HomeMy WebLinkAboutSR - R27530 - El Paseo ROW 4 the EL Paseo Corridor RevitalizationPALM DESERT REDEVELOPMENT AGENCY
STAFF REPORT
REQUEST: AUTHORIZE AWARD OF PROFESSIONAL ENGINEERING SERVICES
CONTRACT NO. R27530 TO JHA ENGINEERING, INC., IN
THE LUMP SUM AMOUNT OF $64,800 FOR TOPOGRAPHIC SURVEY
AND PREPARATION OF BASE PLAN OF THE EL PASEO RIGHT-OF-
WAY
SUBMITTED BY: BRYCE LYNN WHITE, PROJECT ADMINISTRATOR
CONTRACTOR: JHA ENGINEERING, INC.
41921 BEACON HILL, SUITE A
PALM DESERT, CA 92211
DATE: MARCH 27, 2008
CONTENTS: REQUEST FOR PROPOSALS
JHA ENGINEERING, INC., SCHEDULE OF SERVICES AND STATEMENT
OF QUALIFICATIONS
JHA ENGINEERING, INC., SCOPE OF SERVICES, LUMP SUM FEE, AND
HOURLY FEE SCHEDULE
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
Recommendation:
By Minute Motion, that the Agency Board:
Authorize award of professional engineering services Contract No. R27530 to JHA
Engineering, Inc., in the lump sum amount of $64,800 for topographic survey and
preparation of base plan of the El Paseo right-of-way;
2. Authorize the Director of Finance to set aside an additional amount of $6,480 as
10% contingency (use of contingency requires additional action); and
3. Authorize Executive Director to execute said contract.
Funds are available in Account No. 850-4679-464-4001.
Executive Summarv:
Approval of Staff's recommendation will authorize professional engineering services to survey
existing improvements and document them on a base plan of the El Paseo corridor. The base
plan will inventory the existing conditions and will allow design firms to more accurately provide
proposals for revitalization of El Paseo.
Background:
El Paseo is a unique shopping, dining, and strolling district. In order to maintain and enhance its
image as the premier destination in the Coachella Valley, concepts to improve and beautify the
Staff Report
Authorize Award of Contract to JHA Engineering Inc., for Topographic Survey and
Preparation of Base Plan of the El Paseo Right -of -Way
Page 2 of 3
March 27, 2008
right-of-way for the entire length of the El Paseo corridor of almost two miles have been
considered.
An initial study report identifying existing conditions of concern and recommendations regarding
their revitalization within the El Paseo corridor was prepared. Staff has reviewed these
recommendations and developed additional concepts to enhance El Paseo which include the
following: design themed directional and district identification signage; replace existing irrigation
systems with centrally coordinated systems; replace oversized trees and undesirable landscaping;
provide sufficient and consistent lighting; replace public art pads and lighting to enhance the public
art displays; replace deteriorated sidewalks to provide aesthetically desirable and unifying
walkways; and, creation of various peninsulas out from the sidewalk for public seating, art
placement, landscaping, and other improvements designed to make El Paseo more visually
interesting and to encourage pedestrian traffic.
A base plan documenting all existing improvements within the El Paseo right-of-way corridor will
enable professional design firms to provide proposals that implement the above and produce
additional concepts for consideration. To create the plan a complete topographic survey of El
Paseo beginning on the east end of El Paseo at the intersection of Cabrillo Drive and Highway 111
and continuing to the west end at the intersection of El Paseo and Town Center Way is required
that will provide, but not be limited to, the following:
(1) Distances from the face of the curbs to any existing buildings, walls or other improvements and
to the median islands and their dimensions;
(2) Sidewalks will be located including the description as to the type of material, surface finish and
dimensions as well as red curb zones, driveway approaches and A.D.A. accessible ramps;
(3) Location of manhole covers, water valves, gas valves, utility boxes, fire hydrants, and any
subsurface access points as well as gutters, cross gutters, catch basins, area drains, drywells,
etc.
(4) Size and locations of pads for public art including lighting, and location and identification of all
existing signage;
(5) Location and dimensions of landscape and hardscape areas including identification of trees and
other significant shrubs;
(6) Location of traffic signal standards, light standards, and area lights
Discussion:
On January 28, 2008, proposals were solicited for professional engineering firms to perform a
topographic survey and to prepare a base plan of the El Paseo right-of-way. Proposals were
received from Pinnacle Civil Engineering, Inc., of Bakersfield, California, and JHA Engineering,
Inc., of Palm Desert, California.
Staff reviewed the proposals on the following criteria: demonstrated record of success by the
Engineer on previous work performed for the Agency/City; ability of the Engineer to perform the
specific tasks outlined in the RFP; qualifications of the key individuals who will work on the project;
proximity of office to the El Paseo corridor; and, proposed fee for services.
G \rda\Beth Longman\Staff Reports\While\EI Paseo ROW JHA Eng 032708 doc
Staff Report
Authorize Award of Contract to JHA Engineering Inc., for Topographic Survey and
Preparation of Base Plan of the El Paseo Right -of -Way
Page 3 of 3
March 27, 2008
JHA Engineering, Inc. was selected as the best qualified firm based on the above criteria. Staff
recommends authorization to award professional engineering services contract to JHA
Engineering, Inc., in the lump sum of $64,800 for topographic survey and preparation of base plan
of the El Paseo right-of-way.
S itted by:
B c, Lyn W ite
Ptect A mi istrator
Department Head:
D�y:�P'rigoyen �
Director of Red elopment/Housing
sk
Approval:
Jus ' ccarthy
M R development C
Carlos L. OrteDire�,v Executive c
Martin Alvarez
Redevelopment Manager
96jW
Paul S. Gibson
Director of Finance
�,rovcct BY RDA �5 -�-�
VERIFIED BY K- �
U
Original on file with City Clerk's Office
G.\rda\Beth Longman\Staff Reports\White\EI Paseo ROW JHA Eng 032708.doc
REQUEST FOR PROPOSALS (RFP)
FOR PROFESSIONAL ENGINEERING SERVICES
The Palm Desert Redevelopment Agency is considering concepts to improve and beautify the right-
of-way for the entire length of El Paseo in Palm Desert. El Paseo begins on the east at the
intersection of Cabrillo Drive and Highway 111 and on the on the west at the intersection of Town
Center Way and Highway 111 which is a length of almost two miles.
An initial study report has been developed for improvements along the length of El Paseo to
revitalize it as a unique shopping, dining, and strolling destination. The proposed improvements
would replace existing irrigation systems with centrally coordinated systems; replace oversized trees
and undesirable landscaping; provide sufficient and consistent lighting; design district identification
and directional signage; replacement of public art pads and lighting to enhance the art displays;
replacement of deteriorated sidewalks to provide aesthetically desirable and unifying walkways; and,
creation of various peninsulas out from the sidewalk for public seating, art placement, landscaping,
and other improvements designed to make El Paseo more visually interesting and to encourage
pedestrian traffic.
The Palm Desert Redevelopment Agency is requesting proposals for professional Engineering
Services to provide a Base Plan of all existing surface improvements in the El Paseo right-of-way
which will form the basis for future design concepts to be developed. A topographic survey of El
Paseo will be developed to provide, but not be limited to, the following:
(1) Distances from the face of the curbs to the existing buildings, walls or other improvements in
or immediately adjoining the right-of-way for the entire length of El Paseo;
(2) Distances from the face of the curbs to the medians and their dimensions;
(3) Gutters and cross gutters flow lines including street drainage facilities;
(4) Sidewalks including description of materials and surface finish;
(5) Driveway approaches and pedestrian ramps;
(6) Locations of manhole covers, water valves, gas valves, utility boxes, and any other sub-
surface access points;
(7) Locations of fire hydrants and red curb zones;
(8) Landscape and hardscape areas including location and identification of trees and significant
shrubs;
(9) Size and locations of pads for public art including lighting and controls;
(: \rrlo\Cfori KnlhaA,\Rn/ro\A/hlfo\FI P�con Povifoli�ofinn\RFP 1_1 A_nA n1 rinr
(10) Location and type of street and area lights;
(11) Location and identification of monument, directional, and traffic signs;
(12) Location of traffic signal standards and controls;
(13) Location of any other features within the described limits.
The Base Plan is to be a comprehensive map with location and elevation of all existing surface and
above ground features. The Base Plan does not include underground improvements or cross -
sections. The Agency will provide aerial topography flown in March of 2007 and City files including
corner records, tie sheets, capital improvements, and street improvement plans for El Paseo. The
Engineer shall undertake whatever measures they deem necessary to verify and validate the
provided information.
The proposal shall include the following:
(1) A statement of qualifications applicable to this project including the names, qualifications and
proposed duties of the Engineer's staff and a listing of recent similar projects completed
within the past three (3) years including the names, titles, addresses and telephone numbers
of the appropriate persons whom the City could contact;
(2) A detailed schedule identifying all pertinent tasks and the time required to complete each
task;
(3) A statement that all services provided by the Engineer for this project scope are included in a
"Lump Sum Fee" including reimbursable expenses;
A separate proposal should include the following:
(1) The cost to complete each task and the total "Lump Sum Fee";
(2) A copy of the Engineer's hourly rate schedule and a statement that said hourly rate schedule
is part of the Engineer's Proposal for use in invoicing for progress payments or for extra work
that will require prior approval from the City.
The City reserves the right to reject any or all submitted proposals and no representation is made
that any contract will be awarded pursuant to this RFP. All costs incurred in the preparation of the
proposal, in the submission of additional information and/or in any other aspect of the proposal prior
to the award of a written contract will be borne by the respondent. The City will provide only the staff
assistance and documentation specifically referred to herein, and will not be responsible for any cost
or obligation that may be incurred by the respondent. All proposals submitted to the City shall
become the property of the City.
Additional information is available from the Palm Desert Redevelopment Agency, 73-510 Fred
Waring Drive, Palm Desert, California, 92260, Attn: Bryce White, Project Administrator. Proposals
are requested in writing by 5:00 p.m. on February 11, 2008. Fax proposals are acceptable to
(760) 341-6372.
(� \rrin\Cfori Knlhcr4\Rnirc %A/hifc\FI P.— P—it.li—fi—\RFP 1_1 R_nA f11 ri—
Contract No. R27530
AGREEMENT FOR PROFESSIONAL SERVICES
This AGREEMENT is made and entered into this 27t" day of March, 2008,
("Effective Date") by and between the PALM DESERT REDEVELOPMENT AGENCY
("Agency") and JHA ENGINEERING, INC., a California Corporation, ("Engineer")
(sometimes referred to individually or collectively as "Party" or "Parties").
WITNESSETH
WHEREAS, Agency desires to retain Engineer as an independent contractor to
perform certain technical and professional engineering services in connection with the
EL PASEO RIGHT-OF-WAY project, subject to the terms and conditions specified
below, in the documents attached and incorporated herein, and applicable federal, state
and local law.
NOW, THEREFORE, in consideration of performance by the Parties of the
mutual promises, covenants, and conditions herein contained, the Parties hereto agree
as follows:
1. Engineer's Services.
1.1 Nature of Services. Engineer shall provide professional and
technical services on a non-exclusive basis, as more particularly described in Section 3,
below, and in Exhibit B, Scope of Services.
1.2 Personnel. Engineer represents that it has, or will secure at its
own expense, all personnel required to perform the services under this Agreement. All
of the services required under this Agreement will be performed by Engineer or under
its direct supervision, and all personnel engaged in the work shall be qualified, and shall
be authorized or permitted under state and local law to perform such services.
1.3 Standard of Performance. Engineer shall perform all services
under this Agreement in accordance with the standard of care generally exercised by
like professionals under similar circumstances and in a manner reasonably satisfactory
to Agency.
1.4 Enqineer Representative. For the purposes of this Agreement, the
registered architect, engineer, or landscape architect who will serve as the Engineer
Representative shall be WILLIAM A. POPE ("Engineer Representative").
1.5 Time of Commencement. The execution of this Agreement by the
Parties does not constitute an authorization to proceed. A separate written Notice to
Proceed shall be issued by the Agency Representative, and Engineer shall not
commence work until receipt of such written Notice(s) to Proceed, as further set forth in
Sections 2 and 3, below.
1.6 Time of Performance/Time is of the Essence. Engineer shall
commence the services contemplated under this Agreement immediately upon receipt
of a written Notice to Proceed from the Agency, and shall prosecute to completion each
Professional Services Agreement — Agency — V.1 Exhibit A
G\rda\Beth Longman\Pro�ects\Ei Paseo Revitalization\Prof Services Agmnt-EI Paseo RightotWay doc
task listed in Section 3 in a timely and diligent manner in accordance with Schedule of
Services to be Performed of Exhibit B, appended to this agreement.
2. Services by Agency:
2.1 Aaencv Representative. For the purposes of this Agreement, the
Agency Representative shall be BRYCE LYNN WHITE, or such other person
designated by the Agency's Executive Director ("Agency Representative").
Provision of Data. All information, data, reports and records and
maps as are existing and available from the Agency and necessary for the carryings out
of the work outlined in Exhibit A hereof shall be furnished to Engineer without charge by
Agency, and Agency shall cooperate in every way reasonable in the carrying out of the
work without delay.
Proiect BudQet. The Agency shall provide a budget for the project
that shall include contingencies for bidding, changes during construction, and other
costs which are the responsibility of the Agency.
Tests and Inspection. The Agency shall furnish structural,
mechanical, chemical, and other laboratory tests, inspections, and reports as required
by law or the contract documents, provided however that the Engineer shall advise the
Agency in advance of the necessity of such tests and inspections, and shall coordinate
and cooperate with the testing and inspection agencies, if any, at no additional cost to
the Agency.
3. Engineer's Scope of Work. Upon delivery by Agency to Engineer of a
written Notice to Proceed, Engineer shall immediately commence work pursuant to this
Agreement. Engineer's scope of work shall consist of the services in Exhibit A and
Exhibit B appended to this Agreement.
3.1 Reportinq & Record Keepinq. To assist Agency in the performance
of its planning, reporting, and financial administration obligations, Engineer shall,
throughout the term of this Agreement, keep Agency reasonably informed of progress
on work required under this Agreement, and of any problems or delays, anticipated or
othenNise, associated with each aspect of the work. Engineer shall promptly respond to
any request by Agency for information, progress reports, or documentation. Engineer
shall maintain accurate records of all work performed for each Assignment under this
Agreement, including but not limited to originals or copies, as applicable, of all
deliverable documents described in Exhibit A and Exhibit B. Upon the completion of
work, and if requested by the Agency, Engineer shall deliver to Agency the originals of
all renderings, models, or documentation produced, and may retain copies of such
documentation, at Engineer's election.
3. 2 Compliance with Laws. Engineer shall at all times possess any and
all licenses and permits necessary to provide the services herein, and shall comply with
applicable federal, state and local laws, ordinances, codes and regulations in the
performance of this Agreement, and with all applicable with any applicable City of Palm
Desert policies and guidelines.
2
G Vtla\Beth Longman\Pro�ects\EI Paseo Revitalization\Prof Serv�ces Agmnt-EI Paseo RightotWay.doc
3.3 Confidentialitv. Except as otherwise permitted or required by law,
Engineer shall maintain as confidential and shall not disclose any and/or all information
received in the course of performing pursuant to this Agreement. Engineer shall
promptly inform the Agency in the event Engineer receives a subpoena or court order
requiring disclosure of confidential information.
4. Not Used
5. Compensation. Agency shall pay Engineer for the Services provided
under this Agreement on the following basis.
5.1 Not-to-Exceed Fee: Agency shall pay to Engineer a total amount
not to exceed $64,800 for the basic services described in Exhibit A and Exhibit B.
Payment shall be made, based upon percentage of completion designated in Cost for
Completion of Each Task, of Exhibit C. The not-to-exceed fee shall not be exceeded
without written agreement between the parties.
5.2 Additional Services: Additional services beyond those described in
Exhibit A and Exhibit B shall be reimbursed on a time-spent basis at the hourly rates
described in Fee Schedule, of Exhibit C. Agency shall not be obligated to compensate
Engineer for additional services performed without advance authorization from the
Agency Representative.
5.3 Reimbursable Expenses: No additional compensation will be paid
for reimbursable expenses or disbursement recovery charges which are subsumed
within Section 5.1.
5.4 Extraordinary Expenses/Costs. No claims for additional services,
expenses or costs incurred by Engineer will be allowed unless such additional services,
expenses or costs are authorized by Agency in writing prior to the performance or
incurrence of such services, expenses or costs. Any additional services, expenses or
costs authorized by Agency shall be compensated at rates mutually agreed upon by the
Parties in writing.
6. Method of Payment.
6.1 Invoices. Enginee� shall submit to Agency invoices each month for
all services, if any, completed based upon percentage of completion designated in Cost
for Completion of Each Task, of Exhibit C. The invoices shall describe the services
rendered during the period and any milestone achievements. Agency shall review such
invoices and notify Engineer in writing within fifteen (15) calendar days of any disputed
amounts.
6.2 Pavment. Agency shall pay all undisputed portions of the invoice
within thirty (30) calendar days after receipt of the invoice up to the maximum amounts
set forth in Section 5.
6.3 Audit of Records. At any time during regular working hours, all
records, invoices, time cards, cost control sheets and other records maintained by
Engineer shall be available for review and audit by the Agency.
3
G Vtla\Beth Longman\Pro�ects\EI Paseo Revitalization\Prof Services Agmnt-EI Paseo RightofWay.doc
7. Ownership of Work Product.
7.1 Propertv of Aqency. All documents including but not limited to
plans, bids, proposals, correspondence, permits, ce�tificates, contracts, change orders,
invoices, receipts, reports, analyses or other written material developed or obtained by
Engineer in the performance of this Agreement, including any and all intellectual
property rights arising therefrom ("Work Product"), shall be and remain the property of
Agency without restriction or limitation upon its use or dissemination by Agency.
Promptly upon the completion of each Assignment, or at any other time upon
reasonable notice to Engineer by Agency, Engineer shall deliver all Work Product to
Agency.
7.2 Re-Use of Work Product. Agency and Engineer agree that all
documents, other than invoices, prepared by Engineer pursuant to this Agreement shall
be used exclusively for the subject project, and shall not be used for any other work
without the mutual agreement of the Parties. Such material shall not be the subject of a
copyright application by Engineer. In the event Engineer permits the re-use or other
use of such Work Product, Agency shall require the party using them to indemnify and
hold harmless Agency and Engineer regarding such re-use or other use, and Agency
shall require the party using them to eliminate any and all references to Engineer from
such Work Produc�. Agency agrees, to the fullest extent permitted by law, to indemnify
and hold the Engineer harmless from any claim, liability or cost (including reasonable
attorneys' fees and defense costs) arising out of any re-use or modification of the
Engineer's Work by Agency or any person or entity that acquires or obtains the
Engineer's Work from or through the Agency.
8. Conflict of InterestlProhibited Conduct and Interests
8.1 Conflict of Interest. Engineer and its officers, employees,
associates and sub Engineers, if any, will comply with all conflict of interest statutes of
the State of California applicable to Engineer's services under this Agreement,
including, but not limited to, the Political Reform Act (Government Code Sections
81000, et seq.) and Government Code Section 1090. During the term of this
Agreement, Engineer shall retain the right to perform similar services for other clients,
but Engineer and its officers, employees, associates and sub consultants shall not,
without the prior written approval of the Agency Executive Director, perform work for
another person or entity for whom Engineer is not currently performing work that would
require Engineer or one of its officers, employees, associates or sub consultants to
abstain from a decision under this Agreement pursuant to a conflict of interest statute.
8.2 No Solicitation. Engineer, on behalf of itself and its o�cers,
employees, agents and representatives, warrants that it has not employed or retained
any company or person, other than a bona fide employee working solely for Engineer,
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 working solely for Engineer, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration,
contingent upon or resulting from the award or making of this Agreement. For breach or
violation of this warranty, Agency shall have the right to terminate this Agreement
without notice or liability, or in its discretion to deduct from the contract price or
4
G trda\Beth Longman\Projects\EI Paseo Revitahzation�Prof Services Agmnt-EI Paseo RightofWay doc
consideration, or otherwise recover, the full amount of such fee, commission,
percentage, brokerage fee, gift or contingent fee.
8.3 No Financial Interest - Aqencv. No officer, member or employee of
Agency during his or her tenure or one year thereafter shall have any interest, direct or
indirect, in this Agreement or the proceeds thereof. The Parties hereto covenant and
agree that to their knowledge no member of the Agency Board, or officer or employee of
Agency, has any interest, whether contractual, non-contractual, financial or otherwise, in
this Agreement, or the subject matter thereof, nor any business or financial relationship
with Engineer, and that if any such interest comes to the knowledge of either Party at
any time a full and complete disclosure of all such information will be made in writing to
the other Party or Parties, even if such interest would not be considered a conflict of
interest under applicable laws.
8.4 No Financial Interest — Enpineer. Engineer hereby covenants, on
behalf of itself, and its officers, employees, agents and representatives, that at the time
of executing this Agreement it has no interest, and that it shall not acquire any interest
in the future, direct or indirect, which would conflict in any manner or degree with the
performance of services required to be performed pursuant to this Agreement.
Engineer further covenants that in the performance of this Agreement, no person having
any such interest shall be employed by Engineer. At no time during the term of this
Agreement, and for one (1) year thereafter, sFiall Engineer or anyone acting on
Engineer's behalf, accept anything of value from any contractor or subcontractor
performing services in connection with the project.
9. Indemnification. Other than in the performance of professional services
and to the fullest extent permitted by law, Engineer shall indemnify, defend and hold the
City, Agency, and City's and Agency's elected officials, officers, employees, agents and
volunteers free and harmless from and against all tort liability, including liabiliry for
claims, suits, actions, expenses or costs of any kind, actual attorney's fees, court costs,
and expert witness fees incurred by City or Agency, arising out of or in any way
connected with, in whole or in part, the negligent acts or omissions of Engineer, or any
of Engineer's officers, agents, employees or contractors, in the performance of this
Agreement, including but not limited to, claims, suits and liabilities for bodily injury,
death or property damage to any individual or entity, including employees or officials of
Engineer. The provisions of this paragraph shall not apply to claims arising out of the
sole negligence or willful misconduct of City or Agency, any of City's or Agency's
elected officials, officers, employees or agents.
In addition to the foregoing, Engineer shall indemnify, protect, defend and hold
harmless the Agency and the City of Palm Desert, their officials, employees, agents and
representatives from and against any and all losses, liabilities, damages, costs, and
expenses, including attorney's fees and costs to the extent same are caused in whole or
in part by any negligent or wrongful act, error, or omission of the Engineer, its officers,
agents, employees or subConsultants (or any entity or individual that the Engineer shal!
bear the legal liability thereo� in the pertormance of professional services under this
agreement.
5
G Vda\Beth Longman\Pro�ects\EI Paseo Revdal¢ahon\Prof Services Agmnt-EI Paseo R�ghtofWay tlx
10. Insurance. Engineer will maintain insurance in conformance with the
requirements set forth below. If Engineer's existing coverage does not meet the
requirements set forth here, it will be amended to do so. Engineer acknowledges that
the insurance coverage and policy limits set forth in this section constitute the minimum
amount of coverage required. Any insurance proceeds available to Agency in excess of
the limits and coverage required in this agreement and which is applicable to a given
loss, will be available to Agency.
10.1 Workers' Compensation and Emplover's Liabilitv. Engineer shall
provide Workers Compensation and Employer's Liability Insurance on an approved
policy form providing benefits as required by law with employer's liability limits no less
that $1,000,000 per accident or disease.
10.2 Professional Liability or Errors and Omissions. Professional Liability
or Errors and Omissions insurance as appropriate shall be written on a policy form
coverage specifically designed to protect against acts, errors or omissions of the
Engineer and "Covered Professional Services" as designated in the policy must
specifically include work performed under this agreement. The policy limit shall be no
less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of"
the insured and must contain a provision establishing the insurer's duty to defend. The
policy retroactive date must be on or before the effective date of this agreement.
10.3 Automobile Liabilitv. Engineer shall provide auto liability coverage
with a limit of no less than $1,000,000 per accident. If Engineer owns no vehicles, this
requirement may be met through a non-owned auto endorsement to the CGL policy.
10.4 Waiver. If the Engineer does not carry Worker's compensation
coverage, or if the Engineer will not operate any vehicles at any time within the scope of
the services in the agreement, provisions for these coverages may be waived upon
review and approval of the Agency's Risk Manager.
11. Status as Independent Contractor. Engineer is, and shall at all times
remain as to Agency, a wholly independent contractor. Engineer shall have no power to
incur any debt, obligation, or liability on behalf of Agency. Neither Agency nor any of its
officials, employees or agents shall have control over the conduct of Engineer or any of
Engineer's employees, except as set forth in this Agreement.
12. Non-Assignability; Subcontracting. Engineer shall not assign or
subcontract atl or any portion of this Agreement without the Agency's prior, written
consent. Any attempted or purported assignment or sub-contracting by Engineer shall
be null, void and of no effect.
13. Non-Discrimination and Equal Employment Opportunity. In the
performance of this Agreement, Engineer shall not discriminate against any employee,
subcontractor, or applicant for employment because of race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental disability, medical
condition, or sexual orientation. Engineer will take affirmative action to ensure that
subcontractors and applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, religion, sex, marital status,
national origin, ancestry, age, physical or mental disability, medical condition, or sexual
6
G Utla\Beth LongmanlPro�ecls\EI Paseo Revital¢ation\Proi Sernces Agmnt-EI Paseo R�ghtofVJay doc
orientation. This clause shall be included in any contract prepared or approved by
Engineer in connection with performance of its services under this Agreement.
14. Cooperation. In the event any claim or action is brought against Agency
or City relating to Engineer's performance or services rendered under this Agreement,
Engineer shall render any reasonable assistance and cooperation, which Agency or City
might require.
15. Termination. The right is reserved by the Agency to terminate the
Agreement at any time upon seven (7) days written notice, in the event the project is to
be abandoned or indefinitely postponed, or in the event the Engineer's services, in the
sole judgment of Agency, are unsatisfactory or because of the Engineer's failure to
prosecute the work with diligence or within the time limits specified or because of his
disability or death. In any such case, the Engineer shall be paid the reasonable value of
the services rendered, based upon Engineer's standard hourly rates, up to the time of
the termination. The Engineer shall keep adequate records to substantiate costs and
provide copies of original timecards in the event of termination or suspension.
16. Notices. Any notices, bills, invoices, or reports required by this
Agreement shall be given by first class U.S. mail or by personal service. Notices shall
be deemed received on (a) the day of delivery if delivered by hand or overnight courier
service during Engineer's and Agency's regular business hours or by facsimile before or
during Engineer's regular business hours; or (b) on the third business day following
deposit in the United States mail, postage prepaid, to the addresses heretofore set forth
in the Agreement, or to such other addresses as the Parties may, from time to time,
designate in writing pursuant to the provisions of this section. All notices shall be
delivered to the Parties at the following addresses:
Agency: Carlos L. Ortega, Executive Director
Palm Desert Redevelopment Agency
73-510 Fred Waring Drive
Palm Desert, California 92260-2578
Tel: (760) 346-0611
Fax: (760) 341-6372
With a copy to: Bryce Lynn White, Project Administrator
Palm Desert Redevelopment Agency
73-510 Fred Waring Drive
Palm Desert, California 92260-2578
Tel: (760) 346-0611
Fax: (760) 341-6372
7
G\rda\Beth Longman�Pro�ects\EI Paseo Revitalization\Prof Services Agmnt-EI Paseo R�ghtofWay doc
Engineer: William A. Pope, Project Engineer
JHA Engineering, Inc.
41921 Beacon Hill, Suite A
Palm Desert, CA 92211
Tel: 760-779-0657
Fax: 760-779-5143
17. Non-Waiver of Terms, Rights and Remedies. Waiver by either Party of
any one or more of the conditions of performance under this Agreement shall not be a
waiver of any other condition of performance under this Agreement. In no event shall
the making by Agency of any payment to Engineer constitute or be construed as a
waiver by Agency of any breach of covenant, or any default which may then exist on the
part of Engineer, and the making of any such payment by Agency shall in no way impair
or prejudice any right or remedy available to Agency with regard to such breach or
default.
18. Attorney's Fees. In the event that either Party to this Agreement shall
commence any legal action or proceeding for damages for breach, or to enforce or
interpret the provisions of this Agreement, the prevailing party in such action or
proceeding shall be entitled to recover its costs of suit, including reasonable attorney's
fees and experts' costs.
19. Exhibits; Precedence. All documents referenced as exhibits in this
Agreement are hereby incorporated in this Agreement. In the event of any material
discrepancy between the express provisions of this Agreement and the provisions of
any document incorporated herein by reference, the provisions of this Agreement shall
prevail.
20. Entire Agreement. This Agreement, and any other documents
incorporated herein by specific reference, represents the entire and integrated
agreement between Engineer and Agency. This Agreement supersedes all prior oral or
written negotiations, representations or agreements. No promise or representation,
whether oral or written, express or implied, that is not set forth herein, shall be binding
or have any force or effect. This Agreement may not be amended, nor any provision
waived, except in a writing signed by the Parties which expressly refers to this
Agreement.
21. Partial Invalidity. In case any provision of this Agreement should be
deemed by a court of competent jurisdiction to be invalid, illegal or unenforceable in any
respect, the validity, legality or enforceability of the remaining provisions shall not be
affected or impaired thereby.
22. Successors. This Agreement shall bind and inure to the benefit of the
respective heirs, personal representatives, successors and assigns of the parties to this
Agreement.
23. Waivers. No waiver of any breach or default of any term or provision of
this Agreement shall be deemed a waiver of any other term or provision of this
8
G Vtla\Beth Longman\Pro�ecls\EI Paseo Revital�zation\Prof Services Agmnt-EI Paseo RightofWay doc
Agreement, and no waiver shall be valid unless in writing and executed by the waiving
Party.
24. Construction. Section headings in this Agreement are solely for the
convenience of the parties and are not a part of and shall not be used to interpret this
Agreement. This Agreement shall not be construed as if it had been prepared by one of
the parties, but rather as if both parties have prepared it. Unless otherwise indicated, all
references to Sections ace to this Agreement. All exhibits to this Agreement are hereby
incorporated by reference.
25. In case of conflicts within the contract documents, the document
precedence shall be as follows:
(a) This Agreement;
(b) Exhibit A Request for Proposal (RFP) for Professional Engineering
Services
(c) Exhibit B JHA Engineering, Inc. Schedule of Services and
Statement of Qualifications
(d) Exhibit C JHA Engineering, Inc. Scope of Services, Lump Sum
Fee, and Hourly Fee Schedule
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
9
G Vda\Beth Longman\Pro�ects\EI Paseo Rev�tal�zation\Prof Services Agmnt-EI Paseo RightotWay doc
IN WITNESS WHEREOF, said parties have executed this Agreement effective
as of the Effective Date above.
ENGINEER
JHA ENGINEERING, INC.
By:
its:
ENGINEER
By:
its:
PALM DESERT REDEVELOPMENT AGENCY
Jean Benson, Chairman
ATTEST:
Rachelle D. Klassen, Secretary
APPROVED AS TO FORM
Dave Erwin, City Attorney
10
G\rda\Beth Longman\Pro�ects\EI Paseo Rewtahzahon�Prof Serv�ces Agmnt-EI Paseo RightofWay.doc
EXHIBIT A
Request for Proposal (RFP) for Professional Engineering Services
Professional Services Agreement — Agency — V.1 Exhibit A
G Vtla\Beth Longman\Pro�ects\EI Paseo Revital�zat�on\Prof Services Agmnt-EI Paseo R�ghtofWay doc
�,.�-.5,•�-=.—,� � y--;
�,�.�i�a.: �1..� � �� .�_; �
ENGINEERING, INC.
Consulting Civi! Engineers & Surveyors
February 7, 2008
Palm Desert Redevelopment Agency
73-510 Fred Waring Drive
Palm Desert, Ca. 92260-2578
Attention: Mr. Bryce White
(�f r} ( � �" �Rf .i
f 1_lJ
, � �
�-� ,���� ,-r�'� ry..�.�I/, � r�`
.�. ' . .a'1r.:.J �i�� �I�...,i �.� L .�h- �.�../ i :K
RE: Surface improvement location and coordination within the El Paseo right-of-way
and preparation of a Master El Paseo Base Plan from Cabrillo Drive to Highway
111 in the City of Palm Desert, Ca.
JHA Engineering, Inc. Work Order No.: 08-3797
Dear Mr. White,
We at JHA Engineering, Inc. would like to thank you for the opportunity to present to the
Palm Desert Redevelopment Agency the attached proposal for the services stated above.
We received from your office the documents as specified in your Request for Proposal
dated January 28, 2008.
It is understood that the City of Palm Desert Redevelopment Agency is considering
concepts to improve and beautify the right-of-way for the entire length of El Paseo in
your beautiful city of Palm Desert.
As residents and business owners within the City of Palm Desert, our staff who have been
in the Coachella Valley for many, many years would like to be of assistance on such a
wonderful proj ect.
Attached herewith, we have included a Statement of Qualifications for our Civil
Engineering and Land Surveying firm. JHA Engineering, (John Hacker and Associates),
have been practicing in the Coachella Valley for over 30 years.
As a family run business, we feel that our clients can be treated as family, with easy
access to our design, field and project managers anytime of the day.
41921 Beacon Hill, Suite A, Palm Desert, Ca. 92211
Phone (760) 779-0657 Fax (760)779-5143
We can thus give our undivided attention to each and every client for whatever the task
may be.
ln order to assist the City of Palm Desert Redevelopment Agency with the proposed El
Paseo beautification improvements, our staff will conduct various services including, but
not limited to, those items as specified in the Request for Proposal dated January 28,
2008.
SCOPE OF SERVICES
Our scope of services will include the following tasks:
1.) FIELD CONTROL SURVF,Y, MASTER BASEPLAN AND RESEARCH
Prior to task no. 2 shown below, our office survey staff will research, either with the City
of Palm Desert Public Works Department, or based upon the documents forwarded to our
office by your staff, will prepare a survey control base plan that our staff will use in
preparation of the topographic survey. "I'he control base plan and survey will allow our
office to tie in our survey, both horizontally and vertically, to City of Palm Desert
benchmarks and survey control cunently located throughout the E1 Paseo corridor. These
will be located at street intersections, beginning and ending of various curves and along
various property lines, the centerline of E1 Paseo and centerlines of streets that intersect
with El Paseo. The intersecting streets with control data will include San Luis Rey,
Larkspur, San Pablo, Sage Lane, Highway 74 and Plaza Way. The intersections of said
streets will be tied down in the field for a very accurate topographic baseplan. This is
crucial in the development of creating a topographic survey that can be used for all
phases of the beautification process.
2.) TOPOGRAPHIC FIELD SURVEY
Our field personnel will prepare a topographic field survey of the entire El Paseo corridor
based upon the control that our field personnel has created. This will begin on the east
end of El Paseo at the intersection of Cabrillo Drive and Highway 111 and continue to the
west to the intersection of E1 Paseo and Town Center Way. The subject area is
approximately 2 mile in length, more or less. The topographic survey will included, but
not be limited to the following items:
A) Our field crew will located the distances from the face of curbs to any existing
buildings, walls or other improvements in or immediately adjoining the right-of-
way for the entire length of El Paseo as disclosed above;
B) distances from the face of curbs to the median islands and the dimension of said
medians, along with features located in said medians;
C) gutters and cross gutters will be located including any catch basins, area drains,
drywells, etc. collecting runoff water within the El Paseo right-of-way;
D) sidewalks will be located including the description as to the type of material and
surface finish along with dimensions for the sidewalk widths;
41921 Beacon Hill, Suite A, Palm Desert, Ca. 92211
Phone (760) 779-0657 Fax (760)779-5143
E) various driveway approached throughout the El Paseo corridor will be located as
well as any A.D.A. accessible ramps;
F) location of manhole covers, water valves, gas valves, utility boxes, and any other
subsurface access points;
G) the location of existing fire hydrants and red painted curbs will be located as well
as any sewer lateral locations marked with an '`S" on the curb face;
H) landscape and hardscape areas including location of and identification of trees and
other significant shrubs;
I) the size and location oi'pads for public art including lighting and controls;
J) location of any light standards and area lights;
K) location and identification of monument, directional and traffic signs;
L) location of traffic signal standards and controls;
M) and the location of any other features that may be including within or adjacent to
the El Paseo right-of-way and as specified by the City of Palm Desert
Redevelopment Agency.
3.) TOPOGRAPHIC SURVEY BASEPLAN
Once our field survey crews have completed the topographic survey from the field this
will be brought into the office where our design staff will prepare the anticipated
baseplan for your use. The design staff will prepare, at a scale necessary for overall
clarity a complete and comprehensive topographic baseplan. This will include all of the
items listed under Service Item No. 2 above and any other features that the City of Palm
Desert Redevelopment Agency has instructed us to locate.
The existing right-of-way along the entire El Paseo corridor will be shown on the
baseplan along with all of the pertinent above ground features located and dimensioned
as to their respective locations from said right-of-way lines.
Any encroachments of buildings, hardscape, shrubs, fences, utilities, etc. that may appear
to be encroaching into the public right-of-way may be disclosed by the topographic
survey but the determination of the correct owner will not be part of our services. Our
services will be to locate these items only.
SCHEDULE OF SERVICES TO I3E PERFORMED
Below is the anticipated schedule for the Scope of Services as outlined above:
1.) SURVEY CONTROL RESEARCH:
3 business duys or 24 hnurs
2.) MASTER BASEPLAN MAPP[NG:
� business days or �0 hours
41921 Beacon Hill, Suite A, Palm Desert, Ca. 92211
Phone (760) 779-0657 Fax (760)779-5143
3.) CONTROL FIELD SURVEY:
10 business c�ays or 80 hours
4.) TOPOGRAPHIC FIELD SURVEY:
-�0 business days nr 320 hours
5.) TOPOGRAPHIC SURVEY BASEPLAN:
10 busine.ss days or 80 hours
All of the above specified line items provided by our office will be provided in a"Lump
Sum Fee" to the City of Palm Desert Redevelopment Agency.
This will include the cost to complete each work task as well as including ay
reimbursable expenses that may arise.
This opportunity to be of service to you is very much appreciated. We have enjoyed
working with you and your staff in the past and would be very appreciative of working
closely with you once again on this project.
If you have any questions, please contact us at (760) 779-0657, extension 1 15.
Sincerely,
�
illi A. Pope
oject anager
Enc.
41921 I3eacon Hill, Suite A, Palm Uesert, Ca. 92211
Phone (760) 779-0657 Fax (760)779-5143
ENGINEERING, INC.
Consulting Civi( Engineers & Surveyors
STATEMENT OF QUALIFICATIONS
Consulting Civil Engineers and Surveyors
41921 BEACON HILL • SUITE A• PALM DESERT, CA. 92211
(760) 779-0657 • FAX (760) 779-5143
I. Introduction
John H. Hacker, President and a registered Civil Engineer, established his own engineering firm
in southern California in 1964 and has built a solid reputation within the private and public
sectors of Southern California by providing quality professional service, completing projects on
time and maintaining expenditures within the project budget. The firm's knowledge in all
aspects of public works, land development and transportation, enables it to take projects from the
initial conceptual and planning stages, through to the design and implementation phases with
speed and efiiciency while working within the constraints of the client's budget and schedule.
JHA Engineering, Inc. (formerly John Hacker & Associates) specializes in the engineering,
planning and design of public work projects, urban development, construction management and
civil engineering projects. Our firm has been involved with numerous subdivision, recreational
vehicle parks, mobile home parks, condominium projects and golf course and country club
improvements. Over the years, we have provided single family subdivision improvement plans,
commercial grading plans, along with construction staking for various projects.
Our firm has won several design awards, including the 1993 Leading Edge Design Competition
Award and the 1997 Building Innovation Home Ownership Award from HUD, Housing and
Urban Development, for steel frame housing design.
The experienced staff has at their disposal, a modern facility with the most up-to-date equipment
and automated design tools available to Civil Engineers today. These capabilities, coupled with
our commitment to the client, enable JHA to provide high quality service in a professional, cost
effective and timely manner.
II. Project Experience
RESIDENTIAL DEVELOPMENTS AND COMMUNITIES
OUTDOOR RESORTS, INDIO AND CATHEDRAL CITY
Indio Motor Coach Resort and Country Club occupies 80 acres, contains over 500 spaces and
has an 18-hole golf course, clubhouse, tennis courts, maintenance facility, pools, and a lake
with individual boat docks. Cathedral City Outdoor Resorts occupies 132 acres with more
than 1300 spaces. JHA Engineering, Inc. prepared plans, specifications, coordinated and
designed utilities, and provided construction management. JHA was responsible for the
infrastructure improvements to the site including grading, streets, parking lots, drainage and
sanitary sewer system. In addition, our firm provided field survey control and construction
staking.
MESQUITE COUNTRY CLUB, PALM SPRINGS
Mesquite Country Club in Palm Springs occupies 183 acres with 600 condominiums, a
championship 18-hole golf course, lakes, pools, pedestrian bridges and equestrian trails. JHA
prepared plans and specifications for grading, water, sewer design from conception to
approval.
JHA also provided field survey control and construction staking and provided the architect
with accurate boundary and topographic information. Our team also coordinated with local
utility companies and governmental agencies to plan, develop, process and obtain necessary
permits to build the project.
GHA HOMES, RANCHO MIRAGE
JHA provided a Tentative Tract Map for Cielo Vista Homes, a 14 lot subdivision.
�
_ .n.. .....__.�� . , . .. . .
..�.: . .
OTHER SUBDIVISION PROJECTS:
• COACHELLA VALLEY HOUSING COALITION, 200 lot and 42 lot
subdivision located in the Town of Mecca in the unincorporated territory of
the County of Riverside.
• LANDAU DEVELOPMENT, City of Cathedral City
• LA PALOMA HOMES, City of Palm Desert
• SERENITY COVE, City of Cathedral City
• VISTA MONTANA, City of Cathedral City
• TERRA VISTA COURT, LA PALOMA HOMES, 4 Lot estate size
subdivision in the City of Rancho Mirage
COMMERCIAL DEVELOPMENT PROJECTS
ROSS RETAIL STORE
JHA provided our client with improvement plans for several stores in the One-Eleven La
Quinta Shopping center that included precise grading plans, site improvements, drainage
plans, design of curb and gutter, utilities along with parking.
OTHER COMMERCIAL PROJECTS INCLUDE:
• BIG FIVE RETAIL STORE, City of La Quinta
• THAI SMILE RESAURANT, City of La Quinta
• LAMPOST PIZZA , City of La Quinta
• GOLDS GYM, City of Palm Springs
• WALGREENS DRUG STORES, Cities of Yucca Valley, Cathedral City and
Vista, Ca.
• JIFFY LUBE, City of La Quinta and Oceanside
Client contact information:
Consolidated Contracting, Inc.
Attention: Bill Casey, Project Manager
46-753 Adams Street
La Quinta, Ca. 92253
(760) 771-3345
Coachella Valley Housing Coalition
Attention: Swalomir Rutkowski, Project Manager
Plaza I
45701 Monroe, Suite G
Indio, CA 92201
(760) 347-3157
Landau Development
Attention: Bob Barklay, Project Manager
P.O. Box 1725
Palm Springs, CA 92264
(760) 323-4430
III. Company Expertise and Capabilities
As a multi-disciplined civil engineering firm, JHA Engineering, Inc. can provide a wide range of
administrative and technical services to clients throughout Washington. Our capabilities have
often covered many, if not all, civil engineering aspects and phases of our past projects. Many of
our larger projects have encompassed numerous sub-projects including street design, storm
drains, sanitary sewers, and grading plans. The following is a summation of the type of services
our engineering firm provides to architects and developers.
SUBDIVISION ENGINEERING
• Residential, Commercial and Industrial Developments
• Grading
• Backbone Infrastructure Design
• Recreation Park Design
• Public Buildings
SITE IMPROVEMENTS
Master Plan Development - Preliminary and Final Plats - Short Plats
Design, Coordination and Administration
Site and Grading Plan
STORMWATER AND FLOODING MANAGEMENT
Comprehensive Planning and Management
Flood Studies
STREETS AND HIGHWAYS
• Concept, Planning and Street Design Improvements
• Alignment Studies
• Plan and Specification Preparation
• Construction and "As-Built" Plans
• Utility Relocation, Construction and Coordination
PLANNING
Comprehensive System Plans
U.L.I.D.s and L.I.D.s
Permitting and Regulatory Compliance
• Land Use Plan Elements
• Forensic Reports
• Water Resource Planning
RIGHT-OF-WAY AND ENCROACHMENT SERVICES
• Acquisitions/Negotiations
• Relocation Assistance
• R/W Engineering
UTILITY RECONSTRUCTION AND RELOCATION
• Location of Existing Utilities
• Design of Relocated Facilities
• Construction Inspection
TRANSPORTATION SERVICES
• From Annual Road Maintenance to Street Reconstruction
• New or Reconfigured Parking Lot Design
OUR PHILOSOPHY
To achieve the highest level of service, JHA Engineering, Inc. utilizes state-of-the-art computer
aided drafting and design systems, specialized cost estimating techniques coupled with close
supervision and in-house plan checking of all work.
We will investigate all the options both in materials and design alternatives available for our
clients. In our preliminary design process our staff evaluates the design criteria and the client's
original intent in the project. Conceptual design options will be developed to determine which
option will best fulfill our client's needs and financial constraints.
Our Project Manager serves as the liaison and coordinator with the client, contributing to our
responsiveness to customer wishes. He is also the focal point for all technical, administrative
and financial concerns related to the project.
He is oriented to solve problems with the following three constraints in mind:
• Cost - maintain expenditures within the project budget
• Schedule — complete the project on time
• Performance — provide a high quality product
IV. Key Employees
John H. Hacker, P.E.
Registered Civil Engineer
John Hacker has been licensed since 1964, with a total of over 42 years of engineering and
management experience including civil engineering design, construction administration, right-of-
way engineering, and inspection. He has provided engineering for numerous subdivisions, street
assessment and sewer districts, recreational vehicle parks, mobile home parks and condominium
proj ects.
Mr. Hacker had built an excellent reputation over the years and won several design awards
including the 1993 Leading Edge Design Competition Award and Building Innovation Home
Ownership award in 1997 for his steel frame design. Hacker also co-authored a book,
"Residential Steel Design and Construction" published by McGraw Hill in 1998. He has donated
many hours of pro bono work for various organizations and received the Angel Network Award
from Oprah for his work with Habitat for Humanity.
EDUCATION
University of California and University of Colorado
REPRESENTATIVE PROJECT EXPERIENCE
• City of Rancho Mirage, AD 10-79 Street Improvement Plan, design of street
improvement plan, construction staking and field supervision.
• City of Palm Springs, Sewer Assessment District District 143, Area D, sewer design, cost
estimating, assessment breakdown and surveying
• Outdoor Resorts of America Projects, 1320 Recreational Vehicle Resort with two 18 hole
Golf Courses, Cathedral City and Indio
• United States Post Office, 5 Year Feasibility Study Contract
• Mesquite Country Club, 600 Condo and l 8 hole Golf Course, Palm Springs
• Portofino Laguna,200 home development, Laguna Beach, California
• Miracle Acres Mobile Home Park, Desert Hot Springs, 50 Spaces. Corkhill Palms
Mobile Home Park, Desert Hot Springs, 80 Spaces. Langlois Mobile Home Park, Desert
Hot Springs, 150 spaces. Vista Mobile Home Park, 300 Spaces.
• Mystic Hills, 150 home development, Laguna Beach
• Anaheim Business Park, commercial and professional buildings
• Jiffy Lube, Oceanside, Cathedral City & La Quinta, commercial developments
• Coachella Valley Housing, 200 lot subdivision in Mecca, six acre site in Mecca,
subdivision Don English Way in Desert Hot Springs
Scott B. Gorges
Project Manager and Surveyor, L.S.I.T.
Mr. Gorges has over 29 years of civil engineering design, surveying and project management
experience. Mr. Gorges has extensive experience in preparation of parcel maps, tract, maps,
grading plans, street improvement plans, sewer and storm drainage plans, as well as using total
stations in gathering various topography information, boundary surveys and construction staking
on public and private sector projects. He also has office experience in the preparation of legal
descriptions, centerline retracement and photogrammetry conrol.
He is proficient in AutoCAD, TDS data collection, Softdesk, and TFR Mapping.
EDUCATION
St. Martins College, Lacey, Washington
Rancho Sanitago College, Santa Ana, California
Pacific Land Seminars
PROFESSIONAL AFFILIATION
Land Surveyor Association of California
REPRESENTATIVE PROJECT EXPERIENCE
• Outdoor Resorts, Cathedral City, Indio and Aguanga, boundary and mapping along with
construction staking and coordination.
• Mesquite Country Club, Palm Springs, site design, boundary ALTA Survey and
construction surveying and coordination
• Coachella Valley Housing Coalition, Mecca, boundary, aerial survey control, construction
staking and management.
• Habitat for Humanity, Palm Desert, Cathedral City & Desert Hot Springs, boundary and
topographic survey, right of way dedication, and construction coordination and
management.
• City of Pacific LID, No. 3, data collection, construction staking and sewer design.
• South Prairie Recreation Vehicle Park, South Prairie, boundary and topographic survey,
septic system design, and recreation vehicle lot layout.
• City of Baldwin Park, Street Improvement District, 48 streets with the City, for
reconstruction AC overlayment.
• City of Oceanside, Redevelopment of District on Myers Street, San Miguel
Condominiums
• Walgreens, Vista, Cathedral City and Yucca Valley, boundary and design along with
construction staking and an ALTA survey.
Dan Hacker
Designer and Project Manager
Dan Hacker has over 20 years civil engineering experience for small and large commercial
projects, residential developments, recreational vehicle parks and condominium projects.
Mr. Hacker has performed engineering, design and drafting in the development of plans and
specifications of assigned projects which include street works, sewer, storm drain, grading plans
for residential and commercial sites, and site improvements. He has prepared tentative
tracUparcel maps from conceptual to approval and preparation of improvement plans required for
final tract map recordation.
Mr. Hacker has extensive knowledge and experience in the use PC computer systems and its
operations; including AutoCAD, DCA/Softdesk Civil Engineering Design and Surveying
software; knowledge of Civilsoft COGO applications and 3-D Designing.
REPRESENTATIVE PROJECT EXPERIENCE
• Outdoor Resorts of America, Indio and Cathedral City, preparation of tentative tract map
from conceptual to approval, plans and specifications for grading, water, sewer and street
improvements.
• Mesquite Country Club, Palm Springs, prepared plans and specifications for street, water
and sewer design, performing engineering and design per final parcel map recordation
requirements.
• City of Palm Springs, Sewer Assessment District 143, Area D, preparation of sewer plan
• City of Rancho Mirage, AD 10-79, preparation of street improvement plan
• Six Kids Construction, Spa Resort, Desert Hot Springs, preparation of precise grading
plans
• Arco Gas Station, Palm Springs, prepared grading, street, water, sewer plans
• Oleander and Monroe Business Parks, Indio, preparation of precise grading plans,
hydrology.
• Walgreens, Yucca Valley, precise grading plans and street improvement plans
• Vanhuissen Brett, 200 lot subdivision, tentative and final tract maps, preparation plans
and specifications for street, water and sewer design.
• John Hardy Jones, 20 acre subdivision, tentative and final tract maps, including grading,
street, water and sewer design
William A. Pope
Designer and Project Manager
William Pope has more than 13 years civil engineering experience, providing design and of
commercial and residential projects. Mr Pope has preformed engineering and design of street
improvement plans, street lighting plans, land subdivisions, parking lots, pazks, grading plans for
residential and commercial sites, and recreational vehicle resorts. He has prepared tentative tract
and parcel maps from a conceptual layout to the final approval, gathered and compiled
engineering plans and map information from utility companies as necessary for design of street,
sewer and water improvement projects.
Mr. Pope is experienced with AutoCAD, DCA/Softdesk Civil Engineering Design and Surveying
software, HydroCAD Storm Water Modeling, TDS Data Collection Software
EDUCATION
College of the Desert, Palm Desert, California
CADD Design and Fundamentals of Civil Engineering.
San Jacinto College, San Jacinto, Fundamentals of Surveying
REPRESENTATIVE PROJECT EXPERIENCE
• Coachella Valley Housing, prepared tentative and final tract map from conceptual to
approval, plans and specifications for grading, water, sewer and street improvements for a
200-1ot subdivision in Mecca. Also prepared tentative tract map, sewer and water plans,
hydrology calculations for a 35-lot subdivision on Don English Way in Desert Hot
Springs
• Terra Vista, La Paloma Homes, in Rancho Mirage, prepared tentative tract map for four
one acre estates.
• Lampost Pizza, Thai Smile, Big Five and Ross Store, in One Eleven La Quinta Shopping
Center, prepared precise grading improvement plans, site improvements, drainage plans,
design of curb and gutter, hydrology calculations, fire protection plan, utilities along with
parking.
• Outdoor Resorts, Cathedral City and Indio, preparation of tentative tract map from
conceptual to approval, plans and specifications for grading, water, sewer and street
improvements.
� GHA, Cielo Vista Homes, a 14 lot subdivision in Rancho Mirage, preparation of tentative
tract map
� Krisco, Palm Desert, 5 acre subdivision, tentative and final tract map, prepared plans and
specifications for street, water and sewer design
• Santa Rosa Trails, 20 acre subdivision, tentative and final tract ma
EXHIBIT B
JHA Engineering, Inc. Schedule of Services and Statement of Qualifications
Professional Services Agreement — Agency — V.1 Exhibit B
G Uda\Beth Longman\Pro�ects\EI Paseo Revitalizat�on\Prof Services Agmnt-EI Paseo RightotWay tloc
ENGINEERING, INC.
Consulting Civil Engineers & Surveyors
February 7, 2008
Palm Desert Redevelopment Agency
73-510 Fred Waring Drive
Palm Desert, Ca. 92260-2578
Attention: Mr. Bryce White
�
. .. .. � . .. . � ti.
�' ... i
�. � ' •t ' � • ..
f � ' "
..e..1 ' ' ' f i � (
f . �
_ . .. . , - . l: .. . . • _ .
RE: Surface improvement location and coordination within the El Paseo right-of-way
and preparation of a Master El Paseo Base Plan from Cabrillo Drive to Highway
111 in the City of Palm Desert, Ca.
JHA Engineering, Inc. Work Order No.: 08-3797 Contract No. 2
Dear Mr. White,
Please find attached hereto a proposal outlining the cost to complete each task for the E1
Paseo beautification project per your Request for Proposal dated January 28, 2008.
SCOPE OF SERVICES
Our scope of services will include the following tasks:
1.) FIELD CONTROL SURVEY. MASTER BASEPLAN AND RESEARCH
Prior to task no. 2 shown below, our office survey staff will research, either with the City
of Palm Desert Public Works Department, or based upon the documents forwarded to our
office by your staff, will prepare a survey control base plan that our staff will use in
preparation of the topographic survey. The control base plan and survey will allow our
office to tie in our survey, both horizontally and vertically, to City of Palm Desert
benchmarks and survey control currently located throughout the El Paseo corridor. These
will be located at street intersections, beginning and ending of various curves and along
various property lines, the centerline of El Paseo and centerlines of streets that intersect
with El Paseo. The intersecting streets with control data will include San Luis Rey,
Larkspur, San Pablo, Sage Lane, Highway 74 and Plaza Way. The intersections of said
streets will be tied down in the field for a very accurate topographic baseplan. This is
41921 Beacon Hill, Suite A, Palm Desert, Ca. 92211
Phone (760) 779-0657 Fax (760)779-5143
crucial in the development of creating a topographic survey that can be used for all
phases of the beautification process.
2.) TOPOGRAPHIC FIELD SURVEY
Our field personnel will prepare a topographic field survey of the entire El Paseo corridor
based upon the control that our field personnel has created. This will begin on the east
end of El Paseo at the intersection of Cabrillo Drive and Highway 111 and continue to the
west to the intersection of El Paseo and Town Center Way. The subject area is
approximately 2 mile in length, more or less. The topographic survey will included, but
not be limited to the following items:
A) Our field crew will located the distances from the face of curbs to any existing
buildings, walls or other improvements in or immediately adjoining the right-of-
way for the entire length of El Paseo as disclosed above;
B) distances from the face of curbs to the median islands and the dimension of said
medians, along with features located in said medians;
C) gutters and cross gutters will be located including any catch basins, area drains,
drywells, etc. collecting runoff water within the El Paseo right-of-way;
D) sidewalks will be located including the description as to the type of material and
surface finish along with dimensions for the sidewalk widths;
E) various driveway approached throughout the El Paseo conidor will be located as
well as any A.D.A. accessible ramps;
F) tocation of manhole covers, water valves, gas valves, utility boxes, and any other
subsurface access points;
G) the location of existing fire hydrants and red painted curbs will be located as well
as any sewer lateral locations marked with an "S" on the curb face;
H) landscape and hardscape areas including location of and identiftcation of trees and
other significant shrubs;
I) the size and location of pads for public art including lighting and controls;
.n location of any light standards and area lights;
K) location and identification of monument, directional and traffic signs;
L) location of trafiic signal standards and controls;
M) and the location of any other features that may be including within or adjacent to
the El Paseo right-of-way and as specified by the City of Palm Desert
Redevelopment Agency.
3.) TOPOGRAPHIC SURVEY BASEPLAN
Once our field survey crews have completed the topographic survey from the field this
will be brought into the office where our design staff will prepare the anticipated
baseplan for your use. The design staff will prepare, at a scale necessary for overall
clarity a complete and comprehensive topographic baseplan. This will include all of the
items listed under Service Item No. 2 above and any other features that the City of Palm
Desert Redevelopment Agency has instructed us to locate.
41921 Beacon Hill, Suite A, Palm Desert, Ca. 92211
Phone (760) 779-0657 Fax (760)779-5143
The existing right-of-way along the entire El Paseo corridor will be shown on the
baseplan along with all of the pertinent above ground features located and dimensioned
as to their respective locations from said right-of-way lines.
Any encroachments of buildings, hardscape, shrubs, fences, utilities, etc. that may appear
to be encroaching into the public right-of-way may be disclosed by the topographic
survey but the determination of the conect owner will not be part of our services. Our
services will be to locate these items only.
COST FOR COMPLETION OF EACH TASK
Below is the anticipated schedule for the Scope of Services as outlined above:
1.) SURVEY CONTROL RESEARCH:
,�1,800.00 (One thousand eight hundred dollars)
2.) MASTER BASEPLAN MAPPING:
.�3, 000. 00 (7'hree thousand four hundred dollars)
3.) CONTROL FIELD SURVEY:
.�10,800.00 (Ten thousand eight ht�ndred dnllars)
4.) TOPOGRAPHIC FIELD SURVEY:
�;�3,200.00 (Forty three thousand two hundred dollars)
5.) TOPOGRAPHIC SURVEY BASEPLAN:
,56, 000. 00 (Six thousand dollurs)
All of the above specified line items provided by our office will be provided in a"Lump
Sum Fee" of $64,800.00, (Sixty Four Thousand Eight Hundred Dollars Even)
We have prepared and enclosed two copies of a Work Order which, by reference to this
letter, sets forth our proposed services and fees. Please review, sign, initial and return one
copy to us, along with a retainer check in the amount of $3,000.00 to our ofiice if and
when we have been awarded the contract to proceed with the items as listed herein.
This opportunity to be of service to you is very much appreciated. We have enjoyed
working with you and your staff in the past and would be very appreciative of working
closely with you once again on this project.
41921 Beacon ��ill, Suite A, Palm Desert, Ca. 92211
Phone (760) 779-0657 Fax (760)779-5143
If you have any questions, please contact us at (760) 779-0657, extension 115.
�
P
Enc.
41921 Beacon Hill, Suite A, Palm Desert, Ca. 92211
Phone (760) 779-0657 Fax (760)779-5143
Sincerelv.
EXHIBIT C
JHA Engineering, Inc. Scope of Services, Lump Sum Fee, and Hourly Fee Schedule
Professional Services Agreement — Agency — V.1 Exhibit C
G Utla\Beth Longman\Pro�ects\EI Paseo Revital�zat�on\Prof Services Agmnt-EI Paseo RightofWay doc
Fee Schedule
Effective January l, 2008
CIVIL ENGINEERING SERVICES
$110.00/Hour
$ 90.00/Hour
$ 75.00/Hour
$ 30.00/Hour
Civil Engineer
Project Manager
Designer, AutoCAD Draftsman
Clerical
$135.00/Hour Two-Man Survey Crew
$75.00/Hour Survey Technician/Research & Office
MISCELLANEOUS
The following costs are billed at our cost plus 10%.
• Subcontracted Services
• Map Check Fees or Filing Fees advanced by our company
• Commercial Delivery Services, including Federal Express and Express
Mail. (In-house delivery services are billed at $.40 per mile plus hourly
wage.)
• Blueprint Services, Printing, and Graphic Services
Progress billings will be forwarded to the client on a monthly basis.
Billings will include fees earned during the billing period and reimbursable charges. The client
shall notify the consultant within ten days of the date of the invoice of any item that is alleged to
be incorrect, otherwise, invoices will be deemed to be accurate.
Payment of invoices are due upon receipt. Payment of invoices received aRer 30 days of the date
of invoice are subject to a finance charge of 1.4% per month (18% APR). If payment is not
received after 30 days, all work on project will cease unless other arrangements have been made.
The retainer will be held until the last payment on the project and will be applied at the last
billing period.
The hourly rate schedule shown hereon is part of our proposal for use in invoicing for progress
payments and for extra work that will require prior approval from the City of Palm Desert.