Loading...
HomeMy WebLinkAbout04665 - HDR ENGINEERING GENE AUTRY RAILROAD BRIDGE WIDENING CP01-04 Kathie Hart From: Marcus Fuller Sent: Friday, March 06, 2015 9:53 AM To: Kathie Hart Cc: Carrie Rovney;Savat Khamphou;Tabitha Richards Subject: Re: A4665-HDR Engineering (CP 01-04) Yes please close. Marcus L. Fuller, MPA, PE, PLS Assistant City Manager/City Engineer City of Palm Springs On Mar 5, 2015,at 4:45 PM, Kathie Hart<Kathie,Hart@palmsprings-ca.gov>wrote: Has this project been completed? Ok to close? �\o Kathie Hart, MMC Chief Deputy City Clerk <image001.png> City of Palm Springs "4? (760)323-8206 3200 E. Tohquitz Canyon Way „ (760)322-8332 Palm Springs,CA 92262 G-' Kathie.Hart@PalmSpringsCA.gov City Hall is open 8 am to 6 pm, Monday through Thursday, and closed on Fridays. 1 AMENDMENT NO. 3 TO CONTRACT SERVICES AGREEMENT NO. 4665 WITH HDR ENGINEERING, INC. GENE AUTRY TRAIL RAILROAD BRIDGE WIDENING CITY PROJECT NO. 01-04 The following articles of Agreement No. 4665 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is amended to Six Hundred Forty-Two Thousand Five Hundred Three Dollars ($642,503.00). SCOPE OF SERVICES (Exhibit"A")- Please see attached sheets for additional work. SCHEDULE OF COMPENSATION (Exhibit "C)- Please see attached sheet. Purchase Order Number(s): 316443 Agreement Number: 4665 Original MO Number. 7271 City Council Approval: March 5, 2003 Original Contract Amount: $ 481,000.00 Amount of Prior Changes: $ 106,916,00 Amount of This Increase: $ 54,587.00 Amended Total: $ 642,503.00 Account No.: 134-4497-50214 SIGNATURES ON LAST PAGE EXHIBIT A is amended as follows: Add the following services: Task 8 Design Services During Construction.Contractor shall provide engineering services described herein during construction phase of the project.The Contractor's role during the construction of the project is to support the Riverside County Transportation and Land Management Agency ("County') and its Construction Manager in their oversight of the construction contract for the project being administered by the County for the City. This scope of work is based on the understanding that all work will be performed on a time and materials basis up to the approved amount as listed on Exhibit C. Any work outside this scope of work, and/or in excess of the approved amount for this Task 8 scope of work will require an additional written authorization from City before commencement of said work. Construction Period Services - This task includes construction support services in support of the construction phase of the project. The main objectives of this task are (1) to respond to the County's Construction Contractor's questions and provide clarifications of the project design,(2)provide engineering support to the County and its Construction Manager, and (3) provide engineering support. Task 8.f-Management.The project managerwill be responsible for the management and administrative aspects of the project, assign tasks, coordinate the work with the project team members, and prepare monthly project invoices. Contractor shall prepare and implement a quality control plan throughout the duration of the project and perform regular internal quality control audits. Contractor shall maintain a system of filing all project related documents. Task 8.2-Project Meetings: The Contractor shall be available to attend the pre-construction conference as well as additional meetings during the construction phase. For estimating purposes, it is assumed that one (1)Contractor representative will be required to attend monthly progress meetings for the assumed project duration of 12 months. In conjunction with the meetings, Contractor shall perform one (1) field review per two months to view project site conditions. Task 8.3-Additional Field Reviews: In addition to the site observations provided as part of Task 2, an additional two(2) field reviews in the year 2010 will be performed during the project duration. Task 8.4 - Response to Requests for information (RFI) and Requests for Change (RFC): The Contractor shall be available to respond to RFI's (a total of 20 assumed)and RFC's(a total of 7 assumed) during construction, as may be requested by County. Task 8.5-Submittals and Shop Drawings:Contractor shall review the County's construction contractor's submittals and shop drawings (up to 10 assumed) as may be requested by County to verity compliance with the project's plans and specifications ("Contract Documents"). Task Deliverables • Monthly Invoices. Key Understandings • The overall duration of the Construction Period is 12 months. • All work shall be performed on a time and materials basis. • Reviews will be in accordance with the project specifications and plans. • The County's construction contractor submittals and RFI's submitted for review are assumed to be complete and in accordance with the project plans, specifications, and incorporated reference documents. County and/or its Construction Manager shall furnish all submittal, RFI, and RFC materials for Contractor's review in a timely manner, and in accordance with the Contract Documents. • County and/or its Construction Manager will arrange all meetings, will produce and distribute all meeting minutes, and will distribute status reports to other required parties. • Rates charged for work under this Task 8 shall be those in effect during year(s) in which services are performed. EXHIBIT C is replaced with the following exhibit: 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 frequentlythan monthly,and shall be based on costs per unit of work as Indicated herein. Lump sum payments shall be made to Contractor based upon completion of tasks, or pro-rata portions thereof noted below,to a maximum of 75%of the lump sum task item fee until completion of such task item. 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 judgement of the Contract Officer. Sub-Task Total Task Total Lump Sum Lump Slim Task 1.0, Proiect Management $23.700..0,9, Task 2.0, Planning and Project Development --- $44.565.00 Task 2.1, Research and Data Gathering $5,172.00 ... Task 2.2, Surveys $21.845.00 --- Task 2.3, Permitting $17,548.00 _ --- Task 3.0. Preliminary and Concept Plans (Project Report) --- $106,783,00 Task 3.1, Hydrology Report $10,530.00 --- Task 3.2. Preliminary Geotechnical Report $25,973.00 --- Task 3.3, Utility Coordination $7,540.00 --- Task 3.4,Traffic Management Plan (TMP) $8,100,00 --- Task 3.5, Fact Sheets $7,900,00 --- Task 3.6, Structural Section Review/Seismic Retrofit $4.540.00 --- Task 3.6(a), Crash Wall Redesign $0.00 --- Task 3.7, Bridge Advanced Planning Studies (APS)/Type Selection $22.880.00 --- Task 3.8 Geometric Approval Drawings (GADS) $19,320.00 --- Task 4.0, Environmental Approval --- $92.766,00 Task 4.1, Technical Studies $80.953.00 --- Task 4.2, Inkial Study (ISVEnvironmental Assessment(EA) $11,813.00 --- Task 5.0, Final Design Reports and Studies --- $10,780-00 Task 5.1, Geotechnical Design Report $1,400.00 --- Task 5.4 Utility Coordination $9,380.00 Task 6.0,Plans, Specifications and Estimates (PS&E) --- $303,502.00 Task 6.1, Structural Design and Calculations $12,728.00 --- Task 6.1(a) Existing Bridge Seismic Retrofit Structural Design $24,605.00 --- and Calculations Task 6.2, Draft PS&E (Structure) $36,320.00 --- Task 6.2(a) Draft PS&E (Seismic Retrofit) $28,257.00 --- Task 6.3. Independent Check Review and Quality Control $26,640.00 --- Task 6.3(a) Independent Check Review and Quality Control $32.124.00 --- (Seismic Retrofit) Task 6.4, Final PS&E (Structure) $30,960.00 --- Task 6.4(a) Final PS&E (Seismic Retrofit) $22,586.00 --- Task 6.5, Draft PS&E (Roadway) $38,802.00 --- Task 6.6, Final PS&E (Roadway) $16,550.00 --- Task 6.6, Final Traffic Control Plans $6,902.00 --- Task 6.7, Final Miscellaneous Plans $14,830.00 --- Task 6.8, Riverside County Coordination $12 1.98.00 --- Task TO, Construction Bidding Phase --- $5,760.00 Task 8.0. Design Services During Construction $54,587.00 Total of all Tasks of this Contract --- $642,503.00 Except as specifically amended by this Amendment No.3,all terms and provisions of Agreement No.4665 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS, a municipal corporation City Clerk r� act 1 (jI Q City Manage[^:'�' -~ APPkZOVED AS TO FARM: APPROVED BY CITY COUNCIL ty ttome ONTR TO Check one:_Individual_Partnership__Corporation Corporations require two notarized signatures:One signature must be from the Chairman of Board,President,or any vice President.The second signature mkt ba fro cretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). By arized Signature of Chairman of Board, No d-Signature Secretary,Asst Secretary, President or any Vice President Treasurer,Asst treasurer or Chief Financial Officer `r ( T Name: 1 �� .7 1 ..... ',�-r°Y�. Name: Gl'i ALI JN , ({fit A)l'. —T Title: f V I („x-. tl(G�l G�.en_!.::............ Title: -F/Z1A Ole i.fQ, Slate of/ State of Lo{f,a"ka f County o **ss 1 �, Coun/ty of ass Ong 101 beforemee, Iv\ -Y,)\A5 ✓ I """ OnT la beforeme. jWc.44I (JleScy� personally appeared Il`�.� F-.tt-A -- personally appeared Ck"`k M•t" �fi✓'� who proved to me on the basis of satisfactory evidence)to be who proved to me on the basis of satisfactory evidence)to be the person(a7 whose namaK ls/are subscribed to the within the persons)whose name(s)IrJare subscribed to the within Instrument and acknowledged to me that he/eha/Uroy executed instrument and acknowledged to me that ha/she/they executed the same in hislfxdtpeir authored eapadty(les), and that by the same in his/her/their authvdzed capacity(ies),and that by his/her&Walr signature(e)on the instrument the personK,or the his/her/their signatune(s)on the instrument the persan(s),or the entity upon behalf of which the person(w)acted, executed the entity upon behalf of which the person(s)acted,executed the instrument. Instrument. I certify under PENALTY OF PERJURY under the laws of the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and State of California that the foregoing paragraph is true and correct. correct. WITNESS my hand a d of seal. __ WITNESS my hand and official seal. n" Notary Signature. Notary Signature, "'•""•"- �' (? � Notary Seal: Notary Seal! i M. 9USH f- 6F11FAAl1XITI =,NChraeMa CtlmmliAM llr 1739397 A1pry 6.OLESON Notary Publle -CCllfofnla ,Eigr.ida112,2g13 orange County MVccmr &pMxApr17.2p11 AMENDMENT NO. 2 TO CONTRACT SERVICES AGREEMENT NO. 4665 WITH HDR ENGINEERING, INC. GENE AUTRY TRAIL RAILROAD BRIDGE WIDENING CITY PROJECT NO, 01-04 The following articles of Agreement No. 4665 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is amended to Five Hundred Eighty-Seven Thousand Nine Hundred Sixteen Dollars ($587,916.00). SCOPE_OF SERVICES (Exhibit-A-1- Please see attached sheets for additional work. SCHEDULE OF COMPENSATION (Exhibit"C") - Please see attached sheet. Purchase Order Number(s). 316443 Agreement Number: 4665 Original MO Number: 7271 City Council Approval: March 5, 2003 Original Contract Amount: S 481,000.00 Amount of Prior Increase: $ 107,572.00 Amount of Increase/ or (Decrease): $ (656,00) Amended Total: $ 587,916.00 SIGNATURES ON LAST PAGE EXHIBIT A is amended as follows: Delete the following services: Task 5.2, Right-of-Way Engineering Task 5.3 Right-of-Way Acquisition Add the following services: Task 6,8 Riverside County Coordination. Contractor shall revise the final PS&E documents to be consistent with the Riverside County standard format specifications, and other services as necessary to combine the City's PS&E package with the Riverside County's PS&E package for the adjacent Gene Autry Trail / Interstate 10 Interchange project. Services shall include: 1. Coordination with Riverside County Survey Division and Transportation Department 2. Respond to Riverside County questions 3. Review the revised specifications and verify pay clauses and bid items 4. Review the Standard Special Provisions (SSP) revised by Riverside County 5. Preparation of Cost Estimate of the Federal Trainees Program Except as specifically amended by this Amendment No. 2, all terms and provisions of Agreement No. 4665 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS, a municipal corporation By: yy: - City Clerk 12 OR f Z Cb9 City Manager APPROVED BY CITY couimCll AP .ROVED AS 70 FORM: Q �11 D P�bb1 g ity ttor PQ �7•Jtt'v•d��,.. ..,,...�,., CONTRACTOR! Check one, Individual Partnership_Corporation 111 Corpotauons require two norarmcd signatures: One signature must be from The Chairman of Board,President,or any Vice President The second signature mutt be fro tary,Assistant Seel erary,Treasurer,Assisrani Treasurer,or Chief Financial Officer). 1 _ huarnze Signature of Chairman of Board, E . ` N�nzcd Signature Secretary, Asst SecreratyJ President or any Vice President Treasurer,Asst treasurers or Chief Financial Officer Name:�1 Name: L-(At S —y• ` Title V�— Ttdc SEa-�lc� Stare of D1 State of J6 Lb Ca s�) County Of! rl Isis Counry of .,rTe icy_S—Iss n On11 l�hefure m�e,^ personally appealed ! 4 1 personallyappcared-L20J _j, YLiCda M,2 � who proved to me On the _,bnsis of 5atjgfactory evidence) to be the Who proved m me on the basis of satisfactory evidence) tobe rife person(sy whose name(uis ies5,Ascnbed to die within instrument pelson(s) whose name(s) islarc subscribed to the within instrument id acknowledged to me [ha h• he/they executed r,^sartie in and acknowledged to me that he/she/they executed the same in hO herlrheu uuthorh2ed capamty(�e51 and that by his! r/diefr his/herhlieir authorized capamty(ies), and that by his/her/Their signature(r)on the instrument the personO,or the entity upon behalf signature(s)on the instrument die person(s),or the entity upon behalf of which the personpii acted,executed the instrument. of which the person(r)acted,executed the instrument I ccmfy under PCNALTY OF PER]uRY under dic laws of die State I certify under PENALTY OF PCPJURY under the laws of The Stare of California that the foregoing paragraph is true and correct. of California that The foregoing paragraph Is mic and correct. WITNESS my li and ffl cal WITNESS my h'd�and official seal. Notary Signature: Notary Signature ) vin�2._. z.,fiGCe` Notary Seal: Notary Seal M. BUSH r Commis slon tY 1739397 GGNENALNOTOR-State alNBbfsaW .� Notary Putllc -Californla II BONNIE J.D 12 Orange County MY Comm.rxp. MyComm.ErplfmApf 17.2011 ea 20,2012 h EXHIBIT C is replaced with the following exhibit: SCHEDULE OF COMPENSATION Tasks listed below are identical to tasks identified in Exhibit Aof this Agreement- Payments to Contractor shall be made no more frequently than monthly, and shall be based on costs per unit of work as indicated herein. Lump sum payments shall be made to Contractor based upon completion of tasks,or pro-rata portions thereof noted below,to a maximum of 75% of the lump sum task item fee until completion of such task item. 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 judgement of the Contract Officer, Sub-Task Total Task Total Lump Sum Lump Sum Task 1.0, Project Management _ $23 760=00 Task 2.0, Planning and Project Development --- 544,565.00 Task 2.1, Research and Data Gathering $5,172.00 — Task 2.2, Surveys $21,845.00 — Task 2.3, Permitting $17,548.00 Task 3.0, Preliminary and Concept Plans (Project Report) --- $106,783 00 Task 3 1, Hydrology Report $10,530.00 — Task 3.2, Preliminary Gsotechnical Report $25,973.00 — Task 3.3, Utility Coordination $7,540,00 --- Task 3.4, Traffic Management Plan (TMP) $8,100.00 Task 3.5, Fact Sheets $7,900.00 — Task 3.6, Structural Section Review/Seismic Retrofit $4,540,00 — Task 3.6(a), Crash Wall Redesign $0,00 -- Task 3.7, Bridge Advanced Planning Studies (APS)/Type Selection $22,880.00 --- Task 3.8, Geometric Approval Drawings (GADS) _ $19 320.00 Task 4.0, Environmental Approval --- $92,766.00 Task 4.1, Technical Studies $80,953.00 --- Task 4.2 Initial Stud (IS /Environmental Assessment EA 11 813.00 Task 5.0, Final Design Reports and Studies — $10,780.00 Task 5.1, Geotechnical Design Report $1,400,00 Task 5.8, Riglit of Task 5.4 Utility Coordination $9,380=00 Task 6.0, Plans, Specifications and Estimates (PS&E) --- $303,502.00 Task 6.1, Structural Design and Calculations $12,728.00 — Task 6.1(a) Existing Bridge Seismic Retrofit Structural Design $24,605.00 and Calculations Task 6.2, Draft PS&E (Structure) $36,320.00 — Task 6.2(a) Draft PS&E (Seismic Retrofit) $28,267.00 --- Task 5.3, Independent Check Review and Quality Control $26,640.00 — Task 6.3(a) Independent Check Review and Quality Control $32,124.00 (Seismic Retrofit) Task 6.4, Final PS&E (Structure) $30,960.00 --- Task 6.4(a) Final PS&E (Seismic Retrofit) $22,586.00 --- Task 6 5, Draft PS&E (Roadway) $38,802.00 Task 6 6, Final PS&E (Roadway) $16,550.00 --- Task 6.6, Final Traffic Control Plans $6,902.00 -- Task 6.7, Final Miscellaneous Plans $14,830.00 --- Task 6.8, Riverside County Coordination $12,198.00_ Task TO, Construction Bidding Phase $5,760.00 Total of all Tasks of this Contract --- $587,916.00 HDR Engineering, Inc. GeneAutry Trail Railroad Bridge Widening CP 01-04 AMENDMENT NO. 1 TO CONTRACT SERVICES AGREEM'; AGREEMENT #4665 WITH HDR ENGINEERING, INC. MO 7630, 2-16-05 GENE AUTRY TRAIL RAILROAD BRIDGE WIDENING CITY PROJECT NO. 01-04 This Amendment No. 1 to the Contract Service Agreement with HDR Engineering, Inc., (Agreement No. 4665), pproved by the City Council on March 5, 2003, is made and entered into this day of ( % , 2005, by and between the City of Palm Springs, a municipal corporation (hereinaftea"City") and HDR Engineering, Inc., (hereinafter"Contractor"). RECITALS Whereas, the City and Contractor now desire to extend the term of Agreement No. 4665 to revise the scope of work. The recital above is incorporated herein by reference and the following articles of Agreement No. 4665 are hereby amended to read as follows: 1. SECTION 2.1 The maximum contract amount is amended to Five Hundred Eighty-Eight Thousand Five Hundred Eighty-Five Dollars ($588,572.00). 2. SCOPE OF SERVICES (Exhibit "A") — Exhibit "A, " the Scope of Services shall be revised to incorporate new tasks as set forth on the attached Supplemental Scope of Services which is attached hereto as Exhibit "A-1". 3. SCHEDULE OF COMPENSATION (Exhibit "C') — Exhibit "C," the Schedule of Compensation shall be revised to incorporate compensation for the new tasks added to the Supplemental Scope of Services. 4. Except as specifically amended by this Amendment No. 1, all terms and provisions of Agreement No. 4665 remain in full force and effect. Purchase Order Number(s): 316443 Agreement Number: 4665 Original MO Number: 7271 City Council Approval: March 5, 2003 Original Contract Amount: $ 481,000.00 Amount of Increase: $ 107,572.00 Amended Total: $ 588,572.00 [SIGNATURES ON NEXT PAGE] ATTEST: CITY OF PALM SPRINGS, a municipal corporation City Clerk r City Managel-6'`� If ,;htiL_, APPROVED AS TO FORM: By: � �{ t9 City CONTRACTOR: Check one:_Individual Partnership_Corporation Corporations require two notarized signatures One signature must be from the 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). By: By: Notarized Signature of Chairman of Board, Notarized Signature Secretary,Asst Secretary, President or any Vice President Treasurer,Asst treasurer or Chief Financial Officer Name: Nature: Title: Title: Stale of ❑ Stale of ❑ County of ❑ss County of ❑ss On before me, On before me, , personally appeared personally appeared personally known to me(or proved to me on the basis of satisfactory personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to tie evidence)to be the person(s)whose narne(s)is/are subscribed to the within instrument and acknowledged to me that he/she/diey executed within instrument and acknowledgedto me that he/she/they executed the same in his/her/tlierr authorized capacny(ics), and that by the same in his/her/their authorized capacity(ies), and that by his/her/tlieir signature(s) on the instrument the person(s), or the his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which tie persons) acted, executed the entity upon behalf of which die person(s) acted, executed the instrument. instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: Except as specifically amended by this Amendment No. 1, all terms and provisions of Agreement No. 4665 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS, a municipal corporation By: By: City Clerk City Manager APPROVED AS TO FORM: By: City Attorney i CONTRACTOR: Check one:_Individual_Partnership ,,,Corporation Corporations require two notarized signatures One signature must be fiom the Chairman of Board, President, or any Vice President The second signature must must be from the Secretary,Assistant Secretary,Treasurer,Assistant—TCeaSmer,m Chief Financial Officer). By f By: �9°�'r`!( / -:.T,_,._� '�rlec(N.otarized Sig me of Chairman of Board, JN''otarized Signature Secretary, Asst Secretary, President or any Vice President Treasurer, Asst treasurer or Chief Financial Officer r Name:_ Name: Lo t i Title: q Title: �C State of ,�.>��t �.1 State of A�LhQ-Gl S County of t ,,VvIr . Iss County of —'- k ^ a= Iss / I` Ona\1&) before me, ,�1�„p,� l'R1�,, �� on ��;-b before me, ��``�� �^,, t� gam' personally appeared'YN\N \a1 1 1 �/-'f'-k'.��`�+..Q;A� personally appeared L lu-("5 ' 1 - aC-�1t��''�'� personally known to me(or proved to me on the basis of satisfactory personally (mown to me(or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s)is/are subscribed to[Ire evidence) to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/shehhey executed within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by the same in his/her/their authorized eapacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the entity upon behalf of which the persons) acted, executed the instrument, instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. q1 l) Notary Signature �iys SJsC� �h-1.P'0, otary Signature: V Notary Seal: Notary Seal: , . . "TH"'"ARIEW" M" 0 COMM,g 1352461 I GENERAL NOTARY-StateofNebraska! oa ,^. NOTARYPUBLIC-CALIFORNIA� L EONNIEJ.KUDRON ORANGE C OU NTY CI COM1A EXP.APRIL 20,2D06�' MY Comm.Exp.Der,.20,2000 --- EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES The following services are hereby added: Task 3.6(a) Crash Wall Redesign. Contractor shall furnish the Union Pacific Railroad (UPRR) with a memorandum providing the estimated gap and clearance information between the UPRR crash wall and the existing bridge column, and between the UPRR crash wall pile foundation and existing column footing, as necessary for UPRR to redesign the UPRR crash wall to allow for implementation of future column and footing retrofit. Contractor shall provide sketches along with the memorandum showing estimated required clearance between the existing bridge column/footing and the proposed location of the UPRR crash wall. The proposed location of the UPRR crash wall will meet UPRR clearance requirements. No engineering calculation/seismic analysis shall be performed as part of this task item of work. Redesign of the UPRR crash wall shall be performed by a different contractor and is not part of this contract. Task 6.I(a) Existing Bridge Seismic Retrofit Structural Design and Calculations. Contractor shall design necessary seismic retrofit measures and associated details for the existing bridge of the proposed widened structure and perform a fmal seismic analysis with the retrofit measures included in the model. The column deflections of the final widened and retrofitted bridge shall be tabulated and the gap and clearance required shall be checked against those provided in the memorandum to UPRR as defined in Task 3.6(a). Seismic retrofit structural design and calculations shall be performed in compliance with the latest Caltrans' seismic design requirements and shall include the following elements: Combined Seismic Models - the combined seismic model shall be set up using a three dimensional general structure program (STADD) and shall have the widening portion included in with the as-built seismic model, this model shall include all of the retrofitted measures and a final modal analysis shall be performed to validate the sufficiency of the retrofit design;Bent Push-Over Analysis- a plastic bent push-over analysis shall be performed on each bent to attain the displacement capacities on each bent for both existing and retrofit conditions, moment-curvature analyses for the existing columns for both existing and retrofit conditions shall be performed conforming to Caltrans seismic design criteria; Bent Cap Retrofit Design - calculations and details for bent cap retrofit shall be prepared; Column Retrofit Design - calculations and details for column retrofit design shall be prepared; Footing Retrofit Design - calculations and details for footing retrofit design shall be prepared; and Abutment Retrofit Design - calculations and details for abutment retrofit design shall be prepared. The seismic retrofit design and final seismic modal analysis shall be based on the retrofit strategies stipulated in Are Bridge Retrofit Report. Task 6.2(a) Draft PS&E(Seismic Retrofit). Contractor shall prepare structural plans containing all seismic retrofit measures, as deterri ned from the seismic retrofit design analyses as performed in Task 6.1(a), such that the existing structure meets the seismic design requirements. The seismic structure plans shall be included with the structure plans set for the widening project. Contractor shall prepare Special Provisions for items pertinent to the seismic retrofit design and not covered by the Caltrans Standard Specifications or Standard Special Provisions (SSP's). The SSP's shall be edited and Seismic Retrofit Special Provisions specific to this project produced and incorporated into the Final PS&E. The Seismic Retrofit Special Provisions shall be prepared, signed and stamped by a California registered Professional Engineer. Contractor shall prepare Seismic Retrofit Specifications conforming to Caltrans requirements. Contractor shall prepare quantity calculations for items applicable to the seismic retrofit design, and prepare the corresponding seismic retrofit cost estimate. Contract items shall be supported by quantity calculations prepared in a neat and orderly fashion and show all sketches, diagrams and dimensions necessary to allow them to be independently used by field inspectors. All quantity calculations shall be independently checked. Contractor shall prepare a Construction Cost Estimate using the latest available Caltrans cost data, City's cost data and actual recent construction costs in the Project area. Agreement No. 4665 Amendment 1 Page 4 Task 6.3(a) Independent Check Review and QualiO7 Control (Seisinic Retrofit). Contractor shall conduct an Independent Check review upon the completion of the initial seismic retrofit design. The Independent Check Review shall consist of preparation of an independent set of seismic retrofit design check calculations and review of the PS&E, which shall be performed by senior Structural Engineers who are not part of the design team. Any difference in findings from the seismic retrofit design and the independent check shall be identified and reconciled before the final submittal. Task 6.4(a) Final PS&E (Seismic Retrofit). Contractor shall prepare a final "bid-ready" PS&E for the bridge seismic retrofit design, to be part of structure plans for the bridge widening. Agreement No. 4665 Amendment 1 Page 5 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 costs per unit of work as indicated herein. Lump sum payments shall be made to Contractor based upon completion of tasks, or pro-rasa portions thereof noted below, to a maximum of 75% of the lump sum task item fee until completion of such task item. 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. Sub-Task Total Task Total Lump Sum Lump Sum Task 1.0,Project Management --- $23,760.00 Task 2.0,Planning and Project Development--- $44,565.00 Task 2.1,Research and Data Gathering $5,172.00 --- Task 2.2, Surveys $21,845.00 --- Task 2.3,Permitting $17,548.00 --- Task 3.0,Preliminary and Concept Plans(Project Report) --- $106,783.00 Task 3.1,Hydrology Report $10,530.00 --- Task 3.2,Preliminary Geotechnical Report $25,973,00 --- Task 3.3,Utility Coordination $7,540.00 --- Task 3.4,Traffic Management Plan(TMP) $8,100,00 --- Task 3.5,Fact Sheets $7,900.00 --- Task 3.6, Structural Section Review/Seismic Retrofit $4,540.00 --- Task 3.6(a),Crash Wall Redesign $0.00 --- Task 3.7,Bridge Advanced Planning Studies (APS)/Type Selection $22,880.00 --- Task 3.8, Geometric Approval Drawings(GADS) $19,320.00 --- Task 4.0,Environmental Approval --- $92,766.00 Task 4.1,Technical Studies $80,953.00 --- Task 4.2,Initial Study(IS)/Environmental Assessment(EA) $11,813.00 --- Task 5.0,Final Design Reports and Studies --- $23,634.00 Task 5.1,Geotechnical Design Report $1,400.00 --- Task 5.2,Right-of-Way Engineering $9,010.00 --- Task 5.3,Right-of-Way Acquisition $3,844.00 --- Task 5.4,Utility Coordination $9,380.00 --- Task 6.0,Plans, Specifications and Estimates(PS&E) --- $291,304.00 Task 6.1, Structural Design and Calculations $12,728.00 --- Task 6.1(a)Existing Bridge Seismic Retrofit Structural Design $24,605.00 --- and Calculations Task 6.2,Draft PS&E(Structure) $36,320.00 --- Task 6.2(a)Draft PS&E(Seismic Retrofit) $28,257.00 --- Task 6.3,Independent Check Review and Quality Control $26,640.00 --- Task 6.3(a)Independent Check Review and Quality Control $32,124.00 --- (Seismic Retrofit) Task 6.4,Final PS&E(Structure) $30,960.00 --- Task 6.4(a)Final PS&E(Seismic Retrofit) $22,586.00 --- Task 6.5,Draft PS&E(Roadway) $38,802.00 --- Task 6.6,Final PS&E(Roadway) $16,550.00 --- Task 6.6,Final Traffic Control Plans $6,902.00 --- Task 6.7,Final Miscellaneous Plans $14,830.00 --- Task 7.0.Constmction_Biid in_.Phase --- $5.760.00 Total of all Tasks of this Contract --- $588,572.00 CONTRACT ABSTRACT Contract Company Name: HDR Engineering, Inc. Company Contact: Walter Quesada Summary of Services: CP#01-04, GAT RR Bridge Widening Contract Price: $588,572 (including this A#1 for $107,572) Funding Source: 261-4491-50214/ 134-4497-50214 Contract Term: Open Until Completed Contract Administration Lead Department: Public Works & Engineering Contract Administrator: David Barakian/Marcus Fuller Contract Approvals Council/Community Redevelopment Original Council Date: March 5, 2003 ASency Approval Date: Amendment Council Date: February 16, 2005 Minute Order/Resolution Number: Original MO#7271 / Current MO#7630 Agreement Number: 4665 Contract Compliance Exhibits: Signatures: Insurance: Bonds: Contract prepared by: Submitted on: By: CERTIFICATE The undersigned hereby certifies that he is the Secretary of HDR Engineering, Inc., a Nebraska corporation, and that, as such, has custody of the minute books of the Corporation, and that, by Consent and Agreement of the Board of Directors dated May 19, 2004, the following resolution was unanimously adopted: "RESOLVED, that effective immediately and until June 20, 2005, or until termination of said individual from the Corporation, or until recision by the Corporation's Board of Directors, whichever occurs first, the following individuals are hereby granted the nondelegable authority to execute or approve on behalf of the Corporation, contracts for engineering services and architectural services incidental to engineering services to be rendered by the Corporation, . . . , or releases of claim or lien in connection with such services, such contracts or releases so executed or approved shall be binding upon the Corporation: ". . . William E. Bennett, Jr. —Vice President . . ." The undersigned further certifies that the foregoing resolution has been spread in full upon the minute books of the Corporation and is in full force and effect. DATED ����y 2004. (CORPORATE SEAL) Louis J. Pachman, Secretary HDR Engineering Gene Autry Bridge Widening AGREEMENT #4665 M07271 , 3-5-03 CITY OF PALM SPRINGS --- - Public Works and Engineering Department CONTRACT SERVICES AGREEMENT FOR GENE AUTRY TRAIL RAILROAD BRIDGE WIDENING CITY PROJECT NO. 01-04 THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered into this. day of _ 'B�_li.1 r-� 20L' j, by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City") and HDR Engineering, Inc., (herein "Contractor"). (The term Contractor includes professionals performing in a consulting capacity.) The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR t.t Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. r 1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits. Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor 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 Contractor's performance of the 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 Contract, Contractor warrants that Contractor (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, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the Contract Officer. F52/296/099999-3000/2160694 2 6/14196 Revised 09/01/98 C e�t•'i�4��`� r tiu 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life 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 City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 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 said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in(i)the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to five percent (5%) of the Contract Sum or $25,000; whichever is less, or in the time to perform of up to one hundred eighty (180) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not he entitled to additional compensation therefore. 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 of Exhibit "B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum contract amount of Pour Hundred Eighty- One Thousand Dollars ($481,000.00) (herein "Contract Sum"), except as provided in Section 1.8. The method of compensation may include: (i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the services, (iii)payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or(iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first(1st) working day of such month, Contractor shall submit to the City in the form approved by the City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7.3, City shall pay F52/276/099999-3000/2160684 2 6/14/96 Revised 09/01/98 2 Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor 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" attached hereto as Exhibit "W, if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Majeure. 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 Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer 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 Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1) year from the date hereof, except as otherwise provided in the Schedule of Performance. 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Walt Quesada, P.E.; Project Manager & Vice-President It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor 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 PS2/216/099999-30002I60694 2 6114196 Revised 09/01/99 3 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 Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. 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 approval 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 Contractor, 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 the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. The City's policy is to encourage the awarding of subcontracts to persons or entities with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to persons or entities with offices located in the Coachella Valley("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In requesting for the City to consent to a subcontract with a person or entity that is not a Local Subcontractor, the Contractor shall submit evidence to the City that such good faith efforts have been made or that no Local Subcontractors are qualified to perform the work. Said good faith efforts may be evidenced by placing advertisements inviting proposals or by sending requests for proposals to selected Local Subcontractors. The City may consider Contractor's efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specified in Section 6.2. 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 5.0 INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Comprehensive General Liability Insurance. A policy of comprehensive general liability insurance written on a per occurrence basis. The policy of insurance shall be in an amount not less than either (i) a combined single limit of$1,000,000 for bodily injury, death and property damage or (ii) bodily injury limits of$500,000 per person, $1,000,000 per occurrence and $1,000,000 products and completed operations and property damage limits of$500,000 per occurrence. If the Contract Sum is greater than $100,000, the policy of insurance shall be in an amount not less than$5,000,000 combined single limit. P52/276/099999d000/2160684 2 6/14/96 Revived.09/01/98 4 (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either (i) bodily injury liability limits of$500,000 per person and $1,000,000 per occurrence and property damage liability limits of $250,000 per occurrence and $500,000 in the aggregate or (ii) combined single limit liability of$1,000,000. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance. Policies of such other insurance, including professional liability insurance, as may be required in the Special Requirements. All of the above policies of insurance shall be primary insurance and shall name the City, its officers, employees and agents as additional insureds, except that the City shall not be named as an additional insured for the Worker's Compensation Insurance nor the Professional Liability Insurance. The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. All of said policies of insurance shall provide that said insurance may not be amended or canceled without providing thirty (30) days prior written notice by registered mail-to the City. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. All certificates shall name the City as additional insured (providing the appropriate endorsement), be signed by an authorized agent of the insurer, and shall contain the following "cancellation" notice: "CANCELLATION: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail an advance 30-day written notice to the Certificate holder named herein." The Contractor agrees that the provisions of this Section 5.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or persons for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 4.3 of this Agreement, the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same policies of insurance that the Contractor is required to maintain pursuant to this Section 5.1. 5.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them and each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs,penalties, obligations, errors, omissions or liabilities, (herein "claims or liabilities")that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, whether or not there is concurrent passive or active negligence on the part of the City, its officers, PS2/276/099999-3000/2160684.2 6/14/96 Rcvrscd 09/01/98 5 agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. 5.3 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City Clerk,which secures the faithful performance of this Agreement,unless such requirement is waived by the Contract Officer. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. 5.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California,rated"A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the City Manager or designee of the City ("City Manager")due to unique circumstances. 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 Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Manager to the City Council of City within ten(10) days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor 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. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor 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 Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. F52/2761099999-3000/21606842 6/14/96 Revised 09/01/98 6 6.2 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. 6.3 Ownership of Documents. All drawings, specifications, reports, records, documents and other materials prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor 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 uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare, such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any parry's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor(whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and(ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall PS2/276/099999-3"2160684.2 6/14/96 Revised 09/01/98 7 exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct 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. 7.7 Liouidated Damages. Since 'the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of Zero Dollars 0.00 as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance (Exhibit "D"). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7.8 Termination Prior to Expiration Of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time upon, with or without cause, upon sixty (60) days' written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all .services hereunder except such as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating parry need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation PS2276/099999-3000/2160684 2 6/14/96 Rcvimd.09/01/98 8 herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRINIINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, 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 Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 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 is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third patty any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72)hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. M/276/099999-3000/21606842 6/14/96 Reviled 09/01/98 9 9.3 Integration: Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder 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. 9.5 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(i) such party is duly organized and existing, (ii)they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party 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 said party is bound. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS, a municipal corporation Ca 4CiCler3k By-c_a.:�-"'"��—'�'"i��� City Manager APPROVED AS TO FORM: s ity Attorney Agreement over/uadw-$25,000 Reviewed and approved by Procurement & Contracting Initials _ Date A a o' P.O. 1Vutnber F52/276/099999-3000/2I M684.2 6/14/96 Revlvd 09/01/98 10 CONTRACTOR: 1 DR ENGINEERING, INC. { (Check one: _Individual_Partnership v6 Corporation) By: di �t Signature-� �r 1 / Print Name&Title By: Signature Print Name&Title (Corporations require two signatrims: One from each of the fallowing: A. Chairman of Board,President,any Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer). Mailing Address: One City Boulevard West, Suite 900 Orange, CA 92868-3621 (END OF SIGNATURES) FS2/296/099999-3 WO/2160684 2 6/14/96 RcVksd.09/01/98 ll ALL-PURPOSE ACKNOWLEDGEMENT Fpersonally ornia SS. c� f' —( before me, r IDATF) ��� (NOTARY) peared /�-nnc S �._ ,:r , SIGNER(S) known to me OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and M - acknowledged to me that he/she/they executed BARBABA BAE T1,11 1". Comm.tJ 1236763 the same in his/her/their authorized qy�i� v, �� �' idurnrly ruatia cntiloawn capacity(ies), and that by his/her/their `•« Oran e Count,. M�Comm. Expros Oct. 1,2003 signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. � n NOTARY'S SIGNATURE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ ATTORNEY—IN—FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT NAME OF PERSON(S)OR ENTITY(ES) OF a E SIGNER - APA 5/99 VALLEY-SIERRA, 800-362-3369 EXHIBIT "A" SCOPE OF SERVICES The intent of this contract is to provide the City with environmental and engineering design services to accomplish the widening of Gene Autry Trail from two(2)to six(6)lanes, extending from Salvia Road/Micro Place, across the Union Pacific Railroad over the existing Palm Drive Overhead (Bridge 56C-082). The Scope of Services as detailed herein shall provide the City with complete environmental services necessary to obtain requisite legal approvals to proceed with engineering plans, specifications and estimates (PS&E) with which to facilitate future construction of the desired improvements. Task 1.0 Project Management Hold PDT Meetings. Contractor shall coordinate and attend Project Development Team(PDT) meetings with the City's Project Manager and other required representatives from affected agencies at least once per month, or as necessary. Walt Quesada, the Project Manager, along with any necessary sub-consultants, shall attend as appropriate. Minutes shall be prepared by the Contractor at each meeting and then distributed to the City's Project Manager and other attendees at each succeeding meeting. Budgeting. Budgets for each task shall be prepared by Contractor, along with milestones for the project. Contractor shall monitor the budgets, and shall be used as the basis for cost monitoring and control. Cost Accounting. Monthly reports shall be prepared of expenditures for the project by task and milestone. The expenditure reports shall serve as the basis for monthly invoices. Scheduling. A detailed project schedule will be prepared within one month after receiving the Notice to Proceed from the City. The schedule will include all tasks, milestones and project activities, deliverables, and shall reflect necessary review time by affected agencies. Project schedule adjustments will be accommodated on an as needed basis throughout the duration of the project, and schedule updates shall be provided at each monthly progress meeting. Document Control. Contractor shall establish and maintain project files in accordance with the Caltrans Project Development Uniform file system, or as required by the City's Project Manager. Quality Control Plan. Contractor shall submit a Quality Control Plan to the City within two weeks of Notice-To- Proceed (NTP). Task 2.0 Planning and Proiect Development Task 2.1 Research and Data Gathering. Contractor shall obtain and review existing topographic mapping, photos, bridge reports, maintenance reports, right-of-way maps, as-built plans, record maps and surveys, study reports, assessor maps, contract documents, and any other pertinent data required for the project. The Contractor shall review all available information and determine what additional information will be necessary to complete the project. F52/276/099999-3000/2160684 2 6/14/96 Revised 09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 12 Task 2.2 Surveys. Contractor shall perform and coordinate all required field surveys, and shall research and compile all existing control data, including research of all affected utility companies within the project area. The Contractor shall perform and coordinate all utility coordination necessary to determine and identify locations of all utilities and facilities, as well as future utility requirements. Required surveys include, but are not limited to, the following: Control Survey: Contractor shall determine and/or establish vertical and horizontal control. Topographic Survey: The Contractor shall conduct field and/or aerial surveys as necessary. Utility Survey: The Contractor shall conduct field surveys to locate all existing underground and overhead utilities and facilities. Task 2.3 Permitting. Contractor shall work closely with the City, Union Pacific Railroad(UPRR), and California Public Utility Commission (PUC) coordinating issues involving access to railroad right-of-way, UPRR safety requirements, railroad design standards and guideline practices. The Contractor shall coordinate required permit applications and permit processing with the UPRR and PUC, including encroachment permit coordination for field surveys and permitting/review of the project within railroad right-of-way. Permitting in this task includes railroad right-of-entry permit. Environmental permitting is not included. Contractor shall submit an Encroachment Permit application to the City to be forwarded to Caltrans to allow field staff to conduct geotechnical sampling and surveys within the freeway right-of-way (if necessary). Concurrently, Contractor shall identify additional locations outside of the right-of-way where it will be necessary to obtain specific rights-of-entry from affected property owners. A listing of candidate locations outside of the right-of-way shall be furnished to the City. Task 3.0 Preliminary and Concept Plans (Project Report) Contractor shall prepare preliminary and concept roadway and bridge plans as part of a Project Report for approval by the City. As part of the Project Report, the following technical studies and reports shall be prepared: Task 3.1 Hydrology Report. Contractor shall provide hydrology/hydraulics analysis closely coordinated with the affected agencies, including the Riverside County Flood Control and Water Conservation District (RCFC) and/or Coachella Valley Water District (CVWD). The report will quantify the magnitude and frequency of the design flows from adjacent areas to the Project area and the volumes attributable to the proposed improvements. The City will provide recent and comprehensive hydrology studies within the project area that may be available for use by the Contractor. Task 3.2 Preliminary Geotechnical Report. The draft Preliminary Geotechnical Report will be used in the Project Report and environmental documents. This tasks entails collecting existing subsurface information that is available for the area, including geological maps by the California Division of Mines and Geology, geological maps published by the USGS and groundwater well information. The available information shall be reviewed to provide seismic and geologic information and groundwater data for the Project Report and environmental documents. Findings identifying any seismic and geological hazards impacting the design and construction of the project shall be documented in the report. Task 3.3 Utility Coordination. Existing utilities including irrigation lines within the project limits that may be impacted shall be identified. PS2/2761099999-30W/21W694 2 6/14196 Revised:09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 13 Task 3.4 Traffic Management Plan (TMP). A TMP shall be developed in conjunction with the City, Caltrans and other local agencies to minimize disruptions to traffic circulation during construction. The TMP may be combined into one comprehensive plan for use with both City Project 01-04 and City Project 02-03. Task 3.5 Fact Sheets. Contractor shall conduct a review of the preferred alternative using the Caltrans Design Checklist (Bulletin 78). Any deviations from design standards will be recorded using the guidelines in the Project Development Procedures Manual (PDPM). Task 3.6 Structural Section Review/Seismic Retrofit. Contractor shall prepare both static and dynamic computer analyses to analyze the existing structure for deficiencies. Displacement demand/capacity ratio for the critical components of the existing structure will be provided. If the existing structure is determined to be inadequate under the design seismic loading, Contractor will provide a retrofit strategy report, which outlines the recommended improvements to prevent structure collapse. The seismic retrofit analysis work will be prepared in compliance with Caltrans requirements. The Contractor will not provide design for correction of deficiencies as part of this task item of work. Task 3.7 Bridge Advanced Planning Studies (APS)/Type Selection. An APS shall be prepared for each alternative according to Caltrans DOS guidelines, developing the optimal structural configuration and estimated construction costs. The "Structure Type Selection" process shall consist of the preparation of preliminary design work for submittal and presentation for review and approval of the General Plan for the structure. A Type Selection Review Meeting will be held with the City and Caltrans DOS (if necessary). At this meeting, Contractor shall discuss and provide information on foundation requirements, hydrological requirements, falsework requirements, seismic and aesthetic considerations, traffic handling, construction cost and other pertinent information needed to determine the proper structure type. The meeting proceedings shall be summarized in writing to the City within two weeks after the meeting. Two weeks prior to the Type Selection Meeting, Contractor shall submit to the City our proposed General Plan, General Plan Estimate, Type Selection Memo and Vicinity Map. Two weeks after receiving written approval of the proposed General Plan and structure type, the Contractor shall furnish the City and Caltrans DOS (if necessary) with 11"x17" copies of the approved General Plan. Task 3.8 Geometric Approval Drawings (GADS). Upon determination of the preferred alternative, geometric drawings shall be prepared for approval. These drawings will cover the roadway and bridge improvements, and the area affected by them. The geometry of the project will be defined and impacts to right-of-way and utilities will be identified. Task 4.0 Environmental Approval Contractor shall perform all required environmental research and analysis necessary for the project, pursuant to CEQA and NEPA requirements, as well as the policies and procedures contained in Caltrans' Environmental Handbook and Local Programs Manual. Contractor shall be responsible for the preparation of technical studies and a legally adequate CEQA/NEPA documentation in the form of an Initial Study/Environmental Assessment(IS/EA). All documentation shall be prepared pursuant to the Caltrans Project Development Procedures and Workflow Tasks Manuals (including the PR Guidelines), the Caltrans Environmental Handbook, and the City of Palm Springs' guidelines for implementing CEQA. F52/276/099999-3000/2160684.2 6/14196 Ruvind:09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 14 Task 4.1 Technical Studies. Preliminary Environmental Study (PES) Form. Contractor shall prepare the PES and attend a Field Review Meeting with representatives of the City, Caltrans and the Federal Highway Administration(FHWA) to determine the appropriate technical studies and type of environmental document that is appropriate for the project. The following technical studies shall be prepared to support the environmental documents: Air Quality. An air quality assessment for the project shall be prepared in accordance with Caltrans Transportation Project Level Carbon Monoxide (CO)Protocol, Caltrans Project-Level PM10 Hot Spot Analysis Interim Guidance, and the South Coast Air Quality Management District's air quality guidelines. Contractor shall conduct the screening analyses specified in the protocol and conduct CALINE4 modeling for CO hot spots for up to ten (10) receptor locations. Construction related emissions will be quantified and discussed in a general format unless project specific information is available. Noise Study. Contractor shall prepare a noise study to address the project's impact on sensitive noise receptors. Field noise monitoring will be conducted at up to five (5) receptor locations to provide existing noise levels and calibration of modeled results. Traffic noise will be evaluated with Caltrans SOUND32 noise model. Recommendations will be made for any required noise attenuation measures. Natural Environment Study Report(NESR). Contractor shall conduct a literature review to assist in determining the existence or potential occurrence of sensitive plant and animal species on the project site or in the vicinity of the site. Federal and State lists of sensitive species and current database records, including the California Natural Diversity Data Base (California Department of Fish and Game, 1999) and the California Native Plant Society's Electronic Inventory of Rare and Endangered Vascular Plants of California (Skinner, et al., 1994), will be examined. The results of the records search will be summarized in a table and included in the NESR. The fieldwork for this task will be conducted by qualified biologists in order to document the presence/absence of sensitive biological resources (e.g., species or habitats), or to determine the potential for occurrence of such resources that may not be detectable when the fieldwork is conducted. The location of any sensitive biological resources present on site, including plants and plant communities, will be mapped. Contractor shall conduct focused surveys for the Coachella Valley round-tailed ground squirrel, Coachella Valley fringe-toed lizard, and Desert tortoise in accordance with U.S. Fish and Wildlife Service survey protocol. No trapping of the ground squirrel is proposed. Findings of the surveys will be incorporated into the NESR and appropriate mitigation discussed with the City and Caltrans, if mitigation is required. Contractor shall prepare an NESR that will include a description of the field methods used and the results of the biological assessment of the property. The report will include a list of plant and animal species present within the project area and a general description of the plant connnunities occurring. If there are any sensitive resources found on the site, Contractor will prepare and include in the NESR a graphic displaying the location of the sensitive plant commturities on site and any sensitive biological resources observed. A table describing sensitive species that are present or potentially present will also be provided in the report. The NESR will identify and assess project impacts on the existing biological resources, including any sensitive species. The NESR will recommend appropriate mitigation measures if any significant adverse impacts are identified. F52/296/099999-300012160684.2 6/14/96 Rcv,,M:09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 15 Cultural Resources Study. Contractor shall complete an archaeological and historical records search through the Information Center of the California Historical Resources Information System located at the University of California, Riverside. The records search will determine whether the project area has been surveyed and, if so, what site types are within a one-mile radius of the project area. Based on the results of the records search, Contractor will conduct a systematic on-site pedestrian survey of previously unsurveyed property within the right- of-way to determine the presence of cultural resources. If previously recorded sites exist within the area that will be directly impacted by the project, these will be located and existing site records will be updated, consistent with the guidelines established by the California Office of Historic Preservation. At a minimum, a Negative Historic Property Survey Report (HPSR) and Negative Archaeological Survey Report(ASR) will be prepared as part of the final environmental document for the project. An Area of Potential Effects (APE) map will be established in consultation with the Caltrans District 8 Cultural Resource Coordinator for approval by the Federal Highway Administration. The entire APE will need to be surveyed for historic and prehistoric resources. The APE for the widening of the roadway and bridge is assumed to be within existing right-of-way. Depending on the survey findings, additional Caltrans reports may be necessary. They may include one or more of the following: a Positive HPSR, a Positive ASR, an Historic Architectural Survey Report(HASR), an HASR-MOU Short Form, and/or an Historic Resources Evaluation Report. These reports will be submitted for review and comment to Caltrans and FHWA. Hazardous Waste Assessment (ISA). Concurrent with preparation of the preliminary environmental assessment, Contractor shall prepare an ISA in accordance with Caltrans' procedures. The tasks described below will identify all documented hazardous waste sites located within the project study area, as well as facilities located within the project study area that store, transfer or utilize large quantities of hazardous materials. Contractor shall conduct an agency records search to identify all hazardous waste sites located within the project study area and classified as a hazardous waste site under State law. The records search will also identify business types located within the project study area that would be likely to store, transfer, or utilize large quantities of hazardous materials. This information will be obtained from records maintained by the State of California Department of Health and Regional Water Quality Control Board, and other appropriate agencies. Contractor shall conduct a visual survey of the project area via available public access to identify any obvious area of hazardous waste contamination. If hazardous waste sites are identified within the project study area (via governmental records and/or the visual survey), Contractor shall determine the potential impact to the project and identify subsequent procedures to determine the extent of contamination and remediation requirements. Potential hazardous waste sites located within the project area will be investigated per information available from local and/or State agencies. Historic land use information for the project study area will be requested from the City of Palm Springs and the County of Riverside to determine whether previous uses may have resulted in hazardous waste contamination. A draft ISA will be submitted to the City and Caltrans for review. Contractor shall revise the ISA as necessary, and submit a final ISA for Caltrans' approval. The ISA will include the results of lead testing of soil samples within the project area. Task 4.2 Initial Study(IS)/EnvironmentalA.ssessment(EA). The Initial Study(IS)/Environmental Assessment(EA) will be based on the preparation of an Environmental Document to support a Negative Declaration(ND)/Finding of No Significant Impact(FONSI) that will include the following contents: Purpose and Need for the Project, FS2/276/099999-3000/2160684 2 6/14/96 Revised 09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 16 Description of the Proposed Project, Effected Environment, Environmental Evaluation (checklist), Discussion of Environmental Evaluation, Consultation and Coordination, Determination and Appendices. The IS/EA will be revised in accordance with comments from the City and Caltrans and submitted to FHWA for its review. The Contractor shall coordinate release of the IS/EA for public distribution and review, and address/respond to public comments/revise the IS/EA as necessary to facilitate final approvals and Public Hearings. The Contractor shall prepare a mitigation monitoring program for implementation of any necessary mitigation measures determined by the IS/EA. The following process will be used in the preparation of the EA/IS: Prepare Administrative Draft IS/EA. The results of the technical studies will be presented in a Draft IS/EA. Contractor shall prepare an administrative Draft IS/EA incorporating the findings of the technical studies for submittal to the City and Caltrans for review. Prepare Second Administrative Draft. Contractor shall revise the Draft IS/EA based on comments received from the City and Caltrans and will submit the revised Draft IS/EA to the City, Caltrans, and FHWA (via Caltrans) for review. Prepare IS/EA for Approval to Circulate. Contractor shall revise the Draft IS/EA per comments received from FHWA and will prepare one copy of the IS/EA for Caltrans and FHWA signature for approval to circulate the document for public review. Public Review. Contractor shall prepare a draft public distribution list per input from the City, Caltrans, and FHWA. The IS/EA will be circulated for public review per the distribution list, once the list has been approved by the City, Caltrans, and FHWA. Contractor shall prepare a Notice of Availability and Opportunity for public hearing. Prepare Draft Response to Comments. Contractor shall prepare a draft Response to Comments for submittal to the City, Caltrans, and FHWA (via Caltrans). Contractor shall prepare responses for its areas of responsibility, and will coordinate with the City and Caltrans to prepare responses for their respective areas of responsibility. Prepare Draft ND/FONSI. Contractor shall prepare a Draft ND/FONSI, including revisions based on responses to comments received during the public review period, for submittal to the City, Caltrans, and FHWA (via Caltrans) for review. Prepare Final ND/FONSL Contractor shall prepare a Final ND/FONSI for submittal to FHWA(via Caltrans) for review and approval. Contractor shall prepare response letters to agencies that submitted comments on the Draft IS/EA, prepare and file a Notice of Determination(NOD), and prepare a Notice of Availability(NOA)of the Final ND/FONSI. Note: With respect to all of the foregoing tasks related to environmental approval, Contractor shall prepare studies, assessments, documents and reports in compliance with applicable law. Contractor shall respond to comments in a legally sufficient manner. To the extent City staff or legal counsel recommend changes necessary to meet legal requirements for environmental review, Contractor shall make such changes within the approved budget. Task 5.0 Final Design Reports and Studies Contractor shall prepare the following final design reports and studies: FS2276/099999-300012160684 2 6/14/96 Revised:09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 17 Task 5.I Geotechnical Design Report. Contractor shall conduct field exploration and laboratory testing to serve as background for the preparation of a written geotechnical report that shall present the findings and design level recommendations related to the following: soluble sulfate, chlorides, pH, and resistively of the soil. In addition, the following shall be incorporated into the Geotechnical Design Report: General design criteria for foundations of the proposed bridge footings at the abutments and bents, including foundation type, bearing capacity, anticipated settlement, and lateral resistance. Slope Stability Analysis Report on existing and proposed embankments for bridge approaches and cut and fill slopes. The magnitude and time rate of settlement of underlying soils due to the weight of the proposed embankments shall be determined. Pavement Structure Section Recommendations based on natural soil conditions at the site. Drilling/Boring Log and report for determination of subsurface soils, provide laboratory testing, including recommendations for design. Task 5.2 Right-of-Way Engineering. Based on survey data, Contractor shall prepare right-of-way maps depicting right-of-way limits and requirements. The Contractor shall follow the procedures set forth by the Caltrans District 8 Right-of-Way Department. Two sets of each preliminary right-of-way maps shall be submitted to the City and Caltrans for review and comment. Contractor team shall use the approved right-of-way requirement maps to prepare legal descriptions, plats, and right of way maps to acquire the necessary right of way. Contractor shall coordinate with effected utility companies and shall provide relocation plans and permits. Task 5.3 Right-of-Way Acquisition. Contractor shall perform block surveys to tie cadastral centerline and property line control. A boundary analysis and calculations of the limits of "take" shall be performed, legal descriptions and plats shall be prepared to be used for acquisition and preparation of fee transfer deeds, easements, and/or vacations. Contractor shall prepare appraisal reports for the affected parcels. Task 5.4 Utility Coordination. Contractor shall compile contact lists of utility purveyors with existing and planned utilities in the project area. Meetings shall be held with utility companies and the City as required to ensure project coordination. Schedules and progress reports for the utility effort shall be prepared. Plans and cost estimates provided by the utility companies shall be reviewed and recommendations made. Task 6.0 Plans, Specifications and Estimates (PS&E). Contractor shall prepare PS&E for review and approval by the City, and shall submit at 35%, 65%, 95% and Final levels of completion for review. Contractor shall prepare specifications and special provisions using Microsoft Word conforming to Caltrans format. Contractor shall prepare construction estimates using the latest available City and Caltrans cost data and actual recent construction costs in the project area. For specialty items, vendors and manufacturers shall be consulted for appropriate unit costs. The final PS&E shall be provided in a "bid-ready" form. Contractor shall submit project files and the Resident's Engineer's file along with the final PS&E. Upon completion, the entire Project prepared in Intergraph/Micro Station format shall be submitted. The final PS&E submittal shall be one-vellum set. M/176/099999-3000/3160684 2 6/14/96 Rcnscd 09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 18 Task 6.1 Structural Design and Calculations. Structural design calculations shall be prepared using standard Caltrans' software procedures. The structural analyses and design shall be performed using the STAADIII, GTRSTRUDL, SEISAB, PCBRIDGE, PCYIELD, PCFOOT, PCBENT and PCABUT programs as applicable. Plans and calculations shall conform to Caltrans' requirements and be made available for review upon request. Upon request the calculations shall be submitted on diskette along with a hard copy. The design shall be based upon the Bridge Design Specifications, California Department of Transportation, Division of Structures current edition. Bridge plans shall be prepared in accordance with the Bridge Design Details Manual, Bridge Design Aids Manual and Bridge Memos to Designers, California Department of Transportation, Division of Structures current edition. Task 6.2 Draft PS&E (Structure). Contractor shall prepare structural plans addressing all the findings from the geotechnical report as well as complying with Caltrans and UPRR design criteria and requirements. Requirements for retaining walls and structural removals shall be addressed in the plans. Checked Structure Plans shall be submitted to the City and Caltrans DOS (if necessary) for review and comment. Contractor shall prepare Special Provisions for items not covered by the Caltrans Standard Specifications or Standard Special Provisions (SSP's). The SSP's shall be edited and Structure Special Provisions specific to this project produced and incorporated into the Final PS&E. The Structure Special Provisions shall be prepared, signed and stamped by a California registered Professional Engineer. Contractor shall prepare Bridge Design Specifications conforming to the Bridge Design Specifications, Caltrans Division of Structures current edition. Contractor shall prepare quantity calculations for items applicable to this project, and prepare the corresponding bridge cost estimate. Contract items shall be supported by quantity calculations prepared in a neat and orderly fashion and show all sketches, diagrams and dimensions necessary to allow them to be independently used by field inspectors. All quantity calculations shall be independently checked. Contractor shall prepare a Construction Cost Estimate using the latest available Caltrans cost data, City's cost data and actual recent construction costs in the Project area. Task 6.3 Independent Check Review and Quality Control. Contractor shall conduct an Independent Check review upon the completion of the initial bridge design. The Independent Check Review shall consist of preparation of an independent set of structural design check calculations and review of the PS&E, which shall be performed by senior Structural Engineers who are not part of the design team. Task 6.4 Einal PS&E (Structure). Contractor shall prepare a final "bid-ready" PS&E incorporating the review comments from the City, Caltrans DOS, and other effected agencies. Task 6.5 Draft PS&E (Roadway). Contractor shall prepare roadway plans addressing all the findings from the geotechnical report as well as complying with City and Caltrans(as required)design criteria and requirements. The street plans shall depict vertical and horizontal alignments with cuts and fills and proposed grading clearly indicated. The structural pavement sections shall reflect the finding from the Geotechnical Report. Prior to the preparation of the drainage plans, Contractor shall prepare hydrology and hydraulic studies to obtain and provide design solutions. Stage Construction and Detour plans shall be compatible with the approved TMP. Contractor shall ensure coordination of impacted utilities with the utility owners as necessary. Contractor shall prepare Special Provisions for items not covered by the Caltrans Standard Specifications or Standard Special Provisions (SSP's). The SSP's shall be edited and Roadway Special Provisions specific to this project produced and incorporated into the Final PS&E. The Roadway Special Provisions shall be prepared, signed and stamped by a California registered Professional Engineer. Contractor shall prepare Roadway Design F82/276/099999-300012160684.2 6/14196 Revised:09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 19 Specifications conforming to the Caltrans Standard Specifications, current edition, or other standard specifications as appropriate. Contractor shall prepare quantity calculations for items applicable to this project, and prepare the corresponding roadway cost estimate. Contract items shall be supported by quantity calculations prepared in a neat and orderly fashion and show all sketches, diagrams and dimensions necessary to allow them to be independently used by field inspectors. All quantity calculations shall be independently checked. Contractor shall prepare a Construction Cost Estimate using the latest available Caltrans cost data; City's cost data and actual recent construction costs in the project area. Task 6.6 Final PS&E (Roadway). Contractor shall prepare a final "bid-ready" PS&E incorporating the review comments from the City, Caltrans (as required), and other effected agencies. Task 6.7 Final Traffic Control Plans. Contractor shall prepare traffic control plans showing stage construction, traffic handling, detours, construction area signs and temporary pavement delineation. The City will provide traffic volume information to facilitate preparation of the traffic control plans. Traffic control plans may be combined into one comprehensive plan for use with both City Project 01-04 and City Project 02-03. Task 6.8 Final Miscellaneous Plans. Contractor shall prepare plans to account for utility relocations and NPDES Erosion Control and Dust Control. Task 7.0 Construction Bidding Phase Contractor shall attend a pre-bid meeting (if scheduled), and provide bid interpretations, bid review and analysis. Contractor shall be available in the event that items requiring interpretation in the drawings or specifications are discovered during the bidding period, and shall prepare necessary addendum issued by the City(during bidding) or by change order after award of the construction contract. END OF SCOPE OF SERVICES END OF EXHIBIT "A" F=76/0999993000/2160684 2 6/14/96 Revised.09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 20 EXHIBIT "B" SPECIAL REQUIREMENTS Add the following to Section 2.0, Compensation: Section 2.3 Cost Principles. The Federal Acquisition Regulations in Title 48, CFR 31 are the governing factors regarding allowable elements of cost. Section 5.1, Insurance, First paragraph after 5.1(d): Replace "...Professional Liability Insurance." with "Professional Errors and Omissions Insurance" at the end of the first sentence. As specified in Section 5.1 (d), Additional Insurance, the following insurance policy shall be required: Professional Errors and Omissions Insurance. A policy of Professional Errors and Omissions Insurance in an amount not less than One Million Dollars ($1,000,000.00) per claim and in the aggregate with respect to loss arising from the actions of the Contractor performing professional services hereunder on behalf of the City. Section 5.3, Performance Bond, is waived. Section 6.2, Records, shall be amended to add the words"and State and Federal representatives" after and at the locations where the word "Contract Officer" appears. Add the following to Section 7.0, Enforcement of Agreement: Section 7.11 Subcontracts. Any subcontracts or contractual arrangements ("subcontracts") between the Contractor 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 Contractor shall require that its subcontractors thereby comply with all such applicable provisions. Add the following to Section 9.0, Miscellaneous Provisions: Section 9.6 Administrative Requirements. This Agreement shall comply with all applicable provisions of the Uniform Administrative Requirements in Title 49, CFR 18. Add the following to Section 9.0, Miscellaneous Provisions: Section 9.7 Covenant Against Contingent Fees. The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working for the consultant, to solicit or secure this agreement, and that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee commission, percentage,brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or formation of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or at its discretion to deduct from the agreement price or EXHIBIT "B" Fs2n96/099999-3M/2160684.E 6/14/96 TO CONTRACT SERVICES AGREEMENT Revised.09/01/98 21 consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Add the Following to Section 9.0, Miscellaneous Provisions: Section 9.8, Disadvantaged Business Enterprise (DBE) Requirements A. DBE Participation Requirements and Regulations General The DBE participation for this contract is 6 percent. The Contractor shall carry out applicable requirements of 49 CFR, Part 26, of the Code of Federal Regulations, entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs," in the award and administration of DOT- assisted contracts. The regulations in their entirety are incorporated herein by reference. The Contractor shall not discriminate on the basis of race color, national origin or sex in the performance of this contract. Noncompliance by the Contractor with the requirements of the regulations is a material breach of this contract and may result in termination of the contract or other such appropriate remedy as the City of Palm Springs deems appropriate. The Contractor shall include the following in each subcontract the Contractor signs with a subcontractor: 1. A subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. 2. The subcontractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this contract. 3. Contractors shall include in their subcontracts, language providing the use of appropriate alternative dispute resolution mechanisms to resolve payment disputes. B. Performance of DBE Contractors, Subcontractors and Suppliers DBE subcontractors shall perform the work and supply the materials for which they have been listed in the Contractor's response to the contract award requirements in Exhibit 15-G, "Local Agency - Bidder DBE - Information" of the Local Assistance Procedures Manual (LAPM), attached (as modified herein), unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources as set forth in Paragraph G, `DBE Substitution and Additions", of this Article. C. Prompt Payment to DBE and Non-DBE Contractors The Contractor shall not be entitled to any payment for the work or material, unless it is performed or supplied by the listed subcontractors (DBE or non-DBE), or by the Contractor's own forces, pursuant to prior written authorization of the Contract Manager. This is the case EXHIBIT "B" rs21276/099999-3000/2IW684.36/14/96 TO CONTRACT SERVICES AGREEMENT Revised:09/01/98 22 even if other contract work is not completed and has not been accepted in conformance with the terms of the contract by the State. The Contractor shall pay all DBE subcontractors and non-DBE subcontractors for satisfactory performance of their contracts within ten(10)days from receipt of each payment from the City of Palm Springs made to the Contractor. D. Prompt Payment Progress Pay Retention to DBE and Non-DBE Subcontractors The Contractor shall return all moneys withheld in retention from the subcontractor within 30 days after receiving payment for work satisfactorily completed, even if other contract work is not completed and has not been accepted in conformance with the terms of the contract. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the Contractor or subcontractor in the event of a dispute involving late payment or nonpayment to the Contractor or deficient subcontract performance or noncompliance by a subcontractor. E. DBE and Non-DBE Subcontractor Payment Records The Contractor in addition to maintaining records showing the name and business address of each first tier subcontractor, shall also show the name and business address of every DBE subcontractor, DBE vendor of materials and if applicable, DBE trucking company, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all DBE firms. DBE prime contractors shall also show the date of work performed by their own forces along with the corresponding dollar value of work. Upon completion of the contract, a summary of these records shall be prepared on Exhibit 17-F, "Final Report Utilization of Disadvantaged Businesses" of the Local Assistance Procedures Manual (LAPM), (to be provided to the Contractor upon request), and certified correct by the Contractor or the Contractor's authorized representative, and shall be furnished to the Contract Manager. The Exhibit 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 the invoice being in dispute until the report is received. F. Penalty Assessed for Failure to Provide Subcontractor Payment Records Ten Thousand Dollars ($10,000) will be withheld from payment if Exhibit 17-F, "Final Report Utilization of Disadvantaged Businesses" of the LAPM is not submitted. The amount will be paid to the Contractor when the form is submitted. G. DBE Substitutions or Additions The Contractor may not substitute, or terminate for convenience a subcontractor, a supplier or - if applicable a trucking company, listed in the original bid/proposal without the prior written approval of the Contract Manager. However, the Contractor may add a firm to perform work originally planned to be done by the Contractor's own forces. The Contractor must make an adequate good faith effort to find another certified DBE subcontractor to substitute for the original DBE. The Contractor will be required to make good EXHIBIT "B" rsxmeia9/01/98 oiueassa.x enai9e TO CONTRACT SERVICES AGREEMENT H2/2 d:09/01198 23 faith efforts to replace the original DBE subcontractor with another DBE subcontractor to the extent needed to meet the contract goal. The requirement that DBEs must be certified by the bid opening date does not apply to DBE substitutions or additions after award of the contract. DBEs must be certified at the time of the substitution or addition. Contractors shall submit requests for substitution in writing to the Contract Manager. Authorization to use other subcontractors or suppliers may be requested for the following reasons: 1. The listed DBE, after having had a reasonable opportunity to do so, fails or refuses to execute a written contract, when such written contract, based upon the general terms, conditions for this contract or on the terms of such subcontractor's or supplier's written bid, is presented by the Contractor. 2. The listed DBE becomes bankrupt or insolvent. 3. The listed DBE fails or refuses to perform the subcontract or furnish the listed materials. 4. The Contractor stipulated that a bond was a condition of executing a subcontract and the listed DBE subcontractor failed or refuses to meet the bond requirements of the contract. 5. The listed DBE was the result of an inadvertent clerical error. The Contractor must have asserted a claim of inadvertent clerical error in listing the subcontractor within two working days after the bid opening and copies of that notice to both the subcontractor he or she claims to have listed in error and intended subcontractor who had bid to the Contractor prior to bid/proposal opening. 6. The listed DBE was not licensed as required by the State of California Contractor's Licensing Board or failed to have the required permits or licenses as required by Federal, State or Local governmental jurisdictions. 7. The work performed by the listed subcontractor is substantially unsatisfactory and is not in substantial conformance with the scope of work to be performed, or the subcontractor is substantially delaying or disrupting the progress of the work. S. When the listed DBE is ineligible to work on a public works project pursuant to Section 1777.1 or 17777.7 of the Labor Code. 9. When it is in the best interest of the City of Palm Springs. Prior to approval of the Contractor's request for substitution to the Contract Manager, the Contractor shall give notice in writing to the listed DBE subcontractor of the Contractor's request to substitute and the reasons for the request. The notice shall be served by certified or registered mail to the last known address of the subcontractor. The listed subcontractor who has been so notified, shall have five working days within which to submit written objections to the substitution to the Contract Manager. Failure to respond to a written objection shall constitute the listed subcontractor's consent to the substitution. EXHIBIT "B" Fs2rz16/099999-3M121W6842ei14i96 TO CONTRACT SERVICES AGREEMENT Rcroscd 09101/90 24 H. Termination of a DBE In conformance with Federal DBE regulation Sections 26.53(f)(1) and 26.53(f)(2), Part 26, 49 CFR, the Contractor shall not: 1. Terminate for convenience a listed DBE subcontractor and then perform that work with its own forces (personnel), or those of an affiliate, unless the Contractor has received prior written authorization from the Contract Manager to perform the work with other forces or to obtain materials from other sources 2. If a DBE subcontractor is terminated or fails to complete its work for any reason, the Contractor will be required to make good faith efforts to replace the original DBE subcontractor with another DBE subcontractor to the extent needed to meet the contract goal. L DBE Certification Status If a DBE subcontractor is decertified during the life of the contract, the decertified subcontractor shall notify the Contractor in writing with the date of decertification. If a subcontractor becomes a certified DBE during the life of the contract, the subcontractor shall notify the Contractor in writing with the date of certification. Upon completion of the contract, the Contractor shall complete Exhibit 17-F, "Final Report Utilization of Disadvantaged Businesses" of the LAPM, indicating the DBEs certification status and shall be signed and certified correct by the Contractor. The certified form shall be furnished to the Contract Manager within 30 days from the date of completion of the contract. J. DBE Eligibility Toward Goal The dollar value of work performed by a DBE is credited/counted toward the goal only after the DBE has been paid. Credit for Material or Supplies Credit for materials or supplies purchased from DBEs will be as follows: If the materials or supplies are obtained from a DBE manufacturer, 100 percent of the cost of the materials or supplies will count toward the DBE goal. If the materials or supplies purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward the DBE goal. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this paragraph. Credit for 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, provided the fees are reasonable and not excessive as compared with fees charged for similar services. EXHIBIT "B" Fs2R96/099999-50001216068426/14196 TO CONTRACT SERVICES AGREEMENT Revised 09/01/98 25 LOCAL AGENCY BIDDER -DBE INFORMATION (Exhibit 15-G, modified) CO. -RTE. - K.P.: 08 - RIV -0 - Psi) CONTRACT NO.: RPSTPL 5282 (0181 CONTRACT AMOUNT: $481,000.00 CONTRACTOR'S NAME: HDR ENGINEERING, INC. DBE GOAL FROM CONTRACT: 6% DBE PRIME CONTRACTOR CERTIFICATION: NOT APPLICABLE Contract Item DBE Cert. Name of DBE's Dollar No. Amount DBE Surveying, Right-of-Way CT-004350 Hernandez, Kroone& $26,087.00 Engineering&Acquisition Associates Drilling CT-030830 RBKA $11,000.00 $37,087.00 Total Claimed Participation 7.7% END OF EXHIBIT "B" EXHIBIT "B" rs2m6/099999-3000/21606942 6/14/96 TO CONTRACT SERVICES AGREEMENT Rev"d:09/01/99 26 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 costs per unit of work as indicated herein. Lump sum payments shall be made to Contractor based upon completion of tasks, or pro-rata portions thereof noted below, to a maximum of 75% of the lump sum task item fee until completion of such task item. 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 judgement of the Contract Officer. Sub-Task Total Task Total Lump Sum Lump Sum Task 1.0, Proiect Management $23 760 00 Task 2.0, Planning and Project Development --- $44,565.00 Task 2.1, Research and Data Gathering $5,172.00 --- Task 2.2, Surveys $21,845.00 --- Task 2.3, Permitting $17,548.00 Task 3.0, Preliminary and Concept Plans (Project Report) --- $106,783.00 Task 3.1, Hydrology Report $10,530.00 --- Task 3.2, Preliminary Geotechnical Report $25,973.00 --- Task 3.3, Utility Coordination $7,540.00 --- Task 3.4, Traffic Management Plan(TMP) $8,100.00 --- Task 3.5, Fact Sheets $7 900.00 --- Task 3.6, Structural Section Review/Seismic Retrofit $4,540.00 --- Task 3.7, Bridge Advanced Planning Studies (APS)/Type Selection $22,880.00 --- Task 3.8, Geometric Approval Drawings (GADS) $19,320.00 Task 4.0, Environmental Approval --- $92,766.00 Task 4.1, Technical Studies $80,953.00 --- Task 4.2, hutial Study (IS)/Environmental Assessment (EA) $11,813.00 Task 5.0, Final Design Reports and Studies --- $23,634.00 Task 5.1, Geotechnical Design Report $1,400.00 --- Task 5.2, Right-of-Way Engineering $9,010.00 --- Task 5.3, Right-of-Way Acquisition $3,844.00 --- Task 5.4, Utility Coordination $9 380 00 Task 6.0, Plans, Specifications and Estimates (PS&E) --- $183,732.00 Task 6.1, Structural Design and Calculations $12,728.00 --- Task 6.2, Draft PS&E (Structure) $36,320.00 --- Task 6.3, Independent Check Review and Quality Control $26,640.00 --- Task 6.4, Final PS&E (Structure) $30,960.00 --- Task 6.5, Draft PS&E(Roadway) $38,802.00 --- Task 6.6, Final PS&E (Roadway) $16,550.00 --- Task 6.6, Final Traffic Control Plans $6,902.00 --- Task 6.7, Final Miscellaneous Plans $14,830.00 Task 7.0, Construction Bidding Phase $5 760 00 Total of all Tasks of this Contract --- $481,000.00 END OF EXHIBIT "C" EXHIBIT "C" R82Nd :09/01/98 OO2160fie426/14/96 TO CONTRACT SERVICES AGREEMENT RcM76 09/OU98 27 EXHIBIT "D" SCHEDULE OF PERFORMANCE Task 1 shall be completed within 16 months of receipt of a Notice to Proceed from City. Task 2 shall be completed within 4 months of receipt of a Notice to Proceed from City. Task 3 shall be completed within 6 months of receipt of a Notice to Proceed from City. Task 4 shall be completed within 8 months of receipt of a Notice to Proceed from City. Task 5 shall be completed within 13 months of receipt of a Notice to Proceed from City. Task 6 shall be completed within 16 months of receipt of a Notice to Proceed from City. Task 7 shall be completed as necessary during the Construction Bidding Phase. END OF EXHIBIT "D" EXHIBIT "D" FS212761099999-3000n 16069426/14/96 TO CONTRACT SERVICES AGREEMENT Revind 09/01/98 28 CERTIFICATE The undersigned hereby certifies that she is the Assistant Secretary of HDR Engineering, Inc., a Nebraska corporation, and that, as such, has custody of the minute books of the Corporation, and that, by Consent and Agreement of the Board of Directors dated May 15, 2002, the following resolution was unanimously adopted: "RESOLVED, that effective immediately and until June 20, 2003, or until termination of said individual from the Corporation, or until recision by the Corporation's Board of Directors, whichever occurs first, the following individuals are hereby granted the nondelegable authority to execute or approve on behalf of the Corporation, contracts for engineering services and architectural services incidental to engineering services to be rendered by the Corporation, . . . , or releases of claim or lien in connection with such services, such contracts or releases so executed or approved shall be binding upon the Corporation: ". . . James E. Owens -Vice President . . ." The undersigned further certifies that the foregoing resolution has been spread in Full upon the minute books of the Corporation and is in full force and effect. DATED July 19, 2002. (CORPORATE SEAL) Bonnie J. Kudron,�-Asst. Secretary MHK.14.2003 2:47PN LOCKTON COMPANIES NO.185 P.2/3 ACOW. CERTIFICATE OF LIABILITY INSURANCE 06/owo03 P03TY/14/2003 F l PRODUCER IAddOn Companies THIS CERTIFICATE 13 ISSUED AS A MATTER OF INFORMATION P ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 444 W,47th Street,Suite 900 HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Kansas City MD 84112A906 ALIER THE COVERAGE AEFORDED BY THE POLICIES BELOW, I (816)SOD-9000 INSURERS AFFORDING COVERAGE INSURED HDR ENGINEERING,INC, INWRORA, ZM=AMR. Y .AN INS CO,-011.Tw I 13153 ATTN:LOUISJ,PACHMAN 8404INDIAN HILLS DRIVE OMAHA,NE 60114.4049 COVERAGES SEI •THE POLICIES OF INSURM10E LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY pER100 INDICATED.NOTWITHSTANDING .ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR iMAY PERTAIN, THE INSURANCE AFfOROFA BY TIIEPOLM11s; DESCRIBED HFkFIN IS SUBJECT TO ALLTHE TERMS,EXCLUSIONS AND CONOMONS OF SUCH PERTAIN R GATE LIMTTE OWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TwCOEIRS0 E p YEXPIRA ON LlkRrrS I GENERAL LIABILITY 000 S C51E A % COMMERM9FINRRALLLADILITY OLD3504583 '06/01/2002 06/01/2003 FI \A RnADro 000000 CLAIMS MADE NI OCCUR MEOMIADYAMODMOM S 5.000 PERSONAL MUIT/ 2 1000,000 =149114AGGREGATE I I m0000 LAGGREGATE LIMITAP IM PER: PROD PIOP AGG I IOx000 OMOBILE LLARIIJTY COMDWED SINGLE LIMB ; I,000,OOO B X AWAUTO BAP3504584 06/01/2002 06/01/2003 IER•�d.RO ALLOWNEDAUTOS BAP35MBS OOUILYINJURY XXXXXXXSCHEDULEDAUTOS TAP3504$86 WaPRrwn1 S X HIRED AU OS ROOILYIWURV $ XXXXXXX X NON•OWNEDAUTOS (Pe,Aa1dMU mPERNMICAMAGE ; XXXXXXX ELUISILDY A OAeeOdNLY.EAACCIOlN7 ANYAUYO NOT APPLICABLE oT♦riERTHAN ACC Au O GNLO AG CSSSUABILTIY !, EACN OCCURRENCE 4000000 $ X 000UR CMIMeMADE SXOS2852174 06/01/2002 06/01/2003 S 4000000 uORM (EXCLUDH,S PROF.LIAB) XXXXXXX OLOUCTIaLE FORM XXXXXXX RETENTION S I XXXXXXX C WORKERSCOMMUTIONAND 90.14910,01 06/01/2002 06/01/2005 X lffi&261OTH EMPLOYERS'UAWLITY EACH ACCIDENT 000000 ELDIS LO 4 1,000,000 E.L.DISEASE-POLICY LIMIT t 1.000.000 D OTHER PLN113979405 U01/2002 06/01/2003 PBRCL4ZCSI,000,000, AGGILI,000,0M, ARCHS C ENOS PROFESSIONAL LTABn= DLUfCRIFTION OF O►ERATIDNWLOCAYMKW EMCLESIEYCLUSIONS ADDED cY(:NPORSEMENVSFECwL PROV13IONS THE CTfY OF PALM SPRINGS,ITS OFPICERS,EMPLOYEES AND AGENTS ARE NAMED AS ADDITIONAL INSURED AS RESPECTS GENERAL LL43M Y COVERAGE. WAIVER OF SUBROGA11ON APPLIES,RBI PROJECT 12142-001.00,GENE AUTRY TRAIL RAR.ROAD BRIDGE WIDENING, CIfYPROJECTNO.01-04. I HOLDER 1727430 A tHOULD ANY OFTHE AEOVE PESCMDED POLICIES PE CANCELLED UFM THE E%PIFATIDN CITY OF PALM SPRINGS,CALIFORNIA DATE TKEREOF,THE 49SIANG INSURSRWE.L ENDGAVOR TO MAIL 3O__ DAYS WRRTEN yvN: TMENTMARCU OF PUDLIFULLER, WORKS NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEF'T,WY-FNLDR4F0-0O-iO�ILuA: 320 N:M AHQUI FULLER, N wnw 1 O-oEuaAswNaR-41NR7 OPP.AIA4N R i 3200 E,TAHQuITZ CANYON WAY PALM SPRINGS CA 92262 �Das AUTHORI$P REPR66EfNTATNE ACORD 2"(7/97) o ACORD CZWORAXION 1968 NHH.14.Z00a 2:4BPM LOCKTON COMPANIES NO.185 P.3/3 } IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(es) must be endorsed. A statement i on this certificate does not confer rights to the certificate holder in lieu of such endomement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon, I