HomeMy WebLinkAboutRRM Design Group 2008-06-18® v
t ~ % w
June 23, 2008
Mr. T. Keith Gurnee
RRM Design Group
10 LIBERTY SHIP WAY, SUITE 300
SAUSALITO, CA 94965-3312
RE: Traffic Circulation Study, Phase 3 (Downtown Streetscape Improvement Plan)
Dear Mr. Gurnee:
Enclosed please find a fully executed original agreement for the subject project for your files.
Thank you for your assistance with this project. Please do not hesitate to contact me at
(707) 463-6296 if you have any questions.
Sincerely,
enc.
cc: Linda Brown, City Clerk
file
300 SEMINARY AVENUE, UKIAH, CA 95482-5400
Phone# 707/463-6200 Fax# 707/463-6204 Web Address: www.cityofukiah.com
AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
[Design Professional]
This Agreement, made and entered into this day of - V E , 2008 ("Effective
Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and
RRM Design Group, a corporation organized and in good standing under the laws of the state of
California, hereinafter referred to as "Consultant".
RECITALS
This Agreement is predicated on the following facts:
a. City requires consulting services related to preparation of the Traffic Circulation Plan,
Phase 3 (Downtown Streetscape Improvement Plan).
b. Consultant represents that it has the qualifications, skills, and experience and is properly
licensed to provide these services, and is willing to provide them according to the terms
of this Agreement.
C. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto
as Attachment "A", describing contract provisions for the project and setting forth the
completion dates for the various services to be provided pursuant to this Agreement.
TERMS OF AGREEMENT
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A")
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment "A".
2.2. Additional Services. Additional services, if any, shall only proceed upon written
agreement between City and Consultant. The written Agreement shall be in the form of
an Amendment to this Agreement.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required
by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete
such services consistent with the schedule shown as Attachment "C" from receipt of the
Notice to Proceed. Consultant shall complete the work to the City's reasonable
satisfaction; even if contract disputes arise or Consultant contends it is entitled to further
compensation.
Preparation of Traffic Circulation Plan, Phase 3 (Downtown Streetscape Improvement Plan) - RRM Design Group
Design - ProfSvcsAgreement-March 19. 2008
PAGE I OF 8
4.0 COMPENSATION FOR SERVICES
4.1 Basis for Compensation. For the performance of the professional services of this
Agreement, Consultant shall be compensated on a time and expense basis not to
exceed a guaranteed maximum dollar amount of $130,967. Labor charges shall be
based upon hourly billing rates for the various classifications of personnel employed by
Consultant to perform the Scope of Work as set forth in the attached Attachment B,
which shall include all indirect costs and expenses of every kind or nature, except direct
expenses. The direct expenses and the fees to be charged for reimbursable expenses
shall be as set forth in Attachment B. Consultant shall complete the Scope of Work for
the not-to-exceed guaranteed maximum, even if actual time and expenses exceed that
amount.
4.2 Changes. Should changes in compensation be required because of changes to the
Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in
compensation. "Changes to the Scope-of-Work" means different activities than those
described in Attachment "A" and not additional time to complete those activities than the
parties anticipated on the date they entered this Agreement.
4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a
portion of the work of this Agreement shall be approved by City prior to commencement
of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed
amount set forth in Section 4.1.
4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this
contract shall be based upon submission of monthly invoices for the work satisfactorily
performed prior to the date of invoice less any amount already paid to Consultant, which
amounts shall be due and payable thirty (30) days after receipt by City. The invoices
shall provide a description of each item of work performed, the time expended to perform
each task, the fees charged for that task, and the direct expenses incurred and billed for.
Invoices shall be accompanied by documentation sufficient to enable City to determine
progress made and the expenses claimed.
5.0 ASSURANCES OF CONSULTANT
5.1 Independent Contractor. Consultant is an independent contractor and is solely
responsible for its acts or omissions. Consultant (including its agents, servants, and
employees) is not City's agent, employee, or representative for any purpose.
It is the express intention of the parties hereto that Consultant is an independent
contractor and not an employee, joint venturer, or partner of City for any purpose
whatsoever. City shall have no right to, and shall not control the manner or prescribe the
method of accomplishing those services contracted to and performed by Consultant
under this Agreement, and the general public and all governmental agencies regulating
such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in City have been
inserted solely to achieve compliance with federal and state laws, rules, regulations, and
interpretations thereof. No such provisions and no other provisions of this Agreement
shall be interpreted or construed as creating or establishing the relationship of employer
and employee between Consultant and City.
Preparation of Traffic Circulation Plan, Phase 3 (Downtown Streetscape Improvement Plan) - RRM Design Group
Design - ProfSvcsAgreement-March 19, 2008
PAGE 2 OF 8
Consultant shall pay all estimated and actual federal and state income and self-
employment taxes that are due the state and federal government and shall furnish and
pay worker's compensation insurance, unemployment insurance and any other benefits
required by law for himself and his employees, if any. Consultant agrees to indemnify
and hold City and its officers, agents and employees harmless from and against any
claims or demands by federal, state or local government agencies for any such taxes or
benefits due but not paid by Consultant, including the legal costs associated with
defending against any audit, claim, demand or law suit.
Consultant warrants and represents that it is a properly licensed professional or
professional organization with a substantial investment in its business and that it
maintains its own offices and staff which it will use in performing under this Agreement.
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely
to City. Consultant has no interest and will not acquire any direct or indirect interest that
would conflict with its performance of the Agreement. Consultant shall not in the
performance of this Agreement employ a person having such an interest. If the City
Manager determines that the Consultant has a disclosure obligation under the City's
local conflict of interest code, the Consultant shall file the required disclosure form with
the City Clerk within 10 days of being notified of the City Manager's determination.
6.0 INDEMNIFICATION
6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2
Consultant shall not begin work under this Agreement until it procures and maintains for
the duration of this Agreement insurance against claims for injuries to persons or
damages to property, which may arise from or in connection with its performance under
this Agreement.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
Insurance Services Office ("ISO) Commercial General Liability Coverage
Form No. CG 00 01 11 85.
2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1
"any auto" or Code 8, 9 if no owned autos and endorsement CA 0025.
3. Worker's Compensation Insurance as required by the Labor Code of the
State of California and Employers Liability Insurance.
4. Errors and Omissions liability insurance appropriate to the consultant's
profession. Architects' and engineers' coverage is to be endorsed to
include contractual liability.
Preparation of Traffic Circulation Plan, Phase 3 (Downtown Streetscape Improvement Plan) - RRM Design Group
Design - ProtSvcsAgreement-March 19, 2008
PAGE 30P8
B. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
General Liability: $1,000,000 combined single limit per occurrence for
bodily injury, personal injury and property damage. If Commercial
General Liability Insurance or other form with a general aggregate limit is
used, the general aggregate limit shall apply separately to the work
performed under this Agreement, or the aggregate limit shall be twice the
prescribed per occurrence limit.
2. Automobile Liability: $1,000,000 combined single limit per accident for
bodily injury and property damage.
3. Worker's Compensation and Employers Liability: Worker's compensation
limits as required by the Labor Code of the State of California and
Employers Liability limits of $1,000,000 per accident.
4. Errors and Omissions liability: $1,000,000 per occurrence.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by
the City. At the option of the City, either the insurer shall reduce or eliminate
such deductibles or self-insured retentions as respects to the City, its officers,
officials, employees and volunteers; or the Consultant shall procure a bond
guaranteeing payment of losses and related investigations, claim administration
and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
General Liability and Automobile Liability Coverages
a. The City, it officers, officials, employees and volunteers are to be
covered as additional insureds as respects; liability arising out of
activities performed by or on behalf of the Consultant, products
and completed operations of the Consultant, premises owned,
occupied or used by the Consultant, or automobiles owned, hired
or borrowed by the Consultant. The coverage shall contain no
special limitations on the scope-of-protection afforded to the City,
its officers, officials, employees or volunteers.
b. The Consultant's insurance coverage shall be primary insurance
as respects to the City, its officers, officials, employees and
volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees or volunteers shall be in
excess of the Consultant's insurance and shall not contribute with
it.
Preparation of Traffic Circulation Plan, Phase 3 (Downtown Streetscape hnprovement Plan) - RRM Design Group
Design - ProlSmAgreement-March 19, 2008
PAGE 4 OF 8
C. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officers, officials,
employees or volunteers.
d. The Consultant's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer's liability.
2. Worker's Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against the City,
its officers, officials, employees and volunteers for losses arising from
Consultant's performance of the work, pursuant to this Agreement.
3. Professional Liability Coverage
If written on a claims-made basis, the retroactivity date shall be the
effective date of this Agreement. The policy period shall extend from
May 23, 2008 to September 30, 2008.
4. All Coverages
Each Insurance policy required by this clause shall be endorsed to state
that coverage shall not be suspended, voided, canceled by either party,
reduced in coverage or in limits except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the
City.
E. Acceptability of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's
rating of no less than A- for financial strength, AA for long-term credit rating and
AMB-1 for short-term credit rating.
F. Verification of Coverage
Consultant shall furnish the City with Certificates of Insurance and with original
Endorsements effecting coverage required by this Agreement. The Certificates
and Endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. The Certificates and
Endorsements are to be on forms provided or approved by the City. All
Certificates and Endorsements are to be received and approved by the City
before Consultant begins the work of this Agreement. The City reserves the right
to require complete, certified copies of all required insurance policies, at any
time. If Consultant fails to provide the coverages required herein, the City shall
have the right, but not the obligation, to purchase any or all of them. In that
event, after notice to Consultant that City has paid the premium, the cost of
insurance may be deducted from the compensation otherwise due the contractor
under the terms of this Contract.
Preparation of Traffic Circulation Plan, Phase 3 (Downtown Streetscape Improvement Plan) - RRM Design Group
Design - ProtSvcsAgreement-March 19, 2008
PAGE 5 OF 8
G. Subcontractors
If Consultant uses subcontractors or sub-consultants, it shall cover them under
its policies or require them to separately comply with the insurance requirements
set forth in this Paragraph 6.1.
6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition
thereto, Consultant agrees to indemnify the City for any claim, cost or liability that arises
out of, or pertains to, or relates to the negligence, recklessness, or willful misconduct of
the Consultant and its agents in the performance of services under this contract and
caused by the negligient act or omissions of the Consultant. This indemnity does not
apply to any claim, cost, or liability for damages for death or bodily injury to persons,
injury to property, or other loss, arising from the sole negligence, willful misconduct or
defects in design by the City, or arising from the active negligence of the City or others
for whom the Consultant is not responsible hereunder.
"Indemnify," as used herein includes the expenses of defending against a claim and the
payment of any settlement or judgment arising out of the claim. Defense costs include
all costs associated with defending the claim, including, but not limited to, the fees of
attorneys, investigators, consultants, experts and expert witnesses, and litigation
expenses.
References in this paragraph to City or Consultant, include their officers, employees,
agents, and subcontractors.
7.0 CONTRACT PROVISIONS
7.1 Documents and Ownership of Work. All documents furnished to Consultant by City and
all documents or reports and supportive data prepared by Consultant under this
Agreement are owned and become the property of the City upon their creation and shall
be given to City immediately upon demand and at the completion of Consultant's
services at no additional cost to City. Deliverables are identified in the Scope-of-Work,
Attachment "A". All documents produced by Consultant shall be furnished to City in
digital format and hardcopy. Consultant shall produce the digital format, using software
and media approved by City.
7.2 Governing Law. Consultant shall comply with the laws and regulations of the United
States, the State of California, and all local governments having jurisdiction over this
Agreement. The interpretation and enforcement of this Agreement shall be governed by
California law and any action arising under or in connection with this Agreement must be
filed in a Court of competent jurisdiction in Mendocino County.
7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments
set forth the entire understanding between the parties.
7.4 Severability. If any term of this Agreement is held invalid by a court of competent
jurisdiction, the remainder of this Agreement shall remain in effect.
7.5 Modification. No modification of this Agreement is valid unless made with the agreement
of both parties in writing.
Preparation of Traffic Circulation Plan, Phase 3 (Downtown Streetscape Improvement Plan) - RPM Design Group
Design - ProfSvcsAgreement-March 19. 2008
PAGE 6 OF 8
7.6 Assignment. Consultant's services are considered unique and personal. Consultant
shall not assign, transfer, or sub-contract its interest or obligation under all or any portion
of this Agreement without City's prior written consent.
7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement
shall be a waiver of any other or subsequent breach of the same or any other covenant,
term or condition or a waiver of the covenant, term or condition itself.
7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of
the Agreement; 2) because funds are no longer available to pay Consultant for services
provided under this Agreement; or 3) City has abandoned and does not wish to complete
the project for which Consultant was retained. A party shall notify the other party of any
alleged breach of the Agreement and of the action required to cure the breach. If the
breaching party fails to cure the breach within the time specified in the notice, the
contract shall be terminated as of that time. If terminated for lack of funds or
abandonment of the project, the contract shall terminate on the date notice of
termination is given to Consultant. City shall pay the Consultant only for services
performed and expenses incurred as of the effective termination date. In such event, as
a condition to payment, Consultant shall provide to City all finished or unfinished
documents, data, studies, surveys, drawings, maps, models, photographs and reports
prepared by the Consultant under this Agreement. Consultant shall be entitled to
receive just and equitable compensation for any 'work satisfactorily completed
hereunder, subject to off-set for any direct or consequential damages City may incur as
a result of Consultant's breach of contract.
7.9 Duplicate Originals. This Agreement may be executed in duplicate originals, each
bearing the original signature of the parties. When so signed, each such document shall
be admissible in administrative or judicial proceedings as proof of the terms of the
Agreement between the parties.
8.0 NOTICES
Any notice given under this Agreement shall be in writing and deemed given when
personally delivered or deposited in the mail (certified or registered) addressed to the
parties as follows:
MR. TIM ERIKSEN MR. T. KEITH GURNEE
CITY OF UKIAH RRM DESIGN GROUP
DEPT. OF PUBLIC WORKS 10 LIBERTY SHIP WAY, SUITE 300
300 SEMINARY AVENUE SAUSALITO, CALIFORNIA 94965
UKIAH, CALIFORNIA 95482-5400
Preparation of Traffic Circulation Plan, Phase 3 (Downtown Streetscape Improvement Plan) - RRM Design Group
Design - ProtSmAgreement-March 19, 2008
PAGE 7 OF 8
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULTANT
BY:
T. KEITH RNE Dat
95-2923783
IRS IDN Number
CITY OF UKIAH
ATTEST_
LI DA,13 WN Date
CITY CLER
Preparation of Traffic Circulation Plan, Phase 3 (Downtown Streetscape Improvement Plan) - RRM Design Group
Design - ProfSvcsAgreement-March 19, 2008
PAGE 8 OF 8
Attachment A
City of Ukiah Downtown Streetscape Improvement Plan (Phase 3)
RRM Design Group Scope of Services
April 17, 2008
Revised May 28, 2008
Task Description
TASK A GETTING STARTED...
1. Client/Team Kickoff Meeting
The RRM/W-Trans team will meet with City staff to kickoff the effort, resolve the scope
of work, fee , and schedule, obtain client supplied information materials, and conduct a
field tour of the State Street and the Main Street corridors between Norton and Gobbi
Street, to be attended by the members of the IRC.
Deliverables: Final scope of work, fee, and schedule, photographic record of field trip.
2. Data Gathering and Analysis
RRM Design Group will obtain and review client supplied materials that would include
detailed aerial photography and topographic mapping, existing condition surveys, and
improvement drawings of the State Street and Main Street corridors in both print and
digital form. This includes the City of Ukiah Traffic Circulation Study, Draft Downtown
Ukiah Perkins Street Corridor Traffic Review, Draft Downtown Parking Improvement
Study, General Plan Community Design Element, the City's recently completed
Downtown Ukiah Form-Based Smart Code, GIS data of as-built drawings of subsurface
infrastructure in the streets, and other materials and information deemed important by
the City to the success of this effort.
Deliverables: Brief summary on findings and identification of information gaps.
3. Prepare Project Area Base Map
RRM will prepare a base map using City supplied mapping information to create a base
map that will serve as the basis for all future graphic presentations in the planning area.
Deliverables: Project area base map in both print and digital form.
4. Conduct Key Stakeholder Interviews
Over a period of one (1) full day RRM/W-Trans will conduct a battery of key stakeholder
interviews with such individuals as elected and appointed decision makers, City staff,
business owners, property owners and merchants in the downtown area, representatives
of the Chamber of Commerce and any downtown business associations, and any other
individuals and organizations with an interest in downtown Ukiah.
Deliverables: Notes on key stakeholder interviews.
To
Date
Page 2
5. Conduct Background Traffic Analysis
The traffic and circulation data assembled by W-Trans will be used to prepare a technical
memorandum that describes the existing and anticipated future traffic operation within
the study area. Bulleted lists of potential circulation opportunities and constraints
within the study area for all modes of travel (vehicle, transit, pedestrian, bicycle) will
also be included. The analysis will emphasize conditions on the State Street and Main
Street corridors, but may also examine opportunities and constraints on parallel
roadways and intersecting streets. The memo will describe current and projected
operating conditions, pedestrian activity and crossing areas, and bicycle facilities.
Parking usage will also be summarized based on the findings included in the Downtown
Ukiah Parking Improvement Study Final Draft Report, December 2007, prepared by W-
Trans. The information in this technical memorandum will be an important starting
point in the process of developing the streetscape plan.
Deliverable: One Technical Memorandum
6. Prepare Opportunities and Constraints Exhibit/Infrastructure Analysis and
Recommendations
Based on the outcome of the data gathering and analysis and the key stakeholder
interviews, RRM will prepare a detailed opportunities and constraints analysis depicting
in color all known opportunities and constraints along the State Street and Main Street
corridors including areas of overhead utility lines, existing street trees, area of wider
and narrower sidewalks, driveway curb cuts, existing building coverage points of
vehicular and pedestrian accidents, etc.
RRM Design Group's engineering division will conduct an analysis of the existing
subsurface infrastructure conditions along State and Main Streets including conditions
of water lines, sewer lines, storm drainage facilities and other subsurface utilities. The
analysis will be developed though research of existing record information provided by
the city and utility companies and interviews with city staff. The analysis will include
recommendations regarding upgrading utilities as necessary to be coordinated with city
efforts to improve these streetscapes. This task would be pursued concurrent with Task
A.6 and would be folded into the reports on the preferred concept plan and the final
concept plan.
Deliverables: Draft and Final Report on findings, conclusions, and recommendations
Deliverables: One Opportunities and Constraints Exhibit in full color, in both print and
digital form.
7. Client Team Coordination, and Project Management during Task A
To include up to two (2) meetings with the City's Project Manager.
Deliverables: Correspondence.
TASK B EXPLORING THE OPTIONS AND IDEAS...
1. Public Workshop #1: Issue Identification, Priority Setting, and Design Charrette
RRM Design Group and W-Trans will conduct this public workshop that would feature
two (2) interactive exercises: The first being an issue identification and priority setting
session whereby attendees would identify those issues and ideas to be explored along
the State Street and Main Street corridors. The second exercise would use the results of
the first exercise and the participants would break into groups for a facilitated design
To
Date
Page 3
charrette to brainstorm design ideas for improvements the attendees would like to see
made to these corridors.
Deliverables: Summary of public workshop results and with recommended alternative
improvement programs to be explored, one copy in print and digital
form.
2. Internal Review Committee (IRC) Meeting #1
To review the results of key stakeholder interviews, data gathering and analysis, the
opportunities and constraints analysis, and the results of public workshop #1 and
provide direction on alternative improvement programs to be explored.
Deliverables: Notes on directions received at meeting.
3. Preparation of Alternative Streetscape Concept Plans
Based on the alternative improvement programs developed in Task B.1, RRM and W-
Trans will prepare two (2) contrasting Alternative Concept Plans that will address in
deliberately different ways streetscape improvements for the State Street and Main
Street corridors. These site plan graphics, with two (2) example street sections each,
would address such issues as roadway and sidewalk widths, placement and treatment of
landscaping, suggested traffic calming devices, treatment of overhead utilities, street
parking treatments, and potential locations of street furniture, lighting poles, benches,
trash receptacles, etc.
Deliverables: Two (2) full size full color alternative streetscape design concept plans
with two (2) street sections, accompanied by a written summary. One
hard copy set and digital form.
4. Green Street/BMP Alternative
The RRM Team will prepare an alternative streetscape concept implementing state of the
art sustainable design for storm water conveyance and treatment in the parking lanes
and sidewalk areas of Main Street, utilizing suitable plant materials to the Ukiah climate
zone.
Deliverables: One (1) full size full color streetscape "green" design concept plan with
two (2) street sections, accompanied by a written summary. One (1) hard
copy set and digital form.
5. IRC Meeting #2
To review and comment on the alternative streetscape concept plans and provide
direction for preparing a Preferred Streetscape Concept Plan.
Deliverables: Notes on directions received at meeting.
6. Prepare for and Conduct Public Workshop #2: Considering the Alternatives
The RRM team would conduct this second workshop to present and obtain feedback on
the alternative concept plans developed as part of Task B.3. This second interactive
workshop will include a report card exercise to allow the participants to share their
opinion of the pros and cons of each alternative, and to help formulate the program for
the Preferred Concept Plan.
Deliverables: Summary on results of public workshop #2.
To
Date
Page 4
7. Preparation of a Preferred Streetscape Concept Plan and Draft Report
The consulting team will prepare a Preferred Concept Plan that would depict in greater
detail the streetscape treatments recommended for State and Main Streets. This will be
a presentation quality site plan illustrative with two (2) street sections per street
depicting relationships between pedestrian walkways, bike circulation vehicle travel
lanes, street parking, and beautification treatments. The plan would be accompanied by
a written summary outlining the theme, features, and implications of the Preferred
Concept Plan. RRM would also provide recommendations in a Design Elements
document package for the type of street lights, benches, trash containers, sidewalk
surface treatments, crosswalk surface treatments, and a suggested landscape palette for
street trees and plantings.
Deliverables: One (1) full size Preferred Streetscape Concept Plan, one (1) reduced
concept plan set, one (1) draft report, including one Design Elements
document. In print and digital form.
8. Preliminary Engineering Feasibility Analysis and Opinion of Probable Costs
Based on the preferred concept plan RRM Civil Engineering Department will provide an
analysis of the construction feasibility of the proposed public improvements associated
with the preferred concept plan. The analysis will include a general analysis of the
concept plan with respect to grading, drainage, and proposed street improvements in an
attempt to identify potential engineering design issues. Also included in this task is a
preliminary opinion of probable costs associated with the concept plan.
Deliverables: One (1) text document of the results of the engineering analysis and
recommendations. One (1) text document of opinion of probable cost estimate.
9. IRC Meeting #3
To review Preferred Concept Plan and Opinion of Probable Costs and provide direction
for suggested changes to the plan.
Deliverables: Notes on directions received.
10. Client Team Coordination and Project Management during Task B
To include up to two (2) additional meetings beyond those scoped with the City Project
Manager.
Deliverables: Correspondence.
TASK C FINALIZING THE STREETSCAPE IMPROVEMENT PLANS...
1. Prepare for and Attend City Council Meeting #1
To present and obtain feedback on the Preferred Streetscape Concept Plan and proposed
streetscape improvements for State Street and Main Street.
Deliverables: Power Point presentation and notes on directions received.
2. Prepare Final Streetscape Improvement Plan & Report
Based on the feedback received from the IRC and the City Council, the RRM team will
To
Date
Page 5
prepare a Final Streetscape Concept Plan for streetscape improvements in downtown
Ukiah. This final plan would include a full color site plan illustrative, up to two (2)
detailed street sections for each project street and two (2) computerized simulations as
to how improvements would appear from a pedestrian vantage point along the
corridors. It would also be accompanied by a report that would convey in both text and
graphics the theme, features of the final plan, an updated Opinion of Probable Costs,
and a final strategy for phasing, financing, and implementation.
Deliverables: One (1) full size color site plan graphic with two (2) computer
visualizations, the Final Downtown Streetscape Improvement Plan report,
25 copies, one (1) reproducible copy and one (1) digital copy, and a
Power Point presentation.
3. Final City Council Meeting
RRM will attend a final City Council meeting at which the council is to accept the final
report and improvement plan for downtown Ukiah streetscapes.
Deliverables: Notes on directions of meeting.
4. Client Team Coordination and Project Management during Task C
To include up to two (2) meetings with the City's Project Manager during Task C.
Deliverables: Correspondence.
m
C
Cd
G
t
V
Q
W
C
~
N
H
_
G
C
N
N
N
N
N
N
N
N
0
0
°
v
v
a
I
~
Q
;
N
N
i
eF
7
p
M
Z
0
P
0
o
O
O
0
0
0
O
N
0
p 0
O
O
O
p
Z
~ '
~ 0
N
P
N
N
N
P
N
P
N
N
d
tt
d
j d
;
v
P
ia
ffl
VQ
N
7
N
N
N
N
m
N
e
¢
u
m
O
E
t Q
d
a
N
-
w
N
S
N
W
W
N
W
N
W
m
p
W
m
V' N
W
W
7
N
~
N =
N
D
N
O
o
o
W
D
ut
o
W
p
L
; C
N
O
M
w
Co
e
Z E
N
N
W
0.
O
W
o
W
~p
z
N
=
CC°
;
0
N
0
V
0
V
0
N
ON
N
0
P
0
P
=
0
N
0
tot
0
w
0
N
0
N
0
OON
L
~p
S
E
N
N
•
N
fV
N
fV
N
N
N
~
N
rK
N
~
Y
¢
a
i
6
N
W
W
N
N
N
H
m
g
p
.
m
V
.
S
u
C
0
W
W 0
W
0
sY
0
N...
0.
et
V'
o
V'
C
O
W
o
pp
O
of
~D
o
N
0
?
~0
0
.p
n
0
N
o
aY
D
W
o
N
N N
o p
W N
0
.p
0
O
0
.0
0
eF
0
.p
m
0
H
N
N
m
N
N
ry
K
N
M
N
M
^
~O
N
P
^
N
M
^
n
^
M
M
n
^
.t
N
N
C 0
N
N
~
N
P^
C
W
W
V
N
d'
V
W
tp
V
.
N
N
N
.D
^
N
W
N
N
W N
N
~C
O
m
eF
'p
C
6
C
,
.p
N
=
$5
Yc
u.
u
u'
m
o
o
Vf
a
0
O
o
o
O
0
0
W
0.
o
O
0
p
p
0
O
N
0
D
0
0
0
0
0
0
Y1
0
o
o
0
a
O
0
o
W
0
0
O
o p
0 0
ut. p
0
0
at
0
0
W
0
0
O
0
o
O
0
p
E
i ~
°
. a
N
N
°
N
N
W
M,
-
N
'
N
N
-
N
N
N
N
N
.
N
N
Y{
l7
r
E
Q
N
N
m
R Y
y °
N
W
V
.D
tO
~
F
= N
~
:
N
m
C
•f
C
N
.t
W
N
V
V O
a
tl'
p
V
W
N
N
a N
=
O
0
O
M
M
0
ss~~
eY
H
0
W
W
0
In
W
ttl
O.
m
m
H
0
0
n
OP
0
O.
MI
0
N
N
O
N
N
N
O
N
M
N
W
.G
.O
'
O
W
p
C
O
N
M
N
O
N
N
O
n
W
'
O
O
n
d
O
N
M
N
O N
V ry
W m
N
G
W
~O
hl
n
O~
O
.p
n
N
O
O
P
N
N
C
O N
O W 0~.
r
N
N
N
N
N
N
N
m
N
N
N
N
N
N h
N
N
N
N N 0
Y
N
N
N
' 101
,r
ff sn +re
f
f i
~
t
II.
L
h
~
N
m
N
u
C
Y
Y
Y
E
F
tA
F
F
E
o
~
u
~
m
m
a
[L ~
I
C
¢
i
~
ffi
o
y
°
r '
.
W
u
f
'L
N
.
E'
'
V
2
y
o
s
~
;
F[
i
t
i
o
m
m
°
r
O
r
3
'
t
-O1
v
~
p
m r
y
rn
~
p
2
O
W
r
z
f
[
ry
°
f
C
m
O
C
9
C
9
E
E
(
~
C
m
a
o
O
u
C
m
a
m m
E
C
m
C
N
a
m
0
r
y
Ol
{ [
W
a
$
y
Ol
C
y.
C
Y
m
C
C
u
t
E
y
%
°
V
LL
u
a
u
<
v
,
c
y
c
u°
~
W
,
T
5
v
u
~
u
LL
u:
v
E
m
tl
`
N
y
C
a
C
a
a
a
s
.
V
}
u
c
v
s
F
t
c
a
t
E
5
c
E
m
M
E
.
,
o
v
c
a
.
u
s
V
v
.
o
a
L
E
o
m
>
m
E
o
L
v
t
o
o
«
u
u
0
1
2
H
s
m
a
c
3
c
a
3
o
c
a
m
u
N
0
io
C
9
m
U
R
O
Y
u
m
u
2
O
.
C
w
Y
v .
,
l
7.
U
C
r,
G
'
y
C.
Z
m.
C
9 C
= j
C
'y
V
V
-
?
l
7
m
>
>
r.
o
u
o.
n
E
E
m
E
m
'
j
E
m
E
m y
r a
o
E
u
u
M z
o
-
M
m
q Q
o
o
a v
-
_
a
v :
:
°
v
`
u a
u
m
a
v
o
u
a a
u U
O u
O
a
5
a`
a` 5
a
a`
a E
u
$ O u
a`
a
u
.
-
N M
•
T I
fl N
n
N
~
N M
7
t1
1 b
n W
P
N M
R
t
I `
u
.
U
c
d
Q
o
v o
L