Loading...
HomeMy WebLinkAboutA6785 - DAVID EVANS AND ASSOCIATESCONTRACT ABSTRACT 2 (each) Originals: Agreement Extension Letters; 1 (each) Insurance Contract Company Names: Company Contacts: Summary of Services: Contract Price: Funding Source: Contract Term: David Evans and Associates Kim Rhodes — David Evans; David Volz — David Volz On -Call Landscape Architectural Services On -Call Budgeted projects (various accounts) Month -to -month basis through June 30, 2021 Contract Administration Lead Department: Development Services — Engineering Division Contract Administrator: Joel Montalvo/Donn Uyeno Contract Approvals City Council Approval: Original Council Approval Date: Agreement Numbers: January 14, 2021, Item I.D. October 21, 2015, Item 2.F. A6785 arid-*6 . Contract Compliance Exhibits: N/A Signatures: Attached Insurance: Attached Bonds: N/A Contract prepared by: Engineering Division Submitted on: 01/20/2021 By: Vonda Teed r PAtM 2 Cityof Palm U CA Development Services Department k ,a k Engineering Division *'°o-,,,gym " '� 3200 East Tahquitz Canyon Way - Palm Springs, California 92262 c1z f pp 9. Tel: (760) 323-8253 - Fax: (760) 322-8360 - Web: www.paimspringsea.gov December 2, 2020 David Evans and Associates, Inc. Attn: Kim Rhodes 4141 E. Inland Empire Blvd, Suite 250 Ontario, CA 91764 Re: On -Call Landscape Architectural Services Agreement No. A6785 Dear Kim Rhodes, On November 23, 2015, the City of Palm Springs and David Evans and Associates, Inc., an Oregon corporation, entered into on -call Landscape Architectural Services Agreement A6785 for as needed landscape architect services. In accordance with Section 3.4 of said Agreement, the second of two one-year extensions was executed extending the contract through December 31, 2020. 3.4 Term. Unless earlier terminated under this Agreement, this agreement shall continue in full force and effect for an initial term through December 31, 2018. At the sole discretion of the City Manager, upon written notice to Consultant and mutual agreement, the term of this Agreement may be extended for two (2) additional one (1) year terms. The City is requesting David Evans and Associates, Inc.'s mutual agreement in extending the term beginning January 1, 2021, on a month -to -month basis, continuing through June 30, 2021, unless terminated earlier. Except as expressly provided herein, all terms and conditions of the Agreement shall remain in full force and effect by and between the parties. If you have any questions or concerns, I can be reached by phone at (760) 322-8339 or via email at Joel.Montalvo@palmspringsca.gov. Page 1 of 2 Sincerely, oel Montalvo, P.E. City Engineer CITY OF PALM SPRINGS: David H. Ready, City CONSULTANT: David Evans and Associates , /.I -� - 01G Signature Date APPROVED AS TO FORM: , E ,' m S, iz h o a( es i__U; r e_ preside n 1"7 Print Name and Title Je ey . Balli r, City Attorney APPROVED BY CITY COUNCIL A6785 Item 2F 10/21/2015 Page 2 of 2 ACORE® CERTIFICATE OF LIABILITY INSURANCE �....� 12/ 1 /2021 DATE(MM/DDNYYY) 1 11 /20/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816)960-9000 ACT NAME: PHONE FA No E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC # INSURER A: Zurich American Insurance Company 16535 INSURED DAVID EVANS AND ASSOCIATES, INC. 1331894 2100 S RIVER PARKWAY, SUITE 100 INSURER B : Continental Casualty Company 20443 INSURER c : American Guarantee and Liab. Ins. Co. 26247 PORTLAND OR 97201 INSURER D : American Zurich Insurance Company 40142 INSURER E : INSURER F COVERAGES DEAIN01 -MAIN CERTIFICATE NUMBER: 13749329 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE-WM ADDL SUER POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY E%P MM/DD LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FRIOCCUR N N GL098303 89 12' 1 /2020 12.' 1 /2021 - EACH OCCURRENCE $ 11000000 DAMAGE TO PREM SES Ea occ E ence $ 1 000 000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ PRO- ❑ JECT LOC OTHER: GENERAL AGGREGATE $ 2,000.000 PRODUCTS - COMP/OP AGG s 2,000,000 $ C AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED HIRED AUTOS ONLY AUTOS AUTOS ONLY AUTOS ONLDY N N BAP9830390 12'1/2020 12/ 1/2021 accidentSINGLE LIMIT Ee MINED $ 1 000 000 X BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY Per accident ( ) $ XXXXXXX PR accidenDAMAGE $ XXXXXXX $XXXXXXX UMBRELLA LIAB EXCESS LIAR HCLAIMS-MADE OCCUR NOT APPLICABLE EACH OCCURRENCE S XXXXXXX AGGREGATE $ }(}{Xxxxx DED I I RETENTION $ $ XXXXXXX D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? FN7 (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A I N WC9336626 12./1 2020 + 1211.12021 XPER H STATUTE ER E.L. EACH ACCIDENT $ 1000 000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT I S 1,000,000 B PROFESSIONAL LIABILITY N N AEH591924704 12/1;2020 1211/2021 PER CLAIM S 1,000,000 ANNUAL AGGREGATE S2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION See Attachments 13749329 - - - - - - - ---------------- CITY OF PALM SPRINGS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN: MARCUS FULLER THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3200 E. TAHQUITZA CANYON WAY ACCORDANCE WITH THE POLICY PROVISIONS. PALM SPRINGS CA 92262 AUTHORIZED REPRESENTATI t A , g,,� ©1988 015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD CONTINUATION DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS (Use only if more space is required) CITY OF PALM SPRINGS, AND ITS OFFICERS, COUNCIL MEMBERS, OFFICIALS, EMPLOYEES, AND VOLUNTEERS ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL AND AUTO LIABILITY, AND THESE COVERAGES ARE PRIMARY, AS REQUIRED BY WRITTEN CONTRACT. THE ADDITIONAL INSUREDS' OWN COVERAGE IS EXCESS OF AND NON-CONTRIBUTORY WITH THE GENERAL LIABILITY, AND ON THE AUTO LIABILITY AS RESPECTS THE USE OF VEHICLES OWNED BY DAVID EVANS AND ASSOCIATES. WAIVER OF SUBROGATION APPLIES TO WORKERS COMPENSATION WHERE ALLOWED BY STATE LAW AND AS REQUIRED BY WRITTEN CONTRACT. THIRTY DAYS NOTICE OF CANCELLATION BY THE INSURER WILL BE PROVIDED TO THE CERTIFICATE HOLDER WITH RESPECT TO THE GENERAL, AUTO, PROFESSIONAL LIABILITY AND WORKERS COMPENSATION POLICIES. TEN DAYS NOTICE WILL BE PROVIDED IN THE EVENT OF NONPAYMENT OF PREMIUM. ACORD 25 (2016/03) Certificate Holder ID: 13749329 Miscellaneous Attachment: M503337 Certificate ID: 13749329 Additional Insured — Owners, Lessees Or Contractors — Scheduled Person Or Organization THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 9830389 Effective Date: 12/01/2020 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Any person or organization you are required to add Any Location where you have agreed, through a written contract, agreement or permit, to provide as an additional insured in a written contract or Additional insured coverage except where such written agreement. Contract or agreement is prohibited by law. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule of this endorsement, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated in such Schedule. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2169-A CW (02/19) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Miscellaneous Attachment: M503490 Certificate ID: 13749329 POLICY NUMBER: GLO 9830389 Other Insurance Amendment - Primary And Non -Contributory This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part ZURICH 1. The following paragraph is added to the Other Insurance Condition of Section IV - Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV - Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-A CW Attachment Code: D460743 Certificate ID: 13749329 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA This endorsement changes the policy to which it is attached effective on the inception date of th policy unless a different date is indicated below. (The following "attaching clause" need to be completed only when this endorsement is issued subsequent to preparation of the policy.) Policy No. WC9336626 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. SCHEDULE PERSON OR ORGANIZATION: Any person or organization that requires you to waive your rights of recovery in a written contract or agreement with the Named Insured. JOB DESCRIPTION: AS REQUIRED BY WRITTEN CONTRACT WC 252 (4-84) WC 04 03 06 (Ed. 4-84) Miscellaneous Attachment: M503359 Certificate ID: 13749329 POLICY NUMBER: BAP 9830390 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. SCHEDULE Name Of Person(s) Or Organization(s): 4NY PERSON OR ORGANIZATION YOU ARE REQUIRED TO ADD AS AN ADDITIONAL INSURED UNDER WRITTEN -ONTRACT OR WRITTEN AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 11 Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 P i qy City of Palm Springs � .• Office of the Assistant City Manager I City Engineer 3200 East Tahquitz Canyon Way•Palm Springs,California 92262 rgtlFp{tt���' Tel:(760)322-8380•Fax:(760)323-8207•Web:www.paimspringsca.gov David Evans and Associates, Inc. February 20, 2020 Attention: Kim Rhodes 4141 E. Inland Empire Blvd., Suite 250 Ontario, CA 91764 Re: On-Call Landscape Architectural Services Agreement No. 6785 Dear Kim Rhodes: On November 23, 2015, the City and David Evans and Associates, Inc., a Oregon corporation (David Evans) entered into On-Call Landscape Architectural Services Agreement 6785 (A6785) for as needed Landscape Architectural services. In accordance with A6785, Section 3.4: Section 3.4 Unless earlier terminated under the terms of this Agreement, this Agreement shall continue in full force and effect for an initial term through December 31, 2018. At the sole discretion of the City Manager, upon written notice to Consultant and mutual agreement, the term of this Agreement may be extended for two (2) additional one (1) year terms. The City is requesting David Evans mutual agreement in exercising the second of two one-year extensions, extending the term through December 31, 2020. If you have any questions or concerns please contact me at your earliest convenience, (760) 322- 8380, or Marcus.Fuller0palmspringsca.gov. i cerely, - Marcus L. Fuller, MPA, PLS, PE Assistant City Manager/City Engineer Except as expressly provided herein, all terms and conditions of the Agreement shall remain in full force and effect by and between the parties. City of Palm Springs David Evans and Associates, Inc. 2/21/2020 David H. Ready, City ager Signature and Date oz - Kim S. Rhodes, Vice President Date Print Name and Title APPROVED AS TO FORM 1 fttyt T. APPROVED BY CITY COUNCIL At �s LF 10 2-1-2,orCI .ATTOR Y Ci Clerk CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT ON-CALL LANDSCAPE ARCHITECTURAL SERVICES THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this �M day of 1,W• , 2015, by and between the CITY OF PALM SPRINGS. a California charter city and municipal corporation, (hereinafter referred to as "City") and DAVID EVANS AND ASSOCIATES. Inc., an Oregon corporation, (hereinafter referred to as "Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and are hereinafter collectively referred to as the "Parties." RECITALS A. City has determined that there is a need for As-Needed, "On-Call" Landscape Architectural Services for a variety of future City projects, (hereinafter the "Project"). B. Consultant has submitted to City a proposal to provide As-Needed, "On-Call" Landscape Architectural Services for a variety of future City projects pursuant to the terms of this Agreement. C. Consultant is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided herein. D. City desires to retain Consultant to provide such professional services. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit 'A" which is attached hereto and is incorporated herein by reference (hereinafter referred to as the "Services" or "Work"). As a material inducement to the City entering into this Agreement, Consultant represents and warrants that this Agreement requires specialized skills and abilities and is consistent with this understanding, Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work and Services contemplated herein and, in light of such status and experience, Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required hereunder. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the City's Request for Proposals; and, (4) the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"), (collectively referred to as the "Contract Documents"). The City's Request for Proposals and the Consultant's Proposal, which are both attached as Exhibits "B" and "C", respectively, are incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Consultant's Proposal. All provisions of the Scope of Services, the City's Request for Proposals and the Consultant's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest Page 1 of 17 priority document, which shall be determined in the following order of priority: (V) the terms of this Agreement; (21d) the provisions of the Scope of Services (Exhibit "A"); as may be amended from time to time; (3'd) the provisions of the City's Request for Proposal (Exhibit "B°); and, (4'") the provisions of the Consultant's Proposal (Exhibit "C"l. 1.3 Compliance with Law. Consultant warrants that all Services rendered hereunder shall be performed in accordance with all applicable federal, state, and local laws, statutes, and ordinances and all lawful orders, rules, and regulations promulgated thereunder, including without limitation all applicable Cal/OSHA requirements. 1.4 Licenses, Permits. Fees and Assessments. Consultant represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work and Services under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the Work and Services required by this Agreement, and shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City hereunder. 1.6 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Performance of Services. City Manager or the City Engineer, as provided in Section 2.1 of this Agreement, shall have the right at any time during the term of this Agreement to order the performance of services as generally described in the Scope of Services to perform extra or additional work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No Work may be undertaken unless a written order is first given by the City Manager or the City Engineer to the Consultant, incorporating therein the identification and description of the Work to be performed, a maximum or not to exceed amount for such Work, and the time to perform this Agreement. Page 2 of 17 1.9 Unauthorized Aliens. Consultant hereby represents and warrants that it will comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§1101, et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of any work and/or services under this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to reimburse City for any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, or penalties which arise out of or are related to such employment, together with any and all costs, including attorneys' fees, incurred by City. 2.0 COMPENSATION 2.1 Maximum Contract Amount. City and Consultant hereby acknowledge and agree that the scope of services required by this Agreement will vary dependent upon the number, type, and extent of the services or work the Consultant shall provide; and no guarantee of the extent or the type of services required of Consultant under the terms of this Agreement is made by the City. The annual level of services required by this Agreement is unknown, and may significantly increase or decrease from year to year. In acknowledgement of the fact that the number and type of City projects requiring the Consultant's services has not been identified for this contract, City and Consultant hereby acknowledge and agree that a specific "Maximum Contract Sum" shall be imposed on each separate project that the City may assign Consultant as provided in Section 1.8 and in this Section 2.1. Each such separate project shall be identified as a Task Order or a Purchase Order authorized by the City Engineer or the City Manager as provided in this Section 2.1. For the services rendered pursuant to this Agreement, the Consultant shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit"D" and incorporated herein by this reference. The method of compensation may include: (i) a lump sum payment upon completion, (ii) payment for time and materials based upon the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "D", or (iii) such other methods as may be specified in the Schedule of Compensation. Compensation shall include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense, and all other necessary expenditures required to perform the professional services under this Agreement. Compensation shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City; Consultant shall not be entitled to any additional compensation for attending said meetings. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates, and that Consultant shall not be entitled to additional compensation therefore. It is expressly agreed that the maximum contract amount of this Agreement is undefined, and is subject to the number and type of City projects requiring the Consultant's services throughout the duration of the term of this Agreement, if any. Consultant shall be entitled to compensation in accordance with separate City authorized "Task Orders" (Purchase Orders) with corresponding Not-to-Exceed payment amounts established pursuant to the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "D". Consultant's compensation shall be limited to the amount identified on each separate, individually authorized Task Order corresponding to a City project requiring the services of the Consultant. By approval of this Agreement, the City Council hereby authorizes the subsequent approval of individual Task Orders (Purchase Orders) in those amounts sufficient to cover the cost of required services (pursuant to Schedule "D") necessary for City projects, subject to existing cost limits established by municipal code. Page 3 of 17 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation (Exhibit "D"), in any month in which Consultant wishes to receive payment, no later than the tenth (10) working day of such month, Consultant shall submit to the City, in a form approved by the City's Finance Director, an invoice for services rendered prior to the date of the invoice. Such requests shall be based upon the amount and value of the services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt of the invoice or a soon thereafter as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Chanaes in Scope. In the event any change or changes in the Scope of Services is requested by the City, the Parties shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to, any additional professional fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or (b) to provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement. If such appropriations are not made, the City Manager may terminate this Agreement as provided in Section 8.3 of this Agreement; otherwise, there shall be no funding for any work or services and Consultant shall not be entitled to payment for any work or services that Consultant may provide. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon Schedule of Performance for each Task Order. 3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant (financial inability excepted), including, but not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City, if Consultant, within ten (10) days of the commencement of such delay, notifies the City Manager in writing of the causes of the delay. The City Manager shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the City Manager such delay is justified. The City Manager's determination shall be final and conclusive upon the Parties to this Agreement. In no event shall Consultant be entitled to recover damages Page 4 of 17 against the City for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement pursuant to this section. 3.4 Term. Unless earlier terminated under the terms of this Agreement, this Agreement shall continue in full force and effect for an initial term through December 31, 2018. At the sole discretion of the City Manager, upon written notice to Consultant and mutual agreement, the term of this Agreement may be extended for two (2) additional one (1)year terms. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is hereby designated as being the principal and representative of Consultant authorized to act in its behalf with respect to the Services to be performed under this Agreement and make all decisions in connection therewith: Chris Giannini. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontractina or Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. 4.4 Independent Contractor. A. The legal relationship between the Parties is that of an independent contractor, and nothing herein shall be deemed to make Consultant a City employee. During the performance of Page 5 of 17 this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services hereunder. If for any reason any court or governmental agency determines that the City has financial obligations, other than pursuant to Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subcontractors, or agents, Consultant shall indemnify City for all such financial obligations. 5. INSURANCE 6.1 Types of Insurance. Consultant shall procure and maintain, at its sole cost and expense, in a farm and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Consultant, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which Page 6 of 17 may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 6.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of$10,000, and the City Page 7 of 17 Manager may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. 5.3.8 Consultant shall provide proof that policies of insurance required herein expiring during Page 8 of 17 the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Bests Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coveraae. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured..." ("as respects City of Palm Springs Contract No._" or "for any and all work performed with the City"may be included in this statement). Page 9 of 17 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract No._" or "for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6. INDEMNIFICATION 6.1 To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Consultant's employees included), for damage to property, including property owned by City, from any violation of any federal, state, or local law or ordinance, and from errors and omissions committed by Consultant, its officers, employees, representatives, and agents, that arise out of or relate to Consultant's performance under this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Consultant's indemnification obligation or other liability under this Agreement. Consultant's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 6.2 Desion Professional Services Indemnification and Reimbursement. If the Agreement is determined to be a "design professional services agreement" and Consultant is a "design professional" under California Civil Code Section 2782.8, then: A. To the fullest extent permitted by law, Consultant shall indemnify, defend (at Consultant's sole cost and expense), protect and hold harmless City and its elected officials, officers, employees, agents and volunteers and all other public agencies whose approval of the project is required, (individually "Indemnified Party"; collectively "Indemnified Parties") against any and all liabilities, claims, judgments, arbitration awards, settlements, costs, demands, orders and penalties (collectively "Claims'), including but not limited to Claims arising from injuries or death of persons Page 10 of 17 (Consultant's employees included) and damage to property, which Claims arise out of, pertain to, or are related to the negligence, recklessness or willful misconduct of Consultant, its agents, employees, or subcontractors, or arise from Consultant's negligent, reckless or willful performance of or failure to perform any term, provision, covenant or condition of this Agreement ("Indemnified Claims"), but Consultant's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or willful misconduct of the City and its elected officials. Officers, employees, agents and volunteers. B. Consultant shall reimburse the Indemnified Parties for any reasonable expenditures, including reasonable attorneys' fees, expert fees, litigation costs, and expenses that each Indemnified Party may incur by reason of Indemnified Claims. Upon request by an Indemnified Party, Consultant shall defend with legal counsel reasonably acceptable to the Indemnified Party all Claims against the Indemnified Party that may arise out of, pertain to, or relate to Indemnified Claims, whether or not Consultant is named as a party to the Claim proceeding. The determination whether a Claim "may arise out of, pertain to, or relate to Indemnified Claims" shall be based on the allegations made in the Claim and the facts known or subsequently discovered by the Parties. Consultant's indemnification obligation hereunder shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified hereunder are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. C. The Consultant shall require all non-design-profession sub-contractors, used or sub- contracted by Consultant to perform the Services or Work required under this Agreement, to execute an Indemnification Agreement adopting the indemnity provisions in sub-section 6.1 in favor of the Indemnified Parties. In additions, Consultant shall require all non-design-professional sub-contractors, used or sub-contracted by Consultant to perform the Services or Work required under this Agreement, to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement, as well as any other insurance that may be required by Contract Officer. 7. REPORTS AND RECORDS 7.1 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work or Services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination Page 11 of 17 of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3)years from the date of final payment by City hereunder. B. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such notice, City shall pay Consultant for Services performed through the date of termination. Upon receipt of such notice, Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. Thereafter, Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. In addition, the Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty Page 12 of 17 (60) days written notice to the City, except that where termination is due to material default by the City, the period of notice may be such shorter time as the Consultant may determine. 8.4 Default of Consultant A. Consultant's failure to comply with any provision of this Agreement shall constitute a default. B. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for any and all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 8.3. C. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.4.B, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein. 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Lena] Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.8 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non-judicial proceeding, the prevailing Party shall be entitled, in Page 13 of 17 addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses, including but not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non-judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership, or association in which he/she is, directly or indirectly, interested in violation of any state statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. A. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any settlement made without Consultant's consent or in the event City fails to cooperate in the defense of Page 14 of 17 any suit or claim, provided, however, that such defense shall be at Consultant's expense. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notices. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission, and shall be deemed received upon the earlier of (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To City: City of Palm springs Attention: City Manager 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: David Evans and Associates, Inc. Attention: Chris Giannini 4200 Concours, Suite 150 Ontario, CA 91764 Telephone: (909) 481-5750 Facsimile: (909)481-5757 10.3 Entire Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter hereof. No amendments or other modifications of this Agreement shall be binding unless executed in writing by both Parties hereto, or their respective successors, assigns, or grantees. 10.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for herein, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party hereto. Page 15 of 17 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Parry is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Parry for which he or she is signing, (iii) by so executing this Agreement, the Parry for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. (SIGNATURES ON FOLLOWING PAGE) Page 16 of 17 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§11099 A notary pd *or other ofscer completing this certificate verEes a*the idea ft of the i dkft ai who signed the I doounrmrt to which M caffi ate Is allaehed,and not the truthhaness,aco racy,or validity of that documera. State of California � � // ) County of Jan t !'Y>ct r� ('na ) on (1d%reMt4e.r- 3, "LS- beforeme, T L . Eases, f lo� of w (�W( C' Date Here arsert Name and TAW of the o icerrcer personally appeared l h t "A i t\i c�^ck o�.Lr-r, Name(s)of Signer(s) S. IQ� d.es who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Were subscribed to the within instrument and acknowledged to me that hefsheAhey executed the some in his/her/their authorized eapaeity(ies),and that by his/herAheir signature(s)on the instrument the person(a), or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Californla that the foregoing paragraph Is true and correct. 7'=4m-c� TEER WITNESS my hand and official seal. . 199M g we J� ffOgNIA tf COUNTY Signature 'Armv�scroaEa as iota Signature of Notary Public Place Notary Seat Above IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated herein. "CITY" City of Palm Springs Date: David H. Rea q City Manager APPROVED BY CITY COUNCIL �D.a�•�5 a� Ab�� APPROVED AS TO FORM: ATTEST D glas C. Holland, James Thompson, City Attorney City Clerk APPROVED BY CITY COUNCIL: Date: Agreement No. Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary,Assistant Secretary, Treasurer,Assistant Treasurer,or Chief Financial Officer. CONSULTANT NAME: David Evans and Associates, Inc. 4200 Concours, Suite 150 Ontario, CA 91764 By By � �. Ignature (Notarized) Signature (Notarized) Page 17 of 17 EXHIBIT "A" SCOPE OF SERVICES General Scope of Services for "On-Call" Landscape Architectural Services — Consultant shall provide first class as-needed licensed on-call landscape architectural services for various City Projects as assigned. Responsibilities may include, but are not limited to, the following: (*all services may or may not be necessary on each assigned project) 1. Facilities requirements and utilization studies. 2. Feasibility studies for new, renovation, and alteration projects. 3. Facility studies and audits to determine compliance with various federal, state, and local • regulations°, . 4. Facility assessments. 5. Conceptual drawings and plans as may be requested by the City for projects being contemplated. 6. Attend meetings and prepare presentations and Staff Reports for city advisory boards, commissions and the City Council when said meetings relate to projects.4covered by this contract, and as warranted and directed by the City Manager or his stet ignee. - • '�` 7. Move assigned projects through all City entitlement processes, including but not limited to, architectural review, planning approval, building & safety, and engineering, including Council award if applicable. 8. Preparation of reports, phase and construction phase schedules, preliminary documents, working drawings, construction drawings, specifications, bid documents and construction cost estimates. 9. Provide value engineering, construction management, coordinate and conduct meetings with city staff, contractors, and other stake holders as may be required. 10' Perform construction phase services, provide CADD documentation, assist in warranty review and participate in project close-out phase of projects as may be required. 11. Submit invoices monthly with detailed account of staff hours attributed to specific project billings with all staff hours attributed to project. Use City provided project numbers or identifiers so that each project can be separately accounted for. 12, Cooperate, coordinate and communicate with all internal City departments as necessary. It will be the responsibility of the Consultant to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. All assigned projects must be completed on the basis of the requirements contained herein. Individual projects may require supervision, consultants, materials, equipment and supplies necessary to complete any services required. All services shall be performed in compliance with industry and professional standards and all applicable federal, state, and local laws, ordinances and regulations including Americans with Disabilities Act (ADA), 2010 (or most applicable current at the time of assigned project) Edition of the California Building Code, and the rules and ordinances of the County of Riverside and the City of Palm Springs. Exhibit"A" Page 1 of 2 EXHIBIT "A" SCOPE OF SERVICES The City further reserves the right, when applicable and in the best interests of the City, to require the Landscape Architect to engage sub-consultants with special expertise when the unique circumstances of a particular project warrants such additional services. The City may provide recommendations to the Landscape Architect of sub-consultants for consideration and reserves the right of approval of any sub- consultant selected by the Landscape Architect on any assigned project. END OF EXHIBIT "A" Exhibit"A" Page 2 of 2 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS CITY'S REQUEST FOR PROPOSALS FOLLOWS THIS PAGE Exhibit"B" CITY OF PALM SPRINGS, CA NOTICE INVITING PROPOSALS FOR RFP#07-16 "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals from qualified licensed professional firms to provide the City with "on-call' Architectural and/or Landscape Architectural Services for various City projects (hereinafter the"Project"). PROJECT LOCATION: Various locations within the City of Palm Springs, to be assigned on a case-by-case basis, as projects are approved, funded and required by the City. SCOPE OF SERVICES: The scope of work will consist of providing "on-call' professional Architectural and/or Landscape Architectural Services as more fully set forth and described in the RFP documents, for various City projects assigned. OBTAINING RFP DOCUMENTS AND ADDENDA: The RFP document may be downloaded via the internet at www.palmsi)ringsca.gov (go to Departments, Procurement, Open Bids & Proposals), or by calling the Office of Procurement and Contracting, (760) 322-8373. Upon downloading the RFP via the internet, contact Marina Williams, Procurement Specialist I, via email at Marina.Williams@palmspringsca.gov to register as a firm interested in this project. Failure to register may result in not receiving addenda to the RFP. EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been developed in the Request for Proposals (RFP) format for Professional Services. Accordingly, firms should take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee to determine which proposal best meets the qualifications and requirements set forth in the RFP document. PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council. The selected firm will be required to comply with all insurance and license requirements of the City. DEADLINE: All proposals must be received in the Procurement and Contracting Office, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, TUESDAY, APRIL 14, 2016. The receiving time in the Procurement Office will be the governing time for acceptability of Proposals. Telegraphic and telephonic Proposals will not be accepted. Reference the RFP document for additional dates and deadlines. Late proposals will not be accepted and shall be returned unopened. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. Craig L. Gladders, C.P.M. Procurement and Contracting Manager March 11, 2015 RFP#07-15 Page 1 of 12 QALM S y, AP C'41 CITY OF PALM SPRINGS, CA REQUEST FOR PROPOSALS (RFP) #07-15 "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES Requests for Proposals (RFP #07-15), for "on-calf' Architectural and/or Landscape Architectural Services for various City projects for the City of Palm Springs, CA, (hereinafter the 'RFP") will be received at the Office of Procurement& Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. LOCAL TIME, TUESDAY, APRIL 14, 2015. It is the responsibility of the respondent to see that any proposal sent through the mail, or by any other delivery method, shall have sufficient time to be received by this specified date and time. The receiving time in the Procurement Office will be the governing time for acceptability of proposals. Telegraphic, telephonic, faxed or emailed proposals will not be accepted. Late proposals will be returned unopened. Failure to register as a Proposer to this RFP process per the instructions in the Notice Inviting Requests for Proposals (under "Obtaining RFP Documents") may result in not receiving Addenda or other important information pertaining to this process. Failure to acknowledge Addenda may render a proposal as being non-responsive. We strongly advise that interested firms officially register per the instructions. 1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting proposals from qualified licensed professional architect or landscape architect firms to provide the City with "on- calf' Architectural and/or Landscape Architectural Services for a variety of City projects as may be assigned, (hereinafter the "Project"). The objective of this solicitation is to hire multiple on- call firms to provide such services to the City. The City may contract with firms that offer only Architectural Services, only Landscape Architectural Services, or firms that provide both services and may assign projects at its sole discretion. There is no promise or guarantee of work, made or implied, by the City and all work that may be assigned is subject to approval and funding of each project. SCHEDULE: Notice requesting Proposals posted and issued .................................................. March 11, 2015 Deadline for receipt of Questions....................................... Tuesday, April 7, 2015, 3:00 P.M. Deadline for receipt of Proposals..................................... Tuesday, April 14, 2015, 3:00 P.M. Short List I Interviews/, *if desired by City .........................................................to be determined Contract awarded by City Council..................................................................... to be determined NOTE. There will NOT be a pre-proposal conference for this procurement. *Dates above are subject to change. "KEY" TO RFP ATTACHMENTS: ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment. *Must be completed and included with Qualifications/Work Proposal envelope. RFP#07-15 Page 2 of 12 ATTACHMENT "B" — Non Collusion Affidavit Form. 'Must be completed and included with Qualifications/Work Proposal envelope. ATTACHMENT "C" — Sample boilerplate Contract Services Agreement (for reference only) 2. BACKGROUND: The City of Palm Springs is a Charter City in eastern Riverside County, CA with a population of over 48,000. The City owns and operates Palm Springs International Airport (PSP) as well as many other public facilities within the community such as the City Hall, the Fire Stations, Police Headquarters, Pavilion and Leisure Center, Convention Center, Visitors Center, Animal Shelter, Plaza Theater, Waste Water Treatment Plant, Downtown Parking Structure, and main Library Center, to name a few. The City has on-going requirements for professional architectural and landscape architectural services to support various projects that may be required to maintain, improve, or expand its facilities and infrastructure over the next five (5) years. The types of projects that may be contemplated under this contract for on-call architectural and landscape architectural services include, but are not limited to, remodeling, repurposing, and refurbishing existing public facilities; restoration, repurpose and refurbishment of designated historic public structures; design of completely new public municipal government structures or facilities; space allocation planning; infrastructure upgrades; demolition plans for unused facilities; signage design; landscape design for public parks, parkways, medians and public buildings; conversion of existing public landscape to drought tolerant desert landscape; and artificial turf landscape. The selected consultant(s) shall be required to demonstrate successful experience and capacity to provide architectural and landscape architectural services to a municipal government agency for the types of projects named above. Note that projects with Federal or State grant funds may be excluded from this contract pursuant to the applicable terms and conditions of the grant requirements. The City intends to award one or more contracts for on-call Architectural and Landscape Architectural Services with an initial term of three years, with two one-year extensions upon approval of the City Manager and mutual consent of the selected Consultant(s), for a total maximum term of five years, unless mutually extend by the parties. The assignment of projects to the on-call firms is not guaranteed and is at the sole discretion of the City. 3. SCOPE OF WORK: The selected Consultant(s) shall provide first class as-needed licensed on-call architectural and/or landscape architectural services for various City Projects as assigned. Responsibilities may include, but are not limited to, the following: ('all services may or may not be necessary on each assigned project) 1. Facilities requirements and utilization studies. 2. Feasibility studies for new, renovation, and alteration projects. 3. Facility studies and audits to determine compliance with various federal, state, and local regulations. 4. Facility assessments. 5. Space allocation for HVAC, plumbing, electrical, cabling, safety systems and other infrastructure upgrades/improvements. 6. Conceptual drawings and plans as may be requested by the City for projects being contemplated. 7. Attend meetings and prepare presentations and Staff Reports for city advisory boards, commissions and the City Council when said meetings relate to projects covered by this contract, and as warranted and directed by the City Manager or his designee. RFP#07-15 Page 3 of 12 8. Move assigned projects through all City entitlement processes, including but not limited to, architectural review, planning approval, building & safety, and engineering, including Council award if applicable. 9. Architectural and/or Landscape Architectural services for designated historic buildings and sites , as well as completely new construction, alteration, and renovation projects to include project design, evaluation, planning, handicapped accessibility, and engineering services (civil, structural, MEP, land surveying, etc.) incidental to the project. 10. Preparation of reports, phase and construction phase schedules, preliminary documents, working drawings, construction drawings, specifications, bid documents and construction cost estimates. 11. Provide value engineering, construction management, coordinate and conduct meetings with city staff, contractors, and other stake holders as may be required. 12. Perform construction phase services, provide CADD documentation, assist in warranty review and participate in project close-out phase of projects as may be required. 13. Submit invoices monthly with detailed account of staff hours attributed to specific project billings with all staff hours attributed to project. Use City provided project numbers or identifiers so that each project can be separately accounted for. 14. Cooperate, coordinate and communicate with all internal City departments as necessary. It will be the responsibility of the successful firm(s) to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated work.space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. All proposals must be made on the basis of the requirements contained herein. Individual tasks may require supervision, consultants, materials, equipment and supplies necessary to complete any services required. All services shall be performed in compliance with industry and professional standards and all applicable federal, state, and local laws, ordinances and regulations including Americans with Disabilities Act (ADA), 2010 (or most applicable current at the time of assigned project) Edition of the California Building Code, and the rules and ordinances of the County of Riverside and the City of Palm Springs. The City further reserves the right, when applicable and in the best interests of the City, to require the Architect or Landscape Architect to engage sub-consultants with special expertise when the unique circumstances of a particular project warrants such additional services. The City may provide recommendations to the Architect or Landscape Architect of sub-consultants for consideration and reserves the right of approval of any sub-consultant selected by the Architect or Landscape Architect on any assigned project. 4. PROPOSAL REQUIREMENTS: Please note: this RFP cannot identify each specific, individual task required to successfully and completely implement the projects that may be assigned. The City of Palm Springs relies on the professionalism and competence of the selected firms to be knowledgeable of the general areas identified in the scope of work and to include in its proposal the required tasks and subtasks, personnel commitments, direct and indirect costs, etc. The City of Palm Springs will not approve addenda to the selected firm's agreement which do not involve a substantial change from the general scope of work identified in this RFP. Firms submitting a proposal shall follow RFP#07-15 Page 4 of 12 all proposal requirements and respond to all of the information requested as more fully described below. 5. SELECTION PROCESS: The City of Palm Springs is utilizing a Qualifications Based Selection process to select a firm to provide the services requested by this RFP. The City shall review the proposals submitted in reply to this RFP, and a limited number of firms may be invited to make a formal presentation at a future date. The format, selection criteria and date of the presentation will be established at the time of short listing. Preparation of proposals in reply to this RFP, and participation in any future presentation is at the sole expense of the firms responding to this RFP. 6. PROPOSAL EVALUATION CRITERIA: This solicitation has been developed in the "Request for Proposals" (RFP) format. Accordingly, firms should take note that the City will consider multiple criteria in selecting the most qualified firm. Consistent with Federal, State and Local laws for the acquisition of Professional Services, price is NOT an evaluation criteria. Cost Proposals/Hourly Rates submitted in separate sealed envelopes are not opened, nor considered during proposal evaluations. Upon selection of the most qualified firm, the associated cost proposal will be used as a basis for contract negotiations. A contract shall be negotiated on the basis of the submitted Cost Proposal/Hourly Rates, and in consideration of reasonable and mutually agreed project costs and time requirements. Should successful negotiations not occur with the highest ranked firm, the City may, at its sole discretion, choose to enter into negotiations with the second highest ranked firm, and so on. The City reserves the right, and intends to enter into agreements with more than one firm. PRIOR CITY WORK If your firm has prior experience working with the City DO NOT assume this prior work is known to the evaluation committee. All firms are evaluated solely on the information contained in their proposal, information obtained from references, and presentations if requested. All proposals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. An evaluation committee, using the following evaluation criteria for this RFP, will evaluate all responsive proposals to this RFP. The evaluation committee may request, if desired by City, formal presentations/interviews from short listed firms at a future date of which the format and presentation evaluation criteria shall be provided at the time of short listing. Participation in any phase of this RFP process, including the interview phase if conducted, is at the sole expense of the firms replying to this RFP. The City shall NOT be responsible for any costs incurred by any firm in response to, or participation in, this RFP. Firms are requested to submit their proposals so that they correspond to and are identified with the following evaluation criteria, which are more fully detailed in Section 7: A. Project Understanding (30 POINTS): The firm's proposal adequately demonstrates an understanding of, and familiarity with, providing on-call architectural and/or landscape architectural services to a municipal government or other public agency including work process plan and methodolgy, and the issues that may be unique to providing such services in the Coachella Valley. B. Scope of Work(25 POINTS I: Proposed scope of work for architectural and/or landscape architectural on-call services for the types of projects that may be assigned by a municipal government including resource allocation, technical scope identifying tasks and sub-tasks, and example of specific completed project. RFP#07-15 Page 5of12 C. Firm and Staff Qualifications (40 POINTS): Qualifications of the firm and the staff assigned to manage and provide architectural and/or landscape architectural services. This includes relevant and specific experience of both the firm and of the individual assigned staff members, technical expertise, licenses, sub-consultants, and references. D. Local Expertise Demonstrated on the Team (5 POINTS): Firms that qualify as a Local Business, or employ local sub-consultants, and submit a valid business license as more fully set forth in Section E.1 below, pursuant to the City of Palm Springs Local Preference Ordinance 1756). The full local preference, five (5) points, may be awarded to those that qualify as a Local Business. Two (2) points may be awarded to a non-local business that employs or retains local residents and/or firms for this project. Non-local firms that do not employ or retain any local residents and/or firms for this project shall earn zero (0) points for this criteria. 7. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses correspond directly to, and are identified with, the evaluation criteria stated in Section 6 above. The proposals must be in an 8 '/s X 11 format, may be no more than a total of thirty (30) SHEETS OF PAPER (double-sided is OIQ, which shall include a cover letter, an organization chart, staff resumes and any appendices. NOTE: Dividers, Attachment "A", Addenda acknowledgments, and the Cost Proposal/Hourly Rates (*in a separate sealed envelope) do NOT count toward the sheets of paper limit. Interested firms shall submit SIX (6) copies (one marked "Original" plus five copies) of both your Qualifications/Work Proposal and your Cost Proposal/Hourly Rates by the deadline. All proposals shall be sealed within one package and be clearly marked, "RFP #07-15, REQUEST FOR PROPOSALS FOR "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES". Within the sealed proposal package, the Cost Proposal/Hourly Rates shall be separately sealed from the Qualifications/Work Proposal. Proposals not meeting the above criteria may be found to be non-responsive. EACH PROPOSAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED ENVELOPES: Envelope #1, clearly marked "Qualifications/Work Proposal", shall include the following items: • Completed Signature authorization and Addenda Acknowledgment (see Attachment A) • Completed, and notarized, Affidavit of Non-Collusion (see Attachment B) • If applicable, your specific request for Local Preference (reference Attachment A) and a copy of a valid business license from a jurisdiction in the Coachella Valley. • Qualifications/Work Proposal (Items A thru D below) — Project Understanding, Scope of Work, Firm and Staff Qualifications including References, and Local Expertise as more fully set forth below. • A thumb drive or flash drive containing the Qualifications/Work Proposal in Microsoft Word ( .doc) (Word is preferred, although other software programs are acceptable), and Adobe Acrobat (*.pdf)formats. Envelope #2, clearly marked "Cost Proposal/Hourly Rates", shall include the following item: RFP#07-15 Page 6 of 12 • Cost Proposal/Hourly Rates — provide a Cost Proposal that identifies a schedule of hourly rates for each person and/or position assigned to perform the requested services, and include any other rates or costs that may apply or that the City may incur in conjunction with the performance of the on-call architectural and/or landscape architectural services. In addition to the items above, at a minimum, firms must provide the information identified below. All such information shall be presented in a format that directly corresponds to the numbering scheme identified here: SECTION A: PROJECT UNDERSTANDING A.1 State your firm's complete name, type of firm (individual, partnership, corporation or other), telephone number, FAX number, contact person and E-mail address. If a corporation, indicate the state the corporation was organized under. State the name and title of the firm's principal officer with the authority to bind your company in a contractual agreement. A.2 Demonstrate your understanding of, and familiarity with, providing on-call architectural and/or landscape architectural services to a municipal government or other public agency and the various processes, approvals, and procedures associated with providing such services. Identify and discuss your understanding of, and familiarity with, the unique issues of providing such services in the Coachella Valley. Include your work plan process and methodology. A.3 Identify any key or critical issues that may be encountered and your ability to ensure that projects are delivered on time and within your client's budget and the measures taken in successfully completing all phases of a project. AA Identify the project management tools you propose to use to keep both your own staff on track and the City staff cognizant of current project status. SECTION B: SCOPE OF WORK B.1 Generally identify the methodology of how the firm will propose to budget and best allocate its resources for an on-call assignment. B.2 Provide a detailed technical scope of work identifying all tasks and sub-tasks that may be required to successfully implement architectural or landscape architectural services for a City Project if assigned to your firm. B.3 Identify at least one construction project, carried out in a desert environment, for which your firm and the staff proposed for this contract provided architectural and/or landscape architectural services, and describe how you applied your firm's skills and abilities in the following areas: (a) Responsiveness and attentiveness to client needs; (b) Creative ability; (c) Knowledge and understanding of the latest architectural and construction trends, including LEED, etc. or if applicable, the latest landscape design trends including water conservation, drought-tolerant plant materials, etc. (d) Analytical capability; (e) Oral and written communication skills, including Staff or Council Reports; (f) Interaction with client's organization, i.e., other divisions and personnel, Boards, Commissions, and Councils. (g) Sensitivity to funding constraints; RFP#07-15 Page 7 of 12 (h) Sensitivity to historically designated public buildings and sites; sensitivity to use of native plants, sustainability issues and water conservation. SECTION C: FIRM AND STAFF QUALIFICATIONS CA Specifically describe your firms architectural services and/or landscape architectural services background and experience and also your firms experience with municipal government or other public agencies, including entitlement processes, architectural review, planning approval, building and safety, engineering, and Council or Board award. Include information on your firm's management skills and technical expertise, including LEED certification, Construction Estimating, ADA requirements for public buildings, or other expertise if applicable. C.2 List the name, qualifications and availability of the key stafftteam members that will be assigned to this project and their credentials. Provide the name and detailed qualifications of the lead Architect and/or Landscape Architect that will be assigned to this contract. Also include the current valid California Architect License (CAB) or California Landscape Architect License (CLARB) numbers for the lead Architect and/or Landscape Architect, and the license numbers of any other Architects or Landscape Architects that may be assigned to work under this contract. C.3 If applicable, indicate the name of any sub-consultant firms that will be utilized to makeup your team. Describe each sub-consultant's background and specific expertise that they bring to this project. Include any applicable License numbers for sub-consutants. The City reserves the right to reject the successful firm's selection of any sub-consultants or contractors. CA Provide a minimum of four (4) references for recently completed architectural or landscape architectural services where the key personnel identified above provided the professional services required. At least two (2) of the references shall be for municipal government or other public agency projects, preferably in a desert climate. Provide contact information, including full name, email address, and a current phone number, for each project identified. C.5 For your referenced projects above, briefly explain what key issues/challenges you faced and how you solved them. Also, please comment on the project budgeting for each (contractual architectural or landscape architectural services vs. actual; construction cost estimate vs. actual). C.6 Summarize why the firm is the most qualified firm to provide "on-call" architectural or landscape architectural services to the City of Palm Springs. ty SECTION D: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM D.1 Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding contracts for services, including consultant services, preference to a Local Business shall be given whenever practicable and to the extent consistent with the law and interests of the public. The term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical business address located within the Coachella Valley,.at least six months prior to bid or proposal opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley" RFP#07-15 Page 8 of 12 includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. The consultant will also, to the extent legally possible, solicit applications for employment and proposals for subcontractors and subconsultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. In order for a business to be eligible to claim the preference, the business MUST request the preference in the Solicitation response (see Attachment A) and provide a copy of its current business license (or of those it employs for this project) from a jurisdiction in the Coachella Valley. A non-local business that requests the preference based on employing local residents must provide proof of full-time primary residency from a jurisdiction in the Coachella Valley with the proposal. The City reserves the right to determine eligibility. D.2 List all team members with local expertise. Clearly define what their role would be if assigned a city project. Envelope #2, clearly marked "Cost Proposal/Hourly Rates", shall include the following item: • Cost Proposal/Hourly Rates — provide a Cost Proposal that identifies a Schedule of Hourly Rates for each person and/or position assigned to perform the requested services, and include any other rates or costs that may apply or that the City may incur in conjunction with the performance of the on-call architectural and/or landscape architectural services. Do NOT include Attachments "A" or "B" in the Cost Proposal, Envelope#2. Attachments "A" and "B" are to be included in Envelope#1, "Qualifications/Work Proposal'. DEADLINE FOR SUBMISSION OF PROPOSALS: Proposals will be received in the City of Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, APRIL 14, 2015. Proof of receipt before the deadline is a City of Palm Springs, Office of Procurement and Contracting time/date stamp. It is the responsibility of the firms replying to this RFP to see that any proposal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Late proposals will be returned to the firm unopened. Proposals shall be clearly marked and identified and must be submitted to: City of Palm Springs Procurement and Contracting Department 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Craig Gladders, C.P.M., Procurement&Contracting Manager QUESTIONS: Firms, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this RFP other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a proposal. RFP 407-15 Page 9of12 Any questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING and directed ONLY to: Craig Gladders, C.P.M. Procurement& Contracting Manager 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Craig.Gladders(apaImspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the RFP. The deadline for all questions is 3:00 P.M., Local Time, Thursday, April 7. 2016. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. FORM OF AGREEMENT: The selected firms will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance with the standard on-call Professional Services Agreement (see Attachment "C"). Please note that Exhibits A, B, C, D and E are intentionally not complete in the attached document. These exhibits will be negotiated with the selected firms, and will appear in the final Professional Services Agreement executed between the parties. Requested changes to the Professional Services Agreement may not be approved, and the selected firms must ensure that the attached document will be executed. Failure or refusal to enter into an Agreement or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide all of the services identified in the RFP document. However, the City reserves the right to award a contract to multiple Respondents or to a single Respondent, or to make no award, whichever is in the best interest of the City. It is anticipated that award of the contract will occur at the next regularly scheduled City Council meeting after the evaluation committee has made its final selection of the firm to be recommended for award and a contract has been negotiated and agendized for consideration. The decision of the City Council will be final. RIGHT TO ACCEPT OR REJECT PROPOSALS: The City of Palm Springs reserves the right to waive any informality or technical defect in a proposal and to accept or reject, in whole or in part, any or all proposals and to cancel all or part of this RFP and seek new proposals, as best serves the interests of the City. The City furthermore reserves the right to contract separately with others certain tasks if deemed in the best interest of the City. INSURANCE: Insurance provisions are contained in the Standard Contract Services sample agreement included in the RFP. The successful Proposer will be required to comply with these provisions. It is recommended that Proposers have their insurance provider review the insurance provisions BEFORE they submit their proposal. RESPONSIBILITY OF PROPOSER: All firms responding to this RFP shall be responsible. If it is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an RFP without an authorized signature, falsified any information in the proposal package, etc.), the proposal shall be rejected. RFP#07-15 Page 10 of 12 PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, pursuant to CA Government Code 6255 during the negotiation process, may be made public after the City's negotiations are completed, and staff has recommended to the City Council the award of a contract to a specific firm, but before final action is taken by the City Council to award the contract. Although the California Public Records Act ("CPRA") recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information submitted in a proposal is a trade secret. If a request is made for information marked "Confidential," "Trade Secret," Proprietary," or any other similar designation, the City will provide the party submitting such information with reasonable notice to allow the party to seek protection from disclosure by a court of competent jurisdiction. If a submitting party contends that a portion of the proposal is confidential even under the CPRA, the party: 1) must clearly label each document and/or page deemed a confidential document 2) the legal rationale supporting such contention including specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has determined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a proposal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the proposal or other information or documents submitted to the City as part of this RFP process. NOTE THAT THE CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY INFORMATION OR A TRADE SECRET. SUCH PROPOSALS MAY BE FOUND NON- RESPONSIVE. COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this RFP in the preparation of their proposal or participation in any presentation if requested, or any other aspects of the entire RFP process. COMPLIANCE WITH LAW. Proposer warrants that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. LICENSES. PERMITS, FEES, AND ASSESSMENTS. Proposer represents and warrants to City that it will obtain all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services requested in this RFP. Proposer represents and warrants to City that Proposer shall, at its sole cost and expense, keep in effect at all times during the term of the Agreement if so awarded, any license, permit, qualification, or approval that is legally required for Proposer to perform the Work and Services under the Agreement if so awarded. Proposer shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Proposer's performance of the Work and Services required under the Agreement if so awarded. Proposer shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. RFP#07-15 Page 11 of 12 BUSINESS LICENSE: The selected firm will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the firms responding to this RFP to perform the Work and the firm shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any proposal if the evidence submitted by or investigation of such firm fails to satisfy the City that such firm is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted to mean that the firm responding to this RFP has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request for Proposals, and any attached sample agreement. Exceptions to any of the language in either the RFP documents or attached sample agreement, including the insurance requirements, must be included in the proposal and clearly defined. Exceptions to the City's RFP document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process; however, the City makes no guarantee that any exceptions will be approved. RFP#07-15 Page 12 of 12 OF PALM S V N C'9f/FpRN�� , REQUEST FOR PROPOSALS (RFP 07-15) FOR "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. DELIVERY OF PROPOSALS - NOTIFICATION OF PARKING LOT CONSTRUCTION AT CITY HALL- Proposers are hereby notified that there will be construction in progress at the Palm Springs City Hall parking lot on the day that Proposals are due. Proposers shall take this into account in the delivery of their proposals, as neither the City nor the parking lot contractor shall be liable or responsible for the late delivery of a proposal due to the construction in progress at City Hall. It is the responsibility of the proposer to see that any proposal that is hand delivered, sent through the mail, or by any other delivery method, shall have sufficient time to be received by the Office of Procurement& Contracting by the due date and time. Late proposals will not be accepted and shall be returned unopened. The City has received the following questions and is hereby providing answers thereto: Q 1: Did the City have an on-call list of firms previous to this request for a new list? Would it be possible to release the previous list and the projects that were serviced as a part of that on-call list? A 1: Yes. The three on-call firms are Urrutia Architects, Interactive Design Corporation, and William G. K/eindfenst. A sampling of the projects serviced are: • Airport Security Checkpoint area remodel • Airport Baggage Claim area remodel • Airport USO remodel • Airport main parking lot landscape re-design • Airport TSA wall removal and reconfiguration • Desert Highland Unity Center HVAC and electrical upgrades • Police Department Lobby and Records remodel • Plaza Theater architectural assessment • DeMuth Community Center Gymnasium floor replacement • Cornelia Whitehouse improvements • New Fire Station site planning • Skate Park building improvements • Welwood Memorial Library remodel Q 2: Is there a list of projects that could be awarded through this on-call list? If yes, would it be possible to make this list available for review? A 2: No, not at this time. Each project must first be budgeted and approved by the City Council and funds allocated during the Fiscal Year budgeting process prior to starting the design phase. Our next fiscal year begins July 1" and that budget has not yet been approved by the City Council. As such, a very general description of the types of projects that may be contemplated is provided on page 3, under item 2, "Background". Q 3: Is there an estimated size of individual projects or an overall contract value estimate? This would be helpful for us to know in order to show projects that are a similar size. A 3: No, see answer to Question#2 above. Q 4: How many firms does the City anticipate selecting? Once those firms are selected, how will the projects be awarded? Will the top ranking firm have the priority or will all firms on the list compete for the work? A 4: The City is unable to estimate at this time how many firms will be selected as we do not yet know how many proposals we will receive or how many will be recommended for award. As the economy and the City's budget improves the City anticipates having a greater need for on-call architectural and landscape architectural services in the future. The successful firms will have hourly rates established under a Master Agreement for on-call services as a result of this process. As the City contemplates a project it may solicit fully developed project specific proposals, based upon the Master agreement hourly rates, from one or more of the firms and, at its sole discretion, award a specific project on a case by case(project) basis. There is no guarantee of award, no rotation of project awards, and no priority of assignments based upon ranking from this RFP process. Q 5: 1 noticed that local expertise is worth 5 points, to be allocated depending on if the prime is local or if local subconsultants are used. Local participation is mentioned again in Section D stating that "preference to a Local Business shall be given whenever practicable to the extent consistent with the laws and interests of the public". Is it possible that local consideration will affect overall scoring or scoring in other areas? Or is local consideration scoring restricted to strictly the five points for local expertise? A 5: As provided in the RFP, only up to 5 points may be awarded if a firm meets the criteria set forth and as defined under Local Preference. As with any of the criteria, the points earned for Local Preference could affect overall scoring. However, as provided in the other selection criteria (regardless of the location of the prime firm or subconsultants used) is the understanding of, and experience with, the issues that may be unique to providing such services in the Coachella Valley, and our desert environment. Q 6: We would like to clarification regarding how you would like us to propose. We are a landscape architecture firm; should we team up with an architect for that side of things, or propose solely on the aspects that pertain to landscape architecture? From how the RFP reads, it appears that we could go in on our own merit, but just want to make sure what the City prefers. A 6: Yes, you may propose solely as a Landscape Architecture firm. As stated in the RFP document on page 2 under section f "Purpose and Schedule" : "The City of Palm Springs is requesting proposals from qualified licensed professional architect or landscape architect firms to provide the City with "on-call' Architectural and/or Landscape Architectural Services for a variety of City projects as may be assigned, (hereinafter the `Project'). The objective of this solicitation is to hire multiple on-call firms to provide such services to the City. The City may contract with firms that offer only Architectural Services, only Landscape Architectural Services, or firms that provide both services and may assign projects at its sole discretion. " BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement& Contracting Manager DATE: March 19, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. �F RALM S a al�,cs P� q<<FCRN REQUEST FOR PROPOSALS (RFP 07-16) FOR "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions and is hereby providing answers thereto: Q 1: Are sub-consultants required to fill out Attachment'A'? A f: No. Only the prime firm that is submitting the Proposal executes Attachment "A". Q 2: On page 6 under 7. Proposal Contents, the RFP states that Attachment A does not count towards the 30-page limit. Does this also apply to Attachment B? A 2: Neither Attachment "A" or `B" counts toward the page limit. That was an oversight on our part. Q 3: On page 6 under D. Local Expertise Demonstrated, up to 5 points can be awarded for proposers that qualify as a local business. If the prime has a subconsultant on the team that is a local business, but the prime is not, would the proposer's team qualify for these points? And therefore submit a copy of the subconsultant's business license with Attachment A? A 3: Please refer back to the language as provided on page 6 under "D", where it goes on to state: "Two (2) points may be awarded to a non-local business that employs or retains local residents and/or firms for this project. Non-local firms that do not employ or retain any local residents and/or firms for this project shall earn zero (0) points for this criteria." Therefore a non-local Prime may earn 2 points for Local Preference IF a local sub consultant is on the team and a copy of the local sub consultant's valid business license from a jurisdiction within the Coachella Valley, as more fully defined on pages 8 and 9 "Section D", is included with Attachment A. Q 4: On page 6, fifth bullet under Envelope #1 required items, the RFP states that a thumb or flash drive containing the proposal as a Microsoft Word doc (Word is preferred, although other software programs are acceptable) and an Adobe pdf are required. Is just the pdf acceptable? If not, is Adobe InDesign acceptable? Is submitting the file on a CD rather than a thumb or flash drive acceptable? A 4: Yes, a pdf is acceptable and Yes, a CD is acceptable. Q 5: For Section D: Local Expertise Demonstrated on the Team: D2 asks for list of all team members with local expertise. How is this line different to C.3? A 5: Section "C" pertains to the evaluation criteria and associated points for the overall Firm and Staff Qualifications (which would include sub consultants that may make up a firm's team, if applicable). "C.3" is asking firms to identify their sub-consultants, if applicable, and their qualifications. Section "D" pertains specifically to the Local Preference criteria and associated points and is asking firms to identify any local expertise and sub consultants that may make up a firm's team, if applicable. if a prime firm or a sub-consultant is a local firm and meets the definition of local, then a copy of the prime firm or sub consultant's business license from a local jurisdiction (as more fully set forth in the RFP document) is to be submitted with the proposal. "Note, it is possible, if using a local sub consultant, that they would be listed in both Section C.3 and Section D. Q 6: Could Civil Engineers submit separate response to RFP? Similar to landscape as your Addendum No. 1 question 6. A 6: No. This RFP is not seeking separate Civil Engineering design services. Q 7: Will the response to RFP be considered incomplete if the architect does not include landscape or civil engineer? A 7: While the response would not be considered incomplete, the City is requesting that you indicate any sub-consultants that will be utilized to make up your team. Please refer to page 8, C.3. Q 8: As part of the submittal, a Word file version is asked of the response. We will be working with Acrobat InDesign Software. IF turning to World file, the formatting will be completely lost and response will be unrecognizable. Will a PDF version suffice? A 8: Yes. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement& Contracting Manager DATE: April 7, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. EXHIBIT "C" CONSULTANT'S PROPOSAL CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE Exhibit "C" ®G39 y' AL PROPOSAL for i On-Call Professional Consulting Services 1p RFP #07-15 VDAVIDApril 14, 2015 EVANS °"ASSOCIATES INC. r c,_li Ot "' r i REQUEST FOR PROPOSALS (RFP 07-15) FOR "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. DELIVERY OF PROPOSALS - NOTIFICATION OF PARKING LOT CONSTRUCTION AT CITY HALL- Proposers are hereby notified that there will be construction in progress at the Palm Springs City Hall parking lot on the day that Proposals are due. Proposers shall take this into account in the delivery of their proposals, as neither the City nor the parking lot contractor shall be liable or responsible for the late delivery of a proposal due to the construction in progress at City Hall. It is the responsibility of the proposer to see that any proposal that is hand delivered, sent through the mail, or by any other delivery method, shall have sufficient time to be received by the Office of Procurement & Contracting by the due date and time. Late proposals will not be accepted and shall be returned unopened. The City has received the following questions and is hereby providing answers thereto: Q 1: Did the City have an on-call list of firms previous to this request for a new list? Would it be possible to release the previous list and the projects that were serviced as a part of that on-call list? A 1: Yes. The three on-call firms are Urrutia Architects, Interactive Design Corporation, and William G. lVeindlenst. A sampling of the projects serviced are: • Airport Security Checkpoint area remodel • Airport Baggage Claim area remodel • Airport USO remodel • Airport main parking lot landscape re-design • Airport TSA wall removal and reconfiguration • Desert Highland Unity Center HVAC and electrical upgrades • Police Department Lobby and Records remodel • Plaza Theater architectural assessment • DeMuth Community Center Gymnasium floor replacement • Cornelia Whitehouse improvements • New Fire Station site planning • Skate Park building improvements • Welwood Memorial Library remodel Q 2: Is there a list of projects that could be awarded through this on-call list? If yes, would it be possible to make this list available for review? A 2: No, not at this time. Each project must first be budgeted and approved by the City Council and funds allocated during the Fiscal Year budgeting process prior to starting the design phase. Our next fiscal year begins July t" and that budget has not et been approved b the City Co i 9 Y PP Y ty until. As such, a v mere/ �Y g description of the types of projects that may be contemplated Is provided on page 3, under item 2, "Background". Q 3: Is there an estimated size of individual projects or an overall contract value estimate? This would be helpful for us to know in order to show projects that are a similar siz e. e. A 3: No,see answer to Question#2 above. Q 4: How many firms does the City anticipate selecting? Once those firms are selected, how will the projects be awarded? Will the top ranking firm have the priority or will all firms on the list compete for the work? A 4: The City is unable to estimate at this time how many firms will be selected as we do not yet know how many proposals we will receive or how many will be recommended for award. As the economy and the City's budget improves the City anticipates having a greater need for on-call architectural and landscape architectural services in the future. The successful firms will have hourly rates established under a Master Agreement for on-call services as a result of this process. As the City contemplates a project it may solicit fully developed project specific proposals, based upon the Master agreement hourly rates, from one or more of the firms and, at its sole discretion, award a specific project on a case by case (project) basis. There Is no guarantee of award, no rotation of pmJect awards, and no priority of assignments based upon ranking from this RFP process. Q 5: 1 noticed that local expertise is worth 5 points, to be allocated depending on if the prime is local or if local subconsultants are used. Local participation is mentioned again in Section D stating that "preference to a Local Business shall be given whenever practicable to the extent consistent with the laws and interests of the public". Is it possible that local consideration will affect overall scoring or scoring in other areas? Or is local consideration scoring restricted to strictly the five points for local expertise? A 5: As provided in the RFP, only up to 5 points maybe awarded if a firm meets the criteria set forth and as defined under Local Preference. As with any of the criteria, the points earned for Local Preference could affect overall scoring. However, as provided in the other selection criteria (regardless of the location of the prime firm or subconsultants used) Is the understanding of, and experience with, the issues that may be unique to providing such services in the Coachella Valley, and our desert environment Q B: We would like to clarification regarding how you would like us to propose. We are a landscape architecture firm; should we team up with an architect for that side of things, or propose solely on the aspects that pertain to landscape architecture? From how the RFP reads, it appears that we could go in on our own merit, but just want to make sure what the City prefers. A 8: Yes, you may propose solely as a Landscape Architecture firm. As stated in the RFP document on page 2 under section 1 "Purpose and Schedule" : `The City of Palm Springs is requesting proposals from qualified licensed professional architect or landscape architect firms to provide the City with "on-call' Architectural an r Landscape Architectural Services for a variety of City projects as may be assigned, (hereinafter the "Project"). The objective of this solicitation is to hire multiple on-call firms to provide such services to the City. The City may contract with fines that offer only Architectural Services, only Landscape Architectural Services, or fines that provide both services and may assign projects at Its sole discretion. " BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement& Contracting Manager DATE: March 19, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: David Evans and Associates. Inc. Authorized Signature: %&1 , Date: 4/14/15 Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. fdl e,.C� 5 WY\ V C REQUEST FOR PROPOSALS (RFP 07-15) FOR "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions and is hereby providing answers thereto: Q 1: Are sub-consultants required to fill out Attachment W? A 1: No. Only the prime fine that is submitting the Proposal executes Attachment "A". Q 2: On page 6 under 7. Proposal Contents, the RFP states that Attachment A does not count towards the 30-page limit. Does this also apply to Attachment B? A 2: Neither Attachment "A"oror=B" counts toward the page limit. That was an oversight on our part. Q 3: On page 6 under D. Local Expertise Demonstrated, up to 5 points can be awarded for proposers that qualify as a local business. If the prime has a subconsultant on the team that is a local business, but the prime is not, would the proposer's team qualify for these points? And therefore submit a copy of the subconsultants business license with Attachment A? A 3: Please refer back to the language as provided on page 6 under "D", where It goes on to state: "Two (2) points may be awarded to a non-local business that employs or retains local residents and/or firms for this project. Non-local firms that do not employ or retain any local residents and/or firms for this project shall earn zero (0) points for this criteria." Therefore a non-local Prime may earn 2 points for Local Preference IF a local sub consultant is on the team and a copy of the local sub consultant's valid business license from a jurisdiction within the Coachella Valley, as more fully defined on pages 8 and 9 "Section D" is included with Attachment A. Q 4: On page 6, fifth bullet under Envelope #1 required items, the RFP states that a thumb or flash drive containing the proposal as a Microsoft Word doc (Word is preferred, although other software programs are acceptable) and an Adobe pdf are required. Is just the pdf acceptable? If not, is Adobe InDesign acceptable? Is submitting the file on a CD rather than a thumb or flash drive acceptable? A 4: Yes, a pdf is acceptable and Yes, a CD is acceptable. Q 5: For Section D: Local Expertise Demonstrated on the Team: D2 asks for list of all team members with local expertise. How is this line different to C.3? A 5: Section "C" pertains to the evaluation criteria and associated points for the overall Firm and Staff Qualifications (which would include sub consultants that may make up a flrm's team, if applicable). "C.3" is asking firms to identity their sub-consultants, if applicable, and their qualifications. Section "D"pertains specifically to the Local Preference criteria and associated points and is asking firms to idendly any local expertise and sub consultants that may make up a rrrm's team, if applicable. If a prime flint or a sub-consultant is a local firm and meets the definition of local, then a copy of the prime firm or sub consultant's business license from a local jurisdiction (as more fully set forth in the RFP document) is to be submitted with the proposal. *Note, it is possible, if using a local sub consultant, that they would be listed in both Section C.3 and Section D. Q 6: Could Civil Engineers submit separate response to RFP? Similar to landscape as your Addendum No. 1 question 6. A 6: No. This RFP is not seeking separate Civil Engineering design services. Q 7: Will the response to RFP be considered incomplete if the architect does not include landscape or civil engineer? A 7: While the response would not be considered incomplete, the City is requesting that you Indicate any sub-consultants that will be utilised to make up your team. Please refer to page 8, C.3. Q 8: As part of the submittal, a Word file version is asked of the response. We will be working with Acrobat InDesign Software. IF turning to World file, the formatting will be completely lost and response will be unrecognizable. Will a PDF version suffice? A 8: Yes. Q9: A9: BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement&Contracting Manager DATE: April 7, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: David Evans and Associates, Inc. Authorized Signature: xzil .- "I R_A_&Te1: Date: 4/14115 Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. ATTACHMENT "A" 'NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED INSIDE ENVELOPE#1 "QUALIFICATIONSIWORK PROPOSAL" REQUESTS FOR PROPOSALS (RFP) #07-15 FOR "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES SIGNATURE AUTHORIZATION PROPOSER: David Evans and Associates, Inc. A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my proposal. SIGNATURE B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful, the contract language should refer to me/my company as: _An individual; A partnership, Partners' names: A company; X A corporation If applicable, please check below and provide the required license: 1. _My firm is a Local Business (Licensed within the jurisdiction of the Coachella Valley). Copy of current business license is required to be attached to this document. 2. My tax identification number is: 93-0661195 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your proposal being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s)# 1 and 2 is/are hereby acknowledged. RFP#07-15 Page 13 of 36 ATTACHMENT"B" 'THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONSIWORK PROPOSAL(Envelope#1p NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL STATE OF CALIFORNIA)ss COUNTY OF RIVERSIDE) The undersigned, being first duly swom, deposes and says that he or she Is Vice President of David Evans and Associates, Inc. . the party making the foregoing Proposal. That the Proposal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Proposal is genuine and not collusive or sham;that the Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham Proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Proposal, or that anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Proposal price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Proposal price, or of that of any other Proposer,or to secure any advantage against the public body awarding the contract of anyone Interested in the proposed contract; that all statements contained in the Proposal are true; and, further, that the Proposer has not, directly or Indirectly, submitted his or her Proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, Proposal depository, or any other member or agent thereof to effectuate a collusive or sham Proposal. By: % � 'Z, ltirv( Title: Vice President Subscribed and sworn to before me this 13 day of Ar r-i .... TL....... MeM Qommkw No. tilt W NDTMVPUKJ 4AUF* M AM OMPRD000 COO emicamr., ocmeee b,ame Page 14 of 36 RFP#07-15 ASSOCIAIES April 14,2015 Mr.Craig Gladders, CPM Procurement&Contracting Manager City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 SUBJECT: REQUEST FOR PROPOSALS FOR"ON-CALL" LANDSCAPE ARCHITECTURAL SERVICES RFP#07-15 Dear Mr. Gladders: David Evans and Associates, Inc. (DEA)would like to thank you for the opportunity to submit our qualifications to provide professional on-call landscape architectural services for the City of Palm Springs.We have worked with your team on numerous projects including the Gene Autry Trail Park and Gateway project.We have assembled an outstanding and comprehensive team of in-house professionals to assist with your project needs. DEA is prepared to assist the City in meeting its commitment by providing expert staff and addressing the requests stated in the RFQ. The attached qualifications package presents our understanding of the contract and details the expertise of our project team.The DEA team will consist of licensed landscape architects, park planners,landscape designers,graphic artists, civil engineers,surveyors,and construction managers. Our team of subconsultants will provide additional support for specific project needs including geotechnical services,electrical engineering, and wayfinding services. Several of our proposed subconsultants are Coachella Valley-based firms, each of whom DEA has worked with on past projects. For the past 20 years, DEA landscape architects have been involved in projects and for services anticipated for this on-call contract. For example,the landscape architectural team at DEA has held numerous on-call contracts including the City of Pasadena,Caltrans,the City of San Diego,City of Los Angeles,County of Los Angeles,the City of Diamond Bar,the City of Chino Hills and the City of El Monte;to name a few.We have also been instrumental in the design and construction of over 100 projects in the Coachella Valley since 1989. For this contract, DEA has taken the approach that our highly experienced staff shall be an extension of your staff. DEA has 12 licensed landscape architects and technical staff available to assist with your project needs. DEA looks forward to continuing to provide the City with outstanding professional services and is committed to providing the resources necessary to fully support the City's needs during the duration of this contract, and long into the future. Based on our above noted experience and our understanding of what will be required,we feel ideally suited to this contract and look forward to continuing our working relationship with the city.We thank you for your consideration of our qualifications. If you have any questions or need clarification of the information provided herewith, please feel free to contact us. Sincerely, DDA�VID EVANS AND ASSOCIATES,INC. Kim S. Rhodes, LA 3867 Chris Giannini, LA 4287 Principal in Charge Project Manager CITY OF PALM SPRINGS Proposal for "On-Call" Landscape Architectural Services Prepared for the City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Contact: Mr. Craig Gladders,CPM Procurement&Contracting Manager 760.322.8373 Crain.GladdersCa?oalmsorinosca.aov Prepared by David Evans and Associates,Inc. 4200 Concours, Suite 150 Ontario,California 91764 Contact: Ms. Kim S. Rhodes, L.A. 3867 Principal in Charge 909.912.7348 ksroo)deainc.com Chris Giannini,LA 4287 Project Manager 909.912.7351 5. ocga,deainc.com u (Il ppLM Sp ! p o A. o April 14,2015 C,q<IFORN�P• i w c A 0 2 TABLE OF CONTENTS Section A: Project Understanding A.1 DEA's Information............................................................................................................................................4 A.2 Understanding/Work Plan/Methodology.......................................................................................................4 A.3 Budget/Schedule............................................................................................................................................5 A.4 Project Management Tools ..............................................................................................................................6 Section B: Scope of Work B.1 Allocation of Resources....................................................................................................................................7 B.2"Sample"Technical Scope of Work..................................................................................................................8 B.3 Sample Projects.............................................................................................................................................11 Section C: Firm and Staff Qualifications C.1 Landscape Architectural Services..................................................................................................................15 C.2 Key Staff/Team Members.............................................................................................................................29 C.3 Subconsultants...............................................................................................................................................31 CAReferences.....................................................................................................................................................35 C.5 Key Issues/Challenges.................................................................................................................................36 C.6 Qualifications Summary.................................................................................................................................37 StaffResumes......................................................................................................................................................38 Section D: Local Expertise Demonstrated on the Team D.1 Local Preference Ordinance...........................................................................................................................47 D.2 Team Members with Local Expertise.............................................................................................................48 ti N N A U O y N I Q C N N C 7 W j IC 3 CITY OF PALM ov—��. — im SECTION A: PROJECT UNDERSTANDING A.1 DEA's Information Firm's Complete Name: David Evans and Associates, Inc. Type of Firm: Oregon Corporation Telephone Number: (909)481-5750 Fax Number: (909)481.5757 Principal Officer: DEA's principal officer in our Ontario office,with the authority to bind DEA in a contractual agreement for this project is Ms. Kim S. Rhodes, LA 3867,Vice President A.2 Understanding /Work Plan/Methodology Since our founding in 1976, DEA has become a recognized leader in the design and management of complex transportation, land development, and water resources projects nationwide.The firm combines the talents of landscape architects, engineers, planners, and surveyors to provide clients with access to a complete range of services under one umbrella. DEA supports the efforts of more than 650 employee owners and maintains offices in Arizona, California, Colorado, Idaho, Mississippi, New York, Oregon,and Washington. DEA is I Eke consistently ranked among Engineering News Record's Top 100 Pure Design firms in the U.S.and among the leaders in many of its local markets. When a project demands creative and innovative solutions in design and construction, DEA landscape architects use their experience and technical abilities to achieve our client's desired results. Commitment to the highest standards in design and advanced technology allows DEA landscape architects to quickly respond to your project needs. We take pride in our ability to listen to our clients and understand their project objectives. Our resources include 19 staff members dedicated to the landscape �. architectural team firm-wide,with 6 of them holding professional registrations. With our landscape architect's diverse experience in the Coachella Valley and strong depth of resources, DEA offers a proven track record of creative,cost-effective and technically advanced services. Communication and coordination have proven to be vital in the successful completion of our projects. It is our goal to be an integral part of your team. Our previous experience working with the City of Palm Springs on the APWA Award Winning Gene Autry Trail park and streetscape project allowed for our team to work hand in hand with your staff to develop a project that ; would provide an iconic gateway to the city. Likewise,our most recent experience working with your team involved the development of structure aesthetics for the Vista Chino Bridge. This effort allowed close collaboration with the City's Arts m Commission and environmental team and Caltrans for the preparation of the Visual Impact Assessment. 10 s 0 DEA landscape architects have been working in the Coachella Valley since 1989 and have »-4117�° n\ a been instrumental in the design and construction of numerous projects including parks,trails, Pdlm UVWi11. streetscapes, Corporation Yards, sports complexes, residential housing projects,school improvements,corridor master plans, interchange designs and PM10 related projects. We have "'w o ° "° • worked with the following City's/agencies in the Coachella Valley: Palm Springs, Palm Desert, fi7 © e W 0 4 CITY OF PALM D� SPRINGS110 � Desert Hot Springs,Cathedral City, La Quinta, Indio, Rancho Mirage, Indian Wells, Banning, CVWD, Desert Water Agency, CVAG, IID,the County of Riverside,Caltrans District 8, and the Agua Caliente Band of Cahuilla Indians. DEA has been working with,or for,the city of Palm Springs for many years. We have built strong relationships with staff and commission members including local artists, and worked collaboratively with the community on consensus building for various design tasks. We understand the environmental concerns throughout the valley and are considerate of those aspects during the design and construction process. Because of our vast experience throughout the Coachella Valley,the City can depend on DEA to provide a talented team of landscape architects that will act as an extension to your staff and thereby meet your project needs and schedules. In fact,over the last 26 years, DEA has demonstrated to numerous agencies our ability to deliver on multiple on-call contracts for a multitude of project types. DEA has provided landscape architectural design services on a variety of projects throughout the Coachella Valley—many of which are highlighted throughout this submittal. A.3 Budget/Schedule DEA understands the need for accelerated schedules. We have a great deal of confidence in our ability to meet a proposed schedule and pride ourselves in being accessible and responsive to our —— - clients. DEA realizes the importance placed upon our firm to a "--- provide quality service to our clients,while maintaining open and clear communication,and by providing our services in a timely manner. "On time"and "on budget" are some of the terms frequently used by clients, but very few consultants are able to live up to these standards. DEA has an excellent reputation for being on time and we have been commended by many of our clients for completing projects ahead of schedule and within budget. Our recent projects performed for the City of Palm Springs involved the need to adhere to various project schedules driven by such factors as Caltrans procedures and/or the American Recovery&Reinvestment Act guidelines. In each instance, DEA coordinated schedules and met or exceeded deadlines accordingly to ensure the successful outcome of each project. DU P.j nC nler ;;t, Cost control procedures involve project planning, resource allocation,adherence to project schedules for deliverables,and ::� °� °^°'" J weekly reporting of time and expenses.A clear understanding of the scope of services at the onset of a project is of paramount _J raj_ ., ._. importance to overall cost control. DEA maintains an on-going •"•" '` ' —" �' ` database of construction bids for projects in the Coachella Valley 25 and will utilize this knowledge along with additional resources available from both Caltrans and local contractors who assist with providing current costs when bidding Public Works construction projects. a v c m m c m W 9 � I O 5 CITY • OF , IL 4AWU A.4 Project Management Tools DEA has assembled an experienced project team based on the needs of the anticipated work.We have the expertise and capabilities to provide the City STRATEGY of Palm Springs with superior landscape architectural and support consulting services.Our management structure explains the appropriate chain of command and reporting responsibilities. DEA has a team management approach,which provides flexibility and innovative thinking,while . maintaining strict adherence to the project's goals and schedule.At DEA, organization is of the utmost importance, matching each project with the correct resources and personnel to ensure that work tasks are carried out SUCCES�: 'T007% .on schedule"and"within budget",The management plan for each project will be adjusted and refined based on the City's needs once the project is initiated. DEA's basic elements of management are: • Assignment of personnel and hours, • Adjusting the project plan and a schedule as required with the input of other senior managers and team members, • Communication of City Staff and individual's roles and responsibilities in carrying out the project goals,and • Obtaining a commitment from the entire team in achieving these goals DEA provides proactive project management training to its staff and has developed a project management system for administering on-call contracts. In this system,the project manager is the key contact for the contract and is generally responsible for preparing scopes and budgets, invoicing,quality control,and assigning appropriate staff, including a task leader,to work on different tasks.The task leader is the professional responsible for a ProjeCtManager Program particular task,such as a park design. Depending on project circumstances, the task leader will also work closely with the client on specific tasks.We have found this system to be very effective for on-call services contracts because it provides a single contact for the client, minimizes confusion,and allows DEA to assign the most appropriate staff member for potentially diverse tasks requested by the client.We have successfully used this approach to manage on-call services contracts with other municipal clients. d m m 0 0 N N Q V C N N C N LU lU O W 0 6 CITY OF PALM SPRINGS SECTION B: SCOPE OF WORK B.1 Allocation of Resources A hallmark of DEA's service is our responsiveness. The ability to assign staff and get them on a project quickly defines a quality on-call consultant.We are committed to doing everything possible to have appropriate personnel available to work on any given project. The allocation of our resources can be changed with minimal notice in order to comply with City's needs. The DEA project team has sufficient resources to accommodate multiple tasks under this on-call contract. The DEA team is organized to provide the project manager and the City of Palm Springs with flexibility and resources to meet the needs of the varying levels of work that could potentially be assigned under this contract. Our team includes staff with experience in virtually every project type and task that may be needed to accommodate the City's landscape architectural needs.Our experience performing z the type of services requested and our regional resources will facilitate our ability to meet your needs, regardless of the level of work assigned. Using our on-call contract priority assignment system,we"reserve"our staff for a baseline allocation to each contract based on historic volume levels, at a minimum. If the work level isn't high, staff can be reassigned to other projects.Other assignments can be shifted, if work load is higher under the proposed contract. In the event that additional resources are needed, DEA has several Southern California offices housing multiple disciplines from which we can draw from. DEA's team is flexible,with additional capacity from our subconsultants that will further allow us to draw from a larger base of knowledge and talent. Staffing Capabilities " DEA will utilize the services of staff from our major regional office in Ontario. ------ - ---------------- " --- DEA recognizes that there are times when schedules must be accelerated, which require additional planning,cooperation, and effort. DEA has a large, professional staff in Ontario,with six additional Southern California office locations,thus allowing our team to service the City with minimal notice.Our team will provide the City with ample staff that is available all types of landscape architectural projects.....and that has the capability of providing —--� j additional in-house resources such as civil and structural engineering, ­3k planning and grant writing,traffic engineering, and surveying. Our team objectives in achieving our goal on this contract include:our availability and commitment of the DEA team resources to ensure timely completion of quality products;the appointment of a proven project manager to provide the leadership and current expertise required on design and construction projects;and the designation of experienced task leaders and personnel to lead the various technical elements required for the successful completion of a project. N m DEA's key personnel assigned to this project have extensive backgrounds in various aspects of landscape architectural services on projects throughout the Coachella Valley.We are confident that the team members assigned to these key areas are professionally qualified and experienced in addressing the contract issues. With our current workload, we have the ability v to commence work immediately and to adhere to the schedule of each project. w c m w v m 0 7 CITY OF PALM SPRINGS B.2 Technical Scope of Work "SAMPLE" Scope of Services The following sample scope of services is provided to indicate the role of the landscape architecture team for PARK DESIGN. Tasks not associated with the role of landscape architecture have been identified such that a comprehensive order of work could be depicted. PRELIMINARY INVESTIGATION Task 1.01 —Start Up Meeting The IDEA project team will meet with City staff to begin preparations for the Park project. This meeting will serve as an opportunity to acquire relative input about the project area from various city departments including guidelines for implementation and scheduling, in addition to identifying key contacts. This meeting will also provide a review of the scope of services, including optional items I phasing,content and objectives of the Grant guidelines&Environmental documents(by others),existing plans, surveys, utility connections, ROW mapping,Caltrans documentation, maintenance,construction scheduling and budget. Task 1.02-Project Scheduling IDEA will prepare and maintain a project schedule to include realistic and mutually agreed upon milestone dates for each phase of design and construction. This task includes ongoing coordination with team members and agency representatives. Task 1.03—Topographic Survey Task 1.04—Site Analysis I Preliminary Engineering Report Task 1.05-Geotechnical Investigation Task 1.06—Project Team Meetings The DEA team will meet with the City at least one(1)time per review period (at each submittal). CONSTRUCTION DOCUMENTS The following tasks include each anticipated plan to be provided at the conclusion of the construction document phase. We are showing these herewith to provide a description of each plan; however, only the appropriate percentage of work will be performed during each phase as outlined by the City(30%, 60%, 90%and 100%). Task 2.01 -Precise Grading,Paving and Drainage Plan u Task 2.02-Utility Coordination/Research —` _o Task 2.03-Utility Improvement Plan 0 0 Task 2.04-Erosion Control Plan 0 c R Task 2.05-Horizontal Control and Signing and Striping Plan m Task 2.06—Off-site Street Improvement Plans v m 0 8 CITY IF PALM SPRINGS II • •• ,; i Task 2.07-Hydrology and Hydraulic Calculations/Report Task 2.08—Standard Urban Stormwater Mitigation Plan (SUSMP) Task 2.09 - Notice of Intent(NO1)and Storm Water Pollution Prevention Plan (SWPPP) Task 2.10—Site Plan DEA landscape architects will provide a site plan for the proposed items of construction. This plan will designate features of the proposed project including placement,detail references, material and manufacturer callouts,general construction notes, and specific elements of the overall design which are necessary for the proper construction of proposed items. At this time, we anticipate that the project area will include some or all of the following: picnic areas,play equipment, parking,open space, bioswale, dog park,garden areas, restroom,site furnishings(bike racks, benches,trash receptacles, BBQ grills),walking paths,fitness area, historical kiosks, landscaping, lighting, and fencing. Task 2.11 •Construction Details DEA will prepare construction details for the proposed park elements such as concrete paving I finish, asphalt paving, decomposed granite paving, play surfacing, trash enclosure,shade shelter(structural calculations by manufacturer),fencing, concrete curbs, garden appurtenances, playground equipment layout, historical kiosks, and signage. Task 2.12—Irrigation Plans The irrigation plans will provide the necessary information for a complete and fully automatic irrigation system for the proposed park site. The plans will indicate the point of connection(s)based upon agency requirements, backflow prevention and pressure regulation(as necessary), and equipment size and type in the irrigation legend. Effective January 2010,the State of California implemented a new water ordinance(Assembly Bill 1881)and therefore many new requirements are being requested from both the State and local agencies. We anticipate providing the following information: • Prepare water usage calculations (MAWA and ETWU) based on the new water ordinance. • Provide water efficient landscape worksheet and hydrozone table for each remote control valve per new ordinance (water use category,area served in s.f., controller number, valve size and flow). • Obtain horticultural soils report(Agronomic data) based on soil samples obtained from site by DEA. Report to be provided by Soil and Plant Laboratory or equal. • Provide irrigation run time schedule per ordinance based on soil type. • Rain and wind sensors will be added per ordinance. • Statement note will be added regarding ordinance. • Add WUCOLS water use classifications for all plant material. The following items are not included at this time but can be provided in the future if desired: regular maintenance schedule, certificate of completion, and irrigation audit report following project completion. w m Task 2.12—Planting Plans 0 The planting plan will indicate location of proposed trees,shrubs,ground cover,turf and bioswale materials. A planting legend c w will denote symbols, botanical and common names,size, quantities,and remarks. Planting notes and details will also be a included. DEA understands the concern for water conservation and sustainability throughout the region and therefore will select materials appropriate for the project. The plant palette established will be of drought tolerant species with a focus on w materials proven successful within the City and surrounding areas. w V W 9 7,% CITY OF PALM SPRINGS ON-CALL" LANDSCAPE ARCHITECTURAL SERVICES Task 2.14—Restroom Building and Picnic Shelter Coordination IDEA is proposing prefabricated and/or pre-engineered structures for this project.We have found increased flexibility with pre- engineered structures and are confident that we can provide structures that will satisfy the City's concerns regarding,vandal resistance, use of concrete masonry units, and the use of sustainable design/construction practices. Low flow fixtures or even the use of some waterless fixtures are also feasible. We will coordinate with manufacturers and provide restroom building and picnic shelter drawings based on the City's input and available budget. Building elevations,floor plans, general utility information, roofing info and sometimes general footing/foundation information(typically not site specific)are provided by the manufacturer during the design phase(restroom building only). A plan view, roofing plan and elevations will be provided for the picnic structure. Structural calculations and full architectural drawings for pre-fabricated or even pre-engineered buildings are typically provided by the manufacturer when they are under contract with either the city or with the successful contractor at the time of construction. If the City would like full architectural drawings to be submitted up front during the design phase but would still like the contractor to enter into an agreement with the manufacturer when the project is awarded, there may be a necessary fee in order to have the manufacturer provide said drawings in advance. The fee for these drawings would then be deducted from the price of the building when ordered. Task 2.15—Electrical I Lighting Plans Task 2.16— Plan Submittals I Revisions Task 2.17—Project Specifications and Bid Schedule Technical specifications will be prepared in the desired format for the proposed park development. These technical specifications will be provided in a"boiler plate"format and IDEA will modify the document accordingly. IDEA requests that the City provide the boiler plate information for general conditions,instructions to bidders,and special provisions which IDEA will use to provide projects specific sections. A complete bid list of quantities will be provided indicating item descriptions and unit quantities. Task 2.18—Construction Cost Estimate The IDEA team will provide an estimate of probable construction costs for the proposed park elements for each stage of preparation of the construction drawings(30%, 60%,and 90%). Changes will be made at each new phase of development. A detailed, line item estimate will be prepared for use as a guide in the final determination of items to be constructed under the allowed budget. BIDDING Task 3.01 —Bid Assistance The DE4 team will attend the pre-bid meeting and assist the City in responding to bidder's inquiries and request clarifications when needed. Clarifications and/or addenda will be provided. -` m CONSTRUCTION 0 u Task 4.01—RFI, Submittal,and Change Order Review The DE4 team will review and respond to RFI's and clarifications during construction within five calendar days of receipt. DEA a will also review contractor change order requests,answer questions, review submittals(including the evaluation of product W substitutions),shop drawings and schedules required 'to be submitted by the contractor for conformance with the design plans and specifications'. > w 0 m C 10 CITY OF PALM SPRINGS Task 4.02—Site Visits DEA's construction management team will attend a pre-construction meeting in addition to field meetings during construction to discuss construction progress,visit the site as deemed appropriate to review the progress and quality of the work and ensure its compliance with the overall design intent,and review project issues and general construction matters. The team will assist the City in preparing punch lists for the contractor, in addition to conducting preliminary and final inspections to determine the dates of substantial completion and final completion of construction. Our'budgetary'fees are based upon a total of 18 visits occurring as needed—supplemental fees may be required if additional visits are requested. Task 4.03—As-Built Plans The IDEA team will also prepare As-Built plans in electronic format from information provided by the contractor red lines. The City will coordinate with the contractor to provide IDEA the information regarding changes made to the project during construction which are to be shown on the As-Built plans. IDEA will utilize the electronic plans to prepare said modifications; and provide colored bond prints which readily highlight said modifications. B.3 Sample Projects Gene Autry Trail Park and Gateway, Palm Springs California The following description was taken from ourAPWA Award-Winning submittal for Gene Autry Park and highlights RFP items (a)through(h)herewith: With the successful acquisition of Transportation Enhancement Funds,the city of Palm Springs, in cooperation with their Architectural Advisory Committee, set out to accomplish two very important tasks: The beautification of Gene Autry Trail and the development of a passive park which would house a new and vibrant gateway and city entry sign. The 1.72 acre'remnant' parcel is the focus of this submittal. This vacant property located southwest of Gene Autry Trail and Vista Chino had simply remained a narrow, linear parcel of land that offered nothing to the neighborhood but a problematic, visually unappealing site that turned its back on the community. Its high profile location would eventually prove instrumental in creating a true gateway and welcoming opportunity. In early 2007,the design team began preliminary studies for the development of the park and the iconic gateway sign. This element was expected to emphasize and enframe the setting, while speaking to the'theme'of Palm Springs. The sign would eventually incorporate lighting and decorative hardscape. U The park was to be passive in nature—an opportunity to showcase a wide range of native plant communities found in the Foothills near Palm Springs. This planting scheme would be reflected in the medians and parkways along Gene Autry Trail. m Additional design elements would include shade shelters,site furnishings such as benches and trash receptacles,walkways, berming/landform grading and large boulder groupings(further identified within the local mountains), lighted bollards,drinking q fountains, in addition to bocce ball courts. Each cul-de-sac street which terminated at the park would be provided with a pedestrian access points, and new property line walls—allowing a consistent design theme along the entire westerly perimeter of the site. m w v m 0 11 CITY OF PALM SPRINGS Hardscape and site fumishings incorporated sandblasted patterns to create forms and patterns reminiscent of the alluvial fan I drainage courses found in the local Foothills. Large earth toned colored 'bocce ball' bollards were placed throughout the park site to provide interest and identity courtside. The City and design team had several critical goals for the development of the project. 111d" These included: • The creation of a passive park that serves the neighborhood and provides a dynamic and recognized landmark, • The development of a unique and creative Palm Springs Gateway • The seamless communication and coordination with City staff, Caltrans, SCE, DWA and local,state and federal agencies(TEA funding) • To provide'timeless'design solutions that evoke identity and 'place making' The development of the park achieved numerous aspects that truly make this a successful project. We have improved the quality of life for nearby residents and demonstrated stewardship of the natural environment,while creating an iconic landmark for visitors to Palm Springs and the Coachella Valley. The revitalization of this once vacant parcel of land into a unique oasis proved successful in both function and form. It improved drainage, increased property values, increased safety while decreasing negative uses such as vandalism, illegal dumping and loitering.....and it provided a place to enjoy the outdoor environment! Cost Effective Design Solutions In order to be cost effective, the team first determined that a balanced cut and fill solution would be beneficial and allow for landform grading and the desire to minimize or eliminate'truck trips'. Recycled materials were incorporated where possible in addition to the use of drought tolerant plant materials and inert materials;hence a reduction in water use and maintenance needs. Through the requirements of AB1881,the design team implemented'smart' irrigation techniques as well as addressing the Coachella Valley's Dark Sky Ordinance for park lighting. Community Outreach During the Design Process In December 2007 when the conceptual landscape plans were prepared for the vacant land on the southwest comer of Vista Chino and Gene Autry Trail,the City of Palm Springs sent out letters to the neighborhood informing the residents about the proposed project. The neighborhood was invited to City Hall on January 11,2008 to review the conceptual plans, ask questions,and provide comments. Primarily,the questions focused on concerns regarding parking,security after the park closes, homeless activities,fencing,the bocce ball court and recreational activities,gates at the end of the cul-de-sacs that terminate at the park boundary,trash receptacles, and the existing walls and fences at the property line. City staff addressed all questions and explained the details of the project to alleviate concerns from the community. ti Additional community outreach included letters I questionnaires sent to neighbors who were unable to attend the meetings —` and workshops. After considering public comments received and subsequently revising the concept plans accordingly,the o City Council approved the project and authorized the design team to move forward with final plans. 0 0 0 m m Positive Impacts to the Community a The park and adjacent streetscape improvements made a significant positive impact on the community-in particular with the implementation of an iconic gateway and city entry sign—an opportunity to create a true showcase for'placemaking'. The park is no longer a vacant open space that allows for the homeless to congregate,nor spaces for trash or drainage to collect. ; w v m 0 12 CITY OF PALM SPRINGS Instead, it has revitalized the neighborhood and provided much needed recreation and a well-lighted,safe and aesthetic passive open space. Innovations in the Use of Technology The protection of environmental resources was also a consideration when designing Gene Autry Trail Park. The park irrigation system utilizes potable water and is controlled via a central control system that monitors soil moisture levels,weather patterns, and system pressure loss and water usage to manage and control water line leaks or failures. The park incorporates a significant amount of porous decomposed granite paving that allows water to drain into the soil. This material also serves to reduce heat and glare. The large specimen trees not only make a unique architectural statement, but they also provide a naturally cooling effect. The planting design also includes drought tolerant plant material which provides shade, screening,and color respectively. Safety Improvements/Enhancements The park's extensive night lighting systems help strengthen safety and security concerns throughout the facility. The bocce ball courts were designed to comply with ADA guidelines providing a unique play environment filled with contrasting decomposed granite.The park provides full ADA accessibility to all areas of the park. Bollards,strategically placed, help restrict vehicular access where necessary. Two covered shade canopies provide for the park patron's enjoyment. Shade structures help provide protection from the sun, while open space and walking paths encourage physical activity as well as leisure enjoyment. Original Construction Contract Cost $1,225,234 Integration of Aesthetics f Visual Appeal The design allows for an exceptional use of a small, linear space for walking paths, picnic areas, bocce ball play, and quiet spaces for reading or relaxing. The park also provides an integrated approach to recreation and leisure activities—providing a little something for children and adults alike. The site is colorful, dynamic, interesting, safe, and most of all—provides for an iconic entrance to the City of Palm Springs! Whitewater DEA landscape architects prepared a master plan for Whitewater Park, a proposed 5 acre park in Cathedral City.Working closely with the city appointed grant writer, DEA developed a plan for active recreation facilities while considering the incorporation of sustainable features such as recycled materials,the use of decorative rock and decomposed granite, 'Smart Irrigation'techniques, and drought tolerant plant material. The park featured two playground areas,walking paths, a baseball field with soccer field overlay, two basketball courts, a skateboard area, parking, plaza space and picnic shelters, in addition to fitness stations,a restroom, lighting and signage.The preliminary construction costs are estimated at$5 million. m m a) DEA's work with the client first began during the grant application phase of the project which resulted in the successful y award of a Proposition 84 grant for$5 million dollars. The team worked with the grant writer,the city of Cathedral City < and community organizations such as the local pony baseball league and the local skate shop.The process resulted in a c A conceptual plan that met the needs of the community and the requirements of the grant. m w v 0 73 CITY OF PALM SPRINGS Ono b) The 5 acre park site had a tall order of site amenities that were desired by the community not the least of which was the baseball field. Locating all of the active uses in a small park nestled in a residential community was challenging. Ultimately the design team provided creative solutions that considered safety, appropriate buffer spacing for privacy, and light placement while designing a functional and user friendly space. c) One of the requirements of the grant funding was sustainable design solutions. DEA has been working in desert climates for many years so the principles of water conservation, Smart Irrigation technologies and methods as well as drought tolerant planting have been standard for our designs for quite some time. This project was no different. In addition,we utilized principles of low flow fixtures in the restroom building, and solar lighting for park security/walkway lighting. Recycled materials were used in many aspects of the park such as benches,tables, steel shade structures, rubber surfacing,and storm drain piping. The park site also serves as a detention basin with additional subterranean dry well storm water structures which facilitate ground water recharge. d) One of the more significant challenges for the park was the issue of storm water holding capacity. One of the parcels of land that would ultimately become part of the park included a small,walled detention basin. The basin was under-sized because flows from the site as well as significant off site flows were being received. As a result,during significant rain events,the adjacent street and sometimes private residential lots would suffer flooding. DEA collected the appropriate data, analyzed the available opportunities, assessed the limitations and found a solution. This required collaboration with the City and a system was designed that combined a much larger detention basin,several dry wells, and an overflow system that flowed into an updated city storm drain connection. e) DEA assisted with community outreach in providing visual and oral presentations to various stakeholder groups,the parks commission and City council to gain consensus and project approval. f) DEA worked directly with internal city departments, City Council, Parks Commission as well as a local skate board shop that helped us gain consensus via Facebook on which skate components would be most desirable in the park. We also worked with the local Pony baseball league representative regarding the baseball field and the concessions facility in the new building. g) The grant funding was the only source of funding for the project and it had to include soft costs as well as hard construction costs. We designed the park during difficult and changing economic conditions. We had to react to increasing unit pricing to make sure that ultimately the park came in under the ultimate budget of 5 million dollars which we did successfully. This required some additive alternate amenities and creative solutions such as direct purchase agreements for some products and some installation. Doing so through purchasing cooperatives still satisfied the requirement of a public bid process but saved the city both time and money in the long run. h) The project did not involve any impact with historic buildings or site components although there was a'paper street"that bisected the site. A neighbor accessed this area to gain vehicular access to his back yard. We worked with the city to provide a solution that protected his access. As noted in item'C' above, all of the plants used on site were either m California natives or California friendly in terms of their drought tolerance and climate tolerance for the low desert. State o of the an irrigation technologies that exceeded even the state's assembly bill 1881 for water conservation were used as $ we complied with Coachella Valley Water Districts standards. a v c m m c w w D 0 74 CITY OF PALM SPRINGS "14"u%IN 611" SECTION C: FIRM AND STAFF QUALIFICATIONS C.1 Landscape Architectural Services Landscape architecture is an integral part of DEA's interdisciplinary approach. Our experience includes landscape design services for parks&recreation areas, playgrounds,sports fields,trails,streetscape&highways, residential and commercial site planning. We hold a significant number of on-call contracts with local municipalities for landscape architectural services, plan checking,inspection and construction management services. The map below depicts many of our Coachella Valley projects. Individual project descriptions can be found on the following pages. O 0 Agm Gliante sp.&Casino ® Date Pa1M1-101marchange 0 Citywide stregtscape Improvements ..,�.. ® Ia Quinnsports Compk. r,. _ c �°"'4r_ u 0 Franck Hack Park T sw . ® Coveoasis Trail ,sue u�..owao _ 40 Indian Canyons Park w ® Madison Club s«. 4k ..ry 0 vista Chino Bndv Aesthetics m O o . A Amms .ter Park 0 0 Gene Awry Trill Gateway 0 ® Freedom Park,Palm Desert (�Q O Palm Deert Chic Center Park A QA m © V Quint.Civic Center Park z © Pioneer Park Conceptual Plan © �� o Mission Springs Park Q Indio Park Master Plan AIndio Date Palm Fairgrounds U C W m V O N 0 Q V C tg an C A W 9 W 15 CITY OF PALM SPRINGS Gene Autry Trail Gateway, Palm Springs, California OWN= DEA provided landscape architectural and civil engineering design services for the parkways and median on Gene Autry Trail north of Vista Chino and the design of a new 1.7-acre passive park that serves as a new and vibrant gateway to the City.The City and the design team had several critical project goals.These included creating a passive park that serves the neighborhood and provides a dynamic and recognized landmark;developing a unique and creative Palm Springs Gateway;engaging in seamless communication and coordination with City staff, Caltrans, SCE, DWA and local,state and federal agencies(TEA funding);and providing timeless design solutions that evoke identity and contribute to"place making."The completed park achieved the goals:improving the quality of life for nearby residents and demonstrating stewardship of the natural environment,while creating an iconic landmark for visitors to Palm Springs and the Coachella Valley.The revitalization of this once vacant parcel of land into a unique oasis proved successful in both function and form. It improved drainage, increased property values, and increased safety,while discouraging negative activities such as vandalism,illegal dumping,and loitering. Most importantly, it provides residents with a place to enjoy the outdoor environment. Vista Chino Low Water Crossing Bridge, Palm Springs, California DEA was selected as part of a collaborative team to prepare conceptual designs to highlight bridge aesthetics for the Vista Chino Low Water Crossing Bridge in Palm Springs.The project consists of the design and construction of a new four-lane bridge over the Whitewater Channel,approximately 2,300 feet long.The project is federally funded and will require approval from the City, FHWA,and Caltrans. DEA's team began developing four distinct concepts for the bridge. Each portrayed a theme that allowed for a unique yet appropriate representation of forms,textures,colors, and materials used throughout the City. During this time, similar concepts were being developed for the Ramon Road Bridge in Cathedral City. Because the Vista Chino Bridge is located on the border of Cathedral City,the need and desire for collaboration and input was key to both agencies to convey a consistent theme. Upon completion of the four concepts,the DEA design team presented to the Palm Springs and Cathedral City Arts Commission such that each team could consider the design elements,colors, themes,and materials. Both Arts Commissions respectively provided guidance for our team to prepare a revised concept for the Vista Chino Bridge that would focus on refining the concept....a desire to keep the design simple while allowing west bound vehicular traffic to focus on the mountain vista set before them. ci Spa Hotel and Casino, Agua Caliente Band of Cahuilla Indians, Palm Springs, California DEA provided civil engineering,surveying and landscape architectural services for the 10 acre parking lot which surrounds the m Spa Hotel and Casino in Palm Springs. Services included street improvement for 3,000 feet of street, 2,000 lineal feet of u storm drain,grading plan,horizontal control,and signing and striping. In addition, DEA also provided design review of the site plan and architectural plans, preparation of the amended NEPAICEQA environmental assessment, assistance with a development strategies,and phasing of the gaming facilities adjacent to the hotel and casino site. DEA was also responsible for the coordination and scheduling of all the subconsultant's work efforts. Improvements included the relocation of numerous large specimen trees and the development of lush desert landscaping. Security and safety were a concern, in addition to developing a visually appealing project. Landscaping also included development of the streetscape adjacent to the new hotel r" a m O 16 CITY OF PALM SPRINGS project. It was necessary to coordinate with engineers,architects, lighting designers, and contractors to develop the final project. Lateral 15A, Palms Springs, California On behalf of the Agua Caliente Band of Cahuilla Indians, DEA prepared storm drain improvement plans for the construction of a storm drain in the city of Palm Springs. DEA prepared hydrology, hydraulics,and plan and profile drawings. Plans were reviewed by both the city of Palm Springs and the county of Riverside.The city will transfer the drain to the County for maintenance after construction.A new storm drain and catch basins were constructed to facilitate the improvements to the Spa Casino and this lateral was in the master drainage plan. Agua Caliente Indian Reservation, Palm Springs, California DEA acted as the tribal planning consultant for the Agua Caliente Band of Cahuilla Indians in the Coachella Valley. Owning over 32,000 acres throughout four jurisdictions(Palms Springs, Cathedral City, Rancho Mirage, and the Riverside County), the tribe evaluated numerous land use and development opportunities. DEA functioned as the planning director for the tribe, with responsibilities that included coordination of all projects on Indian land, presentations,and reporting to the Indian Planning Commission and Tribal Council. DEA provided planning and engineering services to meet evolving tribal development needs. South Palm Canyon Street Improvement Project, Palm Springs, California The South Palm Canyon Drive project consisted of the realignment of 4.300 lineal feet of South Palm Canyon Drive and design of 1,200 feet of new roadway within tribal lands south of Palm Springs. The project included aerial and ground survey and mapping, roadway improvements,4,000 feet of 12" and 8"sanitary sewer, 4,000 feet of 12"domestic water,drainage studies and culvert design, grading and layout for a new toll booth,and construction cast estimates and specifications. The roadway was intended to provide access to landlocked tribal parcels as well as access for the public to visit the two palm oases within Palm Canyon. Data Palm/1-10 Interchange-Aesthetic Design Improvements, Cathedral City, California DEA provided landscape architecture and master planning services to the city of Cathedral City to develop aesthetic designs for bridge enhancements and interchange improvements at the intersection of the 1-10 Freeway and Date Palm Drive. Working closely with City staff and the City Arts Commission, DEA developed a design to create a readily identifiable"Gateway"and introduction to the city. At the preliminary stage, DEA developed 3 potential themes: "Cathedralesque",to evoke a sense of the shapes and feelings experienced in a cathedral; "Environmental",drawing upon the unique plant life " in the desert to create iconography and forms; and"Spirit of the Desert", using color and a sense of movement to define the esoteric nature of the desert. The E "Cathedralesque"theme was selected,and DEA used form,texture,color and ' io lighting to further develop the concept to provide a unique experience at the interchange. a a c m c w v m 0 t7 CITY OF PALMIII SPRINGS Whitewater Park, Cathedral City, California DEA landscape architects prepared a master plan for Whitewater Park, a proposed 5 acre park in Cathedral City.Working closely with the city appointed grant writer, DEA developed a plan for active recreation facilities 9 while considering the incorporation of sustainable features such as recycled materials,the use of decorative rock and decomposed granite, 'Smart Irrigation'techniques,and drought tolerant plant material. The park featured playground and picnic areas,walking paths, a ball field with soccer field overlay, parking, plaza space and picnic shelters, in addition to fitness \ A stations,a restroom, lighting and signage. �: _ Cathedral Canyon/Dinah Shore Drive Sewer Project, Cathedral City, California Among numerous sanitary sewer improvement projects that were completed by DEA for cities and counties in Southern California, DEA had recently completed the design of a 10-inch diameter VCP sewer in Cathedral Canyon and Dinah Shore Drive that will provide relief to the existing Cathedral Canyon sewer. A new manhole over the existing sewer was constructed, and a live connection was made to divert sewage flows. Special emphasis was given to the new sewer's alignment to ensure ease of construction, minimize utility crossings and relocations,and minimize traffic control requirements. Monterey Avenue Arterial Improvement, Rancho Mirage, California DEA designed street rehabilitation improvements for two miles of six-lane arterial roadway that included curb and gutter, sidewalk, parkway, and medians.Work tasks included site reconnaissance;aerial photography; survey; mapping; utility coordination; hydrology studies; and preparing plans,specifications and estimates. This project also included design modifications for two existng traffic signals and a complete redesign of one major traffic signal that involved designing all new traffic signal poles with longer mast-arms, new conduit runs, new loop detectors, and new traffic signal phasing. On-Call Services, Coachella Valley Water District, California DEA was under contract with the Coachella Valley Water District to provide land surveying,design engineering and CAD drafting services on three projects. These projects consisted of Cathedral Canyon/Dinah Shore sewer project which includes plan and profile design of a 10-inch diameter sewer. The second project involved surveying, designing and drafting of three water main projects in Rancho Mirage and one water main project in Sky Valley. Project number three involved providing drafting services for standard specifications for the construction of a sanitary sewer system. Mission Springs Park, Desert Hot Springs, California DEA landscape architects and civil engineers provided preliminary and final I.1. i design plans for a 17 acre park renovation project in Desert Hot Springs. The park will include 4 soccer fields,a concession/restroom building,children's play areas, a basketball court,entry plaza,fitness walking trail, parking areas d and passive open space. Phase II of the project includes additional play fields —` and parking within the adjacent 5 acre parcel. DEA worked with the city to prepare plans on a'fast track' basis—allowing the project to be formally bid ° within 4 weeks of a notice to proceed. ° m W Q Hovley Lane Landscaped Medians, Palm Desert, California W DEA landscape architects worked closely with the city of Palm Desert to develop landscaped medians along Hovley Lane from Portolo to Cook Street. The existing medians were refurbished to include decorative rock,fines and a desert palette ; consistent with the plant material designated to remain. Mesquite trees,ocotillo, bougainvillea,and palm trees were some of w v W 0 18 CITY OF PALM SPRINGS the materials included in the overall design to provide color and interest in the landscape. Drip irrigation and solar controllers were also implemented and have proven to be successful when traditional electrical service is not available. Magnesia Falls Median and Parkway Improvements, Palm Desert, California DEA landscape architects are provided conceptual and final design plans for the landscaped parkway and median island improvement on Magnesia Falls Drive,from Monterey to Deep Canyon Road. Thematic desert accent areas were created throughout the median, providing a unique image corridor. Freedom Park, Palm Desert, California DEA provided conceptual,final design and construction administration services for a new 23-acre park in the City of Palm Desert. This"Award Winning"park includes three lighted ball fields,one soccer field, two lighted sand volleyball courts,two lighted tennis courts,a skateboard area,a plaza y _ �. ■' and stage area,two playground areas,a third play area with a fog fountain, picnic shelters,a restroom/concession building and additional restroom building.Ten star shaped stations located around the park memorialize our rights as American citizens.Open space landscaping, including perimeter plantings, include desert plant life appropriate for the low desert.A bronze sculpture honoring the sacrifice that our freedom requires adorns the park's main entrance amidst colored accent paving and custom star shaped lights. Freedom Park was highlighted in the October 2008 issue of Landscape Specifier&News. Palm Desert Civic Center Park Master Plan, Palm Desert, California DEA performed landscape architectural services, irrigation design,civil engineering,surveying and construction administration for this 70 acre park project in the city of Palm Desert. The site includes development of a lagoon, waterfalls,fountains, picnic shelters,playground and tot lots, restrooms, play courts,trails,gardens,an extensive display of artwork,and parking facilities. Phase Three of the project included more picnic shelters,four lighted ballfelds, two soccer fields, a concession building with restrooms,and jogging/biking trails. The park was designed to allow handicap access to all major park features including the recently constructed amphitheater stage. d There are three entranceways to the site and the 2.2 miles of jogging trails were designed to connect the entranceways with the park's passive and active elements.The site is irrigated from a one-acre lagoon and plant selection was critical to adapt to the extreme heat. Monterey Avenue/Dinah Shore Median Sculpture and Landscaped Improvements, Palm Desert, California m DEA landscape architects worked with the City of Palm Desert on the Monterey Avenue median and parkways between Dinah W Shore and Interstate 10. The plant material is desert appropriate and irrigated with a hard lined drip imgation system that will provide water only at each plant. Decorative boulders,cobble rock and public sculptures are included in the proposed design. The photo simulation to the right is an early conceptual design for the site. m N C W ch > I W 19 -p CITY OF PALM SPRINGS La Quinta Sports Complex, La Quinta, California DEA landscape architects,civil engineers and surveyors provided the City of La Quinta with design services for the'active' 1.5 acre'central core'of the Sports Complex located immediately adjacent to an elementary and middle school. This renovation project included the design of baseball dugouts with r fabric shade shelters for three ballfields, spectator bleacher seating areas with fabric shade shelters, a central plaza space with a large shaded area to serve patrons of the existing concessions facility, batting cages with shaded areas for spectators,two picnic shelters, a pre-fabricated restroom building,two trash enclosures,fencing,a parking lot and improved planting, irrigation and site drainage.The park is a joint use facility that is used by the general public, in addition to the Desert Sands Unified School District. Jefferson Street Parkway, La Quinta, California DEA landscape architects prepared preliminary alternatives for the west and east parkways along Jefferson Street at Westward Ho. Each concept included a meandering concrete walkway,decorative cobble,shade trees,flowering desert accent plantings, boulders,and two colors of decomposed granite 'fines'. The westerly parkway includes a perimeter wall adjacent to the golf course with split face block, a decorative cap and stone columns. Intermittent sections of wrought iron fencing within the wall allow visibility into the golf course. The easterly parkway also includes a meandering walkway,desert plantings,and a perimeter wrought iron fence. Jefferson Street Landscaped Median, La Quinta, California DEA landscape architects provided conceptual design,design development, and preparation of final construction drawings for Jefferson Street in the City of La Quinta. Design elements included themed planting(in accordance with the City's landscape guidelines),ornamental lighting,decorative hardscape, placement of boulders,cobble, and gold fines, and "art in public places 'on the primary entry areas. Project tasks also included task scheduling, preparation of preliminary and final cost estimates, specifications,and assistance during bidding and construction. La Quinta Landscaped Medians, La Quinta, California DEA provided conceptual design, design development, and preparation of final construction drawings for five major roadways throughout the City. Project areas include Washington Street, Eisenhower Drive, Calle Tampico,Avenue 50 and Calle Sinaloa. Design elements include themed planting(in accordance with the City's landscape guidelines),ornamental lighting, decorative hardscape, placement of boulders,cobble,gold fines, and"art in public places"in the primary entry areas. V La Quinta Civic Center Expansion, La Quinta, California In this expansion project for the City of La Quinta, DEA was asked to develop V a garden showcasing plants native to California's deserts. Through research 0 and study,striking plants such as Ocotillo,Agave,succulents and a wide a range of cacti were carefully chosen and placed to reflect their dry, but unique habitat. Ongoing services also included work on a plaza at the entry of La Quinta City Hall. ; w v m o 20 CITY OF PALMSPRINGS 1111111 i 42 Pioneer Park, La Quinta, California DEA prepared two conceptual design alternatives for the Pioneer Park improvements. Improvements included providing a new parking area,access modifications, fencing and site furnishing improvements,and reconfigurations to the dog park areas. La Quints Civic Center Improvements, La Quints, California DEA provided construction management services for the La Quints Civic Center Park. Features within the park include a lake with aeration system, architectural elements, public art, decorative hardscape, large turf areas, and . desert landscaping. DEA provided daily site observation and quality control, responded to the contractor's requests for information, approved billing,and . L provided contract management. Coordination was key to the success of the project. The design team represented many disciplines and involved complex utility coordination. "Art in Public Places"was an extremely important component and DEA coordinated closely with all artists involved in the project.This park provides the city of La Quinta with a unique destination spot for residents and visitors alike. Washington and Miles PM10 Parkway Improvements, La Quinta, California DEA landscape architects and engineers prepared conceptual and final landscape parkway plans for a 32'wide linear parkway along Washington Street and Miles Avenue in context with the requirements for soil stabilization and blowsand abatement. DEA coordinated with the on-site development team to create meandering berms and pedestrian walkways throughout this landscaped corridor. Coordination with CVWD was also required to provide 2 new project points of connection. Francis Hack Park, La Quinta, California DEA was involved in a design/build process with the Coachella Valley Parks and Recreation District providing the preparation of final construction documents for a 5.2-acre park site in the City of La Quinta. The community pads consists of a baseball field,community center/restroom building, playground, basketball court,picnic shelters, bleacher shade structure, r7 w amphitheater/stage area, open turf play area and park monument signage. The planting design consists of a unique desert palette and the use of a variety of roses to be featured throughout the memorial rose garden. The irrigation system consists of an automatic system with rotors for turf areas and drip irrigation for desert accent plantings. i The Madison Club, La Quinta, California In developing a professional partnership with VITA Landscape Architects and Planners, Inc., DEA was responsible for the design and coordination of m development landscape and median landscape construction documents at W U The Madison Club,a private golf course community in the city of La Quinta. 0 DE4's project manager successfully managed the team in meeting critical a progress and submittal deadlines on this multi-million-dollar project. In meeting tight design and construction deadlines, DEA has exhibited our H ability to do"whatever it takes"to deliver a quality product to professional partners and clients alike. r" v 0 21 CITY OF .ALM SPRINGS "ON-CALL" LANDSCAPE ARCHITECTURAL SERVICES P y"11 �114C RL Lake Cahuilla Trail and Cove Oasis, La Quinta, California DEA landscape architects and environmental planners worked with the city of l La Quinta Public Works Department to develop trail head improvements. The site is located at the base of the Santa Rosa Mountains in the southerly portion of the city known as"The Cove". DEA developed three conceptual site plans for the palm oasis and trail-head project. The site contains the following items:several shade structures,freestanding benches, a drinking fountain, monumentation signage,trail routing and hiker information, a call box for safety purposes,spray towers for cooling off,a small parking area, a water feature,new plantings and appropriate irrigation systems. DEA developed cost estimates for the preliminary plans in order for City Council to make a selection on the desired site plan. The City has applied for several grants which will ensure the construction of the entire project in various phases of development. Several conceptual drawings were prepared for the site amenities and each was presented for review and approval. As part of the design on this project, DEA prepared the Initial Study and Environmental Assessment for the project. The Environmental Assessment analyzed the potential impacts of the proposed trailhead on all issue areas and determined that there would be no significant adverse impacts from the project or any other impacts which have not been addressed by the Master EIR. Final construction documents were prepared for the chosen elements and the project was constructed in two phases;the first of which addressed infrastructure needs,access,and signage. Patton Park, Indio, California George S. Patton Park is a 4 acre neighborhood park in the City of Indio.The park was developed by Beazer Homes and is part of the planned community The Haciendas.Once completed,the City of Indio took ownership of the park and now maintains it as one of the City's finest public parks.The park contains two half- court basketball courts,two tennis courts,open turf fields, picnic shelters with picnic tables and barbecues,two covered play areas,walking paths, bench seating, a parking area and a restroom building. Eight Park Evaluations and Improvement Projects, Indio, California The Eight Park Evaluation project for the city of Indio started with the evaluation of eight existing parks or city-owned proposed park sites.The parks were evaluated for ADA accessibility,safety, how well the parks were meeting the resident's recreational needs,potential recreational opportunities and maintainability. For each of the park sites, DEA provided the city of Indio with a park inventory, a safety and accessibility evaluation, and a list suggested improvements.A conceptual landscape plan was prepared for each of the sites, illustrating the proposed improvements,which included sports fields, picnic areas, play areas, support buildings(restrooms, concessions, and maintenance), walks,trees and site furnishings.An estimate of probable costs for the proposed improvements was provided with the project to assist with budget planning. 6 c Miles Avenue Street Improvements, Indian Wells, California DEA provided roadway improvements in the city of Indian Wells. The project involved integrated engineering and landscape m U architecture design services for Miles Avenue between Washington Street to the new bridge north of Hwy. 111 (approximately 5,000 feet of roadway) in the city of Indian Wells. Improvements included widening the roadway, a new traffic signal a" installation at Miles Avenue and Warner Trail Avenue,providing landscaped raised medians, and parkway improvements. DEA also provided traffic studies to determine if a traffic signal was warranted at the intersection of Miles Avenue and Warner Trail. ; w v a 0 22 CITY OF PALM SPRINGS ILI Highway 111, Indian Wells, California DEA provided landscape architectural design services for this mile-long landscaped corridor which includes alighted meandering walkway,accent and shade trees,and an automatic irrigation system. DEA's efforts also included the oversight of the preparation of construction documents, including planting, irrigation, and lighting design plans. Gibson Mariposa Park, El Monte, California DEA landscape architects worked with Amigos de Los Rios,a non-profit environmental and community advocacy group in providing design assistance, project coordination,and preparation of construction documents.The park was themed after butterflies,creating exciting opportunities to integrate unique design elements into the park.The monument sign resembled a large caterpillar,shade canopies were shaped like large butterflies, and a community stage was modeled after a caterpillar-eaten leaf. Plantings consisted of drought tolerant Califomia native plants and were designed to become habitat for a wide variety of native California butterflies.To educate visitors to the park on the butterfly habitat, informational kiosks were positioned at key points along gravel pathways, in addition to creating native plant and butterfly habitat. Veterans Park Soccer Complex, Pomona, California DEA provided conceptual and final design for Veteran's Park.The sports park includes four synthetic turf soccer fields designed to also accommodate football and a 1,000 square foot restroom building with concession,storage and maintenance areas at the main entry.Additional design features include a central plaza with custom shade canopy between the restroom and concession buildings,and age-appropriate separate play areas(for 2-to 5-year-olds, and for 5-to 12-year-olds)with shade canopy. DEA provided master planning, civil engineering, landscape architecture, architecture,and surveying. Construction documents also included detailed grading,drainage and hydrology plans. Hunter Hobby Park, Riverside, California DEA's landscape architects and civil engineers worked with City of Riverside staff to refine the preliminary concept plan for Hunter Hobby Park-a 32 acre r park named for its theme related activities which includes improved and protected train tracks for the only passenger bearing 1/8-scale live steam train in the country. DEA was responsible for preparing the design development package and final construction documents for new ball fields,a soccer field, tennis and basketball courts, a parking lot, picnic areas,age-appropriate u children's playgrounds,two restroom facilities, walking paths, open play areas, new train track alignments,and a new train station design. Deleo Regional m Sports Park, Riverside, California DEA provided landscape architectural and — — — — M civil engineering services for this 27-acre sports park for Riverside County Economic N Development Agency EDA in western Riverside County.The park site includes two softball fields,four soccer fields, a basketball courts,a tennis court,two play areas, a dog park,a skateboarding area,walking trails, picnic shelters,a restroom and concessions area, and a trail connection to regional hiking and equestrian trails. Park amenities were prioritized at community meetings based on the needs of the local community. `m w a W O 23 CITY OF PALM SPRINGS ON-CALL" LANDSCAPE ARCHITECTURAL SERVICES Ruben S. Ayala Park, Chino, California DEA provided landscape architecture,civil engineering,and construction management for this 68-acre park project.The park contains nine soccer fields,a covered stadium with seating for 300 spectators, a 100-foot diameter circular play area,two picnic shelters that accommodate groups of up to 40 people,a 2-mile walking trail, restroom buildings, a concession building,and parking for 820 vehicles.Throughout the park, a 2,000-foot long vegetated `w. bioswale provides a permeable surface,designed to reduce runoff and naturally mitigate pollutants into the soil.A distinguishing characteristic at one of the four parking lots is the use of vegetated bioswales between the parking isles,to slow runoff and recharge ground water.Shade trees were planted to reduce temperatures and evapotranspiration. Colorful tile mosaics and water misters were additional amenities incorporated into the park design. South San Fernando Streetscape Enhancements, Burbank, California DEA provided project management and design services for the South San s. Fernando Boulevard streetscape enhancement project. Upgrades to this 1 commercial corridor included street trees, benches,decorative hardscape, ` ornamental lighting, medians and traffic calming measures. Three distinctively different designs were presented for review and consideration by '7 the community. New, high density residential development was introduced by the redevelopment agency and therefore, mixed uses required the careful - consideration of the integration of existing and proposed uses. 1-10 Corridor Master Plan, San Bernardino and Riverside Counties, California The DEA team prepared the 1-10 Corridor Master Plan which addressed both �e the functional and aesthetic aspects of the route. The team developed design f"-�� T A, guidelines for the corridor landscaping and soundwall treatments, bridge fencing and abutment walls, and column and median improvements, and t , studied using signage and transportation art along the route. DEA landscape architects also helped District 8 prepare"How to Create a Corridor Master Plan" booklet to be used by all of Caltrans' landscape architecture t \ departments that highlights efforts regarding structure aesthetics and highway — - landscaping. v - , 1-215 at Los Alamos Road Interchange, Murrieta, California 4 Under contract with the City of Mumeta, DEA landscape architects prepared landscape construction documents for the Los Alamos Road/1-215 Interchange.As a major arterial and gateway to the heart a of Murrieta,the landscaping at Los Alamos Road interchange was a top priority for the city to continue their successful trend in spearheading several major transportation projects along 1-215. With -- a creative and innovative design approach to maximize aesthetic m c i m O 24 CITY OF PALM SPRINGS appeal while maintaining a reduced impact on irrigation system and maintenance costs,the DEA team delivered complete Caltrans plans,specifications and construction documents for approximately eight acres of landscaped area at the interchange. DEA's experience and professional relationships with Caltrans District 8 design and environmental units proved a valued asset to the city in delivering a successful"shovel-ready"project for construction. 1-15 at Limonite Avenue Interchange, Eastvale, California DEA landscape architects are working in collaboration with Dokken Engineers on the 1-15 interchange design which includes close coordination with the City Y. of Eastvale, the City of Jurupa Valley and Riverside County.The project ` involves improvements to the'level of service' provided to the traveling public including on and off ramp capacity, bridge improvements and highway widening.The design consists of inert materials such as decomposed granite }� and rock cobble in addition to low water use trees and shrubs such as Palo �,� v Verde, Texas Ranger,Toyon,and Coffeeberry. The soundwall will be planted L with vines and the bioswales will include grasses such as Elk Blue Rush and Deer Grass. Tracks at Brea — Segment 3, Brea, California DEA landscape architects and civil engineers are currently preparing conceptual and final construction documents for a one mile segment of Class I meandering trail through an abandoned rail corridor in Brea. Segment 3 includes work between Brea Boulevard and State College Boulevard and incorporates both hard and soft surface trail, native plantings,site furnishings, and a lighted parking area. Future uses include a restroom building, splashpad, plaza space,community gardens, bioswale,fitness area and interpretive signage. The site will undergo soil remediation efforts prior to the construction of the trail. Morongo Roundabouts, Cabazon, California Under contract with the Morongo Band of Mission Indians, DEA prepared design concepts and construction documents for two new vehicular round- about locations in Cabazon, California. Strategically located at the Apache Trail/1-10 interchange, this project improved traffic flow for thousands of travelers who also visit the Casino Morongo, a Las Vegas style gaming facility and resort located on Reservation Land.The DEA team was tasked with creating an aesthetically pleasing design that serves many purposes including maintain traffic flow while providing visual interest from both highway and line Li collector streets,present tribal cultural elements(statues, basket patterns, signage, lighting, etc.),and serve as a gateway to the Reservation and gaming facility. Diligent coordination with Caltrans o representatives and Tribal Council was paramount as DEA addressed several challenges:traffic safety, cultural aesthetics, 4 and visual impact/gateway opportunities. w a v c m a c m w 9 N 0 25 ARCHITECTURALCITY OF PALM SPRINGS ON-CALL" LANDSCAPE iv On-Call Contract Experience The DEA landscape architecture team has worked with several southern California municipalities providing on-call design services, DRC representation, and/or construction management. We have found that an essential element of our recreation, civic and community facility project success is client collaboration.Our best projects have been programmed, planned and designed with extensive input from our clients.When clients are engaged in the process,then they know that their interests and their stakeholders' needs are being addressed. DEA's list of clients found below is a testament to our responsive, respectful, and innovative character: Palm Springs, La Ouinta, Palm Desert, Rancho Mirage, Cathedral City, Desert Hot Springs, Indian Wells, Indio, El Monte,South El Monte, Rosemead, Pasadena,Azusa, San Gabriel, Temple City,West Covina,Walnut, Baldwin Park, Covina, Pomona,Claremont, Huntington Park, La Puente, Lawndale, Glendora, Irvine, Long Beach, Los Angeles, Montebello, Santa Clarita, Brea,Corona, Diamond Bar, Fontana,Glendale, Hesperia,Anaheim, Ontario, San Bernardino, Simi Valley,Temecula, Upland,Yucaipa, Burbank, Murrieta, Perris,San Jacinto, Riverside, Moreno Valley, Banning, Colton, Lake Elsinore, Barstow, Chino, Chino Hills, Montclair, Rialto, Victorville,Wrightwood, Laguna Woods, San Diego,Carlsbad, Oceanside Los Angeles, San Bernardino, Riverside, Orange, San Diego _ Caltrans Districts 7,8, 11, &12, SANBAG, RCTC,Western Municipal Water District, City/County/Port of San Diego, SANDAG Our role at each of these municipalities requires us to adhere to guidelines set forth by each—such as General Plan conformance, Landscape Guidelines, Specific Plans,Conditions of Approval, Zoning ordinances,AB1881 guidelines. DEA has also provided on- call services for design and construction to Caltrans, SANBAG, SANDAG,the City of Los Angeles, and the Counties of San Bernardino, Riverside, and Orange. LANDSCAPE ARCHITECTURE Landscape architecture is an integral part of DEA's interdisciplinary ago approach. Our experience includes resort, park, residential and commercial site planning;wetland mitigation design;streetscape design;and urban design.We place a special emphasis on site analysis and visual imaging as the basis for master planning, site planning,and planting and irrigation design. Landscape architecture combines art and science in such a way as to provide harmony between the natural and built q environment.The work of the DEA landscape architect involves planning,design,and preserving the land. We blend the art of 2 attractively shaping land and the objects upon it for use and enjoyment,with a talent for producing practical,yet innovative o designs. DEA's landscape architects and master planners analyze site potential and the environmental impact of proposed a development.At DEA, landscape architecture provides an integral part of the team processes. Our landscape architects have the design expertise necessary to combine attractive designs with functional solutions, assuring the client the highest quality A h of work. m w 9 W O 28 CITY ALM SPRINGS • • • , mik mliiil�IlIil Wu !' Design Services • Master Planning Public and Private Parks • Urban Design Park and Recreation Planning and Design • Street and Highway Projects • Site Feasibility Studies • Visual Simulations and Illustrative Graphics • Planting and Irrigation Design • Commercial Centers Parks& Recreation Parks enhance the quality of life of those that live,work and play in the communities that surround them. From small neighborhood greens to large _ community and open spaces,parks provide a connection to the natural environment,and add value to the community. DEA has provided sports/recreational facilities planning and design services to our clients for more than 25 years. Our experience includes sports fields, open space, trails,playgrounds,and associated recreational support facilities. We believe the development of any park or recreational facility requires a collaborative process that involves the community/stakeholders, business and residential neighbors, park staff,and a wide range of user groups. We further believe that an interdisciplinary approach is the best way to maximize the benefits to the parks while maintaining stewardship of a site's natural features. Because the team is comprised of landscape architects,engineers,and planners,we are able to deliver comprehensive planning and design services to our clients.This collaborative approach utilizes the knowledge and expertise of numerous backgrounds to fully respond to our client's goals. Scenic Corridors and Landscape Beautification Projects The DEA team has been involved in numerous streetscape enhancement projects,downtown revitalization efforts, transportation corridor master plans,scenic bikeways, visual impact assessments, median and parkway improvements, traffic calming and roundabout projects. When preparing corridor master plans,we consider the following elements: ' • Project goals such as establishing a sense of arrival,corridor beautification/roadway character, view orientation, distinctive landscapes, implementation, and public/private partnerships. • Design elements, including planting, irrigation systems, lighting, fencing, art in public places,gateways,and signage. s C • Our team is involved in community workshops and consensus building,development of illustrative conceptual plans, y design development and construction document preparation, assistance with bidding,construction management,and 2 project close out. .o N N Our highway interchange experience primarily encompasses renovation of landscaped areas in addition to providing bridge o aesthetics,and preparing corridor master plans. Having worked in an On-Call capacity with Caltrans District 8 for the past 12 0 years, in addition to coordination with Caltrans Districts 7, 11 and 12. DEA is ideally suited to assist on interchange and roadway enhancement projects.We have provided similar services for Murrieta, Diamond Bar, Cathedral City, Perris, Industry, w Azusa,and Corona. W 0 27 CITY RINGS • LANDSCAPE Streetscape Design DEA landscape architects have been involved in several streetscape and corridor improvement projects throughout Southern California. These projects involve careful collaboration with the Community in enhancing the design theme and creating gateways, landscape and hardscape improvements,and selecting site furnishings that will provide identity and style to an otherwise'ordinary' roadway. We understand the planning and transportation engineering aspects of any given project are equally important and we will therefore work closely with team members such that the blending of'form and function' is seamless. A significant and important goal of streetscape development centers or creating a"pedestrian friendly"and inviting corridor with appropriately scaled elements such as ornamental lighting, street trees, signage,site furnishings and decorative hardscape. The selection of items should strive to ensure classic,simple selections which will stand the test of time and do not become'dated' by their color or appearance. It is of primary importance to create a positive relationship between pedestrian, bicycle, and vehicular traffic. The new streetscape environment can be further enhanced by the implementation of landscaped medians and enhanced parkways. These elements allow for'softening'the street scene,framing views and providing opportunities for gateways and outdoor'spaces'. Trail Design DEA has a strong firm-wide,award winning resume for trail master planning and design.We have been involved in Master Plans for bicycle, pedestrian,and equestrian trails....to citywide , 1 bicycle master plans....to detailed design and planning for all �' z types of trails including Class I, ll, and III bike routes, nature trails, river trails, recreational trails,primitive trails,staging areas,trailheads, interpretive signage and wayfinding.Our involvement often begins at the community facilitation stage and then continues with preliminary trail design;development standards; right-of-way acquisition, if necessary; and final design and implementation. u c W m 0 O m Q a C C i Ilr 9 W O 28 CITY OF LANDSCAPE C.2 Key Staff/Team Members DEA staff assigned to this contract have the experience and capabilities to provide superior services.Our management structure outlines the appropriate chain of command and reporting responsibilities.This organization and structure is very important to the success of our clients,the project goals, and us. DEA has a team management approach,which provides flexibility and innovative thinking,while maintaining strict adherence to the projects goals and schedule. The DEA members assigned to this team have the experience and capabilities to provide the City of Palm Springs with award winning landscape architectural services. DEA has a proven ability to respond quickly and effectively to your needs and has staff available for projects under this contract. We feel our current experience and our commitment to this contract will allow us to provide you with the best possible services. DEA's team resources are shown in our organization chart provided below, followed by a table depicting the team's qualifications and availability. Resumes for key team members can be found at the end of this section. Ot/puN Sp� �y ^ a 'c4<lFOIrN�P::, Kim S. Rhodes, LA 3867 -� DEA - Project Manager Chris Giannini, LA 4287 David Evans and Associates, Inc. IDEA) Landscape Architecture Matt Okubo, PLS Rob Bathke, PE,OSD Greg Clark, LA 5320 Jon S. Oen, CID David Crosswhite Almabeth Anderson, LA 4985 DEA DEA Danny Wang DEA DEA - di N Electrical Engineering Geotechnical Engineering Wayfincling/Signage Ralph Raya Simon Said, PE, GE John Temple Randall V. Moss, PE, LEED AP Robert Riha, PG, CEG Hunt Design m MRC Engineering,Inc. Leighton Consulting,Inc. do c (Local Coachella Valley Firm) (Local Coachella Valley Firm) w v a, 29 CITY OF PALM SPRINGS • r rl .. Qualifications Kim S.Rhodes . Gene Autry Trail Gateway,Palm Spnngs Landscape Architect#3867 25% Principal in Charge . Vista Chino Low Water Crossing Bridge,Palm Springs . 1-10/Date Palm Drive Corridor Enhancement,Cathedral City . Caltrans District 8 Landscape Architectural On-Call Services . Brea Trails(Segments 2,3,4 and 6),Brea Chris Glannini . Gene Autry Trail Gateway,Palm Springs Landscape Architect#4287 40% Project Manager I . La Quinta Sports Complex,La Quinta Lead Landscape Architect . Whitewater Park,Cathedral City . Mission Springs Park,Desert Hot Springs Greg Clark . Lasselle Sports Park,Moreno Valley Landscape Architect#5320 35% Landscape Architect . Gibson Mariposa Park,El Monte . Wrightwood Village Trail,Wrightwood Almabeth Anderson . Highway 111,Indian Wells Landscape Architect#4985 250/6 Landscape Architect . 1-10 Corridor Master Plan,Riverside County . 1-10/Date Palm Drive Corridor Enhancement,Cathedral City Danny Wang . Gene Autry Trail Gateway, Palm Springs None 40% Landscape Designer . Whitewater Park,Cathedral City . Freedom Park,Palm Desert . The Tracks at Brea—Segment 3,Brea Jon Can . Gene Autry Trail Gateway,Palm Springs Commercial Irrigation 50% Irrigation Designer . Whitewater Park,Cathedral City Designer#3095 . Brea Trails(Segments 2,3,4 and 6),Brea Rob Bathke . Agua Caliente Spa and Casino Parking Lots,Palm Springs Professional Civil Engineer 20% Project Engineer . lateral 15A Storm Drain Improvement Project,Palm Springs #48138 . Freedom Park,Palm Desert Bob Vasquez,PLS . Whitewater Park,Cathedral City Land Surveyor#8686 20% - . Alameda Park,Santa Barbara c . Caltrans,On Call Surveying and Right of Way Engineering Services,Various Contracts,California ar David Crosswhite • Banning Detention Center,Riverside County None 25% a . CVWD—American Canal,La Quinta < 0 . Eagle Mountain Railroad Right of Way Retracement,Riverside m County m w 0 m 0 30 CITY OF PALM SPRINGS "ON-CALL"LANDSCAPE ARCHITECTURAL SERVICES C.3 Subconsultants Leighton Consulting, Inc. (Leighton) is a collaboration of engineers, geologists,and scientists providing geotechnical, geoenvironmental, and materials testing and inspection services throughout southern California.A Leighton Group, Inc.company founded in 1961, Leighton Consulting, Inc. Leighton is employee-owned,with principals of the firm having a direct interest in the operations x fi4N.Dx DgOU>f.DYf.qV and service level provided.Their staff of more than 150 is located in eight offices across southern California, including a Palm Desert office,which will take the lead in providing the required services for the City of Palm Springs. Leighton has served the communities and public agencies in southwest Riverside County for 35 years, providing geotechnical and materials testing services for a variety of projects, including local roadways and streets,water infrastructure,and public facilities.Their familiarity with local geologic conditions related to the City of Palm Springs, including an understanding of applicable federal, state, and local regulations,will provide the City with informed,cost-effective services,and keep projects compliant and on schedule. Rancho Mirage High School, Rancho Mirage, California This is a full size high school constructed on 60 acres with eight major buildings ranging from roughly 7,000-to 60,000-square-feet of floor space, with a stadium,track, parking lot and all new utilities brought to the site from thousands-of-feet from the nearest connections. The one-to two-story buildings are predominantly steel frame structures,with concrete slabs-on-grade. The stadium Feld 20' below grade, required retaining walls up to 23 feet.There too is a 600 seat theater and large gymnasium.A new access road was also constructed. Leighton provided all geotechnical,environmental, materials testing and special inspection services for this project from initial planning in 2005 through final construction in 2012. meeting or exceeding all California Department of Toxic Substances Control(DTSC), Division of the State Architect(DSA)and California Geological Survey(CGS) requirements. Construction was delayed solely due to community relation issues ultimately resolved by the District and others. We were involved from when the site was untouched dune sands and brush,through final construction. Key services provided by Leighton include: Phase I Preliminary Environmental Site Assessment; Geologic Hazard Review Final Design Geotechnical Exploration;and geotechnical and materials testing,and special inspection throughout construction. This site was geotechnically characterized as being relatively flat with relatively uniform and cohesionless dune sands. g Liquefaction was quickly ruled out for this site due to the lack of shallow groundwater in this part of the Coachella Valley. Therefore, a cost-effective geotechnical exploration was implemented and approved by DSAICGS, using backhoe test pits in m m combination with a few conventional borings. Stabilization of loess sands was the primary geotechnical concern for this site. o Y, M Boys and Girls Club, Mecca, California This 30,636-square-foot 4.86-acre clubhouse community project includes a teen center,cyber cafe, exercise and weight room, gymnasium,community meeting room, homework center, boxing ring, an interior courtyard for outdoor activities, outdoor basketball courts, and parking for 257 cars.The design of the facility incorporates many features detailed in the Mecca Design w' Guidelines such as Spanish roof tiles,decorative paving,covered walkways, and lush but drought-tolerant landscaping. v W 0 31 CITY OF PALM SPRINGS Leighton performed a Limited Phase II ESA performing environmental soil sampling for the site—wide agricultural chemicals ' and petroleum hydrocarbons associated with a waste storage area. The requested services were provided on a rapid turn-around as _-- - grading activities had been scheduled and environmental approvals became the critical path required prior to site construction. Leighton also provided geotechnical input on several stabilization methods for encountered saturated silts within the over-excavation,as was described in the geotechnical investigation report. Leighton worked with the County Inspector for the project to provide effective and efficient geotechnical services for the project thereby saving the agency money. Simon Saiid, PE, GE I Lead Geotechnical Engineer Mr.Said has over 25 years of engineering design and construction supervision experience for the civil and geotechnical aspects of projects related to infrastructure, public facilities, and land development. Mr. Said is responsible for review of geotechnical engineering analyses, laboratory testing, and quality control. He is practiced in geotechnical site investigations, shallow and deep foundation design, buttress and structural landslide mitigation,seismic hazard evaluations and mitigation design, grading control,ground improvement, pipelines, pavement design, and forensic evaluations. Robert Riha, PG, CEG j Principal Geologist Mr. Riha is a Senior Vice President and the Managing Director of Leighton's Temecula and Palm Desert offices with over 29 years of professional experience performing and managing geotechnical assessments for planning and construction. His experience includes on-site geological investigations and services during construction for large tentative tracts,commercial developments, and geotechnical investigations of distressed structures. He performs and supervises investigations and construction of slope stability and landslide remediation, site-speck geologic faulting, liquefaction, and dynamic settlement evaluations,evaluation of rock rippability and seismic hazard studies.These services have been performed at all stages of project development,from feasibility and planning of new work through construction,and forensic studies and remedial work related to failed structures. Mr. Riha experience also includes construction claim expert witness analysis and testimony for mediation/arbitration and jury trial. Mr. Riha's clients include private owners, residential and commercialAndustrial developers, school districts, and public agencies. c di m m U O W W Q O C W !/1 C W W 9 W 32 CITY • OF I Engineering, Inc. was incorporated in 1993 as a full-service Mechanical, Electrical,and Plumbing (MEP)engineering firm offering its clients a comprehensive array of engineering and design services.The principals of the firm have over 40 years of experience which is the foundation of the firm's experience, growth and successes.The firm's project experience in the City of Palm Springs spans over 25 years and includes the following recent list of projects: • Downtown Street lighting Project • Project in City Hall • Tahquitz Canyon median lighting • Skate Park electrical and lighting • Current and past authorship of the Outdoor Lighting Ordinance • Emergency generator engineering for Fire Stations. MRC Engineering, Inc. possesses years of combined individual experience in a variety projects and offers a complete array of engineering and design services. • Electrical Engineering • Utility Consulting &Coordination • Mechanical Engineering • Fire Alarm Systems Engineering • Plumbing Engineering • Value Engineering • Architectural Lighting Design • Photometric Studies • LEED Compliance,Alternative/Sustainable Design • Engineering Master Planning • Photovoltaic Solar System Engineering • Feasibility Studies • Security&Surveillance Engineering • Field Survey&Reports • Construction Support Ralph A. Raya j President Mr. Raya has been in the electrical engineering practice since 1970 and possesses years of project experience, project management experience and engineering experience a broad variety of electrical projects throughout Southern California and multiple international locations. In addition to his electrical engineering expertise, he is an accomplished lighting designer having developed lighting systems for municipal downtown lighting projects, landscape lighting and median lighting systems on city and neighborhood streets. In additionally he has designed a number of high-end custom residence,corporate offices, major landscape lighting projects, municipal lighting projects, retail,sports facilities,clubhouse facilities, multiple high-end architectural projects and LEED accredited projects. He is responsible for project management of in-house project disciplines, cost estimating, specifications and project coordination. Randall V. Moss, P.E., LEED AP I Electrical Engineer Mr. Moss possesses over 32 years of electrical engineering and lighting design experience on projects throughout southern California, His project experience includes a vast range of project types including municipal street lighting systems including the relocation of major utility company infrastructure and distribution equipment. His experience also includes major power H distribution,site distribution,fire alarm and security systems,as well as industrial power engineering. Mr. Moss is responsible for overall project management, project coordination with in house discipline, project cost estimating and specification writing. o His project experience includes large housing complexes, high-rise residential projects, multi-floor office buildings,government a and municipal projects, medical office buildings,commercial, sports complexes, institutional and industrial projects. v c m w c w w v a O 33 ON-CALLCITY OF LANDSCAPE ARCHITECTURAL SERVICES Mp"wdM H U N T 5 (j N Established over thirty years ago, Hunt Design is a graphic design consulting firm specializing in identity,signage and environmental graphics programs for public spaces,cities,theme parks, retail projects, entertainment centers and multi-use developments. Their services include identity development,signage master planning,concept consultation, programming, schematic design,design development, documentation and implementation supervision. Incorporated under the same name since 1990,the firm is owned and managed by three active partners and features a full-time staff of thirteen and have been located in Pasadena since 1983. Hunt Design is a national leader in the planning and design of environmental graphics e and is one of the largest environmental graphics firm in the western U.S. Projects with Mentor25 North Pasadena, 91106 and for cities and urban environments are the specialty of the firm. Hunt Design is a leader in this fast-growing city-specific discipline and during the last few years have been Contact:John Temple engaged with over 25 city and district wayfinding projects. The Districts of Pasadena: Old Pasadena, Pasadena Playhouse, Pasadena Civic Center and Pasadena Citywide Signage In 1984, 1988, 2002, and in 2010,three districts and the City of Pasadena called upon Hunt Design to create civic identity through four creative image/wayfinding sign and interpretive sign programs.The results have been studied and emulated around the U.S.We remain the primary consultant to the Playhouse District. Downtown Los Angeles Walks —Thirteen Districts (Nine BIDS) Hunt Design coordinated vehicular and pedestrian wayfinding program for the unique districts of Downtown Los Angeles.The project area covered over 350 intersections in a 300-block area and included individual visual identities for each of thirteen districts.Tasks included multi-year interaction with nine B.I.D.s,stakeholders, District Council offices, D.O.T., Council and Caltrans. John Temple j Principal With work spanning a 26 year career,John Temple's experience in the field of environmental graphic design includes wayfinding projects in cities,airports, health care,and educational environments. John oversees the design,development and implementation of many of Hunt Design's most high-profile projects. Since becoming a Principal in the firm 10 years ago,John has been instrumental in guiding the firm's design with clear, informative graphics that help extend the architect's aesthetic vision of the project.John's work has been featured in graphic design publications such as How Magazine, Signs of the Times,and SEGD Design. He has authored articles on wayfinding for Exhibit Builder and College Planning and Management. As a long-standing member of the Society for Environmental Graphic Design,John is committed to elevating the field of environment graphic design through innovative solutions that add to the visitor experience and facilitate navigation through complex environments. U C a m `m O O m m Q 9 C A f9 C A W 9 W 34 CITY OF PALM SPRINGS C.4 References DEA's project managers develop long-lasting, sincere,collaborative relationships with their clients. We encourage you to contact the following references for their insight on the professional services of the DEA team. Mr. Marcus Fuller I Marcus.Fulleranpalmsorincsca.00v 1760.322.8380 City of Palm Springs 200 E.Tahquitz Canyon Way, Palm Springs, CA 92262 Mr. Bill Simons, P.E. bsimonsCfcathedralcitv.cov 1 760.770.0360 City of Cathedral City 68-700 Avenida Lalo Guerrero, Cathedral City, CA 92234 Mr. Ray Desselle ray desselle(cDdot.ca.00v 1 909.383.4147 Caltrans District 8 464 W. Fourth Street, 10th Floor, San Bernardino, CA 92401 Mr.Wen Huang wenh(a).sbvmwd.com 1 909.387.9223 San Bernardino Valley Municipal Water District 1380 E.Vanderbilt Way, San Bernardino, CA 92408 Mr.Nick Nickerson(NAI Consulting) I nnickersonOnaiconsultinc.com 760.323.5344 City of La Quinta 1 78-495 Calle Tampico, La Quinta, CA 92253 Mr.Randy McDaniel I rmcdaniel(a)riversideca.gov 1 951.826.2006 City of Riverside 3936 Chestnut Street, Riverside, CA 92501 ci E a m m 0 m a O C F fA C W T W W 35 CITY F PALM SPRINGS li • P. C.5 Key Issues /Challenges Project Name Contract Value Actual Fee Construction Actu,il ( w,t Cost Estimate Gene Autry Trail Park and Gateway, $214,257 $204,914 $1.5 million $1.2 million Palm Springs,California Vista Chino Low Water $610,000 Crossing Bridge Aesthetics, $77,867 $76,550 Not constructed Palm Springs,California (aesthetics only) Date Palm 11-10 Interchange Aesthetic Design $98,705 $88,323 $28.6 million $20.7 million Improvements, (DEA was a suboonsultant) Cathedral City, California Whitewater Park, $339140 $333,474 $3.5 million Currently under Cathedral City.California , construction $9.8 million Freedom Park, Palm Desert, California $537,998 $524,1D3 $9.6 million (City awarded contractor additional services) Jefferson Street Parkway, $41,324 $41,324 $575,090 $531,236 La Quinta,California Hunter Hobby Park, $600,400 $589,080 $8.3 million $7.6 million Riverside,California South San Fernando Streetscape Enhancements, $380,424 $380,396 $4.2 million $3.9 million Burbank, California 1-10 Corridor Master Plan, Riverside and $153,831 $147,022 N/A N/A ; San Bernardino Counties — m m Tracks at Brea—Segment 3, g266.100 $223,613(to date) N/A N/A c Brea,California y a v c m w c m w v e 0 36 CITY OF PALM SPRINGS C.6 Qualifications Summary Cities in the Coachella Valley service area with which DEA has experience include Palm Springs, Indian Wells, Indio, La Quinta, Palm Desert, Desert Hot Springs, Cathedral City, Coachella, and Rancho Mirage. We understand the process related to on-call contracts as we have been working for city, county,state and federal agencies for over 30 years! Furthermore,our services utilizing agency standards and methodology are a tribute to our team's capabilities. As previously indicated,our DEA team has been working on projects throughout the �— Coachella Valley since 1989 when we began Phase 1 of the Palm Desert Civic Center Park.We have worked for,or with, most agencies throughout the Valley and have built strong relationships with staff.We are very active with the Coachella MR�?I � � � 4 OACNFLLA VALLFY•RANCN Valley Chapter of APWA and understand the unique challenges associated with the communities and environmental aspects. Additionally, our project manager Chris Giannini is a senior associate and award winning landscape architect, having designed and managed numerous Coachella Valley projects including our CPRS'Award of Excellence in Design'winner-Freedom Park in Palm Desert. He has experience with the City of Palm Springs successfully completing the APWA Award-Winning Gene Autry Trail Park and Gateway project. Additional Coachella Valley projects include Mission Springs Park for Desert Hot Springs, La Quinta Sports Complex; Patton Park in Indio, and his most recent efforts on Whitewater Park in Cathedral City;to name a few. We understand the process related to on-call contractsbeen working forCounty, State • Federal agenciesfor over 1 0 c vi m m v O W N Q O C W N C W Ltl 'O W L] 37 CITY OF PALM SPRINGS CHRIS GIANNINI, LA 4287 Lead Landscape Architect/Project Manager Education Mr. Giannini is a California registered,award-winning landscape architect with DEA. He has B.S.Landscape Architecture,1993, been involved in landscape architecture for 22 years, responsible for design, management California State Polytechnic and construction observation on numerous projects, including design and planning for University,Pomona parks,sports facilities, streetscapes,commercial, industrial, retail facilities,developer Registration housing,and memorial developments. Mr.Giannini has served as lead landscape architect Registered Landscape Architect for various park projects including the CPRS award winning Freedom Park in the city of California,(4287),1999 Palm Desert, Deleo Regional Sports Park in Riverside County, and Hunter Hobby Park in Professional Memberships the city of Riverside. He provided design and management on the Gene Autry Trail Park& American Society of Landscape Architects(ASLA) Gateway(an APWA Merit Award winner),for the City of Palm Springs working directly with California Parks&Recreation Mr. Marcus Fuller. Society(CPRS) Experience: Years of Experience 22 Gene Autry Trail Gateway, Palm Springs,California As lead landscape architect, Mr. Giannini oversaw the landscape architectural and civil engineering design efforts for the Gene Autry Trail Gateway project. The project consists of landscape improvements to the parkways and median on Gene Autry Trail north of Vista Chino as well as the development of a 1.7-acre passive park. Mr. Giannini was also involved in various construction management tasks. Whitewater Park,Cathedral City,California Mr. Giannini provided master planning, Proposition 84 grant coordination, and construction documents for Whitewater Park,a proposed 5 acre park in Cathedral City. Working closely with the city appointed grant writer, DEA developed a plan for active recreation facilities while considering the incorporation of sustainable features such as recycled materials,the use of decorative rock and decomposed granite, 'Smart Irrigation'techniques,and drought tolerant plant material. The park features playground and picnic areas,walking paths, a ball field with soccer field overlay, parking, plaza space and picnic shelters, in addition to fitness stations, a restroom, lighting and si na e. Mr. Giannini provided project management and design. 9 9 9 9 P P l 9 Freedom Park, Palm Desert,California As landscape architect and project lead, Mr.Giannini managed and directed the design efforts for this 23-acre sports park from conceptual drawings through construction drawings and into construction realization. This"award-winning" park offers three softball fields,three basketball courts,two volleyball courts,one soccer field,a staging or entertainment plaza with colorful shade canopies, restroom building, concessions building, a dog park, picnic shelters and barbeque areas two covered play areas,a fog fountain play area, and walking path. The overall theme of the park is one of patriotism, honoring various figures and events of American history that have made an impact on the freedom we appreciate in this country. The walking d path has several star shaped memorial stations detailing these historical figures or events. m La Quints Sports Complex,La Quints,California 0 Mr. Giannini served as project manager forthe'active' 1.5 acre'central core'ofthe Sports Complex located immediately a adjacent to an elementary and middle school. This renovation project included the design of baseball dugouts with fabric a shade shelters for three ballfields,spectator bleacher seating areas with fabric shade shelters, a central plaza space with a W large shaded area to serve patrons of the existing concessions facility, batting cages with shaded areas for spectators,two 02 picnic shelters,a pre-fabricated restroom building,two trash enclosures,fencing,a parking lot and improved planting, irrigation ; w 9 W 0 38 • CITY OF PALM SPRINGS 42 m111, oviii - and site drainage.The park is a joint use facility that is used by the general public, in addition to the Desert Sands Unified School District. Mission Springs Park, Desert Hot Springs, California As project manager, Mr. Giannini led the landscape architectural and civil engineering design efforts for a 17 acre park renovation project in Desert Hot Springs. The park includes 4 soccer fields, a concession/restroom building, children's play areas, a basketball court,entry plaza, fitness walking trail, parking areas and passive open space. DEA worked with the city to prepare plans on a'fast track' basis—allowing the project to be formally bid within 4 weeks of a notice to proceed. Deleo Regional Sports Park,Riverside County,California Mr. Giannini led the landscape architecture team on a 27-acre sports park for Riverside County EDA in western Riverside County. The park site includes two softball fields,four soccer fields, basketball courts, a tennis court,two play areas, a dog park, a skateboarding area, walking trails, picnic shelters, restroom and concessions area, and a trail connection to regional hiking and equestrian trails. Park amenities were discussed at community meetings where they were prioritized according to the needs of the local community. In addition to meeting the needs of the community,the park also considers sustainable design practices such as the use of reclaimed water, bio-swales for storm water treatment, and recycled materials for site furnishings. °E"Street Park,San Bernardino,California As project manager, Mr. Giannini assisted MVR Consulting in facilitating community workshops and developing a conceptual master plan for the two acre'E Street Park' in San Bernardino.These tasks were instrumental in formulating the Proposition 84 Grant Application that encourages sustainability in design.The park is located on a busy comer in an underserved neighborhood and will include many of the elements identified throughout the community input process,such as a water 'sprayground',community gardens,a skate park, soccer field, open space play, picnic areas, a basketball court,signage, fitness area,a restroom,art in public places,and parking. George S.Patton Park,Indio,California As project manager and client manager, Mr. Giannini provided a 4-acre residential park inside of a new master planned community, Haciendas, in Indio. Amenities included a tennis court,two basketball half courts, play areas for multiple age groups, picnic shelters,a large open turf field for a variety of sports activities, and a custom designed restroom facility. Walking paths gently meander around desert inspired plantings, affording views to native grasses and Palo Verde trees complimenting the dry creek beds. Seating areas stationed along the path provide destinations to watch a child's game of soccer orjust relax in the beautiful park surroundings. The Madison Club,La 4uinta,California In a professional partnership with VITA Landscape Architects and Planners, Inc., Mr. Giannini was involved in the early stages of overall landscape development and landscape concept theming for the perimeter and interior streetscape areas and main entry at The Madison Club. The Madison Club is a multi-million-dollar private golf course community in the city of La Quinta. N m Palm Desert Soccer Park, Palm Desert,California A As landscape architect and project manager Mr. Giannini personally worked on developing the construction drawings for the c N park site and worked hand in hand with the city of Palm Desert to satisfy their requirements and their desire for a unique plant < palette throughout the park. He was involved in construction administration of this 30-acre sports facility from the initial ground breaking to final release of the park to the city of Palm Desert. c W a w v a o I 39 CITY OF PALM SPRINGS "ON-CALL" LANDSCAPE ARCHITECTURAL SERVICFS KIM S. RHODES, LA 3867 Principal in Charge Ms. Rhodes is a California licensed landscape architect, project manager,and vice president Education with DEA. For the past 29 ears, Ms. Rhodes has been responsible for landscape 198 Landscape Architecture, P Y Po P 1985,California State architectural design and management on numerous projects, including design and planning Polytechnic University,Pomona for parks,streetscapes,trails, hotels,sports facilities,schools,commercial,residential, and Registration industrial developments. She manages large,multi-disciplinary projects including on-call Registered Landscape Architect services contracts for Caltrans District 8 and the city of Los Angeles;to name a few. California,(3867),1993 Experience: Professional Memberships American Society of Landscape Architects(ASLA)-Board of Gene Autry Trail Gateway Park and Medians, Palm Springs,California Directors Student Liaison Ms. Rhodes led the QA/QC efforts for the Gene Autry Trail Gateway project. The project (2010-Present) consists of landscape improvements to the parkways and median on Gene Autry Trail north of CLASS Fund-Scholarship Co- Vista Chino as well as the development of a 1.7-acre passive park and City gateway. Chair(2011-present) California Parks and Recreation Vista Chino Low Water Crossing Bridge,Palm Springs, California Society(CPRS) Ms. Rhodes served as project manager as part of a collaborative team to prepare conceptual designs to highlight brid a aesthetics for the Vista Chino Low Water Crossing Bride in Palm American Public Works 99 9 9 Association(APWA)- Springs.The project consists of the design and construction of a new four-lane bridge over Coachella Valley the Whitewater Channel, approximately 2,300 feet long. The project is federally funded and will require approval from the City, FHWA,and Caltrans. DEA's team began developing four years of Experience 29 distinct concepts for the bridge. Each portrayed a theme that allowed for a unique yet appropriate representation of forms,textures,colors, and materials used throughout the City. During this time,similar concepts were being developed for the Ramon Road Bridge in Cathedral City. Because the Vista Chino Bridge is located on the border of Cathedral City,the need and desire for collaboration and input was key to both agencies to convey a consistent theme. Upon completion of the four concepts,the DEA design team presented to the Palm Springs and Cathedral City Arts Commission such that each team could consider the design elements,colors,themes, and materials. Whitewater Park,Cathedral City, California Ms. Rhodes served as project manager in the preparation of a master plan for Whitewater Park,a 5-acre park in Cathedral City. Working closely with the city appointed grant writer, DEA developed a plan for active recreation facilities while considering the incorporation of sustainable features such as recycled materials,the use of decorative rock and decomposed granite, 'Smart Irrigation'techniques, and drought tolerant plant material. The park featured playground and picnic areas, walking paths, a ball field with soccer Feld overlay, parking, plaza space and picnic shelters, in addition to fitness stations, a restroom, lighting and signage. V C 1.101 Date Palm Drive Corridor Enhancement,Cathedral City,California a Under the direction of project manager Kim Rhodes, DEA provided landscape architecture and master planning services to m the city of Cathedral City to develop aesthetic designs for bridge enhancements and interchange improvements at the 1-10 0 Freeway/Date Palm Drive interchange. Ms. Rhodes worked closely with City staff and the City Arts Commission. DEA developed a design to create a readily identifiable"Gateway"to the city. At the preliminary stage, DEA developed 3 potential a themes:"Cathedralesque",to evoke a sense of the forms and colors experienced in a cathedral;"Environmental",drawing v `m upon the unique plant fife in the desert to create iconography; and "Spirit of the Desert", using color and a sense of movement to define the esoteric nature of the desert. The"Cathedralesque"theme was selected,and DEA used form,texture, color and > lighting to further develop the concept to provide a unique experience at the interchange. w a m 40 CITY OF PALM SPRINGS GREG CLARK, LA 5320 Landscape Architect Mr.Clark is a landscapearchitect and an associate of DEA. He has more than 19 ears of Education Y B.S.Landscape Architecture, experience in the fields of landscape architecture, park planning and architecture. Mr. Clark is 1996,University of Nevada, responsible for landscape architectural design on numerous projects, including design and Las Vegas planning for parks, playgrounds,sports facilities,streetscapes, commercial, industrial, Registration developer housing, apartment housing, and private residential projects. Registered Landscape Architect, California,(5320),2007 Experience: Professional Memberships California Parks and Recreation Lasselle Sports Park, Moreno Valley,California Society(CPRS) As project manager and landscape architect, Mr. Clark was involved in the master plan design American Society of Landscape and construction documents of the 13-acre Lasselle Sports Park. This project, performed in Architects(ASLA) collaboration with Empire Land LLC and the City of Moreno Valley,within the Moreno Valley Years with DEA Ranch Specific Plan, also included a master planned street landscape design of the 19 surrounding area that connects to 11 residential housing tracts. The park provides both active and passive recreation opportunities from soccer and football, to walking trails, picnic areas and a playground adjacent to a concession/restroom/recreation office building. The sustainable landscape design includes drought-tolerate low- maintenance planting,an efficient and low-water use irrigation system with in-line fertigation, and bio-filtration. Moulton Smart Street Project,Laguna Woods,California As project landscape architect, Mr.Clark was involved with the landscape design and construction documents for Phase I of this street improvement project along Moulton Parkway within the city of Laguna Woods. This multi-phase project involves teaming efforts with the Orange County Public Works department and the City of Laguna Woods, and is a prominent north- south thoroughfare through the cities of Aliso Viejo, Laguna Woods,and Laguna Hills. A major desire to create a more pedestrian-friendly and new landscape image in addition to meeting the demands of higher traffic flows has been the focus of studies and discussion for many years and finally under construction. The goals of the project include creating a unique identity and character,a uniform appearance,and establish safer pedestrian-oriented access for the community. Moulton Parkway landscape improvements include 10'wide sidewalks, intersection treatment, new and safer bus stops, medians, use of a drought tolerant plants, below-ground drip irrigation system with central/smart irrigation control, a new street tree theme and accent trees to define main entry points into the city of Laguna Woods. Gibson Mariposa Park, El Monte, California As landscape architect, Mr. Clark provided design assistance, project coordination, preparation of construction documents, and construction inspections. The park was themed after butterflies;creating exciting opportunities to integrate unique design elements into the park. The monument sign resembled a large caterpillar,the shade canopies were shaped like large butterflies, and a community stage was modeled after a caterpillar-eaten leaf. Plantings were designed for the butterfly habitat, using only California native plant material. DEA also assisted in developing"green"strategies,such as the use of q m permeable pavers in parking areas,on-site leach fields under the turf to drain run-off, and recycled materials for picnic tables, m benches and trash receptacles. Active play areas include a basketball court, splash pad system, and large open turf space.. 0 On-Call Plan Checking Services,Various Agencies,California DEA holds numerous on-call plan checking contracts with various municipal clients. Mr. Clark provides the plan checking m services,and in some cases has provided guidance on the Design Review Board. w 9 W O 41 CITY OF PALM SPRINGS ALMABETH ANDERSON, LA 4985 Landscape Architect Ms.Anderson has experience in urban design,streetscape and park projects, and other Education related public work improvementprojects. For the past 17 ears,she has coordinated with B.S.,Landscape Architecture, P P P Y 1997,University of Nevada,Las public agencies and various other disciplines involved in the design process. She has Vegas experience with community advisory groups, regulatory agencies, and other mixed audiences, in which she has organized consensus-building activities. She has performed Registrations � 9 P Registered Landscape Architect several duties ranging from the conceptual design to design development,through California(4985),2004 completion of construction documents. Her experience also includes bid assistance and construction observation. Ms.Anderson is also instrumental in providing bilingual capabilities Registered Landscape Architect P g g P Nevada(782),2008 for community workshops and stakeholder outreach. Years of Experience Experience: 17 Gibson Mariposa Park, El Monte,California As project landscape architect, Ms.Anderson worked with Amigos de Los Rios, an environmental and community activist group providing design assistance, project coordination, and preparation of construction documents. The park was themed after butterflies; creating exciting opportunities to integrate unique design elements into the park. The monument sign resembled a large caterpillar, the shade canopies were shaped like large butterflies,and a community stage was modeled after a caterpillar-eaten leaf. Plantings were designed for the butterfly habitat,using only California native plant material. DEA also assisted in developing"green"strategies,such as the use of permeable pavers in parking areas,on-site leach fields under the turf to drain run-off,and recycled materials for picnic tables, benches and trash receptacles. The Tracks at Brea,Segment 3, Brea,California Ms.Anderson is assisting with the conceptual and final construction documents for a one mile segment of Class I meandering trail through an abandoned rail condor in Brea. Segment 3 includes work between Brea Boulevard and State College Boulevard and incorporates both hard and soft surface trail, native plantings, site fumishings, and a lighted parking area. Future uses include a restroom building,splashpad, plaza space,community gardens, bioswale,fitness area and interpretive signage. The site will undergo soil remediation efforts prior to the construction of the trail. 1.10 Corridor Master Plan, Riverside County,California Ms.Anderson assisted with the preparation of the 1.10 Corridor Master Plan which addressed both the functional and aesthetic aspects of the route.The team developed design guidelines for the corridor landscaping treatment,soundwall treatments, bridge fencing and abutment walls,and column and median improvements, and studied using signage and transportation art along the route.The plan focused on six primary areas of distinct characteristics between Yucaipa and the California/Arizona line near the city of Blythe. c Deleo Regional Sports Park, Riverside,California m Under contract with the Riverside County Economic Development Agency, DEA provided construction management and o support services for the Deleo Regional Sports Park,a 28 acre site in the Sycamore Creek community near Lake Elsinore. 0 Ms.Anderson's responsibilities included contract document administration, processing of certified payrolls for compliance with a State laws, administrative support for the resident engineer and field inspection personnel, assistance with contract change W orders and various correspondences, progress pay estimates, processing of extra work billings,maintenance of submittal and other logs,and preparation of weekly progress meeting minutes. DEA successfully maintained open communication lines w between contractor and Owner(Riverside County EDA)during project construction. 0 42 CITY OF PALM SPRINGS DANNY WANG Landscape Designer Mr.Wang is a licensed landscape contractor and landscape designer at DEA. Mr. Wang Education has over nine years of experience using AutoCAD,Adobe PhotoShop and Adobe Illustrator 65.Landscape Architecture, to assist him in the production of construction documents. He has been involved in zoos,California State Polytechnic University,Pomona numerous aspects of landscape architecture including public parks,skate parks, residential &commercial development,streetscape enhancements and construction management. Registrations Registered Landscape Contractor Experience: a997552 Vista Chino Bridge at the Whitewater River Crossing, Palm Springs,California Years of Experience Mr.Wang provided graphic design services for the bridge aesthetics design guidelines for 9 Vista Chino Bridge in Palm Springs. Gene Autry Trail&Gateway,Palm Springs,California Gene Autry Trail and Gateway project is located in Palm Springs, California. The City of Palm Springs requested DEA to create a Gateway entry into the City of Palm Springs. Mr. Wang designed an irrigation system that is efficient and conservative for the desert environment. Mr.Wang also helped prepare a preliminary cost estimate for the city review. Whitewater Park, Cathedral City,California Mr. Wang prepared the graphics and cost estimates for Whitewater Park. Working closely with the city appointed grant writer, IDEA developed a plan for active recreation facilities while considering the incorporation of sustainable features such as recycled materials, the use of decorative rock and decomposed granite,'Smart Irrigation'techniques,and drought tolerant plant material. The park featured playground and picnic areas, walking paths,a ball Feld with soccer field overlay, parking, plaza space and picnic shelters, in addition to fitness stations, a restroom,lighting and signage. Jefferson Street at Westward Ho,La Quinta,California As landscape designer, Mr. Wang prepared preliminary alternatives for the west and east parkways along Jefferson Street at Westward Ho. Each concept included a meandering concrete walkway,decorative cobble,shade trees,flowering desert accent plantings, boulders, and two colors of decomposed granite'fines'. The westerly parkway includes a perimeter wall adjacent to the golf course with split face block, a decorative cap and stone columns. Intermittent sections of wrought iron fencing within the wall allow visibility into the golf course. The easterly parkway also includes a meandering walkway, desert plantings, and a perimeter wrought iron fence. DEA landscape architects provided plan views,cross sections, and preliminary cost estimates. Freedom Park, Palm Desert,California Mr.Wang assisted with the revisions to Freedom Park construction plans which included an additional baseball field, revising the parking lot layout and adding an emergency fire truck lane. Mr.Wang also assisted with the irrigation design by relocating the point of connection and the overall layout of the mainline for the site. He also prepared the irrigation calculations for the project. a 0 The Tracks at Brea,Segment 3, Brea,California c Mr. Wang assisted with the conceptual and final construction documents for a one mile segment of Class I meandering trail through an abandoned rail corridor in Brea. Segment 3 included work between Brea Boulevard and State College Boulevard and incorporates both hard and soft surface trail, native plantings,site furnishings, and a lighted parking area. Future uses m include a restroom building, splashpad, plaza space, community gardens, bioswale,fitness area and interpretive signage. The site underwent soil remediation efforts prior to the construction of the trail. Segment 3 is one of 6 segments planned for t' the four mile trail that traverses from west to east across the city. M W 0 43 CITY OF PALM SPRINGS III SERVICES .. LANDSCAPE _.. it JON S. OEN, CID Certified Irrigation Designer Education Mr.Oen is a certified commercial irrigation designer(CID) and also a partner with the U.S. B.S.Landscape Irrigation science, Environmental Protection Agency's(EPA's)WaterSense program. For the past 16 years, he 1998 California State Polytechnic has worked on a wide variety of irrigation projects including parks,hotels, streetscape, University,Pomona resorts, residential, and commercial developments. His responsibilities also include Professional Affiliations preparing irrigation master meter plans for various master planned community Irrigation Association developments. He is well versed in the regulatory guidelines associated with AB1881 (Model (Certified Commercial Irrigation Water Efficient Landscape Ordinance). Designer nsoes) U.S.Environmental Protection Experience: Agency's WaterSense program Gene Autry Trail Gateway,Palm Springs,California (Partner) Mr. Oen provided irrigation design for the Gene Autry Trail Gateway project. The project Years with DEA consists of landscape improvements to the parkways and median on Gene Autry Trail north 16 of Vista Chino as well as the development of a 1.7-acre passive park. Whitewater Park,Cathedral City, California Mr. Oen provided irrigation design for Whitewater Park, a proposed 5 acre park in Cathedral City.Working closely with the city appointed grant writer, DEA developed a plan for active recreation facilities while considering the incorporation of sustainable features such as recycled materials,the use of decorative rock and decomposed granite, 'Smart Irrigation'techniques,and drought tolerant plant material. Mission Springs Park,Desert Hot Springs,California Mr. Oen provided irrigation design for a 17 acre park renovation project in Desert Hot Springs. The park includes 4 soccer fields, a concession/restroom building,children's play areas,a basketball court,entry plaza,fitness walking trail, parking areas and passive open space. DEA worked with the city to prepare plans on a'fast track' basis—allowing the project to be formally bid within 4 weeks of a notice to proceed. South San Fernando Boulevard Streetscape Enhancements, Burbank,California Mr. Den provided irrigation design for the streetscape enhancements on South San Fernando Boulevard.This revitalized commercial corridor includes streetscape enhancements such as street trees, benches,decorative hardscape,ornamental lighting, medians and traffic calming measures. Three distinctively different designs were presented for review and consideration by the community. Deleo Regional Sports Park, Riverside County,California Mr.Can provided irrigation design for a 27-acre sports park in western Riverside County. The park site includes two softball fields,four soccer fields, basketball courts, a tennis court,two play areas,a dog park, a skateboarding area,walking trails, picnic shelters, restroom and concessions area,and a trail connection to regional hiking and equestrian trails. Park amenities 6 were discussed at community meetings where they were prioritized according to the needs of the local community. In addition to meeting the needs of the community,the park also considers sustainable design practices such as the use of reclaimed m water, bio-swales for storm water treatment,and recycled materials for site furnishings. o m m The Tracks at Brea,Segment 3, Brea,California a Mr. Oen is providing irrigation design for The Track at Brea-Segment 3 project. Segment 3 includes work between Brea '� c Boulevard and State College Boulevard and incorporates both hard and soft surface trail,native plantings,site furnishings, and a lighted parking area. Future uses include a restroom building,splashpad,plaza space,community gardens, bioswale, w fitness area and interpretive signage. a i w O 44 CITY OF PALM SPRINGS ROB BATHKE, P.E., QSD Project Engineer Mr. Bathke is an associate and senior civil engineer at DEA with more than 28 years of Education B.S.,Civil Engineering,1985, experience. He manages projects that require site civil engineering, street improvement Northern Arizona University, design,traffic control, infrastructure improvements, and storm drainage improvements. His Flagstaff client base includes public agencies, public works departments, and private developers of Registration commercial and residential projects. Professional Civil Engineer, California(48138),1991 Experience: Qualified SWPPP Developer,2011, Lateral 15A Storm Drain Improvement Project, Palm Springs,California (n01081) Mr. Bathke served as project manager for the development of improvement plans for the Years of Experience construction of Lateral 15A in the City of Palm Springs. Lateral 15A is part of the Riverside 28 County Flood Control and Water Conservation District(RCFC&WCD)Master Plan, and extends from the intersection of Calle El Segundo and Tahquitz Canyon Way, north in Calle El Segundo to Amado Road and west to Calle Encilia,a distance of approximately 2,000 feet. The project included preparing rational method hydrology for the 10-,25-, and 50-year storm runoff, including routing through the proposed system, hydraulic calculations for culvert flow, 1"=40'scale plan and profile improvement plans,and submittal to and approval by the RCFC&WCD. Ten catch basins were placed and sized according to street flow capacities, and an estimate of probable construction costs was developed for the project. The project was undertaken to support the construction of the Agua Caliente Band of Cahuilla Indians Spa Casino project. Ague Caliente Spa and Casino Parking Lots,Palm Springs,California Mr. Bathke led the civil engineering efforts for the Spa and Casino overflow parking lots and off-site improvements. Four parking lots were designed and constructed to serve the increasing attendance of the new Agua Caliente Spa and Casino. Street and storm drain improvements to Amado Road and Calle El Segundo were also required as part of the project. Mr. Bathke also assisted in the development of street and storm drain improvement plans, precise grading plans and hydrologic and hydraulic analysis. Freedom Park,Palm Desert,California Mr. Bathke led the civil engineering efforts for this 23-acre sports park from conceptual drawings through construction drawings and into construction realization. This"award-winning" park offers three softball fields,three basketball courts,two volleyball courts, one soccer field,a staging or entertainment plaza with colorful shade canopies, restroom building, concessions building,a dog park, picnic shelters and barbeque areas two covered play areas, a fog fountain play area, and walking path. The overall theme of the park is one of patriotism, honoring various figures and events of American history that have made an impact on the freedom we appreciate in this country. u Miles Avenue,Indian Wells,California As project engineer, Mr. Bathke provided pavement removal/replacement, pavement delineation and signing for this project. m He was also involved in the traffic signal design,drainage and roadway grading. The project involved integrated engineering o and landscape architecture design services for Miles Avenue between Washington Street to the new bridge north of Hwy. 111 (approximately 5,000 feet of roadway) in the city of Indian Wells. Improvements included widening the roadway,a new traffic a signal installation at Miles Avenue and Warner Trail Avenue, providing landscaped raised medians,and parkway `m improvements. DEA also provided traffic studies to determine if a traffic signal is warranted at the intersection of Miles m Avenue and Warner Trail. w 9 j W O 45 CITY OF PALM SPRING$ BOB VASQUEZ, P.L.S. Land Surveyor Mr.Vasquez has over 27 years of experience in the field of land surveying. He started his Education Certificate in Surveying and career in land surveying with the Orange County Surveyors Office where he worked for Mapping,Rancho Santiago over 17 years before taking a position with the San Bernardino County Surveyor's Office. College Mr.Vasquez's background is well versed in all types of field and office survey functions. Project and Business Management courses,University of California His experience with the direct supervision for the review and preparation of subdivision Riverside maps,jurisdictional boundary changes, land adjustments, legal description documents Management Leadership and exhibits,field surveying and boundary survey mapping gives him an excellent Academy,National University background for the requirements and procedures required for this proposal. Mr. Vasquez Registration is also very familiar with the outline and requirements pursuant to the Subdivision Map Professional Land Surveyor, Act(Government Code)as well as the Professional Land Surveyor's Act(Business& California(7300),1996 Professions Code). Years of Experience 27 Experience: Whitewater Park,Cathedral City,California Mr. Vasquez is serving as survey project manager responsible for providing a topographic survey and Digital Terrain Model (DTM)for project design.The park features playground and picnic areas,walking paths, a ball field with soccer field overlay, parking, plaza space and picnic shelters,in addition to fitness stations,a restroom, lighting and signage. Alameda Park, Santa Barbara,California Mr.Vasquez served as project manager far the scanning of Kid's World area of Alameda Park in downtown Santa Barbara. The mostly wooden structure was built over twenty years ago by community members with volunteer labor. The purpose of the scan was to aid the City in managing this asset from a maintenance and planning standpoint. Ten different locations, including three on the upper level of the structure, were required to completely capture the intricacies of this unique blend of wood, metal,plastic and most importantly, imagination. Wilmington Industrial Park Surveying Services,Los Angeles,California The city of Los Angeles Community Redevelopment Agency was responsible for street improvements over a large area of the city of Los Angeles. One specific area was the Wilmington industrial area located near the ports of Long Beach and Los Angeles.This area required needed street improvements to improve traffic safety. DEA was contracted to perform base and aerial mapping, supplemented with ground topographic and utility surveys. Mr.Vasquez served as the project manager. Marshall Community Park, San Gabriel,California As survey project manager, Mr.Vasquez was responsible for providing a topographic survey and DTM to be used as the base map for Marshall Community Park project design. The park is a proposed 2.4-acre park to be constructed on the Marshall Elementary School site.This Proposition 84 grant-winning design incorporated sustainable features such as a synthetic turf sports field, drought tolerant plant material,'Smart Irrigation'equipment for water conservation,and recycled materials for m paving and site furnishings, while still maintaining state-required standards for elementary school outdoor play. H N Q Riverside County Regional Park and Open Space District On-Call Survey Contract, California As project manager, Mr. Vasquez oversaw topographic and design surveys under this on-call contract. Projects included 0 N surveying for a variety of buildings and structures, including several buildings and visitors'centers at county parks. Many of the tasks included the retrofitting of structures for American Disabilities Act(ADA)compliance laws. u' v m O 46 CITY OF PALM SPRINGSr.,AQr.C,. 1 Is Section D: Local Expertise Demonstrated on the Team D.1 Local Preference Ordinance DEA has added two local Coachella Valley subconsultants to the team. Provided below is a brief firm bio for each, including their office address, in addition to a copy of their business license. Leighton Consulting,Inc.(Leighton)is a collaboration of engineers,geologists, and scientists providing geotechnical,geo- environmental, and materials testing and inspection services throughout southern California.A Leighton Group, Inc.company founded in 1961, Leighton is employee-owned,with principals of the firm having a direct interest in the operations and service level provided. Their staff of more than 150 is located in eight offices across southern California, including a Palm Desert office,which will take the lead in providing the required services for the City of Palm Springs. City of Palm Desert 78610 Aa0 Waring Oma,Palm DaaaR,CA SIM (784)3 0811 CERTIFICATE NOT TRANSFERABLE IF 1 Gerald Ford Drive, BusmEss NAME: LEIGHTON CONSULTING INC Palm Desert,CA 92211 BUSINESS UXATIOU: APB 7121 ENGINEERING SERVICES 760.776.4192 41910 BOARDWALK DR A6 PLMD BUSINESS OWNER LEIGHTON CONSULTING INC 30151113-0003804E) Contact:Simon Saiid,PE,GE 17781TCOWAAWCONSULTING INC 4/;0/16 IRVINE CA 92614 r,N ypY,yy pews a. Na Nial ,ua ow=01Ear N 1'�,a r,a.NN.aa. C04 N,a..a.au..aar.,saa�uaaa,�sa.e. MRC Engineering, Inc.was incorporated in 1993 as a full-service Mechanical, Electrical,and Plumbing(MEP)engineering firm offering its clients a comprehensive array of engineering and design services.The principals of the firm have over 40 years of experience which is the foundation of the firm's experience, growth and successes.The firm's project experience in the City of Palm Springs spans over 25 years. City of Palm Desert 73510 Fra l Waring Dm,,Palm Dawn,CA 94 (780)3980811 CERTIFICATE 11 NOTTRANSFERABLE _111. ,II 1 BUSINESS Rau[: MRC ENGINEERING INC Desert,Palm ' - -1 92211 Buswsss LOCAnox. FP87121 ENGINEERING SERVICES rl 41 'II T2890 FRED WARING DR C11 PLMb tj Contact:Ralph Rays C BUSINESS OWWR MRC ENGINEERING INC 28503 15-0003s71 Lm MRC ENGINEERING INC 72880 FIRM WARING DR C11 - 6/30/15 m PALM DESERT CA 92260 OO w ar...raar aYamrs 7 v c m w c m w a m O 47 CITY� O ; SCAPE ARCHITECTURAL SERVICES D.2 Team Members with Local Expertise The following team members all have local expertise in the Coachella Valley. Name/Role Local Expertise Role . . Vista Chino Low Water Crossing Bridge, Palm Springs Kim S. Rhodes, LA 3867 • Gene Autry Trail Gateway,Palm Springs Principal in Charge 1 . 1-101 Date Palm Drive Corridor Enhancement,Cathedral City Landscape Architect . Palm Desert Civic Center Park . Gene Autry Trail Gateway,Palm Springs Chris Giannini,LA 4287 • La Quinta Sports Complex,La Quinta Project Manager! . Whitewater Park,Cathedral City Lead Landscape Architect . Mission Springs Park,Desert Hot Springs . Highway 111, Indian Wells Almat>eth Anderson, LA 4985 Landscape Architect . 1-101 Date Palm Drive Condor Enhancement, Cathedral City . Gene Autry Trail Gateway, Palm Springs Jon Oen,CID . Whitewater Park,Cathedral City Imgation Designer . Mission Springs Park,Desert Hot Springs . Gene Autry Trail Gateway, Palm Springs Danny Wang . Whitewater Park, Cathedral City Landscape Designer . Freedom Park,Palm Desert . Agua Caliente Spa and Casino Parking Lots,Palm Springs Rob Bathke,PE,QSD . Lateral 15A Storm Drain Improvement Project,Palm Springs Project Civil Engineer . Freedom Park, Palm Desert . Palm Springs Downtown Street Lighting Project Ralph Raya . Tahquitz Canyon Median Lighting,Palm Springs Electrical Engineer . Skate Park Electrical and Lighting,Palm Springs Simon Saiid,PE,GE . Mecca Boys&Girls Club,Mecca Lead Geotechnical Engineer ci c Robert Riha, PG,CEG . Rancho Mirage High School,Palm Springs,Rancho Mirage Geologist m m V O m m a WATHE fyi �[ ;,31i " WCOACHELLALLEY > m 0 O� M mAgg -:Al www.deainc.com EXHIBIT "D" SCHEDULE OF COMPENSATION CONSULTANT'S SCHEDULE OF FEES FOLLOWS THIS PAGE Exhibit "D" ORIGINAL O DAVIL? EVANS � NoASSOCIATES INC. Schedule of Hourly Billing Rates Rates Effective through December 3l, 2015- Office Senior Project Manager $185.00 Assistant Project Manager $180.00 Professional Engineer $170.00 Professional Landscape Architect $165.00 Professional Land Surveyor $160.00 Survey Analyst $140.00 Landscape Architect $135.00 Civil Designer $130.00 Irrigation Auditor $125.00 Landscape Designer/Irrigation Designer $115.00 CAD Designer $110.00 CAD Drafter $105.00 Clerical $85.00 Note: Authonzed overhme will be charged at 1.5 times the above rate 1-Person Survey Crew $150.00 2-Person Survey Crew $240.00 3-Person Survey Crew $345.00 Note: Per union agreement,there is a 4-,6-and 8-hour minimum charge for field survey work. Reimbursable Expenses: Client shall pay the costs, plus 150a,for any applicable governmental fees,title company charges,subconsullant fees,outside vendor reproduction costs, in-house reproduction costs, mileage, and delivery or messenger services incurred on Client's behalf. 'rates subject to annual increase 4200 Concours,Suite 150 Ontario,CA 91764 T:909.481.5750 F:909.481.5757 www.deainc.com EXHIBIT "E" SCHEDULE OF PERFORMANCE The services provided hereunder this Agreement shall occur on an as-needed "on-call" basis, pursuant to separate individual Task Orders or Purchase Orders. The City and Consultant shall agree on a schedule of performance for scopes of work on assigned projects. END OF EXHIBIT "E" Exhibit "E" acoRO® CERTIFICATE OF LIABILITY INSURANCE DATE (MWDD YYYY) 12/1/2023 11 /29/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(iss) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816)960-9000 kctsu@1ockton.com 4SURED DAVID EVANS AND ASSOCIATES, INC. 4563042100 S RIVER PARKWAY, SUITE 100 PORTLAND OR 97201 Zurich American Insurance REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO L THE TERMS, EXCLUSIONS AND COI, DITIC F SUCH POLICIES LIMI S SHOA ED BY PAID CLAIMS. RISR LTR TYPE OF INSURANCE kDDL INSD SUM WVD POLICY NUMBER POLICY EFF MWD POLICY EXP (NeswoortYrri LMITS X COMMERCIAL GENERAL LIABILITY L 9 038 1210112022 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR5XIM IF,S 1,000,000 $ 10,000 Y N MED EXP (A.Y o. pers.rO PERSOWIL S ADV INJURY S 1000000 GEN'LAGGREGATE LIMIT -APPLIES PER: POLICV7XJECOT LOC GENERAL AGGREGATE 5200000 �( PRODUCTS- COMPIOP AGO $2000000 $ OTHER: C AUTOMOBILE LIABILITY BAP9830390 12/01/202 12/0112022 COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per Mmon) f XXXXX)CX X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS MIRED NON-0WNED H RED ONLY AUTOS ONLY Y N BODILY INJURY (Per S XXXXXXX PaEOPERTY AMAGE er atteant S XiXXXXK S XXXXX) x UMBRELLA UJUS CUR NOT APPLICABLE EACH OCCURRENCE aXXXXXXX AGGREGATE S XXXXXXX EXCESS LIAR LAIMSMADE DED I I RETENTION S S WORKERS COMPENSATION X ISMITF D AND EMPLOYERS' LIABILITY YIN ANY PROmnETOPRARTNER,EXECUTE 1 OFMIMuEMBER EXCLUDED> pamoFbry n xxI NIA Y WC9336626 12/01/2022 12/01/202 EL EACH ACCIDENT S 1,000,000 E L DISEASE- E, EMPLOYEE S 1,000,000 Ifm IwS:RIFn0N OF DP TIONe E.LDISEASE-FOUCYUMIT Is 1 000000 B PROFESSIONAL AEH591924704 12/0120 12101/2023 PER CLAIM $1,000,D00 LIABILITY N N ANNUAL AGGREGATE $1,DD0,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks ScheOuM, may ae aneched a mom specs Is naulrsd) RE: PSPWOD00-0009, AIRPORT TURF CONVERSION SUPPORT. THE CITY OF PALM SPRINGS, ITS OFFICIALS, AND EMPLOYEES ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND AUTO LIABILITY, AND THESE COVERAGES ARE PRIMARY AND NON-CONTRIBUTORY, IF REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES TO WORKERS COMPENSATION/EMPLOYER'S LIABILITY WHERE ALLOWED BY STATE LAW AND IF REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE DEC 072022 THE THEREOF, WILL BE DELIVERED IN CCORDANCE WITH THE PO POLICY PROVISIONS.TE City H all AUTHORIZED REPRESENTATNE 17821810 Reception CITY OF PALM SPRINGS ATTN: PATRICK M. TALLARICO, CPF, LEED AP(BD+C 32DO E. TAHOUITZ CANYON WAY PALM SPRINGS CA 92262 L 19HH-ZU15 ACUKU CUKPUKA I IUN. All ngnis reserve0 ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Miscellaneous Attachment: M503337 Certificate ID: 17821810 Additional Insured — Owners, Lessees Or Contractors — Scheduled Person Or Organization POLICY NO. GLO 9830389 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Location(s) Of Covered OperationsOr Organization(s): Any person or organization you are required to add Any Location where you have agreed, through a written contract, agreement or permit. to provide as an additional insured in a written contract or Additional insured coverage except where such written agreement. Contract or agreement is prohibited by law. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule of this endorsement, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated in such Schedule. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury' or "property damage" occurring after. 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms, conditions, provisions and exclusions of this policy remain the same. t1GL-2169-A CW (02/19) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., w Rh its permission. Miscellaneous Attachment: M503356 Certificate ID: 17821810 Additional Insured — Owners, Lessees Or Contractors — Completed Operations POLICY NO. GLO 9830389 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Operations Or Organization(s): Any location or project where you are required to provide Any person or organization you are required to add additional insured status in a written contract or written as an additional insured under a written contract or agreement, except where such contract or agreement is written agreement. prohibited by law. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule of this endorsement, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in such Schedule, performed for that additional insured and included in the "products -completed operations hazard". All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2168-A CW (02119) Page 1 of 1 Includes copyrighted material of Insurance services Office, Inc., w Rh its permission. Miscellaneous Attachment: M503359 Certificate ID : 17821810 POLICY NUMBER: BAP 9830390 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage prodded by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT. EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW Information reouired to comolete this Schedule if not shown above. will be shown in the Declarations Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section 11 — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Miscellaneous Attachment: M503359 Certificate ID : 17821810 kscellaneous Attachment: M460261 Certificate ID: 17821810 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 00 03 13 (Ed. 04-84) POLICY NUMBER: WC9336626 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that required you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE Any person or organization that requires you to waive your rights of recovery in a written contract or agreement with the Named Insured. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.)