant
shall notify the Consultant in writing with the date of certification. Any changes should be
reported to the City's Contract Manager within 30 days
Materials or supplies purchased from DBEs will count towards DBE credit, and if a DBE is also
a UDBE, purchases will count towards the UDBE goal under the following conditions:
A. If the materials or supplies are obtained from a DBE manufacturer, 100 % of the cost of the
materials or supplies will count toward the DBE participation. A DBE manufacturer is a firm
that operates or maintains a factory or establishment that produces on the premises the
materials, supplies, articles, or equipment required under the Agreement and of the general
character described by the specifications.
B. If the materials or supplies purchased from a DBE regular dealer, count 60 % of the cost of
the materials or supplies toward DBE goals. A regular dealer is a firm that owns, operates
or maintains a store, warehouse, or other establishment in which the materials, supplies,
articles or equipment of the general character described by the specifications and required
under the Agreement, are bought, kept in stock, and regularly sold or leased to the public in
the usual course of business. To be a regular dealer, the firm must be an established,
regular business that engages, as its principal business and under its own name, in the
purchase and sale or lease of the products in question. A person may be a regular dealer in
such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without
owning, operating or maintaining a place of business provided in this section.
C. If the person both owns and operates distribution equipment for the products, any
supplementing of regular dealers' own distribution equipment, shall be by a long-term lease
agreement and not an ad hoc or Agreement-by-Agreement basis. Packagers, brokers,
manufacturers' representatives, or other persons who arrange or expedite transactions are
not regular dealers within the meaning of this section.
D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular
dealer, will be limited to the entire amount of fees or commissions charged for assistance in
the procurement of the materials and supplies, or fees or transportation charges for the
delivery of materials or supplies required on the job site, provided the fees are reasonable
and not excessive as compared with fees charged for similar services.
Exhibit"B"
Page 8 of 11
63
EXHIBIT "B"
SPECIAL REQUIREMENTS
Add the Following to Section 10.0, Miscellaneous Provisions:
Section 10.13, National Labor Relations Board Certification.
In accordance with Public Contract Code Section 10296, the Consultant hereby states under
penalty of perjury that no more than one final unappealable finding of contempt of court by a
federal court has been issued against the Consultant within the immediately preceding two-
year period, because of the Consultant's failure to comply with an order of a federal court that
orders the Consultant to comply with an order of the National Labor Relations Board.
Add the Following to Section 10.0, Miscellaneous Provisions:
Section 10.14, Statement of Compliance.
The Consultant's signature affixed herein, and dated, shall constitute a certification under
penalty of perjury under the laws of the State of California that the Consultant has, unless
exempt, complied with, the nondiscrimination program requirements of Government Code
Section 12990 and Title 2, California Administrative Code, Section 8103.
Add the Following to Section 10.0, Miscellaneous Provisions:
Section 10.15, Debarment and Suspension Certificate.
The Consultant's signature affixed herein, shall constitute a certification under penalty of
perjury under the laws of the State of California that the Consultant has complied with Title 49,
Code of Federal Regulations, Part 29, Debarment and Suspension Certificate, which certifies
that he/she or any person associated therewith in the capacity of owner, partner, director,
officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or
determination of ineligibility by any federal agency; has not been suspended, debarred,
voluntarily excluded, or determined ineligible by any federal agency within the past three (3)
years; does not have a proposed debarment pending; and has not been indicted, convicted, or
had a civil judgment rendered against it by a court of competent jurisdiction in any matter
involving fraud or official misconduct within the past three (3) years. Any exceptions to this
certification must be disclosed to the City.
Add the Following to Section 10.0, Miscellaneous Provisions:
Section 10.16, Conflict of Interest.
The Consultant shall disclose any financial, business, or other relationship with City that may
have an impact upon the outcome of this contract, or any ensuring City construction project.
The Consultant shall also list current clients who may have a financial interest in the outcome
of this contract, or any ensuing City construction project, which will follow.
Exhibit"B"
Page 9 of 11
64
EXHIBIT "B"
SPECIAL REQUIREMENTS
The Consultant hereby certifies that it does not now have, nor shall it acquire any financial or
business interest that would conflict with the performance of services under this agreement.
Any subcontract in excess of $25,000 entered into as a result of this contract shall contain all
of the provisions of this Article.
The Consultant hereby certifies that neither Consultant, nor any firm affiliated with the
Consultant will bid on any construction contract, or on any contract to provide construction
inspection for any construction project resulting from this contract. An affiliated firm is one
which is subject to the control of the same persons through joint-ownership, or otherwise.
Except for subcontractors whose services are limited to providing surveying or materials
testing information, no subcontractor who has provided design services in connection with this
contract shall be eligible to bid on any construction contract, or on any contract to provide
construction inspection for any construction project resulting from this contract.
Add the Following to Section 10.0, Miscellaneous Provisions:
Section 10.17, Rebates. Kickbacks or Other Unlawful Consideration.
The Consultant warrants that this contract was not obtained or secured through rebates,
kickbacks, or other unlawful consideration, either promised or paid to any City employee. For
breach or violation of this warranty, City shall have the right in its discretion; to terminate the
contract without liability; to pay only for the value of the work actually performed; or to deduct
from the contract price or otherwise recover the full amount of such rebate, kickback or other
unlawful consideration.
Add the Following to Section 10.0, Miscellaneous Provisions:
Section 10.18, Prohibition of Expending Local Agency State or Federal Funds for Lobbying.
The Consultant certifies to the best of its knowledge and belief that:
1. No state, federal or local agency appropriated funds have been paid, or will be paid by or
on behalf of the Consultant to any person for influencing or attempting to influence an
officer or employee of any state or federal agency; a Member of the State Legislature or
United States Congress; an officer or employee of the Legislature or Congress; or any
employee of a Member of the Legislature or Congress, in connection with the awarding of
any state or federal contract; the making of any state or federal grant; the making of any
state or federal loan; the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any state or federal contract, grant,
loan, or cooperative agreement.
Exhibit"B"
Page 10 of 11
65
EXHIBIT "B"
SPECIAL REQUIREMENTS
2. If any funds other than federal appropriated funds have been paid, or will be paid to any
person for influencing or attempting to influence an officer of employee of any federal
agency; a Member of Congress; an officer or employee of Congress, or an employee of a
Member of Congress; in connection with this federal contract, grant, loan, or cooperative
agreement; the Consultant shall complete and submit Standard Form-LLL "Disclosure Form
to Report Lobbying," in accordance with its instructions.
This certification is a material representation of the fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by Section 1352, Title 31, US Code. Any
person who fails to file the required certification shall be subject to a civil penalty of not less
than $10,000 and not more than $100,000 for each such failure.
The Consultant also agrees by signing this document that it shall require that the language of
this certification be included in all lower-tier subcontracts, which exceed $100,000, and that all
such sub recipients shall certify and disclose accordingly.
Add the Following to Section 10.0, Miscellaneous Provisions:
Section 10.19, Eouii)ment Purchase Provisions.
Prior authorization in writing by the City shall be required before the Consultant enters into any
unbudgeted purchase order or subcontract exceeding $5,000 for supplies, equipment, or
Consultant services. The Consultant shall provide an evaluation of the necessity or desirability
of incurring such costs. For purchase of any item, service or consulting work not covered in
the Consultant's Cost Proposal and exceeding $5,000 three competitive quotations must be
submitted with the request, or the absence of bidding must be adequately justified.
Any equipment purchased as a result of this contract is subject to the following: "The
Consultant shall maintain an inventory of all nonexpendable property. Nonexpendable property
is defined as having a useful life of at least two years and an acquisition cost of $5,000 or
more. If the purchased equipment needs replacement and is sold or traded in, the City shall
receive a proper refund or credit at the conclusion of the contract, or if the contract is
terminated, the Consultant may either keep the equipment and credit the City in an amount
equal to its fair market value, or sell such equipment at the best price obtainable at a public or
private sale, in accordance with established City procedures; and credit the City in an amount
equal to the sales price. If the Consultant elects to keep the equipment, fair market value shall
be determined at the Consultant's expense, on the basis of a competent independent appraisal
of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by
the City and the Consultant, if it is determined to sell the equipment, the terms and conditions
of such sale must be approved in advance by the City."
All subcontracts in excess $25,000 shall contain the above provisions.
END OF EXHIBIT "B"
Exhibit"B"
Page 11 of 11
66
EXHIBIT "C"
SCHEDULE OF COMPENSATION
Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to
Contractor shall be made no more frequently than monthly, and shall be based on lump sum costs per
task item of work as indicated herein. Lump sum payments shall be made to Contractor based upon
completion of tasks, or pro-rats portions thereof noted below, to a maximum of 75% of the lump sum
task item fee until completion of such task item as determined by the Contract Officer. Each request for
payment shall contain Contractor's statement of the work or tasks completed or portion performed, with
supporting documentation. The determination of payment due shall be made based upon the
reasonable judgment of the Contract Officer.
Task Total
Lump Sum
Phase 1 —Project Approval and Environmental Document (PA&ED)
Task 1 —Project Management
Task 1.1, Project Administration and Project Controls $ 114,234.64
Task 1.2, Meetings and Coordination $ 90,991.92
Task 1.3, Quality Assurance and Quality Control $ 34,754.94
Task 1.4, Local Assistance Funding/Programming Supports $ 21,333.20
Task 2—Preliminary Engineering
Task 2.1, Data Collection and Research $ 18,913.72
Task 2.2, Field Review and Site Assessment $ 9,354.20
Task 2.3, Surveying and Aerial Topographic Mapping $ 34,617.46
Task 2.4, Right of Way Research and Base Mapping $ 25,513.06
Task 2.5, Utility Research, Notification and Mapping $ 13,776.37
Task 2.6, Traffic Study $ 44,080.75
Task 2.7, Preliminary Roadway/Bridge Foundation Report $ 29,612.51
Task 2.8, Roadway Alternatives Study and Geometric Approval Drawings $ 88,094.54
Task 2.9, Preliminary Right of Way Study and Cost Estimates $ 30,585.21
Task 2.10, Bridge Aesthetics and Approach Landscape Modification Study $ 19,873.38
Task 2.11, Preliminary Street Lighting Study $ 4,695.82
Task 2.12, Roadway Drainage Study $ 7,548.71
Task 2.13, Floodplain Study, Bridge Hydraulics and Sediment Transport Analyses $ 45,355.12
Task 2.14, Preliminary Channel Improvement Plans $ 10,936.07
Task 2.15, Conditional Letter of Map Revision (CLOMR) $ 10,592.08
Task 2.16, Bridge Type Selection Study $ 88,959.68
Task 2.17, Preliminary Cost Estimates $ 17,279.81
Task 2.18, Project Report(Equivalent) $ 41,191.36
Task 2.19, Value Analysis Study $ 62,921.12
Exhibit"E"Continues on Next Page
Exhibit"C"
Page 1 of 2
67
EXHIBIT "C"
SCHEDULE OF COMPENSATION
Task 3—Environmental Document(CEQA/NEPA)
Task 3.1, Public Scope,Commission &Council Meetings $ 4,639.62
Task 3.2, Preliminary Environmental Study(PES) $ 6,721.70
Task 3.3, Noise Study $ 32,437.36
Task 3.4, Air Quality Study $ 17,121.22
Task 3.5, Phase 1 Initial Site Assessment and ADL Surveys $ 12,129.12
Task 3.6, Water Quality Assessment Report and Preliminary SWPPP $ 18,693.84
Task 3.7, Location Hydraulic Study&Summary Floodplain Encroachment Report $ 8,029.35
Task 3.8, Biological Resources Study(NES and BA) $ 23,377.36
Task 3.9, Wetland and Jurisdictional Delineation and Assessment $ 5,762.43
Task 3.10, Visual Impact Assessment $ 22,524.85
Task 3.11, Community Impact Assessment $ 6,563.22
Task 3.12, Cultural Resources Study(APE/HPSR/ASR) $ 14,262.43
Task 3.13, Draft NEPA Environmental Assessment $ 25,930.48
Task 3.14, Draft CEQA Initial Study/Mitigated Negative Declaration $ 10,191.85
Task 3.15, Bureau of Indian Affairs Consultation & NEPA/Section 106 Clearance $ 4,907.39
Task 3.16 Circulate Draft Environmental Document& Respond Comments $ 2,295.22
Task 3.17 Final Environmental Document(MND/FONSI) $ 3,388.18
Task 3.18, File Notice of Determination (CEQA) $ 655.78
Task 3.19, Publish Notice in Federal Register $ 1,136.68
Task 3.20, USACE Section 404 Permit and NEPA Clearance/
USEPA&SWRCB Section 401 Water Quality Certification $ 33,141.31
Task 3.21, CDFG 1602 Streambed Alteration Agreement $ 7,257.25
Reimbursable Expenses $ 33,608.00
Grand Total $1,159,990.31
END OF EXHIBIT "E"
Exhibit"C"
Page 2 of 2
68
EXHIBIT "D"
SCHEDULE OF PERFORMANCE
City and Consultant hereby mutually agree that the nature of the scope of services associated
with this Contract, and the requirement to coordinate and obtain approvals by other agencies,
including but not limited to, Caltrans and FHWA, may cause the term of this contract to exceed
initial project schedule estimates. The term of this contract shall automatically extend until such
time as required approvals are obtained and all services identified in Exhibit "A" are completed.
The Consultant's schedule of performance included in its proposal shall be incorporated
herein. The schedule shall be adjusted accordingly to revise the project notice to proceed
(NTP) date of October 3, 2011, as indicated in the originally submitted proposal, to the actual
NTP date indicated in the City's letter to Consultant following approval of this agreement by the
City Council.
END OF EXHIBIT "F"
Exhibit"ID"
Page 1 of 1
69
CITY OF PALM SPRINGS
Cost Proposal
Project Name: Environmental Services for Ramon Road Widening between San Luis Rey Drive and Landau Boulevard
Federal Project No. BHLS-5282(040) Caltrans EA No.08-925238
Consultant: CNS Engineers,Inc. Date: 11/2/2011
Task No. Task Description Subtotal Labor Cost HBP-participating Non HBP-
Cost* participating Cost
Caltrans-approved HBP-participating Cost Ratios 0.822 0.178
Phase I: Project Approval and Environmental Document(PA&ED)
1.0 Project Management
1.01 Project Administration and Project Controls $ 114 234.64 $ 93 900.88 $ 20 333.77
1.02 Meetings and Coordination $ 90 991.92 $ 74 795.36 $ 16 196.56
1.03 Quality Assurance and Quality Control $ 3475494 $ 2856856 $ 61186.38
1.04 Local Assistance Funding/Pro Supports $ 21 333.20 $ 17 535.89 $ 3,797.31
2.0 Data Collection and Research $ 18 913.72 $ 15 547.08 $ 3 366.64
3.0 Field Review and Site Assessment $ 9,354.20 $ 7,689.15 $ 1 665.05
4.0 Preliminary Engineering
4.01 Surveying and Aerial Topographic Mapping $ 34 617.46 $ 28 455.56 $ 6,161.91
4.02 Right of Way Research and Base Mapping $ 25 513.06 $ 20 971.74 $ 4,541.32
4.03 Utility Research,Notification and Mapping $ 13 776.37 $ 11 324.18 $ 2,452.19
4.04 Traffic Stud $ 44 080.75 $ 36 234.37 $ 7,846.37
4.05 Preliminary Roadway/Bridge Foundation Reports $ 29 612.51 $ 24 341.49 $ 51271.03
4.06 Roadway Alternatives Study and Geometric $ 88,094.54 $ 72,413.71 $ 15,680.83
Approval Drawin s
4.07 Preliminary Right of Way Study and Cost Estimates $ 30 585.21 $ 25 141.04 $ 5,444.17
4.08 Bridge Aesthetics and Approach Landscape Modification Stud $ 19,873.38 $ 16,335.92 $ 3,537.46
4.09 Preliminary Street Lighting Study $ 4,695.82 $ 3,859.96 $ 835.86
4.10 Roadway Drainage Study $ 7,548.71 $ 6 205.04 $ 1,343.67
4.11 Floodplam,Bridge Hydraulics and Sediment $ 45,355.12 $ 37,281.91 $ 8,073.21
Trans rt Anal ses
4.12 Preliminary Channel Im rovements Plans $ 10 936.07 $ 8,989.45 $ 1,946.62
4.13 Conditional Letter of Map Revision CLOMR) $ 10592.08 $ 8706.69 $ 1885.39
4.14 Bridge Tye Selection Smd $ 8895968 $ 73 124.86 $ 15 834.82
4.15 Preliminary Cost Estimates $ 17 279.81 $ 14 204.01 $ 3,075.81
4.16 Project Report(Equivalent) $ 41 191.36 $ 33 859.30 $ 72332.06
4.17 Value Analysis Stud $ 62 921.12 $ 51 721.16 $ 11 199.96
5.0 Environmental Document(CEQA/NEPA)
5.01 Public Sco e,Commission&Council Meetings $ 4,639.62 $ 3,813.76 $ 825.85
5.02 Preliminary Environmental Stud PES) $ 6,721.70 $ 552524 $ 1,196.46
5.03 Noise Stud $ 32 437.36 $ 26 663.51 $ 5,773.85
5.04 Air Quality $ 17 121.22 $ 14 073.64 $ 3047.58
5.05 Phase I Initial Site Assessment and ADL Surve s $ 12 129.12 $ 9,970.14 $ 2,158.98
5.06 Water Quality Assessment Report and Preliminary
SWPPP $ 18,693.84 $ 15,366.34 $ 3,327.50
5.07 Location Hydraulic Study&Summary Floodplain
Encroachment Re Dort $ 8,029.35 $ 6,600.12 $ 1,429.22
5.08 Biological Resources Study(Natural Environmental $ 23,377.36 $ 19,216.19 $ 4,161.17
Stud and Biolo icaI Assessment
5.09 Wetland and Jurisdictional Delineation and $ 5,762.43 $ 4,736.72 $ 1,025.71
Assessment
5.10 Visual Impact Assessment $ 22 524.85 $ 18 515.43 $ 4,009.42
Pagel of 2
70
CITY OF PALM SPRINGS
Cost Proposal
Project Name: Environmental Services for Ramon Road Widening between San Luis Rey Drive and Landau Boulevard
Federal Project No. BHLS-5282(040) Caltrans EA No.08-925238
Consultant: CNS Engineers,Inc. Date: 11/2/2011
Task No. Task Description SubtotalHBP-participating Non HBP-
Labor Cost Cost* participating Cost
Calttans-approved HBP-participating Cost Ratios 0.822 0.178
5.11 Community Impact Assessment $ 6,563.22 $ 5,394.97 $ 1,168.25
5.12 Cultural Resources Study(APE/HPSR/ASR) $ 14 262.43 $ 11 723.72 $ 2,538.71
5.13 Draft NEPA Environmental Assessment per USACE/Caltrans MOU $ 25,930.48 $ 21,314.85 $ 4,615.62
Draft CEQA Initial Study/Mitigated Negative
5.14 Declaration(IS/MND)per CEQA and Palm Springs $ 10,191.85 $ 8,377.70 $ 1,814.15
CE A Rules
5.15 Bureau of Indian Affairs Consultation&NEPA and $ 4,907.39 $ 4,033.87 $ 873.52
Section 106 Clearances
5.16 Circulate Draft Environmental Document&Respond $ 2,295.22 $ 1,886.67 $ 408.55
Comments
5.17 Final Environmental Assessment Document $MND/FONS1 3,388.18 $ 2,785.08 $ 603.10
5.18 File Notice of Determination(CEQA) $ 655.78 $ 539.05 $ 116'73
5.19 Publish Notice in Federal Register $ 1,136.68 $ 934.35 $ 202.33
USACE Section 404 Permit and NEPA Clearance,
520 US EPA/State RWQCB Section 401 Water Quality $ 33,141.31 $ 27,242.15 $ 5,899.15
Certifications
5.21 1 CDFG 1602 Streambed Alteration Agreement $ 7,257.25 $ 5,965.46 $ 1,291.79
Subtotal Labor Cost $ 1,126,382.33 $ 925,886.27 $ 200,496.05
Other Direct Cost(ODC)l $ 33,608.00 $ 27,625.78 $ 5,982.22
Total Costsl $ 1,159,990.33 $ 953,512.05 $ 206,478.28
*88.53% of HBP-participating costs will be reimbursed by Caltrans.
Page2 of 2
71
Cost Proposal Summary-Phase 1 Project Approval and Environmental Document(PA&ED)
Project Name: Ramon Road Widening from San Luis Rey Drive to Landau Boulevard,including the Whitewater River Bridge
Federal Project Number:BHLS-5282(040)
Caltrans EA No.:08-925238 Date: 1 1/212 01 1
Consultant Contact Information Project Role Proposed Cost
10370 Hemet Street,Suite 230
Riverside,CA 92503
Contact person:James J.Lu
CNS Engineers,Inc. Phone:(951)687-1005,ext.104 Prime Consultant $368,560.33
Fax:(951)667-3387
Title:Principal
Email:james.lu cnsen .wm
42635 Melanie Place,Suite 101
Palm Desert,CA 92211
Terra Nova Planning& Contact person:John Criste
Research,Inc. Phone:(760)341-4800 Sub-Consultant $318,406.71
Fax:(760)341AA55
Title:President
Email:jaiste temanova lannin .com
34200 Bob Hope Drive
Rancho Mirage,CA 92270
Contact person:Paul Sepulveda
MSA Consulting,Inc. Phone:(760)320-9811 Sub-Consultant $162,077.00
Fax:(760)323-7893
Title:Project Director
Email: se ulveda msawnsultin inc.com
937 S.Via Late,Suite 500
Colton,CA 92324
Contact person:Ceazar Aguilar
AEI-CASC Engineering,Inc. Phone:(909)783-0101 Sub-Consultant $151,727.46
Fax:(909)783-0108
Tifle:Principal
Email:ca uilar aeicasc.com
10391 Corporate Drive
Redlands,CA 92374
Contact person:Hashmi Quazi
Converse Consultants, Inc. Phone:(909)796-0544 Sub-Consultant $32,212.51
Fax:(909)796-7675
Title:Principal Engineer
Email:h uazi converseconsultants.com
41555 Cook St,Suite 250
Palm Desert,CA 92260
Overland,Pacific&Cutler, Cone person:John Cutler
Inc. Phone:(760)776-1238 Sub-Consultant $44,548.67
Fax:(760)776-1636
Title:Principal
Email:jCufler oDcservioes.wm
71-711 San Jacinto Dr.,Suite C
Rancho Mirage,CA 92270 -
Contact person:Tom Doczi
TKD Associates,Inc. Phone:(760)776-1751 Sub-Consultant $26,269.20
Fax:(760)776-1753
Title:President
Email:TDoczi tkdinc.net
613 W.Valley Parkway,Suite 240
Escondido,CA 92025
Value Management Contact person:Cheryl Morgan Kramer
Strategies, Phone:(760)741-5518 Sub-Consultant $56,188.44
Inc. Fax:(760)741-5617
Title:Director
Email:Che IK vms-inc.com
Total Cost $1,159,990.33
72
CITY OF PALM SPRINGS
COST PROPOSAL
Federal Project No.BHLS-5282(040)
Caltrans EA No.08-925238
Project Name:Environmental Services for Ramon Road Widening
between San Luis Rey Drive and Landau Boulevard Date: 11/2/2011
Consultant: CNS Engineers,Inc.
DIRECT LABOR
Classification Name Range Hours Hourly Rate Total
Project Manager Principal
Bridge Engineer James J.Lu 860 @ $ 6650 $ 57,190.00
Senior Bridge Engineer Quyet Nguyen 388 @ $ 45.00 $ 17,460.00
Bridge Project Engineer Lalit Slaharjan 1024 @ S 39.00 $ 39,936.00
CADD Technician Nan Li 270 @ $ 29.15 $ 7,870.50
Project Administrator Lily Huang 48 @ S 4&00 $ 2,208.00
0 @ $ $
0 @ S S -
0 @ S $
Subtotal Direct Labor Costs $ 124,664.50
Anticipated Salary Increases(3.5%) $ 4,363.26
Total Direct.Labor Costs(DLC) $ 129,027.76
INDIRECT COSTS Rate Total
Fringe Benefits(FB) 5L83 % $ 66,875.09
General Overhead(GO) 102.21 % $ 131,879.27
Total(*Combined FB and GO) 154.04 % $ 198,754.36
Total Indirect Costs(IC) $ 198,75436
FEE(PROFIT) Rate Total
l0 % $ 32,778.21
Fee(DLC+IC) $ 32,778.21
OTHER DIRECT COSTS(ODC)
(ODC is actual cost to be reimbursed with supporting documentation.)
1.Reproduction/Plotting $ 1,500.00
2.Conference Calls $ 1,500.00
3.Transportation/Travel/Parking(Mileage will be IRS standard rate.) S 3,500.00
4.Mailing/Overnight/Special Deliveries S 1,500.00
Total Other Direct Costs $ 8,000.00
SUBCONTRACTOR COSTS
Terra Nova Planning&Research,Inc.(Environmental) S 318,406.71
MSA Consulting,Inc.(Roadway) $ 162,077.00
AEI-CASC Consulting,Inc.(Drainage) S 151,727.46
Converse Consultants(Geotechnical) S 32,212.51
Overland.Pacific&Cutler.Inc.(Right of Way and Utility Prior Right) S 44,548.07
TKD Associates,Inc.(Bridge Aesthetics) S 26,269.20
Value Management Strategies,Inc.(VA Study) S 56,18SA4
Total:Subcontractor Costs $ 791,430.00
TOTAL COST $1 159 990.33
73
CITY OF PALM SPRINGS
Cost Proposal-Man Hour Worksheet
Project Name: Environmental Services for Ramon Road Widening between San Luis Rey Drive and Landau Boulevard Date: I1/2/2011
Federal Project No,BHLS-5282(040) Caltrans EA No.08-925238
Consultant CNS En ineers,Inc.
Task No. Task Description r �,�� r e °i�'"'s ' s' '�°°' <�D' °°' i. a Total Hours Labor Cost Subconsulmnn Subtotal Labor C'nst
Labor Coat
Billie Ra[c E �19$33 S 130.15 $ 112.a0 �R R4.31 $'
Phase I:Project Approval and Environmental Document PA&ED
1.0 Project Mann assent
L01 Project Administration and Project Controls 360 C2U 1 48 il.11 $ 89,161.14 15 11 11'1 11.7 S 11423q.G4
1.02 Meetings and Coordination 180 64 , S , 52107 QualityAssurance and QualityControl 19,1629 $ 90,99192
1,04 34.754.94
Supports
64 aU 144 S 21,333,20 Is 21,333.20
2.0 Data Collection and Research 20 20 $ 2,25595 S I6,657.'7 $ I )13.
3.0 Field Review and Site Assessmen Sy913 72
t 8 a 8 24 $ 3,462.26 S S.A71 77 $ , 72
4.0 Preliminary Engineering
4.01 Sur,eying and Aerial Topographic Mapping0 $ $ 34,617,h6 $ 34,617 46
4,02 Right of We Research and Base Mapping Es .
S 25.51'3 DG $ 34,617 06
4.03 UtilityResearch Notification and Mapping S 13.77E n S 13.77637
.06
4,05 Tra/Hc Stud $ a4,080.75 $ 44080.75
4,05 Preliminary Roadwa/Brad eFoundetion Reports S '9,612.51 $ 29,612.51
4.06 Roadway Alternatives Study and Geometric Approval
Drawnn s 24 40 88 110 $ 29,022.24 S 59,U'13(1 % 88,044.54
4.07 Prelimin Right of We Stu and Cost Estimates S 30.585.21 $ 30,585.21
408 Bridge Aesthetics and Approach Landscape
Modification Stud - S 19,87?.38 $ 19,873.38
4.09 PreliminaryStmd LightnerStud $ 40o3.82 $ 4,6')5.82
4.10 RoadwayDrainage Stud S 7.54871 $ 7695548 71
411 Floodplain,Bridge Hydraulics end SedimentTrans ortAnal ses - S 15155.12M
124.12 Prelimin Channel lm rovements Plans $ IpR36P7074,13 Coditional Lane,of Ma Revision CLOMR $ 10592.OR084.14 Brad eT eSelection Stud 40 200 400 12U88,959.68 �$ G84.15 Prelimi Cost Estimates R R ;a 7994.17 S 9,285 b5814.16 Project Re tt E uivalent64 40 180 40 41,191.36 S 64,17 Value Anal sis Smd 24 4 16 6,941,39 $ 55.979.74I2
5.0 lEtsvirospassental Document CEQA/NEPA)
5.01 Public Sco e,Commission&Council Meetings 0 S S 039.62 S 4.639.62
5.02 Preliminary Environmental stud PES 0 S S M1721 70 S 6,72 L70
5.03 Noise Study 0 S S 31.43736 $ 32,43736
5,04 Air Quality 0 S S 17.121.22 $ 17,121.22
5.05 Phase I Initial Site Assessment and ADL Surveys 0 $ $ 12,12'1.12 $ 12,12212
506 Water Quality Assessment Report and Preliminary
SWPPP 0 $ - S 18693.84 S 18,69384
507 Location Hydraulic Study&Summary Floodplain 0 $ - $ 8,1722gs
Eacroachrsent Report S 9,029.15
5.08 Biological Resources Study(Natural Environmental 0 $ -Study end Biological AssessAssessment) S 2337.36 $ 23,177.36
509 Welland and Jurisdictional Delineation and
Assessment 0 S - S '.7ti'_'A3 S 5762 43
5.10 Visual hn act Assessment 0 $ $ 22S�4.R5 $ d2,524.e5
All Cormvuni Ise act Assessment 0 $ S 2,56322 $ 6563.22
� Pagel of 2
t�
CITY OF PALM SPRINGS
Cost Proposal-Man Hour Worksheet
Project Name: Enviromnental Services for Ramon Road Widening between San Luis Rey Drive and Landeu Boulevard Date: 11/2/2011
Federal Project No.BHLS-5282(040) Caltrans EA No,08-925238
Consultant:CNS Etatusans.Inc.
t v m tr��n .irr'task No. Task Description 1 -a n u i �. Subconsultams
a..=, r:e .na Total Hours Labor Cost Labor Cost Subtotal LabaCost
Billie Rate F y 192.33 S 130 151 11280 $' 8431 .$ 133.041 S 3 $
5.12 Cultural Resources Stud APE/HPSR/ASR 0 S $ 14'62,43 S W.262.43
5.13 Draft NEPA Environmental Assessment per
USACE/Caltrans MOU 0 E - $ 25,930:48 $ 25930.48
Draft CEQA Initial Study/Mitigated Negative
5,14 Declamtlen(IS/MND)per CEQA and Palm Springs 0 S - S 10,191,85 $ I0I91.85
CEQA Rules
5.15 Rome of Indian Affairs Consultation&NEPA and 0 $ - S 490"_'9 E 4,907.?9 Section 106 Clearances
5.16 Circulate Draft Environmental Document&Respond 0 $ - S 219A22 $ 2,295.22
Comment
5.17 Final Environmental Assessment Document
MND/FONSI 0 S - $ 13881% S 3,388.I8
5.18 File Notice of Determinstion(CE A 0 $ $ 655,78 S 65578
5.19 Publish Notice in Federal Register 0 $ $ 1,136.68 $ I,136.68
USACE Section 404 Permit and NEPA Clearance,
5.20 US EPA/S%te RWQCB Section 401 Water Quality 0 S - S 33.14131 $ 33,141.31
Cenifications
5,21 lCDFG 1602 Streambed Alteration A Bement 0 $ $ i 25"_5 E 7 257.25
Subtoml Hours 860 188 1024 270 48 0 0 0 2590 SubtotalLabor Cost $ 1126382.J3
Total flexural 860 J88 1024 270 48 0 0 0 259011 Subtotal ODC HIS 33 608.00
Total Cost w/ODC $1,1.59,990.33
CA Page2 of 2
CITY OF PALM SPRINGS
COST PROPOSAL
Federal Project No.BHLS-5282(040)
Caltrans EA No.08-925238
Project Name: Environmental Services for Ramon Road Widening
between San Luis Rey Drive and Landau Boulevard Date: 11/2/2011
Consultant Terra Nova Planning& Research,Inc.
DIRECT LABOR
Classification Name Range Hours Hourly Rate Total
Senior Projcct Manager(SPM) John Criste 446.5 @ S 70.00 $ 31,255.00
Senior Envimn Planner(SEP) O.ErviNQ.Kinnebr 721 @ S 34,00 $ 24,514.00
Associate Environ Planner(.AEP) Andrea Randall 261 @ S 34.00 $ 8,874.00
Planning Tech(PT) Kelly Clark 38 @ $ 24.00 $ 912.00
Project Adminisuator(PA) Nicole Criste 22 @ $ 70.00 $ 1,540.00
CADDTechnician(CAD) Teri Wilson 56 @ S 24.00 $ 1,344.00
Clerical(CLR) D.Allen-K.Cuza 124 @ S 22,00 $ 2,728.00
0 @ S $
0 @ S $
Subtotal Direct Labor Costs $ 71,167.00
Anticipated Salary Increases(3.5%) $ 2,490.85
Total Direct Labor Costs(DLC) $ 73,657.85
INDIRECT COSTS Rate Total
Fringe Benefits(FB) 33 % $ 24,307.09
General Overhead(GO) 107 % $ 78,813.89
Total(*Combined FB and GO) 140 % $ 103,120.98
Total Indirect Costs(IC) $ 103,120.98
FEE(PROFIT) Rate Total
10 % $ 17,677.88
Fee(DLC+IC) $ 17,677.88
OTHER DIRECT COSTS(ODC)
(ODC is actual cost to be reimbursed with supporting documentation.)
1.Reproduction/Plotting S 2,800M
2.Conference Calls S 1,000A0
3.Transportation/Travel[Parking(Mileage will be IRS standard rate.) S
4.Mailing/Ovenught/Special Deliveries $ 2,750.00
Total Other Direct Costs $ 6,550.00
SUBCONTRACTOR COSTS
Urban Crossroads(Noise Study) $ 29,000.00
CRM Tech(Cultural Study) S I2.000.00
VisionScape(Visual Simulations) S 18.0(N).00
AMEC(Biology) S 21.500,00
Urban Crossroads(Traffic Study) $ 36.900.00
$
Total Subcontractor Costs $ 117,400.00
TOTAL COST $318 406.71
76
CITY OF PALM SPRINGS
Cost Proposal-Man Hour Worksheet
Project Name Enviromnental Services for Ramon Road Widening between San Luis Rey Drive and Landau Boulevard Data 11/2/2011
Federal Project No.BHLS-5282(040) Caltrans EA No,08-025238
Consultant.Turn Nova Plants&Research,Ina
Tazk No. Task Description '"' e ,,..,rn a, o r Total Houn Labor Cost Subc.. Wn=s S.Nowl Labor
Labor Cost Cost
Bill Rem $ 191.27 E 92901 S 92 901 $
Phase 1:Project Approval and Environmental Document PA&ED
1.0 Project Mane ement
101 Project Administration and Project Controls 88 33 32 12 16 $ 25,072.50 S $ 25,072.50
1.02 Meetings and Coordination 40 16 56 $ 9,137.15 $ $ 9,13].IS
1 03 QualityAssurance and QualityControl 0 S E $
1.04 Local Assistance Funding/Prograrming Supports $ F $
2.0 Data Collxdon and Research 20 20 ;30 8 78 $ 8,995,06 b $ 8,99506
3.0 Field Review and Site An.....t $ $ S
4.0 Preliminary En lneerit
401 S.cyig and Aerial Topographic Mapping E S $
4.02 Right of Wa Research and Base Mapping S $4.03 UtilityResearch,Notification and Mapping S$ $ $
4.04 Traffi,Study 30 12 3 47 $ 7,18075 S 3.W1(K- S 44,080 75
405 Prelunln Roadwe /Brid a Faandaron Reports 0 S S S
4.06 Roadway Alternatives Study and Geometric Approval 0 S - $ -Drawin s S
4.07 Ponimutary Right of Way Study and Cost Estimates 0S - S - $ -
4.08 Bridge Aesthetics and Approach Landscape 0 $ - $ - $ -
4N Poduarrary Street Ledairm Study $ E� h
4.10 Roadwa Drainage Stu S
4,11 Floodplain,Bridge Hydraulics and Sediment $ -
Transport Anal ses
4.12 Prelun' Channel Im rovements Plans $
4,13 Conditional Letter of Mn Revision CLOMR S 4.14 Brde Selection Stud S 4,15 Prelimi Cast Estimates _T 4.16 Proact Re rt E uivalent S 4.17 Value Anal sis Stud $
5.0 Environmental Document CE A/NEPA
501 Public Sco Commission&Conned Madams i9 .{ 6 4 33 $ 4,63962 1 $ S 4,03962
5.02 Prelimin Envnonmenml St PES 5 40 7 4 6 4 6 $ 6.721.70 $ S G,721 70
503 Norse Study W I$ 2 27 $ 3,437.36 $ 29(uV 00 $ 32,437.36
5.04 Air uali 22 110 25 i 4 163 $ 17,121.22 $ S 17,121.22
5.05 Phase l Initial Site Assessment and ADL Surveys 60.1 6 66.5 E 12,129.12 S S 12,129.12
5.06 Water Quality Assessment Report and Preliminary $ $ _ $
5.07 Location Hydraulic Study&Summary Floodplam 0 $ - S - $
Encroachment Re ort -
5.08 Blalogleal Resources Study(Namrd Environmental
Stud and Biolo icel Assessment 6 Ls 10 6 54 $ 5,377.36 S IKOOO.W E 231]736
S.N Wetland and lundictionel Delineation and a 12 18 S 2,262.43 $ S,50G OU S 5]G'_43
Assessment
F
Visual lm act Assessment 6 6 24 3 6 45 S 4,524.85SI801,)k $ '_252485
Communi Im act Assessment 135 Itl 6 63rS
6,56322 $ S G5G32_'Cultural Resources Stud APE/HPSR/ASR) 4 12 2 222,26243 S 12000.06 E 14,^62,43Draft NEPA Environmental Assessment Par 2A 175 11! ti t0 25525,930.48 $ - S 25,930 48
USAGE/Caltrens MOU
y Paget of 2
CITY OF PALM SPRINGS
Cost Pro osal-Man Hour Worksheet
Project Name: Environmental Services for Ramon Road Widening bet Waen San Luis Rey Drive and Landau Boulevard Date 1 t/2/201
Federal Project No.BHLS-5282(040) Cid raps EA No.08-925238
Consultant:Terra Nova Plammunt&Reeeerch,Inc.
a
Task No. Task Description "' " o
tel ' r *,• v rn " Total Hours Labor Cog Subcomultants Subtotal Labor
a osa v; ;i ol ii; Al Labor Cost Cost
Billin Rate $ 191] $ 92..90 ) ol) S 58 S a191 7 S 6558 $ (o l $ - $
Draft CEQA Initial Study/Mitigated Negative
5,14 Declaration(IS/MND)per CEQA and Palm Springs 6 IS 40 5 60 12 $ 10,198.85 $ - $ 10,191.85
CLOA Rules
5.15 Bureau of Irdian Affairs Consultation&NEPA and
Section 106 Clearances 12 12 14 3 41 $ 4.%7.39 $ - $ 490719
5.16 Circulate Drag Environmental Document&Respond
Comments 12 12 S 2,295622 $ - $ 2,29522
5,17 Final Environmental Assessment Document
MND/FONSI 8 10 2 4 3 $ 3,398.18 $ - $ 3,388.18
5.18 File Notice of Determination CE A 2 1 3 $ 65576 $ $ 65578
5.19 Publish Notice in Federal Register 4 4 8 $ I,IJ6.6It $ $ 1,13GG8
USACE Section 404 Permit and NEPA Clearance,US
5,20 EPA/State RWQCB Section 401 Water Quality 34 162 6 22 224 $ 23,269.12 S - S 23,269.12
Certifications
521 CDFG 1602 Streambed Alteration A reement IG Ott A 64 S 725].25 $
Subtotal Hours 446.5 723 261 38 22 % 124 0 0 1668.5 Subtotal Labor Cost $ 311 NSfi,]I
Total Rours *16.51 7211 261 381 2 68.51 Subtotal ODC $ 6550.00
11 Total Cost W/ODC S 318406.71
00 00 Page2 of 2
CITY OF PALM SPRINGS
COST PROPOSAL
Federal Project No.BHLS-5282(040)
Caltrans EA No.08-925238
Project Name: Environmental Services for Ramon Road Widening
between San Luis Rey Drive and Landau Boulevard Date: 11R2011
ISISA Consulting,Inc.
DIRECT LABOR
Classification Name Range Hours Hourly Rate Total
Prgimt Engineer Julian De la Torre 30 @ S 66.00 $ 1,980.00
Project Manager Paul Sepulveda 126 @ S 59,00 $ 7,434.00
Senior Desgner Jaime San Agustin 188 @ S 39,00 $ 7,332.00
CADDTechnician Sky Smith 192 @ S 30.40 $ 5,836.80
Director of Survey and Mapping Chuck Hams 44 @ S 59.00 $ 2,596.00
Senior Surveyor Tony Maddox 126 @ S 45.65 $ 5,751.90
Senior Surveying.Technician Fd Hemandez 52 @ S 39,00 S 2,028.00
C'ADD Designer Arturo Espino 112 @ S 30,40 S 3,404.80
Assistant Planner Jesus Herrera-Comes 2 @ S 28.75 $ 57,50
Two-Man Survey Crew Jason Kirkland"Matthew Kime 116 @ $ 67.25 $ 7,801.00
Director of Utility Services Jack Fox 162 @ $ 45.65 $ 7,395.30
Utilities Coordinator I om Lvneh 32 @ S 3o.40 S 972.80
Subtotal Direct Labor Costs $ 52,590.10
Anticipated Salary Increases(3.5%) $ 1,840.65
Total Direct Labor Costs(DLC) $ 54,430.75
INDIRECT COSTS Rate Total
Fringe Benefits(FB) 20 % $ 10,886.15
General Overhead(GO) 136 % $ 74,025.82
Total(`Combined FB and GO) 156 % $ 94,911.98
Total Indirect Costs(IC) $ 84,911.98
FEE(PROFIT) Rate Total
10 % $ 13,934.27
Fee(DLC+IC) $ 13,934.27
OTHER DIRECT COSTS(ODC)
(ODC is actual cost to be reimbursed with supporting documentation.)
1.Reproduction/Plotting $
2.Conference Calls S
3.Ttaosportation/Tmvel/Parking(Mileage will be IRS standard rate.) S
4.Mailing/Overnight/Special Deliveries S
Total Other Direct Costs $
SUBCONTRACTOR COSTS
Aerial Photo S 8,800.00
S
S -
S
$
Total Subcontractor Costs $ 8,800.00
TOTAL COST $162 077.00
79
CITY OF PALM SPRINGS
Cast Pro osal-Men Hour Worksheet
Project Noma Environmental Services for ismon Rond Widening between San Luis Rey Drive and Landau BoulevaM Dam. 11/2/2011
Federal Project No,BHLS-52E2(WO) Caltsans EA No.08-92 52 3 8
Consultant.MSA Consdjdog,
Inc.
Task No. Task Descripuon + -0«, x ,r.n s' ;.. ;, „+ +• ,..1. + 1
++ + rr T•' Total Hours Labor Cost Subconsultanls SulnoNl Lobos
Cost
Billion isle S IO23o E 1i196 S IIJ 69 5 RR 60 I F lil9ti 1 I13 Vs c 01 1 6:99 89 LeborCwt E I9fi' S I331u c aXN 60
Phase 1:Pro.t Appirovial and Environmenhl Document PA&EDI
Lo Proed Mena amens
1.01 Proee,Administration and Proeol Controls 0 % 5 f
i U2 Meeoin s and Coordination
IOJ uali Asau andqualityComrol
0 S S
OS S
I bl Local Asaistwce Fundin Pro rwr n Su are 0 F S
2.0 Data Collemion and Raearah m e 1 20 E 3,12791 % F 3,12191
3.0 PielL Revkw end 9ile Assmrmenr _ m21 2U E 3.J0345 S E J.SIq DS
4.o 1"afintordill En m
4.01 Sidiit Aerial To ethic Ma in 6 IJ MI ++' - 154 525,81]p6 E NA011DO S 34,61]4fi
4.0E Right ofWa Reacerch and Best.Me 1n J Jp 12 JR :A 132 S Ifi,863.06 N S 14N6J D6
4.03 Will iesearoh Notifical and M GI 3' 96 E 16,863 06 E S 11,863 06
404 Traffic SNd'
0 E S
4.05 Prelimirury Raadwev/Bsid a Foundation Re ons O S 5 S
4.06 Roadway A[Nmalives Said,and Geometric
A meal DNwd s 24 fl0 128 1-2 M 48 488 S 590T230 E S 540]231)
4.07 Preliminary Ri tof Way SNdv and Con Ealimasea 4 ri0 64 132 E 15,02922 E ES7,
40X Bodge Ains tics and Appmnch Landse7_
Modiacalion Stud 0 E - E -409 Prelimina Street Li Min Smdv0 S %4.to RoacnU Diem eStud fi4 S ]54X]I %4H Floudplain.Bodge Hydraulics and SedimentTsars on Anal ses 0 $ - c -4.12 Preliminary Chetmel lmrovcmcnte Plane413 Conditional We,of Me Revision CLOMR 0 E }4.14 Bnd eT Selection SNd O SE
4.0 Prellmina Con Estunmee i R Jt 52 E 134548 'S E ],WN JN
4.a Proeat Rapti E uivaleu 0 E $ E
4.it Value Anal via SNd' II1 1 41 1 1 24 E 3.91574 3 S 3NI5)4
5.0 EnHronmental Doenmml(CEQd/NEPA)
Sol Public Sc. .Commission&Council Matins 0 S E S
5.02 Preliminary Environn anal Study(PES) U S E S
5.03 Noise Study
5 M AnQiusla, 0 S 5 $
0 5 5
506 Phaul Initial Assts...Repent ADLSusvea 0S f 5
SU6 Wmer Quality Aaaeaamem Repent and Preliminvn
EWPPP U % - # - % -
507 Location Hydraolic Study&Summery Floodplain
Encroaehmenl Re n 0 E - 5 - S
308 Biological Rea ources Sindy(Natural Environmental
Study and Biolo ice)Auessmenl 0 S - f - E -
5.09 Wetland and Jun dictional Delineation and
Asseasmmt 0 S - b E -
5.10 Visual) act A.,,.. o f E S
5.H C......N know Aanmmem 0 E E F
5.12 Cu1Nnl Rsaouraa SNd (APEMPSR/ASID
5.13 DM NEPA Environmenrsl fissesemem per
USACIWahram MOU U S - E - S
DNa CEQA Inn d Study/Mitigmed Negative
5.W Deer ian(IS/MND)per CEQA and Palm Springs 0 S - .S - S
CEQA Rules
5.15 Bureau of Indian Affins Consultation&NEPA and
Raman 106 Clearances o S - v - S -
5.16 Circulate DM Environmental Document&
Res and Comments 0 $ - $ - S -
Paget of 2
CITY OF PALM SPRINGS
Cost Proposal-Man Hour Worksheet
Pmject Name: EnvimnmenW Services for Runon Road Widening between San Luia Rey Onve and Landes BoulevaN .
Federal Project No.BHLS-5282(040) Caitme EA No.08-92523tl Date 11/2l2nll
Comulura MSA Cetnsulang,Inc.
Task No. Took Descnption " •+ _ I-I 7 Subconstdunts Subtoal Laboi
v..a eu ,u.c= -> Tow Houn Labor Cost Labor Cap Cost
Blllln Rme 5 192..E 5 I]I9R 5 113.6'l S eNR uO E 191,16 S Hi05 S �H367 g AN611 8 N399 S 1960U 6-133.01 S �XR En
tit Final Envimamemal Asxeament Document
�MDIFONSQ 0 $ - S - S -
5.18 He Notioe of Dstesmiostion CE A) 0 S - S - 8
5.19 POW,Notice io Federsl Re islet 0 S S S
USACE Section 404 Permit and NEPA Clearance,
520 US EPA/S.RWQCB Section 401 Wamr Qau, 0 S - - S
Cerlifications
521 CDFG 1602 Streambed AileuYon meat
Subtottl Nour 10 1261 lal 193 M 126 52 112 2 116 162 )2 118E Subroul Labor Cost S 163011.00
Totd Houn 30 1261 1881 1921 441 1261 nl 112 E 116 162 321 118E Subtotal CDC S
Torol Cost sv/ODC $ 162.077.00
00
re
Page2 of 2
CITY OF PALM SPRINGS
COST PROPOSAL
Federal Project No.BHLS-5282(040)
Caltrans EA No.08-925238
Project Name: Environmental Services for Ramon Road Widening
between San Luis Rey Drive and Landau Boulevard Date: 112/201 1
Consultant: AEI-CASC Consulting,Inc.
DIRECT LABOR Initial Hourly
Classification Name Range Hours Rate Total
Senior Project Manager Ceazar Aguilar 259 @ $ 71.94 $ 18,632.46
Senior Project Manager Jeff Endicott 36 @ $ 57.00 $ 2,052.00
Senior Hydraulic Engineer Hank Fehlman 112 @ S 50.00 $ 5,600.00
Design Engineer Ryan Cummins 402 @ S 23.00 $ 9,246.00
Project Engineer Mark Swanson 110 @ $ 33.00 $ 3,630.00
Senior Design Engineer Sam Cruz 24 @ $ 42.00 $ 1,008.00
Design Engineer Leovi Boyon 116 @ S 20.00 $ 2,320.00
Senior CADD Technician Genevieve Smith 249 @ S 24.00 $ 5,976.00
0 @ S $
Clerical Michelle Furlong 44 @ $ 20.(10 $ 880.00
Subtotal Direct Labor Costs $ 49,344.46
Anticipated Salary Increases(3.5%) $ 1,727.06
Total Direct Labor Costs(DLC) $ 51,07152
INDIRECT COSTS Total
Fringe Benefit(FB) 20 % $ 10,214.30
General Overhead(GO) 139.4 % $ 71,193.69
Total('Combined FB and GO) 159.4 % $ 81,408.00
Total Indirect Costs(IC) $ 81,408.00
FEE(PROFIT) Rate Total
10 % $ 13,247.95
Fee(DLC+FB+IC) $ 13,247.95
OTHER DIRECT COSTS(ODC)
(ODC is actual cost to be reimbursed with supporting documentation.)
1.Reproduction/Plotting $ 5.000.00
2.Conference Calls $ -
3.Transportation/Travel/Parking(Mileage will be IRS standard rate.) S 800.00
4.Mailing/Overnight/Special Deliveries S - 200.00
Total Other Direct Costs $ 6,000.00
SUBCONTRACTOR COSTS
S
Total Subcontractor Costs $ -
TOTAL COST $ 151,727.46
82
CITY OF PALM SPRINGS
Cost Pro osal-Man Hour Worksheet
Project Name'. Eavirorunental Services for Rarnon Road Widening between San Luis Rey Drive and Landau Boulevard Dete'. 1 1/212 01 1
Federal Project No.BHLS-5282(040) Caltrans EA No.0&925238
Consulumn; AEI-CASC Comult Inc.
Task No. Task Description e'"" s"' " +• s'.. mi
P i .w••r••x . Subconsulrants Subtoml Labor
^4=.m sw. .. iw '_" _„ �.•... Tool HoursLabor Cast Labor Cost Cost
a i
Bilbng Rate $212,16 $I68.34 $14766 $OZ93 E9246 §ht04 .$`.59.07 %70.88 Sono $5907
Phase I:Pro ect Approval and Environmental Document PA&ED
1.0 Project Mona ement
101 project Administration and Project Controls ,1
S -23148.79 S S
1.02 Meetings and Coordination 94 8 6 1f I $ $ - $ 2348]9
L03 QualityAssurance and QualityControl I6 24 4 S 6,3761 E $ ,14879
IN Local Assurance Fund o ammin Supports S S S
7623
2.0 Data Collection cad Research 8 16 IR 8 5 S 4,5J4.80 E $ 4,53480
3.0 Field lk vlew and Site Assessment G o 6 18 $ 568.28 $ $ 4.534 80
4.0 PreliminaryEn ineerin
28
401 Soo,eying and Aerial Topographic M $ $ $
4.02 Right of Way Research and Base Mapping $ E $
4.03 UGIi L_stub,Not cation andM in $ $ $
4.04 Traffm Stud $ - $ $
4.05 preliminaryRoadws/Brid.Foundation Re its $ F 8
4.06 Roadway Alternatives Study and Geometric Approval
Drawings $ - $ - $
4,07 Preliminary Right of Way Study and Cost Es[imaes $ $ S
408 Bridge Aesthetics and Approach Landscape
Modification Study S - S - $ -
4.09 preliminary Street Lighting Stud $ S $
4.10 Roadway Drains a StudyE45,35512
$ - $
411 Floodplai ,Bridge Hydraulics and Sediment Transport 10 9n 2]Z ryr, tl 48 $ $ - $ 45J55.1"'Anal ses
4.12 Prelimin Channel lm rovements Plans t6 N .40 i0 13 $ - S 10,93607
413 Conditional Letter-of Ma Revision CLOMR 24 36 i2 L1 4 10 �S - $ IO,S92ll8
4,14 Brid e T e Selection Stud $ $
15 Prolim Cost Estimates I a 2a 2 $ $ 937.V4,16 Proect Re on uivalent E S
4.17 Value Anal sis S 12 4 8 2 $ $ l 683.55
5.0 Environmental Doc umeat CE A/NEPA
5.01 Public Scope.Commission&Council Meet $ $ S
502 Preliminary EnvUomncood Stud PES $ $ $
503 Noise Study
504 Air Quality $ $ $ -
$ $ $
5.05 Phase I Initial Site Assessment and ADL Surveys $ $ $
506 Water Quality Assessment Repot and Preliminary SWPPP 2 Z8 111) qp I8 S I8,695 09 84 S - S I8. 184
507 Location Hydraulic Study&Summary Floodplain +0 Encroachment Report 8 IIt, 18 4 6 $ 8,029.35 $ - $ 8,02235
5.08 Biological Resources Study(Natural Environmental S - $ - $Study and Biological Assessment -
509 Weiland and Jurhdieiional Delineation and S S - $ -
5.10 Visual Im act Assessment $
5.11 Communi 1r act Assessment S $ $
5.12 Cultural Resources Stud APE/HPSR/ASR S S S
514 Draft NEPA Enviromnental Assessment per S - $ - $
USACE/Caltri ns MOD
00 Paget of
W
CITY OF PALM SPRINGS
Cost Pro osal-Man Hour Worksheet
Project Namc Envbormtenral Services for Ramon Road Widening between San Luis Rey Drive and Landau Boulevard Date: 11/2/2011
Federal Project No.BHLS-5282(040) Caluans EA No.08-925218
Consultant AEI-CASC C.muldow.Inc.
Task No I Tesk Description 7777
"-' Total Hours Lebo,Cost nt Subcnnsultas Subtotal Lzbo,
Labor Cost Cost
n
Bill,, .$21'.4o $16p11 SI4i(b $67a $RM16 $'I,.s O4 S1907 R0.88 $I).OU $59.U1
Draft CEQA Initial Study/Mitigated Negative
5.15 Declaration(IS/MND)per CEQA end Palm Springs $ $ $
CE A Rules
5.16 Bureau of Indian Aftni Consultation&NEPA and
Section 106 Clearances 0 $ - Y - S 5.17 ClttMdate Draft Environmental Document&Respond
Comments 0
5.18 Fine]Envum se onental Assessment D m ocuent
MND/FONSI -
5.19 File Notice of Determination CE A $ $ $
5.20 Publish Notice in Federal Re ister $ $ $
USACE Section 404 P.ut and NEPA Clearance,US
5.21 EPA/State RWQCB Section 401 Water Quality 20 6 16 24 24 4 J13�52
$ 9,972.19 $ - $ 9,87219
520 CDFO 1602 Streantbed AlterationAgreement S $Subtotal Hours 25906 112 402 110 24 I16 249 0 44 Subtotal Labor Cost S 145727.46
Total H...1 2591 361 112 4021 1101 241 1161i 1352 SubtoW ODC S 6000.00
ToteI Cost w/ODC $ 151,727.46
00
rP' Page2 of 2
CITY OF PALM SPRINGS
COST PROPOSAL
Federal Project No.BHLS-5282(040)
Caltrans EA No.08-925238
Project Name: Environmental Services for Ramon Road Widening
between San Luis Rey Drive and Landau Boulevard Date: 11/2/2011
Consultant: Converse Consultants
DIRECT LABOR
Classification Name Range Hours Hourly Rate Total
Pricipal-in-charge Hashmi Quazi 8 @ $ 117.10 $ 936.80
Project Manager William Chu 10 @ S 86.57 $ 865.70
Senior Geologist Scot.4athis 40 @ $ 34.62 $ 1,384.80
Senior Engineer Sean Lin 62 @ $ 3L73 $ 1,967.26
Project Engincvr Harthar Shiwakoti 82 @ S 34.62 $ 2,838.84
Project Coordinator Charles Johnpillai 24 @ S 24.52 $ 588.48
CADD Technician Shenvvn Dumaua 16 @ S 17.33 $ 277.28
Support Staff Danielle Ertl 24 @ S 23.08 $ 553.92
Laboratory Lead Satish Jain 10 @ $ 25.00 $ 250.00
0 @ S $
Subtotal Direct Labor Costs $ 9,663.08
Anticipated Salary Increases(3.5%) $ 338.21
Total Direct Labor Costs(DLC) $ 10,001.29
INDIRECT COSTS Rate Total
Fringe Benefits(FB) 35.61 % $ 3,561.46
General Overhead(GO) 133.56 % $ 13,357.72
Total(*Combined FB and GO) 169.17 % $ 16,919.18
Total Indirect Costs(IC) $ 16,919.18
FEE(PROFIT) Rate Total
10 % $ 2,692.05
Fee(DLC+IC) $ 2,692.05
OTHER DIRECT COSTS(ODC)
(ODC is actual cost to be reimbursed with supporting documentation.)
1.Reproduction/Plouing $ 500_00
2.Coring/Traffic Control $ 1,500.00
3.Transportation/Travel/Parking(Mileage will be IRS standard rate.) S 500.00 -
4.Mailing/Overnight/Special Deliveries S 100.00
Total Other Direct Costs $ 2,600.00
SUBCONTRACTOR COSTS
S
S
S
$
Total Subcontractor Costs $ -
TOTAL COST $32 212.51
85
CITY OF PALM SPRINGS
Cost Pro osal-Man Hour Worksheet
Project Name: Enviromnental Services for Ramon Road Widening between San Luis Rey Drive and Landau Boulevard Data 11/2/2011
Federal Project No BHLS-5282(040) Caltrans EA No.08-925238
Consultant:Converse Consultants
Task No. Task Deactiption rv�oi.�.i '`'t0d Total Hours Labor Cost Subconsultents Subtotal labor
a+. �eri ours. jaw, cwiM... < t rrrw .. �`. YW° �,t Labor Cost Cost
miffing Rate 1 $ 358.85 $265,2`) $IU609 $ 9714 1 S 10609 1 75.14
Phase 1:Project Approval and Environmental Document A&ED
1.0 Project Mena ement
1.01 Project Administration and Project Controls 0 § S $
L02 Meetings and Coordination O S S - S
1,03 QualityAssurance and QualityControl 0 $ S $
1.04 Local Assistance Fundin /Pro ammin Supports oil S 5 $
2.0 Data Collection and Research oil S S $
3.0 Field Review and Sift Assessment § $ b
775 Preliminary Eaginreering - I I I mm -
4.01 Surveying and Aerial Topographic Mapping 01 S S $
4.02 Ri t of We Research and Base Mapping 0 § .$ $
4.03 UtilityResearch,Notification and Mapping 0 $ S $
4.04 Traffic Son a $ $ $
4.05 PreliminaryRoadws /Brid eFoundation Reports 8 10 40 62 82 24 16 24 10 276 $ 29,612.51 $ $ 29,612.51
4 Ob Roadway Alternatives Study and Geometric
Approval Drawings $ - S - $
4.07 PreliminaryRight of Wa Stu and Cost Estimates 0 S $ $
4.08 Bride Aesthetics and Approach Landscape 0 S 5 $
4.09 PreliminaryStreet Lighting Stu 0 S S b
4.10 RoadwayDrama a Stu 0 $ $ S
4.11 Floodplam,Bridge Hydraulics and Sediment
Trans of Analysis 0 $ - $ - $ -
4.12 Preliminary Channel Improvements Plans 4.13 Conditional Letter fMan Revision CLOMR 0 S $
0 S$ S $
4.14 Bride T Selection Stud 0 S S $
4,15 Preliminary Cost Estimates 0 S S $
4.16 Pro ect Repair uivalent b S S
4.17 Value Analysis Stud 0 S $ $
5.0 Environmental Document CE A/NEPA
5.01 Public Scope,Commission&Council Martins 01 $ $ S _
5 02 Poclinairony Environmental Stud PES S S S
5.03 Noise Stadv 01 S $ $
5.04 Air Quality 0 S S $
5,05 Phase I Initial Site Assessment and ADL Sur s 0 S S S
5,06 Water Quality Assessment Report and Preliminary
SWPPP 0 S $ - S -
5,07 Location Hydraulic Study&Summary Floodplam
Encroachment R on 0 S - S - S
5.08 Biological Resources Study(Newel Environmental 0 b - $ - S
Stu and Biological Assessment
5.09 Welland and Jurisdictional Delineation and 0 aid
$Assessment -
5.10 Visual lm act Assessment 5.11 Communi Ira act Assesenrrw 5.12 Cultural Raources Stud APE/HPSWASR 0 $
00
M Pagel of 2
CITY OF PALM SPRINGS
Cost Proposal-Man Hour Worksheet
Project Name: En,marommel Services for Ramon Road Widening between San Luis Rey Drive and Landau Boulevard Date: 11/2/2011
Federal Project No.BHLS-5282(040) Cnitrans EA No.09-925238
Consultant: Converse Comermanls
Task No. Task Description :.d-,,.,n.r ""'' s ^'ur rt -n'+n r. Subcoasunents Subtoal Labor
u^aau e i,a eye*••r e,s:,.,:. c. e is w:m wrYUOu ; r Total Hours Lalmr Cost
Labor Cost Cosr
BillingRam $ 35385 S'65.29 S10009 S 9724 E 1069+i $ 75.14 $ 5311 S 70Ss S
Phase 1:turn ject Approval and Environmental Document PA&ED
5 l4 Drag NEPA Environmental Assessment per
USACF/Celtmns MOD 0 S -
Draft CEQA Initial Study/Mitigated Negative
5.15 Declaration(IS/MND)per CEQA and Palm Springs 0 $
CEQA Rules
5.16 Bureau of Indian Affairs Consultation&NEPA and
Section 106 Clearances 0 S - S - S -
5 17 Circulate Draft Environmental Document&Respond
Cormorants 0 $ - S - S
5 18 Final Environmental Assessment Document
MND/FONSI $ $ - S -
5.19 File Notice of Demmilnetion(CEQA) O $ $ S
5.20 Publish Notice in Federal Register 0 S S J2212.5
USACE Section 404 Permit and NEPA Clearance,
5.21 US EPA/State RWQCB Section 401 Water Quality Certificetions
5.20 CDFO 1602 Streambed Altration A eement S Subtotal Hours 8to 40 62 12. 24 16 24 10 0 276 Subtotal Labor Cost Total Hours 8 10 40 62 82 24 16 24 10 0 27 Subtotal ODC t W/ODC
01) Page2 of 2
CITY OF PALM SPRINGS
COST PROPOSAL
Federal Project No.BHLS-5282(040)
Caltrans EA No.08-925238
Project Name:Environmental Services for Ramon Road Widening
between San Luis Rey Drive and Landau Boulevard Date: 11/2/2011
Consultant:Overland-Pacific&Cuter,Inc.
DIRECT LABOR
Classification Name Range Hours Hourly Rate Total
R/W Program Manager John Cutler 121 @ $ 67.50 $ 8,167.50
Project Manager Patricia Feist 57 @ $ 37,50 $ 2,137.50
Project ManagedReports%QAQC Chris LaBonte 6 @ S 36,06 $ 216.36
Consultant 1 Edna Rosales 10 @ $ 2050 $ 205.00
Utility Coordinator Madelia Rivera 24 @ $ 33.44 $ 802.56
0 @ $
0 @ S $
Subtotal Direct Labor Costs $ 11,528.92
Anticipated Salary Increases(3.5%) $ 403.51
Total Direct Labor Costs(DLC) $ 11,932.43
INDIRECT COSTS Rate Total
Fringe Benefits(FB) 47.9 % $ 5,715.64
General Overhead(GO) 117.E % $ 14,032.54
Total(*Combined FB and GO) 165.5 % S 19,748.18
Total Indirect Costs(IC) $ 19,748.18
FEE(PROFIT) Rate Total
10 % $ 3,168.06
Fee(DLC+IC) $ 3,168.06
OTHER DIRECT COSTS(ODC)
(ODC is actual cost to be reimbursed with supporting documentation.)
1.Reproduction S
2.Rights of Entry on BIA Land 3*$350.ea. S 1,050.00
3.Transportation/Travel(Mileage will be IRS standard rate.) $
4.Mailing,Ovemight/Special Deliveries $
Total Other Direct Costs $ 1,050.00
SUBCONTRACTOR COSTS
Lawyers Title (13 preliminary title reports with documents) $ 7,150.00
1,000'Radius Owners Mailing List (Title Company) $ L500.00
$
S
$
$
Total Subcontractor Costs $ 8,650.00
TOTAL COST $44 548.67
88
CITY OF PALM SPRINGS
Cost Proposal-Man Hour Worksheet
Project Name: Environmental Services for Ramon Road Widening between San Luis Rey Drive and Landau Boulevard Date, 11/2/I I
Federal Project No.BHLS-5282(040) Caltrans EA No.08-925238
Consultant:Overland Pacific&Culer,Inc.
Task a:W r�s�.�„ Subcansulmnts Subtotal Labor
No. Task Description Total Hours Labor Cost
Labor Cost Cost
Billin Rate $ ?04.031 $ 11335 .$ 109111,1 $ G1.97 $ 101081 S $
Phase I:Pro•ect Approval and Environmental Document PA&ED
1.0 Project Management
Lot Project Administration and Project Controls 0 $ § $
1.02 Meetings and Coordination 76 12 88 $ 16,866.76 S $ 16,866.76
1.03 Quality Assurance and Quality Control 0 $ $
104 Local Assistance Fundin /Pro rammin Supports 0 $ $ $
2.0 Data Collection and Research 0 $ S $
3.0 Field Review and Site Assessment $ $ $
4.0 Preliminary Engineering
4,01 Surveying and Aerial Topographic Mapping 0 $ $ $
4.02 Right of Way Research and Base Mapping E12
S 9.65000 S 8,650.00
4.03 UtilityResearch Notification and Mapping 24 25.91 $ $ 2,425.91
4 04 Traffic Stud S $
4.05 PreliminaryRoadway/Bridge Foundation Reports $ $ $
4.06 Roadway Alternatives Study and Geometric A roval Drawin s407 Preliminary Right of Way Study and Cost Estimates 45 .1> 6 10 555.99 S - S 15,55599
408 Bndge Aesthetics and Approach Landscape
Modification Stud $ - S
409 Prelimin Street Li htin Stud $ $
4,10 Roadwa Draina aStud S $
4 11 Floodplain,Bridge Hydraulics and SedimentS - $Trans rt Anal ses4,12 Prelimi Channel Ira rovements Plans $ $4,13 Conditional Letter of Ma Revision CLOMR $ $
4,14 Brid e T Selection Smd $ _ $4,15 Prelimina Cost Estimates $ $4.16 Proect Re on uivalent S4.t7 Value Anal sis Stud $ § _
5.0 Environmental Document CEQA/NEPA)
5.01 Public Scope,Commission&Council Meetings 0 $ $ $
5.02 Preliminary Environmental Stud (PES) 0 $ $ $
5.03 Noise Stud $ S _ $
5,04 Air Quality S S S
5,05 Phase I Initial Site Assessment and ADL Surveys 0 $ $ $
5.06 Water Quality Assessment Report and Preliminary 0 $ § $
SWPPP
5.07 Location Hydraulic Study&Summary Floodplain 0 $ S $
Encroachment Report -
5 08 Biological Resources Study(Natural Environmental 0 $ - S - $
iStudy and Biological Assessment
tp Paget of
CITY OF PALM SPRINGS
Cost Pro osal-Man Hour Worksheet
Project Name. Environmental Services for Ramon Road Widening between San Luis Rey Drive and Landau Boulevard Date'. I I/2/I I
Federal Project No.BHLS-5282(040) Calhans EA No.OB-925238
Consultant Overland,Pacific&Cuter,Inc.
Task No. Task Description W W Pms°"" t„r.�,ne�,,,g�, „� Lnnr � Total Hours Labor Cost Subconsultants Subtotal Labor
P lh'.z;,, <-o�:,a„n Labor Cost Cost
Billin Rate S 204.03 $ 113.35 $ 10900 $ 61.97 $ 11I off S $
5.09 Wetland and Jurisdictional Delineation and
Assessment $
5.10 Visual Impact Assessment $ $ $
5.11 Community Impact Assessment 0 $ $ $
5.12 Cultural Resources Study APE/HPSR/ASR 0 $ $ $
5 14 Draft NEPA Environmental Assessment per
USACE/Caltrans MOD 0 S - $ $
Draft CEQA Initial Study/Mitigated Negative
5,15 Declaration(IS/MND)per CEQA and Palm Springs 0 $ - $ $
CEQA Rules
5.16 Bureau of Indian Affairs Consultation&NEPA and $ $ $
Section 106 Clearances 5.17 Circulate Draft Environmental Document&Respond
Comments 0 S - F - $
5.18 Final Environmental Assessment Document
MND/FONSI 0 $ - $ - S -
5.19 File Notice of Determination(CEQA) 0 $ S $
5.20 Publish Notice in Federal Register 0 $ $ $
USACE Section 404 Permit and NEPA Clearance,
5,21 US EPA/State RWQCB Section 401 Water Quality 0 $ - S $ _
CenlfiCat10n5
5.20 CDFG 1602 Streambed Alteration A reemem 0 $ 5 _ $
Subtotal Hours 121 57 6 10 24 0 0 218 Subtotal Labor Cost S 43 498.67
Total Houral 1211 571 61 101 241 01 01 21811 Subtotal CDC IS 1,050.
Total Cost w/ODC S 44,548.67
Co Paget of 2
O
CITY OF PALM SPRINGS
COST PROPOSAL
Federal Project No.BHLS-5282(040)
Caltrans EA No.08-925238
Project Name:Environmental Services for Ramon Road Widening
between San Luis Rey Drive and Landau Boulevard Date: 1 l/2/20l 1
Consultant:TKD Associates,Inc.
DIRECT LABOR
Classification Name Range Hours Hourly Rate Total
Principal Thomas Doczi 50 @, S 75.00 $ 3,750.00
Project Manager Elena Fmntiu 112 @ S 45,00 $ 5,040.00
0 @ S $ -
0 @ S $
0 @ S $
0 @ S $
0 @ S $
0 @ S $
Subtotal Direct Labor Costs $ 8,790.00
Anticipated Salary Increases(3.5%) $ 307.65
Total Direct Labor Costs(DLC) $ 9,097.65
INDIRECT COSTS Rate Total
Fringe Benefits(FB) 40 % $ 3,639.06
General Overhead(GO) 105.51 % $ 9,598.93
Total(*Combined FB and GO) 145.51 % $ 13,237.99
Total Indirect Costs(IC) $ 13,237.99
FEE(PROFIT) Rate Total
l0 % $ 2,233.56
Fee(DLC+IC) $ 2,233.56
OTHER DIRECT COSTS(ODC)
(ODC is actual cost to be reimbursed with supporting documentation.)
1.Reproduction/Plotting S 1,500.00
2.Conference Calls S -
3.Transportation/Travel/Parking(Mileage will be IRS standard rate.) S -
4.Mailing/Overnight/Special Deliveries $ 200.00
Total Other Direct Costs $ 1,700.00
SUBCONTRACTOR COSTS
$
Total Subcontractor Costs $
TOTAL COST $26 269.20
91
CITY OF PALM SPRINGS
Cost Proposal-Man Hour Worksheet
Project Name: Environmental Services for Ramon Road Widening belvveen San Luis Rey Drive and Landau Boulevard Date: I I/2/201 I
Federal Project No.BHLS-5282(040) Caltrans EA No.08-925238
Consultant TKD Associates,Inc.
Task No. Task Description - N e��„���i.�os,,. n n u o Total Hours Labor Cost Subcoasultants Subtotal Labor
Labor Cost Cost
Billing Rate $ 209.G3 b 12578 1 $ 1S 5 1 $ S $
Phase 1:Pro'ect Approval and Environmental Document PA&ED
1.0 Pro ect Management
1.01 Project Adminimation and Project Controls 0 $ S $
102 Meetings and Coordination 0 $ $ $
1.03 Quality Assurance and Quality Control O S $ E
1,04 Local Assistance Fundin ro ranimin Supports 0 S S $
2.0 Data Collection and Research
3.0 Field Review and Site Assessment 0 $ S $
4.0 Preliminary En ineed
4.01 Surveying and Aerial Topographic Mapping 0 $ S S
CO2 Right of Way Research and Base Mapping 0 $ S $
4.03 Utility Research,Notification and Mapping 0 $ $ $
4,04 Traffic Stud 0 $ S $
4 05 Preliminary Roadway/Bridge Foundation Reports 0 $ $ $
4.06 Roadway Alternatives Study mid Geometric
Approval Drawings 0 S - $ - $ -
4.07 Preliminary Right of Way Study and Cost Estimates 0 S S $
4.08 Bridge Aesthetics and Approach Landscape
Modification Study 42 88 130 S 19,87338 S - $ 19,873 38
4.09 Preliminary Street Lighting Study 8 l/ 32 $ 4695.82 $ $ 4,695.8.
4.10 RoadwayDrainage Sandy 0 $ $ $
4 11 Floodplam,Bridge Hydraulics and Sediment 0 $ S $
Transport Analyses
4.12 PreliminaryChannel Improvements Plans 0 $ S $
4,13 Conditional Letter of Ma Revision CLOMR 0 $ $ _ S
4.14 Bridge T Selection Slimly 0 $ $ $
4.15 PreliminaryCost Estimates 0 $ $ $
4.16 Project Report(Equivalent) 0 S $ $
4.17 Value Analysis Study 0 $ $ $
C18 Value Analysis Snarly
0 S 5 $
5.0 Environmental Document CE A/NEPA
5,01 Public Scope,Commission&Council Meetings 0 $5,02 PreliminaryEnvironmental Stud PES > $
0 S $ $
5.03 Noise Study 0 $ 5 S
504 Air Quality 0 $ S $
505 Phase I Initial Site Assessment and ADL Surveys 0 S S $
506 Water Quality Assessment Report and Preliminary 0 $
SWPPP
5,07 Location Hydraulic Study&Summary Floodplam 0 S $ $
Encroachment Report
5.08 Biological Resources Study(Natural Environmental Study $ ) - $
Stud and Biological Assessment
5.09 Wetland and Jurisdictional Delineation and 0 $ S $
Assessment
CD
N Paget of 2
CITY OF PALM SPRINGS
Cost Proposal-Man Hour Worksheet
Project Name: Environmental Services for Ramon Road Widening between San Luis Rey Drive and Landau Boulevard Date: 1 I/2/2011
Federal Project No.BHLS-5282(040) Caltrans EA No.08-925238
Consultant:TKD Associates,Inc.
Task No. Task Description Moi,U— , c Total Hams Labor Cost Subconsulumb Subtotal Labor
Labor Cost Cost
BillingRate S 'U9.63 E 125.78 S - S $ S S $
5.10 Visual Impact Assessment 0 $ $ $
5,11 CommunityImpact Assessment 0 $ $ $
5.12 Cultural Resources Stud- APE/HPSR/ASA 0 $ S $
5,14 Draft NEPA Environmental Assessment per
USACE/Caltrares MOU 0 S - S - $ -
Draft CEQA Initial Study/Mitigated Negative
5.15 Declaration(IS/NIND)per CEQA and Palm Springs 0 $ - S - S
CE A Rules
5,16 Bureau of Indian Affairs Consultation&NEPA and
Section 106 Clearances 0 S - S - $ -
5 17 Circulate Draft Environmental Document&
Respond Comments 0 $ S -
5.18 Final Environmental Assessment Document
MND/FONSI 0 $ -
5.19 File Notice of Determination CEQA 0 $ S $
5.20 Publish Notice in Federal Register 0 $ $ $
USACE Section 404 Permit and NEPA Clearance,
5.21 US EPA/State AWQCB Section 401 Water Quality 0 S - $ - $ -
Certifications
5.20 jCDFG 1602 Streambed Alteration A Bement 0
Subtotal Hours 50 112 0 0LOL
01 162 Subtotal Labor Cos[ $ 24 569.20
Total Hours 50 ll2 0 01 01 01 0 0 l62 Subtotal ODC $ 1 700.00
Total Cost w/ODC $ 26,269.20
CD
Cq Page2 of 2
VA Study Budget City of Palm Springs-Ramon Rd Bridge
Value Managements Strategies, Inc.
Item Name Hours Rate Cost Total
PRESTUDY-Preparation and Coordination
Program Manager Hays 4 $282.69 $1,130.76
Team Leader TBD 20 $217.44 $4,348.80
Technical Editor Hiller 2 $83.52 $167.04
Project Coordinator Kramer 6 $128.48 $770.88
Administrative Assistant Northrop 2 $82.60 $165.20
Highway/Civil/Drainage TBD 8 $200.00 $1,600.00
Structural TBD 8 $220.00 $1,760.00
Construction Manager TBD 8 $225.00 $1,800.00
Total PRESTUDY-Preparation and Coordination: $11,742.68
SEGMENT 1&2- VA Study
Team Leader TBD 30 $217.44 $6,523.20
Highway/Civil/Drainage TBD 24 $200.00 $4,800.00
Structural TBD 24 $220.00 $5,280.00
Construction Manager TBD 24 $225.00 $5,400.00
Total SEGMENT 1&2-Segment 1 VA Study: $22,003.20
SEGMENT 3- Preliminary Report
Team Leader TBD 24 $217.44 _ $5,218.56
Technical Editor Hiller - 24 $83.52 $2,004.48
Project Coordinator Kramer 2 $128.48 $256.96
QA/QC Chiasson 4 $143.18 $572.72
Total SEGMENT 3-Preliminary VA Report: $8 052.72
SEGMENT 3-Implementation Meeting and Final Report
Team Leader TBD 20 $217.44 $4,348.80
Technical Editor Hiller 18 $83.52 $1,503.36
Project Coordinator Kramer 2 $128.48 $256.96
QA/QC Chiasson 4 $143.18 $572.72
Total SEGMENT 3: $6,681.84
Labor SubTotal: $48,460.44
Other Direct Costs
Category fir( Number Rate Cost Total
TBD
Meals and Incidentals Day 5 $40.00 $200.00
Lodging/Hotels Day 5 $130.00 $650.00
Parking Day 5 $15.00 $75.00
Airport Transportation Trips 3 $100.00 $300.00
Airfare(prestudy,study, Trips 3 $600.00 $1,500.00
Imnlementation)
Personal Car Miles 0 $0.56 $0.00
Rental Car Day 5 $75.00 $375.00
Total: $3,400.00
Highway/Drainage/Civil
Meals and Incidentals Day 3 $40.00 $120.00
Lodging/Hotels Day 3 $130.00 $390.00
Parking Day 3 $15.00 $45.00
Personal Car Miles 800 $0.56 $444.00
Rental Car Day 0 $75.00 $0.00
Total: $999.00
Structural
Meals and Incidentals Day 3 $40.00 $120.00
Lodging/Hotels Day 3 $130.00 $390.00
Parking Day 3 $15.00 $45.00
Personal Car Miles 800 $0.56 $444.00
94
Rental Car Day 0 $75.00 $0.00
Total. $999.00
Construction
Meals and Incidentals Day 3 $40.00 $120.00
Lodging/Hotels Day 3 $130.00 $390.00
Parking Day 4 $15.00 $60.00
Airport Transportation Trips 1 $90.00 $90.00
Airfare(prestudy,study, Trips 1 $500.00 $500.00
Imolementation)
Personal Car Miles 0 $0.56 $0.00
Rental Car Day 4 $75.00 $300.00
Total. $1,460.00
Miscellaneous Direct Costs
Shipping LS 1 $250.00 $250.00
Reproduction LS 6 $100.00 $600.00
Conference Room Day 0 $0.00 $0.00
Miscellaneous Supplies FA 0 $0.00 $0.00
Total Misc.ODC. $850.00
ODC SdbTotah $7,708.00
Total Task Order. $56,188.44
95