Loading...
HomeMy WebLinkAboutA8869 - DAVID VOLZ DESIGN LANDSCAPE ARCHITECHT City of Palm Springs Engineering Services Department 3200 East Tahquitz Canyon Way • Palm Springs, California 92262 Tel: (760) 323-8253 • Fax: (760) 322-8360 • Web: www.palmspringsca.gov June 10, 2024 David Volz Design Landscape Architects, Inc. ATTN: David Volz, President 151 Kalmus Drive, Suite M8 Costa Mesa, CA 92626 Re: Professional Services Agreement No. 8869 for On-Call Landscape Architectural Services Dear Mr. Volz, The referenced agreement expires on June 30, 2024, and in accordance with Section 3.4 of said Agreement may be extended at the discretion of the City Manager. This is to inform you that we wish to extend the Agreement for an additional year to June 30, 2025. This is the first of two (2) one-year extensions provided for in said agreement. If you have any questions or concerns regarding the extension of this Agreement, please contact me at your earliest convenience. Sincerely, Joel Montalvo City Engineer Approved by: _________________________________ _____________________________ Scott C. Stiles, City Manager Date Please sign to agree to extend Agreement 8869 for one (1) year ending June 30, 2025. __________________________________ _____________________________ David Volz Design Landscape Architects, Inc. Date DocuSign Envelope ID: 4AD86427-B1F5-48C3-A7D9-C03B5E94DBC3 6/10/2024 6/10/2024 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 I st day of July, 2021,by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, (hereinafter referred to as "City") and DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS, INC., (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 capital improvement 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 capital improvement projects to City 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 CONSULTANT 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"). The Services shall be more particularly described in the individual Task Order issued by the City. 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 contemplated herein and, in light of such status and experience, Consultant covenants that it shall perform the Work in a competent, professional, and satisfactory manner consistent with the level of care and skill ordinarily exercised by high quality, experienced, and well qualified members of the profession currently practicing under similar conditions. 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; (4) the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"); and (5) the Task Order (as defined herein) (collectively referred to as the "Contract Documents"). The City's Request for Proposals Page 1 of 19 Rev. 5r1/20 35573. 181651�79DD 159 2 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, Task Order, and 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 priority document, which shall be determined in the following order of priority: (I") the terms of this Agreement; (2n4) the provisions of the Task Order; (3rd) Scope of Services (Exhibit "A"), as may be amended from time to time; (4th) the provisions of the City's Request for Proposal Exhibit "B"); and (5th) the provisions of the Consultant's Proposal (Exhibit "C"). 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. Consultant shall be liable for all violations of such laws and regulations in connection with the Services and this Agreement. 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 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 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 required by this Agreement, and shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree 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. Page 2 of 19 Rev. 511120 5557518165-329.0 IS, 2 1.8 Performance of Services. City Manager, Director of Development Services, or 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, Director of Development Services, or 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 the Work. 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. §§I101, 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 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 Services required by this Agreement will vary dependent upon the number, type, and extent of the Services 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 projects requiring the Consultant's Services has not been identified for this Agreement, City and Consultant hereby acknowledge and agree that a specific "Maximum Contract Amount" 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 authorized by the City Manager, Director of Development Services, or City Engineer as provided in this Section 2.1. The method of compensation for each separate City authorized Task Order 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. Page 3 of 19 Rev. 511120 55575 18165 -, 32900154.2 It is expressly agreed that the maximum contract amount of this Agreement is undefined, and is subject to the number and type of projects requiring the Consultant's Services throughout the duration of the term of this Agreement, if any. Consultant's compensation shall be limited to the Maximum Contract Amount identified on each separate, individually authorized Task Order corresponding to a 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 necessary for the projects. 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 Changes in Scone. 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 shal I be no funding for any Services and Consultant shall not be entitled to payment for any 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. Neither Party shall be accountable for delays in performance caused by any condition beyond the reasonable control and without the fault or negligence of the non -performing Party. Delays shall not entitle Consultant to any additional compensation regardless of the Party responsible for the delay. 3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written Task Order and shal I perform all Services within the time period(s) Page 4 of 19 Rev 5/1l20 55575 18165'.32900159 2 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 for performance of Services to be rendered under each Task Order may be extended because of any delays due to a Force Majeure Event, if Consultant notifies the Contract Officer within ten (10) days of the commencement of the Force Majeure Event. A Force Majeure Event shall mean an event that materially affects the Consultant's performance and is one or more of the following: (1) Acts of God or other natural disasters occurring at the project site; (2) terrorism or other acts of public enemy; (3) orders of governmental authorities (including, without limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals by governmental authorities that are required for the Work); and (4) pandemics, epidemics or quarantine restrictions. For purposes of this section, "orders of governmental authorities," includes ordinances, emergency proclamations and orders, rules to protect the public health, welfare and safety, and other actions of the City in its capacity as a municipal authority. After Consultant notification, the Contract Officer shall investigate the facts and the extent of any necessary delay, and extend the time for performing the Services for the period of the enforced delay when and if, in the Contract Officer's judgment, such delay is justified. The Contract Officer's determination shall be final and conclusive upon the Parties to this Agreement. The Consultant will not receive an adjustment to the contract price or any other compensation. Notwithstanding the foregoing, the City may still terminate this Agreement in accordance with the termination provisions of this Agreement. 3.4 Term. Unless earlier terminated under the terms of this Agreement, this Agreement shall commence on July 1, 2021 and continue in full force and effect for three (3) years. 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: David Volz, President. 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. 55575 18165132900159 2 Page 5 of 19 Rev. 511l20 4.3 Prohibition Against SubeontractiV or Assignments. The experience, knowledge, education, capability, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Consultant shall not contract with any other individual or entity to perform any Services required under this Agreement without the City's express written approval. In addition, neither this Agreement nor any interest may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Subcontracts, if any, shall contain a provisions making them subject to all provisions stipulated in this Agreement including without limitation the insurance and indemnification requirements. 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 subconsultant(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subconsultant 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 Consultant. A. The legal relationship between the Parties is that of an independent Consultant, and nothing herein shall be deemed to make Consultant a City employee. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or Page 6 of 19 Rev. 511120 55575 18165'.32900159.2 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, subconsultants, or agents, Consultant shall indemnify City for all such financial obligations. 4.5 California Labor Code Requirements. A. Consultant is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates and the performance of other requirements on certain "public works" and "maintenance" projects ("Prevailing Wage Laws"). If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, Consultant agrees to fully comply with such Prevailing Wage Laws. Consultant shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It shall be mandatory upon the Consultant and all subcontractors to comply with all California Labor Code provisions, which include but are not limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775), employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours of Iabor (Labor Code Sections 1813 and 1815) and debarment of contractors and subcontractors (Labor Code Section 1777.1). B. If the Services are being performed as part of an applicable "public works" or "maintenance" project and if the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, then pursuant to Labor Code Sections 1725.5 and 1771.I, the Consultant and all subcontractors performing such Services must be registered with the Department of Industrial Relations. Consultant shall maintain registration for the duration of the Project and require the same of any subcontractors, as applicable. This Agreement may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Consultant's sole responsibility to comply with all applicable registration and labor compliance requirements. 5. INSURANCE 5.1 Tyves of Insurance. Consultant shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Consultant, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: 55575 18165132900159 2 Page 7 of 19 Rev. 5I1120 A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two -million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an `occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation 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 subconsultants, 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 Consultants, 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 Page 8 of 19 Rev 5W20 55575 18165.32900159 2 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. Emoloyer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self -Insured Retentions. Any deductibles or self -insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self -insured retentions. City reserves the right to reject deductibles or self -insured retentions in excess of $10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self -insured retentions proposed in excess of $10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: A. 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. B. 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. C. 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 litnit the application of such insurance coverage. D. 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. E. 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. Page 9 of 19 Rev. 511120 5557i 18165��.32900159 2 F. Consultant agrees to ensure that subconsultants, 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 subconsultants and others engaged in the Project will be submitted to the City for review. G. 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. H. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. I. 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. J. 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. K. 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. L. Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B f -+-, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. Page 10 of 19 Rev. 511120 55575.18165t32900159 2 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: A. "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). B. "This insurance is primacy 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). C. "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. D. 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 agentibroker 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, for any violation of any federal, state, or local law or ordinance or in any manner arising out of, pertaining to, or incident to any acts, errors or omissions, 55575 18165-.32900159 2 Page 11 of 19 Rev. 511120 or willful misconduct committed by Consultant, its officers, employees, representatives, and agents, that arise out of or relate to Consultant's performance of Services or this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the Indemnified Parties. 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. 6.2 If Consultant's obligation to defend, indemnify, and./or hold harmless arises out of Consultant's perfonnance as a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to the extent which the Claims arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant in the performance of the Services or this Agreement, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. 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 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 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, subconsultants, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and!or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Page 12 of 19 Rev. 511120 55575 18165.32900159 2 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 subconsultants 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. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation.. This Agreement shall be construed as a whole according to its fair Ianguage 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 at any time, with or without cause, upon thirty (30) days written notice to Consultant. Where termination is due to the fault of Consultant and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as maybe determined by the City. Upon receipt of the notice of termination, Consultant shall immediately cease all Services except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer after such notice. City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Consultant shall 55575 18165132900159 2 Page 13 of 19 Rev. 511/20 not be entitled to payment for unperformed Services, and shall not be entitled to damages or compensation for termination of Work. Consultant may not terminate this Agreement except for cause, upon thirty (30) days written notice to City. 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*13, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein. 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed bY a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the fill l provisions hereof. 8.6 Rights and d 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. Page 14 of 19 Rev. 511l20 55515 18165'.32900159 2 8.7 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in Iaw 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 Iitigation or any non judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non -prevailing Party all reasonable costs and expenses, including but not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. 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. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Consultant warrants that Consultant 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 actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Consultant certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not 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; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Conyright 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 55575 18165132900159 2 Page 15 of 19 Rev. 511120 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 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, and 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, CA 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: David Volz Design Landscape Architects, Inc. Attention: David Volz, President 78060 Calle Estado La Quinta, CA 92253 Telephone: (760) 580-5165 Facsimile: (760) 564-0369 10.3 Entire Agreement. This Agreement constitutes the entire understanding between the Parties and supersedes and cancels all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter hereof. No Page 16 of 19 Rev. 511120 55573 18165.32900159 2 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. 10.7 Recitals. The above -referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. 10.9 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. [SIGNATURES ON FOLLOWING PAGE] Page 17 of 19 Rev. 511120 55575 18165-.32900159 2 SIGNATURE PAGE TO ON -CALL PROFESSIONAL SERVICES AGREEMENT BY AND BETWEEN THE CITY OF PALM SPRINGS AND DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS, INC. IN WITNESS WHEREOF, the City and the Consultant have caused this Agreement to be executed the day and year first above written. ATTEST: j OF PALM SPRIN CAny Meji Date: 0212.)1 APPROVED AS TO FORM: B Jeffr S. �ri�,City �Attom�e� Date: �,�., _ Z o Z � CONSULTANT CONTENTS APPROVED: By4— Justin— . dihon, City Oanager Date: Q(OaD-�H APPROVED BY CITY COUNCIL: Date: 4112191 Agreement No. r4- 13(2) Name: David Volz Design Landscape Architects, Inc. Check one: _Individual __Partnershipxcorporation Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. Address: 78060 Calle Estado La Quinta, CA 92253 B Signature (notarized) •r " /. QAAi y. Signature (notarized) Name: [� Title: Page 18 of 19 Rev. 511/20 55575 18165-.32w[10 ;,� : See Notary Attachment CALUVRM ALLPURPOSE ACKNOWLEDGIMBIT CIY[L CODE g 11w A notwy public at edrw odfim , - Flabdin ar'd ' ver sa a#y the wM* of ft ftbdu d edw sip to de wAft to wMcft ft araTiade b =W not dwvta ftwa aam racit ar vd ty of am document. 0ountYa rGnV N On l0 /� 0 ( j [ I G (� bdve rm. _I� i �( l ► oZ �-i r i c f,� � YV 04ft I Tft of dw Ot7ber P--Iwy QV MWIMN ofN who proved to me oe the basis of sabduc6oy evidence to be t6awh-w name( blwve to the within na<burowt end aduaowle�ped to nee VWexa ded the onme in or the entity d off%rohh thG ppers�or0 whodby �executed a 6satrun+ant the pareorr(dj eMy CRISTINE OSTRICHNotary PublIC . Caiifonaa Orange County Commission # 2271760 Comm. Expires Dec 18, 2022 l certify under PENALTY of FUMRY under Ste Iowa of the 8fsis of Oa aTm that the foepcirg paragraph is lure arrd oorracL tMOOM rtry har4wd official eeaL SWa ft" of Albbuy PubAc Pdstoe Amy Seat Aborm OPJ>AUF " Though Mrs aecifan b oarrlpdefLrg Nra hdforr► on can ataderatlartatlan of ftae doaumara±ar fiwartderd raaffischmimd of tale farm+ to an unkdwm ed doorrraei Deeork tib s of Attached Doaarwnt Me at type of Document Documerd Dada: Ntertber of Papas Swwr(s) Other Then Named Atsare: Cepecity¢es) ChAmed by Wgrser(e) S Wor's Nwrm ❑ corpoua ofter — Titi * O Parbrer — ❑ Untied ❑ General 0l v*hdisl E3Aftar W In Fat:! ❑ Trudee ❑ GUMCIM or Oormervator ❑ other. Is plepreeefffinw 8igneds Nsrtw: ❑ corporate olficar — Ta ISW O Parbwr -- ❑ feuded ❑ GenwW ❑ lrwavK trsd ❑ Atharney in Fact ❑ Trustee ❑ Guwdm or 0orwervokor ❑ Mar Sow b Ftepra dit� ®2014 NofianM Ndwy AasoWshm • wwwXdwongmyuary-140at18 NOTARY p-MM7E-t1827) plan► #mw Page 19 of 19 55575 18165.32900159 2 5J112{I Rev. CERTIFICATE BY SECRETARY I DO HEREBY CERTIFY AS FOLLOWS: That I am the duly elected, qualified and acting Secretary of the above-nanied corporation, that the foregoing Bylaws were adopted as the Bylaws of said corporation on the date set forth above by the person(s) named in the Articles of Incorporation as the Incotl)orator(s) of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this day o 1,rAAZM1 , 1999. OLZ, Secretaty EXHIBIT "A" SCOPE OF SERVICES The selected firms shall provide first-rate landscape architectural services on an as -needed basis for various City projects as assigned. Responsibilities may include, but are not limited to, the following: 1. Leading a team to prepare site improvement plans including but not limited to landscaping, irrigation, grading, planting, lighting/electrical plans, including design details, cost estimates, working drawings, construction documents, specifications, and bid documents, as needed, for new infrastructure, upgrades to existing infrastructure, or general aesthetic improvements for the City. 2. Preparing conceptual drawings, plans and renderings as may be requested by the City for projects being contemplated or visioning sessions with the community. 3. Providing design for areas adjacent to designated historical buildings (such as a courtyard), including where alteration and renovation projects are on historic sites. This may include project design, research, evaluation, planning, incorporation of current handicapped accessibility regulations, and other services incidental to the project. 4. Preparing feasibility studies, preliminary documents, for new, renovation, and alteration projects, such as park playground areas, dog parks, tennis courts, pickleball courts, baseball fields, soccer fields, picnic areas and trailheads to name a few. Consider aesthetics, function, using native plant species, the desert environment, maintenance requirements, amenities, and providing shade. 5. Providing construction advisement and/or construction management services, value engineering and advice on projects that will be constructed in phases. 6. Prepare documentation, assist in warranty review, participate in project closeout, and provide as -built record drawings as needed. 7. Attending meetings and preparing presentations for staff reports to City advisory board, commissions, and the City Council as warranted or directed by the City Manager or his/her designee. 8. Cooperating, coordinating, and communicating with all internal City departments and divisions as necessary. Coordinate meetings with City staff, contractors and other stakeholders as the project may require. It is the responsibility of the successful firms to determine the necessary staffing level required to perform the scope of service of each project assigned. The City will not provide dedicated work space or office space, City staff, or City resources, printing or copying services, or clerical assistance for the performance of the services. All services shall be performed in compliance with the industry and professional standards and all applicable federal, state, and local laws, ordinances, and regulations including the Americans with 55575 18165'-32900159 2 Rev. 511120 Disabilities Act (ADA), current 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 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 for consideration and reserves the right of approval of any sub -consultant on any project. All proposals must be made on the basis of the requirements contained herein. Individual tasks may require supervision, sub -consultants, materials, equipment and supplies necessary to complete any services required. When the City has an available a project or task for our on -call landscape architecture firms, they will provide a general scope, details, and budget for that project. This will be sent to all selected on -call firms. Since all firms have already been screened for qualifications, the City will ask firms to respond with a short proposal containing a detailed list of services that will be provided for the project, identification of staff assigned to the project, and a cost proposal. If for any reason a firm is not able to submit a proposal, a response stating as such will be required. If no response and no proposals are received on multiple occasions, it may be grounds for the City to not execute the one-year extensions to an on -call landscape architectural firm. 55575 18165-,32900159 2 Rev 511120 EXHIBIT I'D" CITY'S REQUEST FOR PROPOSALS 55575 1816512900159 2 Rev VIM N ON -CALL LANDSCAPE ARCHITECTURE SERVICES 010 I ON -CALL SOQ#09-21 LANDSCAPE ARCHITECTURE SERVICES CITY OF PALM SPRINGS, CALIFORNIA REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) The City of Palm Springs ("City") is seeking qualified professionals ("Consultants") to provide "on -call" landscape architecture services for a variety of City projects, as may be assigned. The objective of this solicitation is to hire multiple Consultants to provide such services to the City. 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. BACKGROUND The City is a charter city located in eastern Riverside County, California, with a population of over48,000. The City owns and operates Palm Springs International Airport (PSP), as well as many other public facilities within the community such as City Hall, Fire Stations, Police Headquarters, a Pavilion and Leisure Center, a Convention Center, a Visitors Center, an Animal Shelter and the Main Library, to name a few. The City is home to ten parks, with an eleventh currently under construction. The City has on -going requirements to maintain, improve or expand their public facilities over the next five (5) years. The types of projects that may be contemplated as part of this on - call landscape architecture services include, but are not limited to, the following: landscaping, planting and irrigation plans for parks, street medians, sports fields (softball, soccer), playground areas, sitting areas, courts (basketball, tennis, 2 pickleball), demonstration gardens, dog parks, trailheads, picnic areas, shade structures and general landscaping around existing buildings to name a few. The selected Consultants shall be required to demonstrate successful experience and capacity to provide landscape architecture services to a municipal government agency for the types of projects named above. Projects that are funded with Federal or State grant funds may be excluded from the contract resulting from this Request for SOQ pursuant to the applicable term and conditions of the grant requirements. In addition, large projects, as determined by City staff, may be solicited by a separate procurement, to obtain the best-qual,fied professionals to meet the needs of that project and to participate in community engagement that will likely be a part of the process. Under this Request for SOQ, the City intends to award one or more contracts for on -call landscape architecture services with an initial term of three (3) years, with two (2) one-year extensions upon approval of the City Manager and mutual consent of the selected firms, for a total maximum of five years, unless mutually extended by the parties for more than five (5) years. SCOPE OF WORK The selected Consultants shall provide first-rate professional landscape architecture services on an as -needed basis for various City projects as assigned Responsibilities may include, but are not limited to, the following: 4, Leading a team to prepare site improvement plans including but not limited to landscaping, irrigation, grading, planting, lighting/electrical plans, including design details, cost estimates, working drawings, construction documents, specifications, and bid documents, as needed, for new infrastructure, upgrades to existing infrastructure, or general aesthetic improvements for the City. 2. Preparing conceptual drawings, plans and renderings as may be requested by the City for projects being contemplated or visioning sessions with the community. 3. Providing design for areas adjacent to designated historical buildings (such as a courtyard), including where alteration and renovation projects are on historic sites. This may include project design, research, evaluation, planning, incorporation of current handicapped accessibility regulations, and other services incidental to the project. 4. Preparing feasibility studies, preliminary documents, for new, renovation, and alteration projects, such as park playground areas, dog parks, tennis courts, pickleball courts, baseball fields, soccer fields, picnic areas and trailheads to name a few. Consider aesthetics, function, using native plant species, the desert environment, maintenance i requirements, amenities, and providing ishade. 1 5. Providing construction advisement and/or construction management services, value engineering and advice on projects that will be constructed in phases. 3 6. Prepare documentation, assist in warranty review, participate in project closeout, and provide as -built record drawings as needed. 7. Attending meetings and preparing presentations for staff reports to City advisory board, commissions, and the City Council as warranted or directed by the City Manager or his/her designee. 8. Cooperating, coordinating, and communicating with all internal City departments and divisions as necessary. Coordinate meetings with City staff, contractors and other stakeholders as the project may require. It will be the responsibility of selected Consultants to determine the necessary staffing level required to perform the scope of service of each project assigned. The City will not provide dedicated work space or office space, City staff, or City resources, printing or copying services, or clerical assistance for the performance of the services. All services shall be performed in compliance with the industry and professional standards and all applicable federal, state, and local laws, ordinances, and regulations including the Americans with Disabilities Act (ADA), current 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 selected Consultant to engage sub -consultants with special expertise when the unique circumstances of a particular projipct warrants such additional services. The City may provide recommendations to the selected Consultant for consideration and reserves the right of approval of any sub -consultant on any project. All SOOs must be made on the basis of the requirements contained herein. Individual tasks may require supervision, sub -consultants, materials, equipment and supplies necessary to complete any services required. When the City makes available a project or task for a selected Consultant, the selected Consultant will provide a general scope, details, and budget for that project. This request will be sent to all selected Consultants. Since all selected Consultants will have already been screened for qualifications, the City will ask selected Consultants to respond with a short proposal containing a detailed list of services that will be provided for the project, identification of staff assigned to the project, and a cost proposal. If for any reason a selected Consultant is not able to submit a proposal, a response stating as such will be required. If no response and no proposals are received on multiple occasions, it may be grounds for the City to not execute the one-year extensions to the contract with the selected Consultant. 4 STATEMENT OF QUALIFICAITONS REQUIREMENTS Consultants must submit their SOQ in the order provided below. The SOQ must be in an 8'/z" x 11 format and not more than thirty (30) pages. In an effort to be sustainable, submissions will be electronic pdf format only. Consistent with the City's Municipal Code for the acquisition of professional landscape architecture services, price is NOT an evaluation criterion. Cost proposals shall be submitted as a separate pdf file, which will not be considered until after evaluation of the SOQ by the Evaluation Committee. Upon selection of the most qualified Consultants, the associated cost proposals will be used as a basis for contract negotiations. The City reserves the right to enter into agreements with more than one Consultant. 1. Cover letter. The SOQ shall include a cover letter that at minimum identifies the company, mailing address, main point of contact, email and phone number for contact, and reason for submitting the SOQ. 2. Firm and Staff Qualifications. This section shall describe the qualifications of the Consultant and its ability to provide on -call landscape architecture services to the City. You may include a list of other public agencies your firm is providing similar on -call landscape architecture services. Discuss your firm's experience in the various processes, approvals, and procedures associated with providing such services for a public agency. Discuss your firm's familiarity and any unique issues that come with providing landscape architecture services in the City and Coachella Valley. Identify any key or critical issues that you foresee may be encountered while providing on -call landscape architecture services. Describe your firm's method to ensure its projects are delivered to clients on time and within your clients budget. Provide examples of projects that highlight your ability to provide the scope of work. Reference projects, that are in addition to the example provided in section 4, should be included in this section. Identify staff assigned to provide these services Include relevant and/or specific examples that demonstrate their experience, technical expertise, licenses, specialties and/or ability to provide the requested services. Include an organizational chart to show the team of staff and possibly sub -consultants your firm may use to provide the scope of services (40 points) 3. Scope of Work. This section shaii provide a detailed description on the Consultant's approach or methodology in providing each item in the scope of work. The descriptions provided shall demonstrate the Consultant's ability to provide on -call landscape architecture services to satisfactorily complete the requirements of each scope of work item. (40 points) 5 Please note: This Request for SOQ cannot identify each specific, individual task required to implement the on -call services requested. The City relies on the professionalism and competence of the selected Consultant(s) to be knowledgeable of the general areas identified in the scope of work and to include in its SOQ and cost proposal all required tasks and subtasks, personnel commitments, man-hours, direct and indirect costs, etc., needed to provide the on -call services. The City will not approve amendments to the selected Consultant's agreement which do not involve a substantial change from the general scope of work identified in this Request for SOQ. 4. Reference Project. Identify one example project for which your firm and staff provided landscape architecture services. (15 points) If you would like to include additional reference projects please include them under Firm and Staff Qualifications. • Provide a short description of the project and the location of the project. + Provide the approximate cost of your services on that project • Provide the date range your firm provided those services • Provide contact information for someone who can verify your work on the project. • Include any pictures that demonstrates your firm's work on the project. Also, describe how your firm applied its skills and abilities in the following areas: (any that may apply) • Responsiveness and attentiveness to client needs • Knowledge and understanding of the latest landscape architecture and construction trends • Creative design • Sensitivity to funding constraints • Working with a Tribe or the indigenous peoples of the United States • Analysis of a complex situation, or a challenging problem encountered and how you solved it • Oral and written communication skills, including reports to City Council • Preparation of presentations to meetings, neighborhoods, stakeholders • Interaction with the client's organization, (i.e, other divisions or departments Boards, Commissions, Councils) 5. Local Business Preference Program. (up to 5 points) Pursuant to Palm Springs Municipal Code Section 7.09.030 Local Business Preference Program, the Local Preference in Services does apply. In order for a local business to be eligible to claim the local preference, the local business must Leguest the consideration of the local preference program (see Attachment A) in this section of the SOQ and provide a copy of its current business license from a jurisdiction in the Coachella Valley showing the address of the business is located in the Coachella Valley. 6 "Local business" means 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. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. "Coachella Valley" means 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" includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Consultants that request the local preference and qualify as a local business will be awarded the full five (5) points. A Consultant that qualifies as a local business but does not request the local preference or a Consultant that does not qualify as a local business will earn zero (0) points for the Local Business Preference Program. 6. Forms. The following attachments must be included in the SOQ. These attachments do not count towards the thirty (30) page limit. • Attachment A — Signature and Addenda Acknowledgement Form • Attachment B — Non -Collusion Declaration Form Attachment C — Conflict of Interest and Non -Discrimination Certification • Attachment D — Public Integrity Disclosure Form (do not include instructions) • Attachment E — Sample Professional Services Agreement for On -Call Services (Please see instructions for submitting in Attachment E) 7. Cost Proposal (separate file). 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 direct costs that may apply to this Request for SOQ_ Cost increases to the schedule of hourly rates shall be allowed once per calendar year. Updated rates must be submitted in writing and received by January 31 of each calendar year_ If no updated rate schedule is received by the end of January, the previously approved rate schedule shall continue. If any overhead rate is applied to sub -consultant work, the terms must clearly be identified in the cost proposal. 7 QUESTIONS OR CLARIFICATIONS It shall be the Consultant's responsibility to ask questions, request clarifications, or otherwise advise the City of any language, specification, or requirements of the Request for SOQ that is ambiguous or contradictory. Questions and requests for clarification regarding this Request for SOQ shall be submitted in writing to: Leigh Gileno, Acting Procurement & Contracting Manager at: Leigh.GilenoCa7.palmspringsca.gov by 3:00 PM, on March 25, 2021. Questions and requests for clarification received after that date and time will not be answered. Requests for time extensions will not be approved. Interpretations or clarifications considered necessary in response to such questions and request for clarification will be resolved by the issuance of formal Addenda to the Request for SOQ. Only questions and request for clarification that have been resolved by formal written Addenda via the Department of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. Consultants, 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 Request for SOQ other than as directed above. Contact with anyone other than as directed above may be cause for rejection of a submittal. 8 SUBMITTAL OF SOQ Consultants must upload two (2) separate files. The first file shall be the SOQ. The second file shall be the cost proposal. Each file must be labeled with the SOO number, firm name, and either the words 'SOQ" or "Cost Proposal'. Consultants must label their files this way or files may be lost or rejected. Firms may not use any special characters (*;&@#) in the name of the files, only dashes may be used. Example: SOQ 09-21-YourCompanylnc-SOQ SOO 09-21-You rCompanylnc-Cost Proposal Electronic submittals shall be uploaded to the following site via the link below. All submissions will be time and date stamped upon submittal. Submittals shall be received by the deadline of 3:00 PM, April 9, 2021. Late submissions will be rejected- https.,//sipaces.hightail.com/uplink/Procurement INFORMATION REGARDING STATEMENT OF QUALIFICATIONS PRIOR CITY WORK: If your firm has prior experience working with the City, DO NOT assume all members of the evaluation committee know about said prior work done by your firm. All Consultants are evaluated on the information contained in their SOQ, information obtained from references (including the City and past performance if applicable), and presentation, if requested. SOQs should be prepared as if the evaluation committee members have no knowledge of the Consultant, their qualifications or past projects. COST RELATED TO SOQ PREPARATION: The City will NOT be responsible for any costs incurred by any Consultant responding to this Request for SOO in the preparation of their SOO or participation in any presentation if requested, or any other aspects of the entire Request for SOO process. RESPONSIBILITY OF CONSULTANTS: All Consultants responding to this Request for SOQ shall be responsible. If it is found that a Consultant is not responsible (e.g., has not paid taxes, is not a X, legal entity, submitted an SOQ without an authorized signature, falsified any information in the SOQ, etc.), the SOQ may be rejected_ NONCOLLUSION: All Consultants must execute the Non -Collusion Declaration Form provided as Attachment "B-' in this Request for SOQ and include it with their SOQ. COMPLIANCE WITH LAW: Consultant 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. PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City and are subject to the California Code Section 6250 et seq., commonly known as the California Public Records Act ("CPRA"), 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 agendized the recommendation to the City Council for the award of a contract to a specific Consultant, but before final action is taken by the City Council to award the contract. Although the 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 Consultant submitting such information with reasonable notice to allow the Consultant to seek protection from disclosure by a court of competent jurisdiction. If a submitting Consultant contends that a portion of the submittal is confidential even under the CPRA, the firm: t) 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 CPRA 3) must actively defend against any request for disclosure of information which the Consultant 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 Consultant submitting a submittal 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 submittal or other information or documents submitted to the City as part of this Request for SOQ process. Note that the City may NOT recognize submittals where all of the information, via a blanket statement, is submitted as proprietary information or a trade secret. Such submittals may be found non -responsive. INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the Consultant responding to this Request for SOQ to perform the services and the Firm shall furnish to the City all such information and data for this purpose as the 10 City may request_ The City reserves the right to reject any SOQ 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 Agreement and to complete tyre services contemplated therein. LICENSES, PERMITS, FEES, AND ASSESSMENTS: Consultant 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 services requested in this Request for SOQ_ 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 the Agreement, if so awarded, any license, permit, qualification. or approval that is legally required for Consultant to perform the services under the Agreement, if so awarded. 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 services required under the Agreement, if so awarded. Consultants 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. SOQ TO REMAIN OPEN: Consultants shall guarantee that all contents of their SOQ and cost proposal shall be valid for a period of 120 calendar days from the due date in this Request for SOQ. SIGNED SOQ AND EXCEPTIONS: Submissi;)r, of a signed SOQ will be interpreted to mean that the Consultant responding to this SOQ has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request for SOQ, and the Agreement (as defined herein) in Attachment E Exceptions to any of the language in either the Request for SOQ or the Agreement, including the insurance requirements, must be included in the SOQ and clearly defined. Exceptions to this Request for SOQ or the Agreement may be considered in the evaluation process; however, the City makes no guarantee that any exceptions will be approved. RIGHT TO ACCEPT OR REJECT PROPOSALS: The City reserves the right to waive any informality or technical defect in an SOQ and to accept or reject, in whole or in part, any or all SOQ and to cancel all or part of this Request for SOQ and issue a new Request for SOQ, 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. Issuance of this Request for SOQ and receipt of SOQ does not commit the City to award a contract. BUSINESS LICENSE: The selected Consultant 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". INSURANCE: Insurance provisions are contained in the Agreement included in this Request for SOQ. Successful Consultants will be required to comply with these provisions. It is recommended 11 that Consultants have their insurance provider review the insurance provisions BEFORE they submit their proposal. FORM OF AGREEMENT: The selected Consultant will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City in accordance with the standard Professional Services Agreement for On -Call Services ("Agreement"). Please note that the exhibits in the Agreement are intentionally not complete. These exhibits will be negotiated with the selected Consultant, and will appear in the final Agreement executed between the parties. We specifically draw your attention to the language in sections of the Agreement entitled "Conflict of Interest" and "Covenants Against Discrimination" and recommend all Consultants carefully consider these contractual requirements prior to submitting an SOQ. Firms that submit an SOQ shall certify the following by submitting Attachment "C" as part of its SOQ: a. Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in the Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of the Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining the Agreement. b. Covenant Against Discrimination. In connection with its performance under the Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter the Agreement, and in executing the Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not 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; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non- discrimination in city contracting. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked Consultant refuses or fails to execute the Agreement, or negotiations are not 12 successful, or the Agreement is terminated, the City may, at its sole discretion, enter negotiations with and award the Contract to the second highest ranked Proposer, and so on. AWARD OF CONTRACT: It is the City's intent to award a contract to Consultants that can provide all of the scope of work, equipment and services identified in this Request for SOQ. However, the City reserves the right to award a contract. 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 Consultants to be recommended for award and a contract has been negotiated and put on the agenda for consideration. The decision of the City Council will be final. OTHER PUBLIC AGENCY "PIGGYBACK" CLAUSE: It is intended that any other public agency, at the mutual consent of both parties and consistent with the public agency's policies and procedures, be permitted to purchase under the terms submitted in the response to this procurement Any participating agency shall take sole responsibility for the placing of orders, arranging for delivery and or services, and making payments to the vendor, contractor, or consultant. The City will not be liable or responsible for any obligations, including but not limited to financial responsibility, in connection with the participation by other public agencies. 13 ATTACHMENT "A" SIGNATURE AND ADDENDA ACKNOWLEDGEMENT FORM 1 Name of Company: Address: Telephone Number: ( ) Contact Person: E-Mail: Tax Identification Number: 2. Type of Firm- ❑ Individual ❑ Partnership ❑ Limited Liability Company ❑Corporation (State ) El Other (specify) 3. Addenda Acknowledgement: Acknowledgment of receipt of any addenda issued by the City for this Request for SOQ is required to be submitted with your SOQ. Failure to acknowledge issued addenda may result in your SOQ being deemed non -responsive. (If no addenda were issued, write NIA.) I hereby acknowledge receipt of Addendum(s) Numbers 4. Please check below if you are requesting consideration of the Local Business Preference Program according to the Palm Springs Municipal Code Section 7.09.030. I hereby request consideration of the Local Business Preference Program and a copy of current business license for the firm or sub -consultant is/are included. 5 1 hereby certify that I have the authority to submit this SOQ 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 SOQ. PRINTED NAME AND TITLE SIGNATURE AND DATE 14 ATTACHMENT "B" NON -COLLUSION DECLARATION FORM The undersigned, deposes and says that he, she or they is/are an authorized representative of _ T , the paT-ty making the foregoing SOO. (name of company) • That the SOO is not made in the interests of, or on the behalf of, any undisclosed person, partnership company, association, organization, or corporation • That the SOO 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 SOO, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham SOQ, 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 SOO price of the proposer or any other proposer, or to fix any overhead, profit, or cost element of the SOO 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 SOO are true • That the proposer has not. directly or indirectly, submitted his or her SOQ 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 SOO • Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. NAME and TITLE of Authorized Representative: (Print) Signature and Date of Authorized Representative: (Sign) 15 (Date) ATTACHMENT "C" CONFLICT OF INTEREST AND NON-DISCRIMINATION CERTIFICATION Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in the Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of the Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining the Agreement. Covenant Against Discrimination. In connection with its performance under the Agreement, Consultant shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color. sex. age, marital status, ancestry, national origin ( i e., place of origin, immigration status cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter the Agreement. and in executing the Agreement, Consultant certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not 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; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. NAME OF COMPANY: NAME and TITLE of Authorized Representative: (Print) Signature and Date of Authorized Representative: (Sign) (Date) ATTACHMENT "D" PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM I . Name of Entity 2. Address of Entity (Principle Place of Business) 3. Local or California Address (if different than #2) 4. State where Entity is Registered with Secretary of State If other than Califomia, is the Entity also registered in California? Yes No 6. Type of Entity ❑ Corporation ❑ Limited Liability Company ❑ Partnership ❑ Trust ❑ Other (please specify) 6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note: If any response is not a natural person, please identify all officers, directors, members, managers and other fiduciaries for the member, manager, trust or other entity ❑ Officer [ ; Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner ❑ Other _ _._ ❑ Officer ❑ Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner ❑ Other ❑ Officer Director ❑ Member ❑ Manager [name] ❑ General Partner []Limited Partner ❑ Other 17 7. Owners/investors with a 5% beneficial interest in the Applicant Entity or a related emit EXAMPLE JANEDOE 50% ABC COMPANY, Inc. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] A. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] B. [name of owner/investor] {percentage of beneficial interest in entity and name of entity] C. [name of ownerlinvestor] [percentage of beneficial interest in entity and name of entity] D. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] E. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed I Date Name, Title 18 PUBLIC INTEGRITY DISCLOSURE FORM INSTRUCTIONS FOR APPLICANTS (DO NOT INCLUDE INSTRUCTIONS IN YOUR WORK PROPOSAL) Who Must File? Applicants that are NOT a natural person or group of natural people that will be identified on the application, and seek a City approval determined by a vote of City officials. Examples include corporations, limited liability companies, trusts, etc. that seek a City Council approval, or an approval by one of the City's board or commissions. Why Must I File? The City of Palm Springs Public Integrity Ordinance advances transparency in municipal government and assists public officials in avoiding conflicts of interest The City's Public Integrity Ordinance, codified in Chapter 2.60 of the municipal code, reflects the City's interest in ensuring that companies (and other legal entities that are not natural people) doing business in the community are transparent and make disclosure as to their ownership and management, and further that those companies disclose the identity of any person, with an ownership interest worth two thousand dollars ($2,000) or more, who has a material financial relationship with any elected or appointed voting City official, or with the City Manager or City Attorney. Note: A material financial relationship is a relationship between someone who is an owner/investor in the applicant entity and a voting official (or the City Manager or City Attorney), which relationship includes any of the following: (1) the owner/investor and the official have done business together during the year prior to the application; (2) the official has earned income from the owner/investor during the year prior to the filing of the application; (3) the owner/investor has given the official gifts worth fifty dollars ($50) or more during the year prior to the filing of the application; or (a) the official might reasonably be anticipated to gain or lose money or a thing of value, based upon the owner/investor's interest in the applicant entity, in relation to the application's outcome. When Must I File? You must file this form at the same time when you file your application for a City approval determined by a vote of City officials, whether elected or appointed. What Must I Disclose? A. The names of all natural persons who are officers, directors, members, managers, trustees, and other fiduciaries serving trusts or other types of organizations (attorneys, accountants, etc.). IL] Note: (1) only trusts or other organizations that are not the fiduciaries, (2) if a second entity that is not a natural person serves the applicant entity (e.g., as a member of an applicant LLC), then all officers, directors, members, managers, trustees, etc., of the second entity must be disclosed). B. The names of persons owning an interest with a value of two thousand dollars ($2,000) or more who have a material financial relationship with an elected or appointed City official who will vote on the applicant's application, or with the City Manager or City Attorney. PENALTIES Falsification of information or failure to report information required to be reported may subject you to administrative action by the City. 20 PUBLIC INTEGRITY DISCLOSURE FORM SUPPLEMENTAL INSTRUCTIONS AND EXAMPLE (DO NOT INCLUDE INSTRUCTIONS IN YOUR WORK PROPOSAL) In an effort to ensure we capture the required business entity information in accordance with the attached instructions, we provide you these supplementary instructions to clearly identify the required information, and the format the information should be provided. If you, as the applicant, are a business entity (i.e. a corporation or limited liability company), and it is also comprised of other business entities as its members or having a financial interest, all other such business entities must also be disclosed, including those entities other business entities, if any. Ultimately, the City's disclosure document requires a listing identifying all natural persons having any financial interest over 5% of the business entities (and any other business entities comprising your business entity). As an example, Applicant is: Acme Brothers, Inc., a California corporation, whose officers are.. John Doe, Jill Doe, and Jay Doe, which is owned 50% by Acme Brothers, LLC, a California limited liability company, and John Doe (25% interest) and Jill Doe (25% interest). Acme Brothers, LLC, is managed by Acme Brothers 2, Inc , a California corporation, whose officers are: George Doe, Bill Doe, and Jane Doe, which is owned 100% by Acme Brothers 2, LLC, a California limited liability company, which is managed by George Doe, with George Doe and Jane Doe having 50% interest each. The full business entity disclosure in this example would resemble four copies of the form as follows: 1. Acme Brothers, Inc., a California corporation a. Officers: John Doe, Jill Doe, and Jay Doe (page 1) b. Ownership: (page 2) i. 50% Acme Brothers, LLC, a California limited liability company (since this is not a natural person fill out another form for this company) ii. 25% John Doe iii. 25% Jill Doe 2. Acme Brothers, LLC, a California limited liability company a. Managers: Acme Brothers 2, Inc., a California corporation (page 1) b. Ownership: 100% Acme Brothers 2, Inc., a California corporation (page 2) (since this is not a natural person fill out another form for this company) 3. Acme Brothers 2, Inc., a California corporation a. Officers: George Doe, Bill Doe, and Jane Doe (page 1) b. Ownership: 100% Acme Brothers 2, LLC, a California limited liability company (page 2) (since this is not a natural person fill out another form for this company) 4. Acme Brothers 2, LLC, a California limited liability company a. Managers: George Doe (page 1) b. Ownership: (page 2) i. 50% George Doe ii. 50% Jane Doe (since these are all natural persons stop) If ownership is an Employee Stock Ownership Plan (ESOP) you can stop there. 21 ATTACHMENT "E" SAMPLE PROFESSIONAL SERVICES AGREEMENT FOR ON -CALL SERVICES Please review the Request for SOQ and Agreement. If your company would like to request any modifications to the Agreement or take exception to language in the Request for SOQ, identify all requested changes or exceptions as Attachment "E" in your SOQ. If you have no requested changes or exceptions, then identify that in Attachment "E" of your SOQ. Please note that the exhibits in the attached Agreement are intentionally not complete. These exhibits will be negotiated with the selected Consultant(s) and will appear in the final Agreement executed between the parties. A Sample of the City's Professional Services Agreement for On -Call Services are on the pages that follow 22 PROFESSIONAL SERVICES AGREEMENT (PROJECT NAME AND/OR CONSULTANTS NAME) THIS PROFESSIONAL SERVICES AGREEMENT ( "Agreement") is entered into, and effective on , 20_, between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, ("City") and , a , ("Consultant"). City and Consultant are individually referred to as "Party" and are collectively referred to as the "Parties". RECITALS City requires the services of a ("Project"). B. Consultant has submitted to City a proposal to provide to City under the terms of this Agreement. for 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 in this Agreement. 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: AGREEMENT 1. SERVICES OF CONSULTANT 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" (the "Services" or "Work"), which is attached and incorporated herein by this reference. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work contemplated and, in light of such status and experience, Consultant covenants that it shall perform the Work in a competent, professional, and satisfactory manner consistent with the level of care and skill ordinarily exercised by high quality, experienced and well qualified members of the profession currently practicing under similar conditions. 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 55575 18165.329001572 1 Revised: 511 /20 Proposals and the Consultant's Proposal, which are both attached as Exhibits "B" and "C", respectively, are incorporated herein by this 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 priority document, which shall be determined in the following order of priority: (1") the provisions of the Scope of Services (Exhibit "A"); (2"d) the provisions of the City's Request for Proposal (Exhibit "B"); (3`d) the terms of this Agreement; and, (41h) the provisions of the Consultant's Proposal (Exhibit "C"). 1.3 Compliance with Law. Consultant 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. Consultant shall be liable for all violations of such laws and regulations in connection with the Services and this Agreement. 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 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 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 required by this Agreement. Consultant 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. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services, 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 to prevent losses or damages. Consultant 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. Revised 511120 55575 18165'.32900157 2 Y 1.7 Further Responsibilities of Parties. Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. 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 Additional Services. City shall have the right at any time during the performance of the Services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No such extra work may be undertaken unless a written order is first given by the City to the Consultant, incorporating any adjustment in (i) the Maximum Contract Amount, as defined below, and/or (ii) the time to perform this Agreement. Any adjustments must also be approved in writing by the Consultant. Any increase in compensation of up to twenty-five percent (25%) of the Maximum Contract Amount or $25,000, whichever is less, or in the time to perform of up to thirty (30) days, may be approved by the City Manager, or his designee, as may be needed to perform any extra work. Any greater increases, occurring either separately or cumulatively, must be approved by the Palm Springs City Council. It is expressly understood by Consultant that the provisions of this section shall not apply to the services specifically set forth or reasonably contemplated within the Scrape of Services. 2. COMPENSATION 2.1 Maximum Contract Amount. For the Services rendered under this Agreement, Consultant shall be compensated by City in accordance with the Schedule of Compensation, which is attached as Exhibit "D" and incorporated herein by this reference. Compensation shall not exceed the maximum contract amount of [INSERT NOT TO EXCEED CONTRACT AMOUNT] Dollars, ($ ) ("Maximum Contract Amount"), except as may be provided under Section 1.8. The method of compensation shall be as set forth in Exhibit "D." Compensation for necessary expenditures for reproduction costs, telephone expenses, and transportation expenses must be approved in advance by the Contract Officer designated under Section 4.2 and will only be approved if such expenses are also specified in the Schedule of Compensation. The Maximum Contract Amount shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City. Consultant shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings. Consultant accepts the risk that the services identified in the Scope of Services may be more costly and/or time- consuming than Consultant anticipates, that Consultant shall not be entitled to additional compensation, and that the provisions of Section 1.8 shall not be applicable to the services identified in the Scope of Services. if the City's Maximum Contract Amount is reached before the Consultant's Services under this Agreement are completed, Consultant shall complete the Work and City shall not be liable for payment beyond the Maximum Contract Amount. 2.2. Method of Payment. Unless another method of payment is specified in the Schedule of Compensation (Exhibit `-D"), in any month in which Consultant wishes to receive payment, Consultant shall submit to the City an invoice for Services rendered prior to the date of the invoice. The invoice shall be in a form approved by the City's Finance Director and must be submitted no later than the tenth (10) working day of such month. Such requests shall be based upon the amount and value of the Services performed by Consultant and accompanied by such 55575 18165.32400157.2 3 Revised: 511120 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 as soon as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Changes in Scope. In the event any change or changes in the Scope of Services is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to, any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or work, when required by the enactment or revision of any subsequent law; 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 by the City Council for each fiscal year covered by the Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to the City. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon attached Schedule of Performance (Exhibit "E"), incorporated herein by this reference. Neither Party shall be accountable for delays in performance caused by any condition beyond the reasonable control and without the fault or negligence of the non -performing Party. Delays shall not entitle Consultant to any additional compensation regardless of the Party responsible for the delay. 3.2 Schedule of Performance. Consultant shall commence the Services under 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 for performance of Services to be rendered under this Agreement may be extended because of any delays due to a Force Majeure Event, if Consultant notifies the Contract Officer within ten (10) days of the commencement of the Force Majeure Event. A Force Majeure Event shall mean an event that materially affects the Consultant's performance and is one or more of the following: (1) Acts of God or other natural disasters occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of governmental authorities (including, without limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals by governmental authorities that are required for the Work); 4 Revised: 5/1120 55575 1816532400157 2 and (4) pandemics, epidemics or quarantine restrictions. For purposes of this section, "orders of governmental authorities," includes ordinances, emergency proclamations and orders, rules to protect the public health, welfare and safety, and other actions of the City in its capacity as a municipal authority. After Consultant notification, the Contract Officer shall investigate the facts and the extent of any necessary delay, and extend the time for performing the Services for the period of the enforced delay when and if, in the Contract Officer's judgment, such delay is justified. The Contract Officer's determination shall be final and conclusive upon the Parties to this Agreement. The Consultant will not receive an adjustment to the contract price or any other compensation. Notwithstanding the foregoing, the City may still terminate this Agreement in accordance with the termination provisions of this Agreement. 3.4 Term. Unless earlier terminated in accordance with Section 4.5 of this Agreement, this Agreement shall continue in full force and effect for a period of (weeks/months), commencing on , 201_, and ending on , 202 _ , unless extended by mutual written agreement of the Parties. However, the term shall not exceed three (3) years from the commencement date, except as otherwise provided in the Schedule of Performance described in Section 3.2 above. 3.5 Termination Prior to Expiration of Term. City may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Consultant. Where termination is due to the fault of Consultant and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon receipt of the notice of termination, Consultant shall immediately cease all Services except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer after such notice. City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Consultant shall not be entitled to payment for unperformed Services, and shall not be entitled to damages or compensation for termination of Work. Consultant may not terminate this Agreement except for cause, upon thirty (30) days written notice to City. 4. 'COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is designated as being the principal and representative of Consultant authorized to act in its behalf and make all decisions with respect to the Services to be performed under this Agreement: [INSERT NAME], I [INSERT TITLE]. 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 the City Manager or his/her designee ("Contract Officer"). Consultant shall be responsible for keeping the Contract Officer 55575 18165 32900157 2 5 Revised- 5/1/20 fully informed of the progress of the performance of the Services. Consultant shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified, any approval of City shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, education, capability, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Consultant shall not contract with any other individual or entity to perform any Services required under this Agreement without the City's express written approval. In addition, neither this Agreement nor any interest may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Subcontracts, if any, shall contain a provisions making them subject to all provisions stipulated in this Agreement including without limitation the insurance and indemnification requirements_ 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 subConsultant(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subConsultant 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 in this Agreement 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 in this Agreement 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 under this Agreement without the express written consent of City. 4.4 Independent Consultant. The legal relationship between the Parties is that of an independent Consultant, and nothing shall be deemed to make Consultant a City employee. A. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act or represent themselves 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. Revised 5l1120 55575 18 165'- 32900 15 7.2 B. Consultant shall not have any authority to bind City in any manner. This includes the power to incur any debt, obligation, or liability against City. 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. If for any reason any court or governmental agency determines that the City has financial obligations, other than under Section 2 and Subsection 1.8 in this Agreement, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subConsultants, or agents, Consultant shall indemnify City for all such financial obligations. 4.5 California Labor Code Requirements. A. Consultant is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates and the performance of other requirements on certain "public works" and "maintenance" projects ("Prevailing Wage Laws"). If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, Consultant agrees to fully comply with such Prevailing Wage Laws. Consultant shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It shall be mandatory upon the Consultant and all subcontractors to comply with all California Labor Code provisions, which include but are not limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775), employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours of labor (Labor Code Sections 1813 and 1815) and debarment of contractors and subcontractors (Labor Code Section 1777.1). B. If the Services are being performed as part of an applicable "public works" or "maintenance" project and if the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Consultant and all subcontractors performing such Services must be registered with the Department of Industrial Relations. Consultant shall maintain registration for the duration of the Project and require the same of any subcontractors, as applicable. This Agreement may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Consultant's sole responsibility to comply with all applicable registration and labor compliance requirements. 5. INSURANCE 5.1 Types of Insurance. Consultant shall procure and maintain, at its sole cost and 7 Revised- 511120 5�.0'; 18165324001572 expense, the insurance described herein. The insurance shall be for the duration of this Agreement and includes any extensions, unless otherwise specified in this Agreement. The insurance shall be procured in a form and content satisfactory to City. The insurance shall apply against claims which may arise from the Consultant's performance of Work under this Agreement, including Consultant's 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 in this Agreement. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided under this Agreement shall be on an occurrence basis. The minimum amount of insurance required shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two -million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification under (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 under 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 terns of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, Revised: 5/1120 55575 18165' 32400157 2 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 subConsultants, 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 Consultants, 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. Eml2loyer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self -Insured Retentions. Any deductibles or self -insured retentions must be declared to and approved by the City Manager or his/her designee prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self -insured retentions. City reserves the right to reject deductibles or self - insured retentions in excess of $10,000, and the City Manager or his/her designee 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 under this Agreement: A. For any claims related to this Agreement, Consultant's coverage shall be primary insurance with respect to the 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. B. Any failure to comply with reporting or other provisions of the policies, 55575 18165-.32900157 2 9 Revised: 511 /20 including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. C. 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. D. No required insurance coverages may include any limiting endorsement which substantially impairs the coverages set forth in this Agreement (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. E. 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 in this Agreement. F. Consultant agrees to ensure that subConsultants, 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 subConsultants and others engaged in the Project will be submitted to the City for review. G. 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 in this or any other regard. H. Consultant shall provide proof that policies of insurance required in this Agreement, expiring during the term of this Agreement, have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. 1. Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements, or 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 10 Revised. 511120 55575 18165'.32900157 2 intended by any party or insured to be limiting or all-inclusive. J. 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 impair the provisions of this section. K. 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. L. 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 in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: A. "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). B. "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). Revised. 511120 55575 18165-.32900157 2 C. "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. D. 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 Indemnification and Reimbursement. 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, for any violation of any federal, state, or local law or ordinance or in any manner arising out of, pertaining to, or incident to any acts, errors or omissions, or willful misconduct committed by Consultant, its officers, employees, representatives, and agents, that arise out of or relate to Consultant's performance of Services or this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the Indemnified Parties. 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. 6.2 Design Professional Services Indemnification and Reimbursement. If Consultant's obligation to defend, indemnify, and/or hold harmless arises out of Consultant's performance as a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to the extent which the Claims arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant in the performance of the Services or this Agreement, and, upon Consultant obtaining 55575 18165-.32900157 2 12 Revised: 511/20 a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. 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, or as the Contract Officer shall require. Consultant acknowledges that the City is greatly concerned about the cost of the Work to be performed under this Agreement. For this reason, Consultant agrees that Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Services. If Consultant is providing design services, Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost for the project being designed if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the design services. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subConsultants, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement. 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. Any use cif 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 resulting damages. Consultant may retain copies of such documents for their own use. Consultant shall have an unrestricted right to use the concepts embodied tin this Agreement. Consultant shall ensure that all its subConsultants shall provide for assignment to City of any documents or materials prepared by them. In the event Consultant fails to secure such assignment, Consultant shall indemnify City for all resulting damages. 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. 13 Revised- 511l20 55575 18165 329001572 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1554) 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 Default of Consultant. Consultant's failure to comply with any provision of this Agreement shall constitute a default. A. 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, hershe 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 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 shall limit City's right to terminate this Agreement without cause under Section 3.5. B. 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 14 Revised 5fir24 55575 18165-.32900157 2 8.3A, take over the work and prosecute the same to completion by contract or otherwise. 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). The 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 in this Agreement. 8.4 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. 8.5 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. 8.6 Le al Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct, remedy or 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. 8.7 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 addition to such other relief as may be granted, to recover from the non -prevailing Party all reasonable costs and expenses. These include but are 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. Consultant acknowledges that no officer or employee of the 5557518165.32400157 2 15 Revised: 511120 City has or shall have any direct or indirect financial interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one (1) year thereafter. Consultant warrants that Consultant 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 actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Consultant certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not 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; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non- discrimination in city contracting. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Covvright Infrin eg ment. 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: A. 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 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 in the event City fails to cooperate in the defense of any suit or claim, provided, however, that such defense shall be at Consultant's expense. Consultant shall 16 Revised- 511120 55575 18165 324001572 not be obligated to indemnify City under any settlement that is made without Consultant's consent, which shall not be unreasonably withheld. 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 Notice. Any notice, demand, request, consent, approval, or communication that either party desires, or is required to give to the other party or any other person shall be in writing. All notices 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. All notices 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, and 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 & City Clerk 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: Attention: Telephone: Facsimile: 10.3 Integrated Agreement. This Agreement constitutes the entire understanding between the Parties and supersedes and cancels all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by ur among the Parties with respect to the subject matter in this Agreement. 10.4 Amendment. No amendments or other modifications of this Agreement shall be binding unless through written agreement signed by all Parties. 10.5 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law. 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 17 Revised 511 /20 SS3T3 1810*- 5���00157 2 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 in this Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without Iimitation, any rights as a third -party beneficiary or otherwise, upon any entity or person not a party to this Agreement. 10.7 Recitals. The above -referenced Recitals are hereby incorporated into the Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 10.5. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. 10.9 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. [SIGNATURES ON NEXT PAGE] 55575 18165 32900157 2 18 Revised 511/20 SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT BY AND BETWEEN THE CITY OF PALM SPRINGS AND [***INSERT NAME***] IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: APPROVED AS TO FORM: By: Jeffrey S. Ballinger, City Attorney APPROVED BY CITY COUNCIL: Date: Agreement No. By: David H. Ready, PhD City Manager ATTEST By: Anthony Mejia, City Clerk Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or an) Vice President The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer CONSULTANT NAME: Check one — Indwidual _ Partnership _ Corporation Ad" -3s By Signature (Notarized) By Signature (Notarized) 19 Revised: 511 /20 55575.18163132900157 2 CALIFORNIA ALL-PURPOSE ACKMOWLEMMEMT CIVIL CODE § 1180 icy.u�u.,cx.4:..c.,.�..e�.,r..,r:.,r..r.�f_r. ryA,,•,,�t,m _ . A twxary pibric or0#W dk9 ,his rxrtFiOma verifies aril the r of the rxividid xiw eigired the dotsrMM to which This ca0ficae a att:+ched end not the ttuM&w m nocurac% or vsiidity of dw docummL state of CaGtomia County of On before me. Data pely appeared Nero lnsiwt Name and Me of &w 011roer Name f*) of ftrwo) who proved to me on the bacia of riaWactory evidence to be The peroorga) whose name(a) imam subecribed to the within hatrumerd and acknowledged to me tfud hafaheAhey executed the acme in h4therltheir authorized capecity(mie). and th3i by hialherlther aignahue(a) on the iriziburn rit the paraon(a), or the entity upon behalf of which the persona) acted, executed the inetr rnent i certify under PENALTY OF PEWURY under the Iowa of the State of California that the foregoing paragraph i3 true and correct WffNESS my hand and otficiat seal. Signature SgpMd re Of ftfwy PaWic Piece NOfary Sod Above OPTIONAL Thoto this section is ophorrat oomplafing this Irdbmiabon can deter altarstvn of the docunierit or fiaudrterif reetfaoilmerd of tide Amm to an urmianded docunw it Description of Attached Document Tdfe or Type of Dooumeint Number of Pages: r.1jr ^UR ,t9 Signer(a) Other Than Named Above. Capecity(res) Claimed by Signer(a) Signers Name: ❑ Corporate Officer — Tdle(s): ❑ PBrtnw — ❑ Limited ❑ Gonerel ❑ Individual ❑ Attorney in Fact ❑ Truatee ❑ Guardian or Conservator ❑ Other. Signer fa Representing: Signer a Name: ❑ Corporate Officer — T'dfe(a) ❑ Partner — ❑ United [I General ❑ inamivat ❑ Attorney in Fact ❑ Tnrstee ❑ Ouwdan or Conservator ❑ Outer Signior b Ftepre3erdiinW 4M4 NaWnd Notary Assmishm • www.Natcna*4otety org • 1 SUS NaiARY (1-BOIF876-9827) ttam ft= () Revised 511120 53375 18165 32940157 2 EXHIBIT "A" SCOPE OF SERVICES 55575 18165-.32900157 2 1 Revised: 5/1/20 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS 55575 l S 165-.32900157 2 2 Revised: 511 /20 EXHIBIT "C" CONSULTANT'S PROPOSAL 3 Revised 511/20 55573 18165-32944157.2 EXHIBIT "D" SCHEDULE OF COMPENSATION 55575 18165'.32900157 2 24 Revised: 511/20 EXHIBIT "E" SCHEDULE OF PERFORMANCE 5 Revised. 5/1/20 55575 I S 165'-.32400157 2 .; 04 0 ge- `y �� SOQ #09-21 ON -CALL 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 SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS, THIS ADDENDUM 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: We received the email below regarding SOQ 09-21 but do not see Golf Course Design in the scope. Could you please confirm whether there is a need for golf course design services in this particular SOQ? A 9: There is no need for golf course design services in this SOQ. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 18, 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name. Authorized Signature: Date: Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your SOQ being deemed non -responsive. off;{r. F- SOQ #09-21 ON -CALL LANDSCAPE ARCHITECTURAL SERVICES ADDENDUM NO. 2 �,q`'r'A This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM 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: May a front cover and table of contents be included? If so. may it be excluded from the page count? A 1: Front cover and table of contents (not required) are included towards the 30 page count. Q 2: Is the Cost Proposal included in the page count? A 2: No Q 3: Can the local business preference apply if we have included a certified local business as a sub consultant on our team? A 3: Per the language in the SOO, five (5) points will be awarded to a consultant that requests consideration of the local business preference and qualifies as a local business. A consultant that does not meet the definition of "local business" in the SOO will not be awarded any points. For example, a consultant that does not operate or perform business on a day to day basis within the Coachella Valley would not be eligible for consideration of the local business preference, even if they employ a sub -consultant that meets the definition of a local business. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 22, 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 2 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your SOQ being deemed non -responsive. SOQ #09-21 ON -CALL LANDSCAPE ARCHITECTURAL SERVICES ADDENDUM NO. 3 This Addendum is being issued for the following changes and informational items - THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM 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 Is the 30 page limit for double sided or single sided printing A l: Double sided. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 25, 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 3 is required by signing and returning a copy of this addendum with your response, Failure to acknowledge this Addendum may result in your SOQ being deemed non -responsive. EXHIBIT "C" CONSULTANT'S PROPOSAL 55575 18155'l29Q6159 2 Rev 511120 STATEMENT OF QUALIFICATIONS To Provide Professional Landscape Architectural Design Services for CITY OF PALM SPRINGS ON -CALL LANDSCAPE ARCHITECTURE SERVICES A1 L , ....... PR .........�.......zoz1 .......................................................... � Duff L);F�s,:g n€ng landscape:. that create community A-k[t-ts ,""� IN,y P,"a T� , ........... ...................................................... 4................ MWITIM utwdscupe fkreh%tectr alwt Pane Plawwers April 1, 2021 City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 RE- PROPOSAL TO PROVIDE PROFESSIONAL ON -CALL LANDSCAPE ARCHITECTURAL SERVICES To whom it may concern, Palm Springs has a great inventory of parks and public landscapes. The creative designers at David Volz Design has a long history of designing award winning parks throughout Southern California. We have worked with hundreds of cities providing a variety of multidiscipline professional design, planning, and construction support related services for capital improvement projects associated with parks and recreation, streets, and neighborhood revitalization. Our firm would very much like to assist in the development of future outstanding public landscape projects as a member of your design team. EXPERIENCE IN PROVIDING ON -CALL CAPITAL IMPROVEMENT PROJECT DESIGN SERVICES. DVD is currently providing professional on -call as -needed design services to two dozen public agencies. Under these commissions we provide public facilities, park and green way planning and design, peer review, standards development and budgeting services as active city staff extension professionals. QUALIFICATIONS OF THE DESIGN TEAM I, David Volz, will be the point of contact for you and your staff. I have for over three decades provided scores of public agencies with on -call consulting services. My firm has specialized in the delivery of public projects including dozens of CPRS, APWA, APA Award -winning projects. Mr. Gary Vasquez, DVD's director of design and project manager, will provide the creative flair that makes DVD designed landscapes special. Our project professional staff will ensure project implementation. Our firm has proven expertise in managing multi.discipline project teams delivering quality design documents and maintaining strong relationships with all our design team partners and public agency clients. David Volz Design has a very creative design team and our desire to be Palm Springs' design partner will be evidenced in our energy and enthusiasm every step of the way. My firm and I look forward to working with your city's team and the citizens of Palm Springs on all your important park and landscape projects Very truly yours, 10"110 ILY40 WJ 11116SI i\ A---- - David J. Volz, R.L.A. # 2375 LEED Accredited Professional, QSD/QSP DESIGNING LANDSCAPES THAT Corporat#Office Coachella valley Office 5afiJoseOflice CREATE COMMUNITY f311;e Si,'„ k,,. 78061) Cella E"l tflo i I North rv+ar:rcl stf�.�t suit. 300 Costa :%i,1,d. C?, J132r+ I La fluintd. CA zi22 o i :vw;: dvnlrcic;ian.mn, San )os_•, CA95 i I � I'.; rig 1 1300 160 510 31 CIS G49. T44 O ;6 I FIRM PROFILE David Volz Design (DVD) is committed to the creative design of outstanding public spaces. We develop landscapes, parks, sports fields, and streetscapes to meet the specific needs of their communities. DVD designs special environments for those who seek recreation in a beautiful setting: i wonderful natural environments for I those who are simply looking for respite, and for those who pursue _ recreation and competitive athletic ' .x endeavors on the playing field. Our firm capitalizes on what the site and nature has to offer. For all of our commissions, we work to enhance the site's use, working within environmentally sound parameters while ' taking full advantage of the site and its surroundings to best service the community's needs. Ever mindful of our role as stewards of the land, DVD's FIRM & STAPF QUALIFICATIONS \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ PLANNING AND DESIGNING Demonstration gardens, mitigation + restoration Nature parks, Interpretive gardens + wilderness camps Streetscape development + redevelopment Community, neighborhood + mini -parks Facility master plans + feasibility studies School fields + campus planning Irrigation renovation + redesign Design guidelines + standards TF Sports parks + stadiums ` Grant applications "DVD continues to build it- reputation 00 on creativity and service in the design of outstanding public spaces. We create high duality public spaces for our clients' communities and neighborhoods. We work with public agencies and the people they serve to develop innovative landscapes of outstanding beauty.'. David Volz, President, RLA, LEED AP, QSD/QSP design philosophy includes careful consideration for DAVID VOLZ DESIGN LANDSCAPi: realistic maintenance requirements and construction ARCHITECTS. INC cost parameters. We also embrace any opportunity Designing landscapes that create comnumi-y to interact with the public to create environments that www.dvolzdesign.com meet their needs. DVD's proven outreach approach Founded in 1997 8 employees has often been the catalyst for our most successful 24 years in business David Volz RLA#2375 projects. Our proven approach and input we receive S-Corporation-CA Gary Vasquez RLA #3883 provides the inspiration that leads to creative and p p Never filed for bankruptcy Wholly -owned Business LEED Accredited SBE innovative solutions. Ourcom an understands the importance of protecting p Y p p g Contact Person: David Volz, President Coachella Valley Office 78060 Cale Estado the environment, protecting our resources and the 714-1541-1300 La Quinta, CA 92253 health of future generations. DVD is proud to be a LEED dvolz@dv❑Izdesign.com 760.5805165 Accredited and a Qualified Stormwater Designer Corporate Office � San Jose Office QSD company. We understand the commitment we : 151 Kalmus Drive, Suite M8 111 North Market Street, have to the public to deliver quality projects that offer a Costa Mesa,CA92626 Suite 300 high return for the public funds invested; projects that 714 Ei41.1300 San Jose. CA 95113 669.4440461 can be maintained and deliver a lifetime of service to the communities They are built for. Like us on Facebook' Follow us on Instragram 11 Parks and greenspaces designed by our firm have ; @davidvolzdesign ......................................................... received awards and accolades from community groups, civic organizations, the American Public Works r _ A.WRiCAN "'- stxierroE CF7r5 iANriSCnPE Association, the California Parks & Recreation Society, ^ ARCHITECTS r�r and the National Recreation & Park's Society. Cfr ACEC A.. Q0 \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRING` goray D FIRM & STAFF QUALIFICATIONS \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL EXPERIENCE ............................................... COACHELLA VALLEY REGENT & NOTABLE PROJECTS For more than twenty years David Volz Design has been successful in designing and completing hundreds of task CITY OF LA QUINTA orders for improvements under multi -task "as -needed" and 'Miles Avenue Median Turf Conversion "on -call" agreements for local public agencies. Our success • • Madison Street Median Turf Conversion and effectiveness with multi -task agreements is based on • Community Park Spray Pad Play Area our philosophical approach; by envisioning our team as your : • Downtown Parking Lot partner, virtually an extension of your staff, our collective goals Highway 111/Point Happy widening and desires will be aligned and focused in the same direction_ Improvements Your needs and expectations will be our highest priority and • Jackson Avenue Streetscape Roundabout and Street Crossings when you are successful, we realize our success. This close partnership approach, this mind set, has proven successful and CITY OF COACHELLA highly effective in the way we interact with our clients. Currently, • Avenue 50 Improvements David Volz Design (DVD) has on -call agreements with two dozen ' 5th Street Prop Grant Application public agencies in Southern California. • 54th Avenue Streetscape e • Bagdouma Park Expansion • Dateland Park Design As part of our on -call agreements, DVD often works with multiple : • Median Design Guidelines city departments and oversight agencies for the successful • Rancho Los Flores - Prop 84 Grant completion of a task order. These projects ranged from App. irrigation upgrades, to preparing master plans and construction CITY OF DESERT HOT SPRINGS documents for neighborhood parks, golf course rehabilitation, Palm and Pierson Improvements trails, bikeways, parking lots and many other interesting projects. We understand the planning process, environmental process TY OF or I NDIO and the need for public works guidance and reviews. We . Street treet Medians Development for All Streets North of the 10 Freeway have designed and helped to develop projects, both large and • Highway 111 Business District small, which have required extraordinary mitigation measures, Landscape Improvement Plan engineering within tight tolerances and solutions which have ' required unique and creative designs. We are ever mindful of CITY OF PALM DESERT project funding mandates and agency requirements. We have • CV Link Painters Path •Fred Waring Drive Median designed projects that were federally funded, bond funded and Improvements multi -agency funded. : • Tamarisk Row Drive & Country Club ' Drive ' • Streetscape Improvements • Monterey Avenue Median Ors -Call Contracts & MUltiple Project Delivery CITY OF PALM SPRINGS • Welwood Library City of Anaheim City of Los Angeles • Dog Park : . Downtown Alleyway Improvements City of Commerce City of Ontario . Warm Sands Median Improvements City of Cupertino City of Pasadena : • Visitor's Center Exterior Lighting City of Cypress City of Pomona City of Fullerton City of South Gate CITY OF RANCHO MIRAGE City of Gardena City of Stanton •Wolfson Park Expansion City of Indio City of Tustin • • City Hall Campus Desertscape City of Irvine City of Yorba Linda Conversion . Desert Sun Drive, Kaye Bollard Lane & City of La Quinta Glendale Power & Water Kersten Road Improvements City of Laguna Niguel LACCD • Dina Shore Median Improvements ' • Davall Median Islands Refurbishment • Landscape Medians Guidelines • Update ................................................. \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON-CALI. LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS Ilk VID PRIMROSE PARK Primrose Park is envisioned as a new recreational community park for this central section of the City Center Community in Temple City. This 1.1 Acre parcel of land is situated between Temple City Boulevard and Encinita Avenue to the East and West, and to Garibaldi Avenue and Las Tunas Drive to the North and South. This site currently houses a recently demolished open lot, and an approximate .5 acre public parking lot. This site has great potential to meet the neighborhood's needs, and has a lot to offer to this town's community. The vision of this new park is a vibrant activity space that would include: playground, community space for wellness activities, walking exercise loop, and a new parking lot. The park is to have new group picnic areas, enhanced paving, an open play lawn, benches, play equipment, fitness equipment, bike racks, drinking fountain, flower sculpture water element, shade structures, outdoor art piece opportunities, garden accent plantings, perimeter landscape screening and fencing, and new lighting. This City Park will have a new adjacent parking lot located to the South, which will include 57 standard spaces and 3 A.D.A. accessible stalls. One of the key features of this park is the repeated "primrose" design features that will be highlighted at both the playground, as well as at the large group picnic gathering area. Seatwalls and rubber play surfacing will reinforce the curved lines of a primrose, which is also the city logo. The new park and all of its new facilities it will house will greatly increase the usability of this site for its neighborhood and adjacent community members, FI R ,V [1 •-. 4 b- f _f Y.RE4*1ir �v PROJECT EXPERIENCE ............................................ Client: City of Temple City Reference: Adam Matsumoto Parks & Recreation Director C ty of Temple City (626) 285-2171 amatsumoto@templecity.us Key Elements: • Community outreach design approach • Open Lawn Space • Water -wise irrigation system • Play area • Water Fountain Feature • Public Art • Restroom • Low maintenarit~e drought tolerant plant--, • Picnic area • Exercise equipment Services: • (2 ) Community Outreach Workshops & Display Exhibits • Council & Commission Presentations • Concept Plan • Construction Documents • Bidding Assistance • Construction Period Services Acreage: 1.1 Start Date: May 2019 Date of Completion: Construction in progress Cost of Design: $195,279 Cost of Construction: TBD DVD Project Manager: Duane Tut Staff: David Volz, Gary Vasquez, Larry Poindexter, Paul Cassar, Luis Pedraza, Dana Bull Subconsultants: DMS Consultants, Design West Engineering :............................................: \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICESr CITY OF PALM SPRINGS No1®rap PROJECT EXPERIENCE \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ VETERANS MEMORIAL DVD had the great opportunity to work with the City of Pico Rivera on improving its existing Memorial Plaza. This monument pays tribute to the dedication and sacrifices of the City's veterans. The DVD team worked closely with the City and Veterans Association to ensure the new improvements satisfy their vision for the memorial. Services included presentations, design development, concept plans, 3D renderings, construction documentation, and construction observation. The design, while protecting the existing eternal flame, completely transforms the memorial plaza. At the center of the design is a curved memorial seatwall faced with black granite with a polished flame texture. The side of the wall facing the street is mounted with illuminated bronze emblems representing the 5 services of the military including the Army, Navy. Marine Corp, Air Force and Coast Guard. On the north side of the memorial are three 10' tali brick and granite columns honoring the veterans of Pico Rivera and Veterans Service Clubs. Flagpoles with flags representing the 5 military service branches frame the columns. The DVD teamed worked closely in selecting and working with a fabricator and material supplier for the construction of all the granite stonework to ensure that the vision and design of the memorial was assured in the final construction. New decorative cut stone pavers and drought tolerant landscape were also part of the improvements. ntvuc..s,ua uw.tw�..+lw.pq t�n..lor. t.usa..r caww,r�.�nacea Client: City of Pico Rivera Reference: James Enriquez Director of Public Works (562) 801-4225 jenriquez@pica-rivera,org Key Elements: • Community outreach design approach • Memorial monument • Low use water system • Drought tolerant plantings • Benches Services provided: • Community Outreach • Master Plan • Design Development • Construction Documents • Construction Period Services Size: 5,850 SF Start Date: June 2018 i Date of completion: May 2019 Cost of Design: $52.241.50 Cost of Construction: $421,600 DVD Project Manager: Luis Pedraza Staff: David Volz, Gary Vasquez i Subconsultants: Design West Engineering .............................................. ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM ;Pi INGS sosy1P 6 PROJECT EXPERIENCE \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ MADISON STREET MEDIANS The communities around Madison Street have embraced their new "celebrate the desert" landscape improvements. The carefully designed installation focused on strong ties to the rocky desert hills that surround the city and the planting is now appropriate for the desert environment. The water guzzling turf grass had to go and the new desert friendly, creative rock garden landscape is a beautiful bold statement in the midst of the PGA focused golf communities of La Quinta's easterly neighborhoods. Water concerns in the Coachella Valley require a rethinking of the street median landscapes that are overly green and lush. For the Madison Street medians, there was a concern that the replacement landscape might not be reflective of the beautiful homes, gardens and green look that envelopes the surrounding communities. The design team took on this perception as a creative opportun-ty that required a bold and beautiful solution. The old spray irrigation system was rebuilt with new water thrifty materials and smart irrigation controllers. Overall water use was reduced by 75%, say.ng an estimated 7,000 gallons of water a year. The turf needed to go, only a few specimen olives and the stands of desert friendly California fan palms were tagged to remain. The one mile of medians was regraded to display a La Quinta specific desert oasis landscape. The new medians feature agave, aloe and flowering desert shrubs set in a rock and boulder landscape. The new installation has been praised for the beautiful treatment of desert specific materials_ The pleasant flow of the design layout and the newly introduced trees as well as the "saved" palms provide an artistic contrast to the golf club landscapes in this part of the city. ..................................... Client: City of La Quinta Reference: Leonard St. Sauver Construction Manager/ Inspection Supervisor 760 777-7048 latsauver(cD a-quinta.org Elements: • City beautification project • Upgraded landscape enhancements • Environmentally friendly • Low maintenance • Drought tolerable plantings Services provided: • Concept De!;ign • Construction Documents • Bidding Assistance • Construction Period Services Mileage: 1 Start Date: April 2016 Date of completion: Oct 2016 Cost of Design: $38,095 Cost of Construction: $500,000 DVD Project Manager: Paul Cassar Staff: David Volz, Gary Vasquez, Luis Pedraza Subconsultants: Heptagon Seven Consulting, Design West Engineering \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS ®o®►®o PROJECT EXPERIENCE \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ STATE STREET PARK State Street park encompasses a 5-half acre utility overlay "found" parcels, along a half mile stretch of Southern Avenue. These parcels connect dozens of mid -city neighborhoods, as well as several local schools and commercial districts, they also allow for easy access to large city parks. Access to nature and open green space is provided throughout this 2'/z acre park through elements including rolling turf grass, interspersed garden spaces as well as California native plant ngs that encompass one fifth of the site. The half -mile long park trail system meanders through the green space and provides access to numerous play and recreation nodes. This pathway -to -play parallels a new class 1 off street bikeway that runs the length of the project and connects to othercity-wide trails. There are exciting play spaces, exercise equipment pods, sports courts and picnic spaces dispersed along the liner park's trail system. Play spaces that engage visitors in both self -directed as well as programed play opportunities. After any given schoo day, the park site is filled with kids traveling between school and home who stop to recreate along this parks' pathway. There are sculptures in this park that tie together the art and nature theme that the communty asked for during the park planning process. An example is the metal sculptures near the picnic shelter which are artistic interpretations of native California plants. State Street Park enriches the community, invites and provides access and elements of programed, prescribed and creative play, and provides wonderful park space on "found" underutilized uti ity corridor lands. A tautbarn Avanna A G lsul6aro Avanna E X ............................................. Client: City of South Gate i Reference: Steve Costley Interim Director of Parks & Recreation (323) 563-5494 scostley@sogate.org Key Elements: • Themed play area a Community art garden • Bio-swales • Low maintenance drought tolerant plants n 1/2 basketball courts • Picnic area a Exercise equipment Services provided: a Grant Application Assistance a Community Outreach • Concept Design a Design Development a Construction Documents • Bidding Assistance a Construction Period Services Acreage: (5) Half acre parcels Start Date: Dec 2009 Date of completion: Jan 2017 Cost of Design: $225,000 Cost of Construction: $2.5 mil. DVD Project Manager: Gary Vasquez Staff: David Valz, Larry Poindexter, Paul Cassar, Luis Pedraza Subconsultants: APA Engineering, Design West Engineering ............................................. "From Master Planning and Community Outreach to providing creative, sustainable and usable designs that enhance our community and excite our park goers, David Volz Design has consistently met afl expectations." Paul Adams, Retired Director of Parks & Recreation Letter of Recommendation \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS �5 PROJECT EXPERIENCE \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ DOG PARK A complete renovation of the Palm Springs Dog Park on the City Hall Campus was a high priority project for the city. Many years ago, the facility was state of the art for its time. An artist designed fence enclosure surrounds two paddocks, one for large dogs, one for small. These spaces were popular with the dog loving community in the downtown area for two decades. The drought restrictions and deteriorating infrastructure led to a loss of turf ground cover and the facility became a dust bowl. A committee of community leaders, stakeholders and the Mayor worked with the public works department and the design team to plan a complete makeover of the facility. New ADA access and seating areas were added. New shade trees in rock and boulder protective islands were designed and new turf sod was placed over the newly upgraded irrigation system. Innovative and creative application of the water reduction mandates allowed for a large turf grass allotment within the dog park enclosure. By lowering water use on other areas of the city hall campus net water use was calculated to be reduced even with a sufficient supply for the new high -use turf. With approval of the water district, the project was able to move ahead. The park with new dog bone benches, doggie cooling stations, new paved walks and lots of shade is once again a destination for the Palm Springs dog loving community. ............................................... Client: City of Palm Springs Reference: Marcus Fu' ler, M PA, PE, PLS Assistant City Manager/City Engineer (760) 322 8380 marcus.fullur@palmsprings-ca.gov Key Elements: • Natural Turf • Sustainable • Low maintenance • Themed amenitites • ADA accessible Services provided: • Community Outreach • Concept Plans • Construction Documents • Construction Period Services Start Date: Feb 2016 Date of Completion: Nov 2016 Cost of Design: $47,284 Cost of Construction: $360,000 DVD Project Manager: Roberto Leo Staff: David Volz, Gary Vasquez, Paul Cassar \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL l ANDSCAPE ARC HI I ECTURE SERVICES, CITY OF PALM SPRINGS 9 PROJECT EXPERIENCE \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ MARYLAN D PARK This special park is one of the hundred parks funded through the state competitive grant program Proposition 84. Maryland Avenue Park is located in the historic Tropico District. The design team conducted extensive community outreach to develop a park program including opportunities for public art, historical and educational interpretive pieces, and a partnership with the local grade school to co -manage a neighborhood garden- Murals depicting historic Tropico fruit box labels, p'aques with history lessons, and beautiful artistic metal gates adorn the new park. Built-in benches along a central boardwalk, an exercise area with workout stations, a picnic pavilion, and a raised bed community garden offer a great breadth of uses for this high -density, multi -ethnic neighborhood tract. Neighbors of the community are meeting each other for the first time in this wonderful park strengthening the community image and defining a new Tropico District in the City of Glendale. Residents feel safe with the park's beautiful entry gate and energy -efficient night lighting. Environmental conservation practices are demonstrated in this half - acre space. The formerly flat site has been graded to enhance visual interest and guide water run-off to the new storm water collection basin below the central boardwalk. Drought -tolerant plantings and sophisticated irrigation systems keep the park's water use low despite the small patch of luxurious grass. ............................................ Client: City of Glendale Reference: Shahen Begoumian Park Development Manager (818) 548-3796 Sbegoumian@ci.giendale.ca us Facility and Uses: • Play structure • Historic Tropico District theme • Shaded picnic area • Chess tables • Public art • Exercise Equipment • Neighborhood garden • Draught -tolerant plant.ng�, • Stormwater run-off ba in Services provided: • Community Outreach • Master Plan • Design Development • Construction Documents • Bidd;ng Assistance • Construction Period Services Awards: • CPRS Award of Excellence • APWA Best Award Recreation & Athletic Facilities Acreage: 1 Start Date: September 2010 Date of completion: August 2014 Cost of Design: $200.000 Cost of Construction: $15 million DVD Project Manager: Gary Vasquez Staff: David Volz, Paul Caspar, Luis Pedraza i............................................: '°DVD and their team ... have provided leadership for comPIL1111ty outreach, have designed creative and fun play spaces and have prepared high quality construction docunients.'- George Balteria , Retired City of Glendale Letter of Recommendation \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON CALL LANDSCAPE ARCHITECTURE SERVICES, C11 Y OF PALM SPRINGS � * • i1 PROJECT EXPERIENCE \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ CITY HALL The four acre Rancho Mirage City Hall campus improvement project was initiated by the city's elected officials to set an example for high quality sustainable site development within the city. The design criteria and program emphasized compatibility with the surrounding desert environment, sustainable practices for construction and maintenance, and improvements to the campus for employees and visitors to city hall. The DVD designed landscape renovation program included a drastic reduction in water usage, reduced maintenance and environmental impacts, introduction of adapted and indigenous plant specs and the elimination of lawn areas and spray irrigation. Also, included in the site design; debris reduction from walkways, appropriate site and landscape materials, erosion prevention measures, aesthetic and artistic enhancements, additional shade for parking and people and site lighting with enhanced energy efficient fixtures. New public gathering spaces take advantage of and surrounding rocky desert landscape and environment include direct access to nature trails and pleasant walkways throughout the campus grounds. Rancho Mirage has set an example of high quality sustainable site development while improving the work environment at the much used City Hall. David Volz Design provided the designs that enhanced the site's use while working within environmentally sound parameters and taking full advantage of the site and its surroundings. This carefully planned landscape earned the City the national "Stainable Site Design Initiative" Citation. .............................................. • Client: ' : City of Rancho Mirage Reference: Jesse Eckenroth Public Works Director (760) 770-3224 Ext 254 jessee@ranchomirageca gov Key Elements: • Improved work environment • Sustainable site practices : • Reduced maintenance and environmental impacts • Erosion prevent.on • Shaded structures • Parking lot • Site ghting • Drought -tolerant plantings • Stormwater run-off basin Services provided: • Design Development • Construction Documents Bidding Ass stance • Construction Period Services Awards: APWA Project of the Year Achievements: Highlighted by the National Sustainable Sites Initiative Size: 6.8 Acres Date of completion: 2009 Cost of Design: $89,200 Cost of Construction: $548,000 DVD Project Manager: Eric Sterling Staff: David Volz, Gary Vasquez, Paul Cassar ................................................ "DVD has been on the city's preselected consultant list for more than ten years . DVD has, through the coarse of their work for us, lead design workshops and presented their designs to community groups and before our appointed and elected officials.... always conducts thernselves in a profession manner and they are easy to work with." Bruce Harry Retired Director of Public Works Letter of Recommendation \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS��� FIRM & STAFF QUALIFICATIONS \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ PROJECT TEAM ................................................ ORGANIZATIONAL CHART City of Palm Springs David Volz Design provides award winning park planning On -Call Services and landscape architectural services to our public entity ................................................... clients, We provide feasibility studies, concept and .........................L........................ master planning as well as comprehensive construction plan development and project review services. We are a resource to the many public agency clients we have the honor to be contracted with. +a.+dV_"t ArrliEteotr. and Park pW",ev% David Volz Our creative designers have the background and expertise RLA #2375, LEED AP, QSD/P to deliver outstanding landscape architecture services Principal in charge Day-to-day contact for your city's project. For this work, we have assembled Project Manager a highly qualified team of landscape architects and specialized design consultants. The team will deliver: Gary Vasquez RLA #3883 CREATIVITY We will provide you with unique and Director ojdesign innovative solutions which will meet and exceed the expectations of the city. The project designs we put Eric Sterling forward will creatively address the sites' development RLA #5463 requirements, sustainability, the unique relationship to the Senior Landscape Architect nearby neighbors, program priorities, accessibility and recreation balance. Paul Cassar Project Manager COMMU DVD will continually keep you and Duane Tut your staff informed from the start and throughout all the projects' phases. Communication will be consistent and project Manager clear with all parties through completion of project. Luis Pedraza EXPERIENCE DVD will provide a design team that has a Project Designer CAD Technician history of working successfully with cities as an extension Dana Bull of Staff and providing project design and coordination in Project Designer CAD Technician thedevelopment of dozens of award winning projects. ......•••••••••••••......•..•.•...• ..............' INTEREST IN YOUR PROJECT DVD is ready to take on .................. . ......................� your projects and bring them to successful completion. DVD is focused on delivering outstanding public facilities to communities throughout California. Our team is dedicated DESIGN WEST ENGINEERING to the success of your projects! Electrical Engineer David Volz Design looks forward to a long relationship ••• Leo Maya, P.E., with your city. We are committed to delivering high quality E19480, Senior Electrical Engineer services, designs, reports, documents, and support to the city. The DVD key team members are experienced Roy Moralas, P.E. and talented professionals and they will be supported Project Manager Senior Electrical Designer by a team of licensed landscape architects, several very capable designers sub consultants, and support staff. Arcadio Nungaray Project Manager i......... ...................................... ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS 0 Va) RESUMES \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ DAVID VOLZ, RLA PRINCIPAL -IN -CHARGE Has over 30 years of experience in the design of successful public landscapes, streetscapes and parks He has managed public design projects including the master planning, design and construction of municipal projects for more than 100 public agencies in California. Mr, Volz has a broad base of experience focused in the development process from inception through master plan development, construction document preparation, contract administration, and on -site inspection. His extensive knowledge of landscaping materials and vegetation is often called for at commission meetings and in council reports for agencies he has served. He has comprehensive experience in storm water treatments, habitat restoration, walking trails and water conservation. He has an excellent reputation for facilitating community outreach programs for park design through the public input process The public workshop process for park design is a concept that he always encourages_ Serving in various capacities from principal -in -charge to designer, he has overseen scores of award -winning projects for cities, school districts and public agencies throughout California. r CY-E- Principal in charge, worked with the client to determine goals, presented on multiple occasions to the community and council/commission, and served as quality control of other professionals responsible for delivering concept plans and construction documents, EDUCATION • BS, Landscape ArchAecture, 1981 California State Polytechnic University, Pomona • Graduate Studies, Computer Applications for Landscape Architecture, 1981, California State Polytechnic University, Pomona REGISTRATION • Landscape Architect, California #2375,1983 • LEED Certified, 2008 • Qualified Stormwater Professional, QSD/QSP, 2015 YEARS WITH DV, 24 ............................................ RECENT PROJECT EXPERIENCE WELWOOD LIBRARY Client: City of Palm Springs David Volz Design will create an appealing solution for the library patio space of the Welwood Facility_ EL CARISO REGIONAL PARK Owner: County of Los Angeles Client: Ohno Construction : The new recreation elements are "naturally" terraced across ten acres of gently sloping topography in the center of the park. Sinuous walkways meander through old grove eucalyptus trees and down the slope from the restroom, concessions: building, and the new resource saving synthetic turf fields. TWO POCKET PARKS Client: City of South Pasadena The Berkshire and Grevelia lots have been purchased and the neighborhood has given initial ideas for the conversion of these properties to pocket parks. David Volz Design is well prepared to bring to ,ife the exciting park facilities that the neighbors envisioned for their community, HOLLYDALE COMMUNITY PARK Client: City of South Gate This park will be fully refurbished with new open play fields, community center, play spaces, picnic grounds and ball courts to provide a wonderful greenspace and needed recreational opportunities for the neighborhood. JACK HAMMETT SOCCER FIELDS Client: City of Costa Mesa Improvements including new walkways, parking lot expansion, water facilities and control structures relocation, and a new pedestrian connection will be designed. \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS NoI*01111 GARY VASQU EZ, RLA DIRECTOR OF DESIGN Provides senior design leadership as a result of 20 years of experience designing multi -faceted projects throughout California. His design abilities have proven to be not only innovative and unique, but award -winning. He will work under the direction of David Volz providing creative design solutions to the challenges and opportunities that arise. Mr. Vasquez has provided high quality project management on many of our firms' most successful and highly acclaimed park projects. Mr_ Vasquez is a key figure in our community outreach program_ He successfully integrates the ideas generated through the public input process to create the master plan. This dedication to ensuring the community's input has led to extremely successful projects_ His expertise in concept development graphic illustration techniques and project planning. He ensures adherence to established project budgets, schedules and cost agreements, His broad knowledge of construction detailing, planting design and irrigation equipment anchor his approach to high quality project delivery. Rk')i F Director of Design, responsible for analyzing data from our community input charrette process to help form a common goal of what the community desires, worked extensively on the development process from inception through master plan development, prepares landscape architectural plans, specifications, and cost estimates on a multitude of projects, plan checking to ensure consistent update of plan details from client requests. EDUCATION • MLA, Landscape Architecture, 1989 California State Polytechnic University, Pomona • BS, Ornamental Horticulture, 1986 California State Polytechnic University, San Luis Obispo REGISTRATION Landscape Architect, California, #3883, 1992 ACCOMPLISHMENTS Design of the Year Award, APA 2010 YEARS WITH DVD: 24 RESUMES ........................................ RECENT PROJECT EXPERIENCE STANTON CENTRAL PARK Client: City of Stanton Stanton Central Park is the city's largest recreational open space encompassing 11.5 acres with features encouraging activity and exercise for a city whose citizen's never had a community park. Attentive design work was aided by the voiced needs of the community, making this truly a "people's park." WASHINGTON BLVD & 1-5 ON RAMP Client: City of Commerce The City desires to install aesthetic improvements at the 1-5/Washington Boulevard interchange, primarily consisting of landscaping, bridge painting, and a monument sign. FREMONT PARK Client: City of Glendale The park's ambiance and the many gathering spaces w,thin the park will be enhanced by new synthetic turf soccer fields, community center, play spaces, picnic grounds, ball courts, and new lighting. STATE STREET PARK Client: City of South Gate This linear park is made up of 5 half acre parcels along Southern Avenue. This once rock strewn vacant utility corridor is now a beautiful park with wonderful recreation amenities There are gardens and bal. courts, themed play spaces, picnic shelters and parking. DIAMOND BAR BOULEVARD / GRAND AVENUE STREETSCAPE Client: City of Diamond Bar Cut steel panels, big timber rails, detailed crosswalks and sidewalks, and a foothill landscape design give great character to the main thoroughfare and hearken back to the ranchland history. ................................................ \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHII ECTURE SERVICES, CITY OF PALM SPRINGS abITIt ERIC STERLING SENIOR LANDSCAPE ARCHITECT w Mr. Sterling is returning to DVD A from a 9-year absence to explore *` worldly projects. He has 25 years of experience in landscape architecture working on projects for public agencies_ His design expertise ranges from recreational parks to streetscapes. school sites, as well as city design guidelines, various Disney parks, including many award -winning projects. A benefit to Mr. Sterling's design ability is his attention to detail and his knowledge of playground design, the latest construction practices and materials, ADA accessibility concerns. He is a key figure at DVD in coordinating design development plans and carrying them through construction drawings. He is known for his ability to collaborate with a variety of clients, architects, engineers and designers and to successfully manage projects from beginning to end He ensures adherence to established project schedules and cost agreements, and monitors production for delivery of the highest quality products to clients. He cooperates well with staff, clients, and agencies to create successful products and works closely with contractors during construction. He is typically responsible for plan checking to ensure the successful completion and delivery of projects. ROLL: Senior Landscape Architect, responsible for analyzing data from our community input charrette process to help form a common goal of what the community desires, worked extensively on the development process from inception through master plan development, prepares landscape architectural plans, specifications, and cost estimates on a multitude of projects. plan checking to ensure consistent update of plan details from client requests EDUCATION BS, Landscape Architecture, 2001, California State Polytech- nic University, Pomona REGISTRATION Landscape Architect, California, #5463 SKILLS Adobe InDesign, Adobe Creative Suite, Sketch up, AutoCAD, Microsoft Office YEARS WITH DVD. 2005-2012 & March 2021 - present RESUMES ................................................... . RECENT PROJECT EXPERIENCE THE RIO ALL -SUITES RESORT AND CASINO, Las Vegas, Nevada WALT DISNEY IMAGINEERING • Consulting LA to WDI for the Avenger's i Campus located in Disney California Adventure Park in Anaheim, CA. • Consulting LA to EuroDisneyland lmagineering for the Walt Disney Studios Park Expansion Project located in France • Assisted the WDI design team on two construction packages inside Shanghai Disneyland totaling over 23 Hectares of original thematic design. • Consulting LA assisted in the preparation of seven construction packages for Disney's Animal Kingdom in Orlando Florida. DREAMWORLD Fushun, China Assisted in the architectural and thematic direction for 6-hectare expansion of the Bali World water park including an integrated hotel i encompassing a large wave pool. PREVIOUS DVD PROJECT PALM & PIERSON IMPROVEMENTS Client: City of Desert Hot Springs The design included materials and forms derived from this vortex energy concept. They include chunk glass representing water and large rustic boulders as well as grouped diamond forms signifying the San Andreas Fault which passes directly below the intersection. DATELAND PARK Client: City of Coachella Main amenities include a skate park, sp ash pad, children's play structure, amphitheater, restrooms, community center, and open green space. Structures and activity areas are covered with shade canopies to protect from the scorching sun. The drought tolerant and hardy landscape was designed to blend with the iconic desert landscape the area is known for. i....................................................: ON -CALL LANDSCAPE ARCHITECTURE SFRVICES. CITY OF PALM SPRINGS up%T11) LU IS PEDRAZA PROJECT DESIGNER Has more than 8 years of experience in graphic design, working on projects for agencies and design companies ranging from print advertisement to landscape design. For his master thesis project Luis worked collaboratively with the Conservation Corp of Long Beach, Rivers and Mountains Conservancy to address park poverty issues in communities in West and North Long Beach. The work included inventory and analysis, extensive community outreach included canvassing and facilitating community workshops and meetings, leading and coordinating a community built project, developing a neighborhood vision plan, and creating conceptual plans for a variety of different projects including a park, plaza and commercial area. He has expertise in concept development graphic illustration techniques and project planning. He has experience in managing and directing professional staff in a dynamic atmosphere and excellent communication skills. His ability to analyze project objectives and work closely with clients, architects, and engineers provides a solid foundation for reaching the successful completion of projects. He holds excellent communication skills and visual perception which result in projects that convey a vision from both the client and his innovative stylings. POLL: Project Designer, responsible for analyzing data from our community input charrette process to help form a common goal of what the community desires, prepares landscape architectural plans, specifications, and cost estimates on a multitude of projects, plan checking to ensure consistent update of plan details from client requests. EDUCATION • MLA. Landscape Architecture, California State Polytechnic University, Pomona, 2017 • Certificate in Ornamental Horticulture, 2011, Orange Coast College, Costa Mesa, Ca • BA Graphic Design, 2009, California State University, Fullerton, Ca ACCOMPLISHMENTS • Student Merit Award ASLA, SoCal Chapter, 2017 • "Quality of Life", Merit Award ASLA, SoCal Chapter, 2016 SKILLS Adobe Creative Suite, Sketch up, AutoCAD, Bilingual - Spanish/English, HTML, CSS, Microsoft Office YEARS WITH DVD. 8 RESUMES ........................................ RECENT PROJECT EXPERIENCE LINCOLN AVENUE Client: City of Cypress The lawn and aging irrigation system along this important thoroughfare will be redesigned. David Volz Design will prepare the plans for a bold and exciting streetscape with a water saving plant palette and a low maintenance irrigation sy_,tem FULLER STREET PARK SPORTS t COURTS Client: City of Santa Clara After a well -attended neighborhood workshop, idea{: were implemented including a basketball and volleyball court with some adjacent park i enhancements, an exercise equipment cluster, new walkway lighting, and turf reduction CIRCLE PARK Client: City of South Gate This park will be fully refurbished i with new open play fields, community center, play spaces. picnic grounds and ball courts to provide a wonderful greenspace and needed recreational opportunities for the neighborhood MILES AVE TURF REDUCTION Client: City of La Quinta The new street median island landscape along Miles Ave will set a precedent for a new beautifu3 water thrifty and desert efficient landscape. STANTON CITY HALL Client: City of Stanton DVD was commissioned to update the look of the plaza and City Hall building facade to create a more welcoming area t with covered entryways, new pavement and a reconsidered landscape. .............................................. \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS 0VID SUBCONSULTANT \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ DESIGN WEST ENGINEERS Company i-listory and Culture Design West Engineering is a full -service Mechanical, Electrical, Plumbing, and Energy Consulting Firm. We are founded on the philosophy of providing second to none service. Established in 2000 and centered on this idea, we have quickly grown to become one of Southern California's most prominent MEP firms. We offer a diversified range of practical experience in governmental. healthcare. educational. and private building sectors. Our highly qualified and innovative engineers work closely together in this multi -disciplined environment. Each is familiar with the overall project requirements in addition to their specific area of expertise. Because of our commitment to second -to none service, we have become recognized in this industry for our comm-tment to forward thinking innovation and environmental sensibility. We offer you the most up to -date expertise in the latest technologies to maximize your projects potential. Resumes for Key Personnel Leo Maya, Principal Electrical Engineer With over 20 years of electrical design experience, Leo has been a key part of Design West since 2005. Leo has worked on a wide array of projects including large commercial and industrial buildings, health care and institutional facilities, sports field lighting, street and area lighting, golf course electrical systems, custom residences, and various dry utiFty designs. His dedication to maintaining long-term client relat.-onships and his diverse electrical background have made him the natural selection to head up out Electrical Department in 2009. Leo's membership and board position for the IESNA (illuminating Engineers Society of North America), keep him up to date with the latest lighting and energy efficient technologies. Leo is an ongoing student of Electrical Engineering at Arizona State University and holds a CA Electrical PE License. Roy Morales, Electrical Department Head Roy has relationships with many of the local agencies after providing years of reliable design and service to this clientele. His experience includes design for buildings, sports fields- street I,ghting, and solar photovoltaic, systems. Roy is a Senior Project Manager as well as the Electrical Department Head for the San Bernardino office. Roy joined the Design West team after working several years with Dream Engineering when the company was bought out in 2009. Roy bro fight with him expertise in electrical applications including parks and street projects after providing years of reliable design and service to this cliente,e. His greatest sector of worm is with rnun cipal clients. Roy is a proven team leader both 'n how he runs his teams internally and how he runs his project teams when work=ng with cl-ents. Arcadia Nungaray, Project Manager Arcadio tosned Design West in 2010 as an Electrical Project Designer and has operated a Project Manager since 2015 with a project team including 3 supporting staff. As a resident design software expert, Arcadio also serves the team as CAD Manager and Bluebeam Manager. Arcadio exce+s at fast pace and rapid turn around projects. His body of work is largery focused on parks and recreation facilities, government buildings, department of defense work, NASA, and solar photovoltaica. He is known for his responsiveness and thorough communication. Arcadio ma=ntains his project deadlines in a resourceful and competent manner for each of his clients. \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS RD®Tgo SCOPE OF SERVICES UNDERSTANDING & APPROACH David Volz Design provides a wide range of services to our public agency clients: site planning, budgeting and preparation of construction documents are the mainstays of the services we provide. Public facilities and landscape improvements we have designed are evident in communities throughout Southern California. We live by our mission statement to "create community" through our designs. Together our firm will be a pro -active knowledgeable resource for your city staff. David Volz Design offers the following services to assist Indio in the delivery of excellent projects for your citizens: Design Services for Capital Improvement Projects- DVD provides a wide range of services to our public agency clients: site planning, budgeting and preparation of construction documents are the mainstays of the services we provide. Public facilities and landscape improvements we have designed are evident in communities throughout Southern California. This work includes: community and neighborhood parks, public greenspaces, streets and road improvements, and civic center campus improvements. Our creative designs have garnered accolades and awards for our public agency clients. We work closely with city staff, community groups and neighborhoods to develop iconic designs that reflect focal community values and enhance the quality of life in cities where we work, We help communities implement their vision of their community through the development of outstanding public spaces. • General Landscape Architectural Design- DVD's clients are public agencies throughout Southern California. We specialize in providing public works planning and design services for planting schemes, irrigation systems and hardscape for parks, street medians and all types of public green space. Conversion Projects That Address Water Use Challenges- DVD is currently working on turf conversion and drought response projects for projects in dozens of cities. We are converting high water use medians to drought tolerant plantings in Costa Mesa, San Dimas, Irvine, La Quints and Commerce. We have a city-wide report and action plan to reduce water use in Cypress's 15 city parks that identifies a 19 million gallon per year water use reduction_ DVD has provided plans for park renovations that address water use reductions in South Gate, Irvine, Palm Springs, Rancho Mirage, West Covina and several other southland cities. • Drip Irrigations, Micro Irrigation, Sub -surface and Specialty Irrigation Installation Expertise - DVD has provided design \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS go 18 SCOPE OF SERVICES services for new and conversion irrigation systems that utilize the latest technologies for low volume water application. Notable applications include several important installations in the Coachella Valley including Rancho Mirage City Hall, Marine Way in Irvine at the Gateway to the Great Park and Newport Beach's Balboa Boulevard streetscape_ • Construction Management and Inspection Services Experience - DVD regularly provides oversight, construction management and inspection services for many of the projects we design and for projects designed by others that are being constructed by our on -call clients_ Plan Checking, Peer Reviews and Project Reports - DVD provides excellent plan check and peer reviews for our clients on all types of landscape oriented projects. We have systems in place for tracking and quick turnaround of any reviews assigned to our firm. Clear and concise review comments are electronically tracked to ensure full resolution of noted deficiencies. One week turn around for reviews is typical for our office. ADA Compliance - DVD is often asked to design or redesign public spaces to meet and exceed typical accessibility requirements. Several of our clients are very sensitive to the needs of special populations Public spaces must meet the most stringent elements of the ADA and our designers take to heart our commitment to provide access for all APPROACH David Volz Design will deliver quality projects on schedules that meet the city's goals and objectives, Our creative landscape architects have designed beautiful public greenspaces for hundreds of public agencies in Southern California. Our design professionals will take a proactive rote by clearly defining the project program as the initial project task. DVD regularly provides a full scope of services for the development of public facilities, parks and green spaces. Our services usually include public outreach, concept development, presentations and reviews by appointed and elected officials, and complete construction document plan sets. Below is a typical scope of service outline for a community park design and development project. The scope shown would include a full complement of engineering and design support services that would be provided by DVD's project partners. Delivering projects within our client's expectations, budgets and time frame is our top priority. We will establish milestones for \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS f� SCOPE OF SERVICES \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ deliverables and set precise schedules for meetings and reviews, Oursenior managementwill reviewall submittals priorto issuance. We will provide recommendations based upon experience and expertise for the betterment of any project assigned to DVD. These same senior DVD professionals will remain the primary contact for the City throughout the project. We strive to stay on top of the ever changing world of the construction industry and its pricing. We regularly analyze what is happening with projects during estimating and bidding process to ensure that we are as close as possible to our clients' budget. We have been very successful in tracking costs. The following are recent project estimates and the contract amount of the construction bid. AutoCAD is our primary design tool for drafting and producing construction documents. The version we use is the latest; AutoCAD 2018. We also use LandFX , a landscape architectural overlay program to aid in our design work and Sketchup for 3D modeling. Microsoft office (Word, Excel, Powerpoint) is for word processing, spreadsheets, and presentations. We also use Prezi to create presentations and slide shows, To prepare graphics and marketing content. DVD uses Adobe suite, InDesign. and Photoshop, Illustrator. Public agencies are DVD's only clients and our invoicing process will be adapted to meet your requirements. Our accounting staff is friendly and accessible, and can prepare special invoicing and reports at the city's request - We aim to keep our clients happy and remain in a mutually beneficial relationship for the lung -term. We are an extension of your staff and are willing to support you in any task needing assistance- DVD special!zes in the design and delivery of public works- \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS INDlay 61) SCORE OF SERVICES SUSTAI NAB I LITY David Volz Design is committed to delivering public landscapes that are sustainable and beautiful. We embrace the principles of design that encourage stewardship of our resources, respect for the environment and creative sustainable practices. Through our affiliation with LEED's, we identify and quantify the sustainability of our designs. From our parks, all accessible playgrounds, streetscapes and sport fields to our historic gardens, DVD delivers outstanding, sustainable, award winning projects - A beautiful and sustainable landscape starts with a clear understanding of the client's requirements, the site and environs and a creative approach to the design process. Water efficiencies, energy use reductions, waste reduction, recycled content and localized material's sourcing can all be quantified and are an integral part of our design. David Volz Design is dedicated to the opportunity and challenge of creating unique spaces and special places that draw inspiration from the environs and the community. Our team is detail oriented and our focus is on delivering outstanding public landscapes that meet and exceed the expectations of our clients David Volz Design believes the very definAion of sustainability speaks of environments that are well used and enjoyed, and maintainable over time. We at DVD believe that the ultimate measure of sustainability of any public space has to be high use and enjoyment over the long term. Resource conservation through the use and specification of recycled and reused materials and identification of locally sourced goods are important sustainability issues. Adaptive reuse of on -site materials, carefully balanced grading operations and protection of on -site resources are always considered in our designs. Water resources are conserved through our thoughtful low water use planting schemes, precise irrigation layout and control systems, as well as, stormwater capture, cleaning and reuse. For pollution prevention, best practices stormwater recycling plans are embraced and integral to our designs. On site water detention, bio filtration, permeable pavement, and many other measures are creatively incorporated into the landscapes we design. Our award -winning design of Rancho Mirage City Hall has been recently highlighted by the Sustainable Sites Initiative. David Volz Design is proud to have been chosen for this honor. The Sustainable Sites Initiative is an interdisciplinary effort by the American Society of Landscape Architects, the Lady Bird Johnson Wildflower Center and the United States Botanic Garden to create voluntary national guidelines and performance benchmarks for sustainable land design, construction and maintenance practices. \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS EDTAT 1b 11.1 SCOPE OF SERVICES \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ COMMUNITY OUTREACH For any community inspired design program, David Volz Design envisions a robust community engagement process. Our initial community meeting will be a participatory community brainstorming session focused on gathering ideas for developing a park master plan- Our preparation for this input will include site reviews and analysis of the plans and documents related to this park site. We will gather "seed" ideas from city staff and from our own site reviews- Our team will assist in the preparation of notices and graphics to get the word out - to invite and encourage the neighborhood community to help design their park. ............................................................................... . QUESTIONS WE WILL ASK THE COMMUNITY AT THE INITIAL COMMUNITY DESIGN WORKSHOP : What would be appropriate improvements for this park - are there enhancements that the community wou d like to explore? • What facilities are wanted and needed to support the current and future recreational needs at this park? • How can we best provide for access, security, and encourage appropriate uses? • Are there items, facilities, or appurtenances that could require special attention or that could add to the park or the opportunities of the site? • Is there a theme or interpretive elements that could make this a unique recreational space? i................................................................................: These and many other questions will be asked and answered through the initial and follow-up meetings, whether in person or online, with the community. We will also bring forward social media responses obtained through electronic outreach and survey. We will begin the initial workshop with an on -site tour of the park to clearly identify the setting, To foster the "brainstorming" session, our team will introduce "seed" ideas that will encourage thoughtful responses and open the discussion for brainstorming and continued idea generation- We will look to the community for ideas about possible improvements, including ideas for enhancement, family recreation and complementary opportunities to develop the design of an outstanding park plan. The community workshops that DVD facilitates are the best medium for finding out what the c-'tizenry desires. Allowing the community to stand in a place of ownership aids in a smooth planning process. In the long term. this ownership translates into projects that are sustained by the community. The DVD team will take the ideas and inspirations received from the community at the initial design charrette meeting and online a w`otu.,,no.Rxprnaxoou.,nu v, n.'"o r- w \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS noXTgo COMMUNITY OUTREACH \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ responses and refine the ideas and proposed elements into initial concept plans. These conceptual layouts will be presented to city staff in an idea consolidation meeting. The best ideas and themes will then be refined into conceptual plans for the community to consider. The second community workshop will be a bit more formal. The refined initial concept plans will be presented. and the ideas reviewed. We will look for agreement from the participants on the elements which will become a part of the draft master plan. Comments and input will be received to refine the park's vision and program and to obtain consensus for the proposed elements of the park. Following this vision consolidation meeting, a draft master plan and draft design report will be prepared. This plan will then be presented to the public and the Commission or Council for review and comment. Upon the city leader's direction a final master plan will be prepared. The Master Plan, which will be the focus of our planning efforts, will be the culmination of the community's ideas being honed into a final graphic representation of the best development strategy for this park. A report will also be prepared outlining the input process and describing the program and development elements. Also, a preliminary construction budget will be a part of this project report. .................................................................................. .. - '*twit IF DVDs COMMUNITY INSPIRED DESIGN PROGRAM 1. Initial Community Meeting/Design Charrette 4+•Mr ,4 • Initiation + Request for Assistance from Community • Clearly Define Design Objectives + Challenges • Review improvement options and alternatives • Facilitated Dynamic Interaction + Brainstorming • Participatory Design Charrette • Idea Generation + Sharing • Collect Ideas + Inspirations from the Community V 2. Second Community Meeting/Collective Vision/ Initial :..I Commission Review = u • Develop Initial Concept Plans ba ed on Community Input + InspirationNu • Program Elements Review • Idea + Vision Consolidation r ` • Options, Alternatives + Theme Considerations • Concept Discussion + Recommendation PARK FLM WOODBURY PARK - • Define Community Consensus + Collective Vision -• x -� - . 3. Draft Master Plan Review and Refinement • Prepare Draft Master Plans based on Community Irput • Obtain Direction for Master Plan Preparation • Resolve Outstanding Program or Plan Conflicts • Review all Documents with City Staff 4. Master Plan Preparation and Presentation to Commission or Council • Prepare Master Plan Documents • Prepare Report Describing Process and Plan • Presentations to City Commission & Council of Plan + Report .........................................................................I........ t \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS i0I&IFall 23 SCOPE OF SERVICES \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ TYPICAL SCOPE OF SERVICES David Volz Design regularly provides a full scope of services for the development of public facilities, parks and green spaces. The services usually include public outreach, concept development, presentations and reviews by appointed and elected officials, and complete construction document plan sets. Acting as an extension of the csty's staff, Mr. Volz and the DVD professionals, have become a valuable resource for innovation and creativity, as well as support in the development of design standards, technical specifications, budget estimates, construction methods and administration, claims and change order reviews. quality control, and product performance evaluation_ Our design professionals will take a proactive role by clearly defining the project program as the initial project task_ We will establish milestones for deliverables and set precise schedules for meetings and reviews. We will provide recommendations based upon experience and expertise for the betterment of any project assigned to DVD. The following is a typical scope of service, but doe not necessarily apply to all projects. PHASE ONE: PROJECT INITIALIZATION Task One - Project Start-up 101 initial kickoff meeting with city project staff a. Review project criteria and program objectives b. Review procedures and design schedule c. Assign calendar dates to each milestone 1.02 Data collection a. Prepare site surrey b. Collect utility information c. Catalogue available documents and plans 1.03 Perform field investigations a. Prepare photo survey of site b. Annotate maps from the site review Task Two - Geotechnical Report 2.01 Geotechnical so -.Is report and recommendations Task Three - Site Survey and Water Quality Initial Studies 301 Site topographic survey 3.02 Initial hydrology study \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS 10ITNo 24 3.03 Initial SWPPP/WQMP Plans PHASE ONE DELIVERABLES + MEETINGS Topographic survey of site Design development plans SWPPP / WQMP and site Hydrology Study City staff reviews as needed Meetings with city staff PHASE TWO: COMMUNITY ENGAGEMENT Task 1- Initialize Project and Community Workshop 1.01 Background Research a. Collect available data and maps b. Meet with city project personnel c. Review Preliminary project program d. Review plans and documents of the site e. Review initial opportunities • Identify opportunities and constraints • Identify surrounding uses and connections 1.02 Prepare base map for planning purposes 1.03 Meeting with city staff to review work to date 1.04 Initial community review and workshop a. Meet with the community on site • Conduct site walk • Discuss opportunities and objectives • Review limitations and challenges • Review program opportunities • Facilitate design charrette with community participants • Gather initial ideas and direction 1.05 Document input received a. Prepare summary of input from community b. Annotate maps with community insights SCOPE OF SERVICES \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ Task 2 - Preliminary Concept Plans 2.01 Review input received with city staff a. Identify opportunities and program for potential park facilities. 2.02 Prepare preliminary concept plan(s) a. Develop designs for park improvements b Develop concepts and alternatives c Refine and consolidate ideas d. Prepare initial concept plan map e. Prepare preliminary concept packet review meeting Task 3 - Cost Benefit Analysis and Presentation 3.01 Cost benefit analysis a. Prepare analysis of construction cost for each concept plan b. Provide comparison of each concept offerng and comparative costs 3.02 Present concept plans a. Review background and challenges b. Present initial concept and alternatives c. Gather input from commission d. Seek consensus on collective vision 3.03 Document input a. Document input and comments b. Consolidate comments into summary letter report c. Review work to date with city staff Task 4 -- Final Concept Plans and Reports 4.01 Prepare final master plan a. Review schematic layouts with city staff, obtain direction to prepare draft master plan b. Prepare draft master plan map c. Prepare draft project letter report d. Prepare presentation for Commission/Council 4.02 Presentation to Commission/Council \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY Ol PALM SPRINGS f1Dlay up 25 PHASE TWO: DELIVERABLES f MEETINGS Community workshop on site Initial program identification Initial idea sketches (by community members Summary of comments and input Meetings with city staff Project planning map Preliminary concept plans Parks Facility Program Concept plan presentation Initial plans Summary of comments and inputs Presentation to Commission/Council Summary of input and process Turn over electronic files of plans PHASE THREE: DESIGN DEVELOPMENT Task 1- Design Development 1.01 Concept plan development (two alternative plans) a. Prepare graphic plans for proposed features b. Identify locations and alternatives for boundaries, amenities and fences c. Provide a�ternatives for plant materials and constructions • Fences, gates and pathways • ADA access • Seating and site furnishings • Landscape concept • Materials board d. Provide play and exercise equipment e. Provide exhibits and plan view concepts • Plan view concepts • Photo simulations Task 2 - Site Plan 201 Prov.de site layout plan 2.02 Reviews as required with city staff 2.03 Provide final site plan colored rendering I SCOPE OF SERVICES Task 3 - Community Reviews, Park Design Modification Application 3.01 Assist in processing park design modification application 3.02 Present project concept plans at up to two community services commission meetings 3.03 Update plans as required 3.04 Provide approved park design modification plans in high -resolution format following commission approval Task 4 - Preliminary Engineering 4.01 Grading and drainage plan 4.02 On site hydrology 4.03 WQMP 4.04 Utilities Task 5 - Opinion of Probable Construction Cost Projection 5.01 Breakdown of cost by unit and quantities Task 6 - CEQA Document and Environmental Studies 6.01 Prepare required California Environmental Quality Act Documentation (mitigated negative declaration anticipation) 6.02 Prepare Water Quality Studies as required 6.03 Prepare supplemental studies if needed 6.04 Prepare additional technical studies, if needed. i.e. traffic, biology, etc. Task 7 - City Staff Meetings 7.01 Four meetings with city staff anticipated. \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS Novi) 26 PHASE THREE: DELIVERABLES + MEETINGS Site layout plans and exhibits Materials selection Hydrology study Updated rendering Park Design Modification Plan CEQA document Staff meetings Commission/Council meeting PHASE FOUR: CONSTRUCTION DOCUMENT DEVELOPMENT Task 1- Construction Documents Development 1.01 Schedule verification 1.02 Program review and verification 1.03 Prepare base maps 1.04 Prepare construction drawings a. Final engineering report b. Site construction plan and details c. Irrigation plan and details d. Final landscape plan and details e. Final cost projection f. Construction document 1.05 Prepare technical specifications 1.06 Prepare construction cost budgets 1.07 Submittal/review at 60% documents Task 2 - Final Construction Documents 2.01 City project team review of work -to -date 2.02 Internal quality control review 2.03 Revise documents 2.04 Turnover of original plans and specifications SCOPE OF SERVICES \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ City staff services as needed Staff meetings PHASE FIVE: BIDDING AND CONSTRUCTION ASSISTANCE Task 1 - Bidding Assistance 1.01 Provide answers to pertinent pre -bid questions 1.02 Assist the city in evaluation of bids Task 2 - Construction Assistance 2.01 Attend pre -construction meeting 2.02 Respond to project Requests for Information (RFI's) 2.03 Attend pre -construction meeting 2,04 Participate in construction progress meetings and prepare meeting summary notes 2.05 As -built plan preparation (contractor annotation) PHASE FIVE: DELIVERABLES + MEETINGS Bidding assistance RFI responses, instructions Meeting summaries As -built plan preparation City staff support services PHASE FOUR. DELIVERABLES + MEETINGS Construction plans Construction technical specifications Construction budget estimate \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY Of- PAI M SPRINGS I0ILI'11 27 SCOPE OF SERVICES \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ QUALITY CONTROL DVD has an established quality control and assurance program that we undertake for all our design services, and for this project. The Principal -in -Charge will be responsible for implementation of these Quality Control measures. The primary elements include: • Verification that required deliverables and documents noted in the Scope of Work are provided. • A Peer Review will be conducted by our senior professional staff to solicit critical comments and verify correctness. • Retention of documents with highlighted markings and red -line comments, and verification that required revisions are incorporated into the updated documents. • Continual assessment and tracking of project schedule and budget against baseline data. • A complete construction review for constructability and biddability of the complete PS&E package will be assigned to experienced professionals on staff prior to final submittal to our client. ........................................................................... 1. Project Initiation Quality Assurance Review 3. Design Confirmation Quality Assurance Review : • Goals and objectives defined . Program and materials finalized • scope of work defined • Budget identified • Recommended solutions refined • Schedule established • Final design defined Notice to •Problem areas identified • Budget rev,ew Deliver Proceed Checklist prepared Checklist reviewed to Client ................................... ...................................... Project l Conceptual Desrg n Final Final Planning Design Development ................ _ ................... 2. Work Plan Quality Assurance Review • goals and objectives reviewed • work plan reviewed • Alternative and preliminary solutions evaluated • Recommended solutions defined ...................................... Design Corrections Printing a. Constructability Quality Assurance Review • Quality assurance check for completeness and format • verification check for completeness ; • Biddability and constructability, review .......................................... WHY CHOOSE DAVID VOLZ DESIGN? Cost Controls online Public Creative and Quality of Outreach Expertise Award Winning Experience in Delivery of San Designers of Coniniunity Spaces Design with Rich Public S p Inspired Park Park and Sports Field Design Bernardino Detailing Design projects \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PAI M SPRINGS 4PVso 28 REFERENCE PROJECT \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ STANTON CENTRAL PARK Stanton Central Park provides a place for the citizens to come together and also creates a forum to strengthen relationships with the regional community. Recreational amenities and facilities for baseball, soccer, basketball, tennis, skateboarding and fitness training gather athletes of all kinds to this special park. A rolling landscape makes the park fun to wander in and explore the open space and swaths of water -wise gardens and trees. Drought tolerant and native trees, shrubs, succulents and groundcovers, in conjunction with state-of-the-art water -wise irrigation systems showcase the natural beauty that thrives in our Southern California climate. The butterfly garden inspires a sensate awareness of ecological systems at play in nature. Community art, plenty of benches and tables, covered picnicking areas, and open swaths of grass facilitate social gathering for the Stanton community. For the first time, Stanton has a place to host large-scale events like summer concerts to attract residents and visitors. "Stanton Central park is an outstanding DVD designed park. The park has received accolades from the community and design awards from APWA and California Park and Recreation Society, DVD also designed Marry M. Dotson Park which also received awards from APWA." - Allan Rigg, Public Works Director Letter of Recommendation .............................................. Client: City of Stanton Reference: Allan Rigg Public Works Director (714) 890-4203 arigg@ci.stanton.ca.us Key Elements: • Splash pad area • Water -wise irrigation system • Train theme play area • Community Center • Community Art • Butterfly garden • Bio-swales • Low maintenance drought tolerant plants • 1/2 basketball court • Skate Park • Exercise equipment Services provided: • Grant Application Assistance • Community Outreach • Master Plan • Design Development • Construction Documents • Construction Period Services Awards: • CPRS Award of Excellence Park Planning i • ASCE Outstanding Parks & Recreation Project • SCMAF Outstanding New Facility Acreage: 11.5 Start Date: Apr, 1 2011 Date of completion: June 2016 Cost of Design: $1.1 m-llion Cost of Construction: $11.2 m I DVD Project Manager: Gary Vasquez Staff: David Volz, Paul Cassar, Larry Poindexter., Luis Pedraza Subconsultants: Penco Engineering, Design West Engineering ............................................. \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PAI M SPRINGS ?AT STANTON CENTRAL PARK \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ In Stanton, where `community pride and forward vision" is the city motto and community celebrations are regularly scheduled, there was no large outdoor space to gather. Forward thinking civic leaders seized on the opportunity to purchase surplus school property to build a new community park. Larger by far than any other park in Stanton, Central Park is a crowning achievement made possible through funding gained from a combination of a bond measure, a state park grant and park -in -lieu fees- the project's design, construction and construction management required no general fund monies. Never giving up, the city made sure that Stanton Central Park would not fall short of what was expected when the project was first initiated. The groundbreaking of the park's construction was big news for the city and its residents. Stanton Central Park is the city's largest recreational open space encompassing 11.5 acres, especially impressive in a municipality of only 3.2 square miles. The ideas for creating Stanton Central Park, the city's largest park, began over a decade before its opening in the summer of 2016. The city has long awaited this community park. Design ideas with careful attention to details meet state -of the art practices in water -wise landscaping and irrigation design. The site for the park was previously an elementary school and then a golf driving range. The out-of-date facilities were quickly taken down once park construction commenced, and the site has been transformed into a rolling landscape of hills covered with trees and drought -tolerant plantings. Open grass areas are reserved for recreational uses such as baseball and soccer fields, and where large-scale events such as a summer concert series will be held. This community park includes amenities that would not fit in the few small parks the city maintains. The diverse challenge._; that were overcome certainly attributed to the immense joy felt by all once it was complete. Community outreach was integral to the design process. It was important to have the Stanton community involved and engaged in the parks evolution; a process that took over a decade to complete. The ideas brought forth through direct and open communication in the numerous public design workshops between the designers, city staff and residents generated the concepts for the park as well as establ shed a communal sense of ownership in the endeavor. The city saw this pioneering park as a great gift for the Stanton res-dents a gift that can benefit the current community as well as the city's future generations, Attentive design work and skillful construction management was aided by the voiced needs of the community, making Stanton Central Park truly a "people's park." What Stanton has gained is a state-of-the-art recreational complex, one that enables the city to host large-scale community gatherings that increase ties that enable strong relationships with their residents. Stanton Central Park has changed the entire city for the better. There is much to do and see in this delightful park : .�, 4rnwm J _ r TF' F�� if✓ ON•CALI. LANDSCAPE ARC HITECIURE~ SERVICES, CITY OF PALM SPRINGS 1110WU FORMS \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ATTACHMENT "A" SIGNATURE AND ADDENDA ACKNOWLEDGEMENT FORM 1, Name of Company: . David Volz Design Landscape Architects, Inc. Address: 78060 Calle Estado, La Quinta, CA 92253 Telephone Number: ( 760 ) 580-5165 Contact Person: David Volz E-Mail: dvd@dvolzdesign.com Tax Identification Number: 33-0835124 2 Type of Firm: ❑ Individual ❑Partnership ❑Limited Liability Company MCorporation (State CA ) El Other (specify) 3. Addenda Acknowledgement: Acknowledgment of receipt of any addenda issued by the City for this Request for SOQ is required to be submitted with your SOQ. Failure to acknowledge issued addenda may result in your SOQ being deemed non -responsive- (If no addenda were issued, write NIA.) I hereby acknowledge receipt of Addendum(s) Numbers 1, 2 & 3 4. Please check below if you are requesting consideration of the Local Business Preference Program according to the Palm Springs Municipal Code Section 7.09.030. x I hereby request consideration of the Local Business Preference Program and a copy of current business license for the firm or sub -consultant is/are included. 5. 1 hereby certify that I have the authority to submit this SOQ 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 SOQ. David Volz, President PRIN �ME D TITLE SIGNATURE AND DATE \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY Of: PALM SPRINGS Bill VA►ED FORMS \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ATTACHMENT "B" NON -COLLUSION DECLARATION FORM The undersigned, deposes and says that he, she or they is/are an authorized representative of David Volz Design Landscape Architects, Inc. the party making the foregoing SOO. (name of company) • That the SOO is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation • That the SOO 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 SOO. and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham SOO, 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 SOO price of the proposer or any other proposer, or to fix any overhead, profit, or cost element of the SOQ 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 SOO are true • That the proposer has not. directly or indirectly, submitted his or her SOO 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 SOO. • Any person executing this declaration on behalf of a bidder that is a corporation: partnership. joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute. and does execute, this declaration on behalf of the bidder. NAME and TITLE of Authorized Representative: (Print) David Vo1z, President -------- Signature and Date of Authorized Representative: (Sign) _ (Date) 4/1/2021 \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PAI M SPRINGS 9)TA*11111) FORMS ATTACHMENT "C" CONFLICT OF INTEREST AND NON-DISCRIMINATION CERTIFICATION Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in the Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of the Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining the Agreement. CovenantAgainst Discrimination. In connection with its performance under the Agreement, Consultant shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age. marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter the Agreement, and in executing the Agreement, Consultant certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not 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; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. NAME OF COMPANY: David Volz Design Landscape Architects, Inc. NAME and TITLE of Authorized Representative: (Print) David Volz, President Signature and Date of Authorized Representative: (Sign) (Date) 411/2021 ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS EDW80 FORMS ATTACHMENT "D" PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1. Name of Entity David Volz Design Landscape Architects, Inc. 2. Address of Entity (Principle Place of Business) 151 Kalmus Drive, M8, Costa Mesa, CA 92626 3. Local or California Address (if different than #2) 4. State where Entity is Registered with Secretary of State California If other than California, is the Entity also registered in California? F1 Yes No 5. Type of Entity ® Corporation ❑ Limited Liability Company ❑ Partnership ❑ Trust ❑ Other (please specify) 6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note: If any response is not a natural person, please identify all officers, directors, members, managers and other fiduciaries for the member, manager, trust or other entity David Volz ® Officer ❑ Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner ❑ Other Gary Vasquez ❑ Officer ® Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner ❑ Other _ _— -- -- n Officer ❑ Director —I Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner ❑ Other \\\N ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS It ►*IMP FORMS \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ 7. Ownerstinvestors with a 5% beneficial interest in the Aeplicant Entity or a related entity EXAMPLE JANE DOE 50% ABC COMPANY, Inc. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] A. David Volz 100%, David Volz Design Landscape Architects, Inc. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] B. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] C. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] D. [name of ownerlinvestor] [percentage of beneficial interest in entity and name of entity] E. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed Date Name, Title 4/ 1 /2021 David Volz, President \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS 01)Tgo FORMS \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ i SOO #09-21 ON -CALL LANDSCAPE ARCHITECTURAL SERVICES :s ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM 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: We received the email below regarding SOQ 09-21 but do not see Golf Course Design in the scope. Could you please confirm whether there is a need for golf course design services in this particular SOQ? A 1: There is no need for golf course design services in this SOQ. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 18, 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: David Volz Design Landscape Architects, Inc. Authorized Signature: Date: 4. l'2021 Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your SOQ being deemed non -responsive ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS 11111)1%*1110 FORMS L- iy SOQ #09-21 ON -CALL 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 SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM 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: May a front cover and table of contents be included? If so, may it be excluded from the page count? A 1: Front cover and table of contents (not required) are included towards the 30 page count. Q 2: Is the Cost Proposal included in the page count? A 2: No Q 3: Can the local business preference apply if we have included a certified local business as a sub consultant on our team? A 3: Per the language in the SOQ, five (5) points will be awarded to a consultant that requests consideration of the local business preference and qualifies as a local business. A consultant that does not meet the definition of "local business" in the SOQ will not be awarded any points. For example, a consultant that does not operate or perform business on a day to day basis within the Coachella Valley would not be eligible for consideration of the local business preference, even if they employ a sub -consultant that meets the definition of a local business. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 22. 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: David Volz Design Landscape Architects, Inc. Authorized Signature. _ R,L====_ Date: 4l1f2021 Acknowledgment of Receipt of Addendum 2 is required by signing and returning a copy of this addendum with your response_ Failure to acknowledge this Addendum may result in your SOQ being deemed non -responsive. \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS 0DTay 0 FORMS P.AI..� SOQ #09-21 �; �L� ON -CALL LANDSCAPE ARCHITECTURAL SERVICES ,� • ADDENDUM NO. 3 Q`''ro�'i`? This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS THIS ADDENDUM 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 Is the 30 page limit for double sided or single sided printing A 1: Double sided. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 25, 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name David Volz Design Landscape Architects, Inc. Authorized Signature_ Date: 4i l '2021 Acknowledgment of Receipt of Addendum 3 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your SOQ being deemed non -responsive. \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ON -CALL LANDSCAPE ARCHITECTURE SERVICES, CITY OF PALM SPRINGS NoSTNo \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ APPENDIX ON -CALL LANDSCAPE ARCNITECIURE SERVICES, CITY OF PALM SPRINGS ®0TAT ab EXHIBIT "D" SCHEDULE OF COMPENSATION 55375 18165' 32400154 2 Rev 511120 .................................................................................. KDMT� mu�11--f--I Lan swpt Aroh(lmlc avu! par1Z 1 14 4,ers April 1, 2021 City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 RE PROPOSAL TO PROVIDE PROFESSIONAL ON -CALL LANDSCAPE ARCHITECTURAL SERVICES To whom it may concern, We are looking forward to working with the City of Palm Springs. Our team of professionals has what it takes —expertise, enthusiasm. and exceptional service —to plan, design, and see to the successful completion of your projects Thank you for your consideration. Very truly yours, David J. Volz, R.L.A. # 2375 LEED Accredited Professional, QSD/QSP DESIGNING LANDSCAPES THAT I Corporate Office h1 Coachella Valley Offica= San Jose offica CREATE COMMUNITY lil Koliko.0.ive S.w.-M3 ` 7806W-AIleFS?ad, i i4f7.n1 ;r7a k r�Awet Swr. 306 ovolzdeslan.con Cnsre !'Ae..a. CA 9262G IL! is Quanta, CA 922i i I San CA 9� 1 i 3 7 i,l p., 1.1 3:io 76.: S$o ilni 669 i44.0161 HOURLY RATES SCHEDULE Principals $220/hr Director of Design $193/hr Senior Landscape Architects $175/hr Licensed Professional $155/hr Building Designer $150/hr Project Manager $135/hr Project Designer/ CADD Technic -any $121/hr Administration $110/hr REIMBURSABLES Printing, copying. and subconultant expenses wil be billed at cost plus fifteen percent. In house printing costs listed to the right. Project Name. Client. REIMBURSABLES - IN HOUSE PRINTING Number of Sheets FEE PROPOSAL Date Bond (Bl11Y) Bond tCoor) Letter 11x17 Photo (Color) 2436 30x42 24x36 30x42 B1VJ Color WIN Color 24x36 24x60 30x42 Description T T-F Description ADMiN USE ONLY Total Sheets x Unit Pr r- S 4.50 S 600 S 14.00 S 15 04 $ 015 5 1 so S 4 55 s z ,"+ S 15.00 Total Subtotal = 111% MJU = Total to be billed: is AS -NEEDED SFRVICES, CITY OF PALM SPRINGS it IT am FEE PROPOSAL 0) 2021 RATE SHEET DESIGN ZEST ENGINFERiNG Print+il.FanIneerinrz..................................................... ............. .. $215.00 per 110ur M i Senior Enoneer, Mechanical ... ............................ ........................... $195.00 per hour Your Partners 1+M1 Mh nical Project Manager ............. .............................................. $1,50.00 per hour Mt12 hanical Nsigne+.............................. -----------$115-00 iper hour in Mechanical, Mechanical CADDrattsperson.................................... --...-------.---.$95-00 Per Your Electrical, Plumbing, Electrical Engineering Commissioning, Senior engineer. Liectr+cal........................ ....... ....... ........................ $195-00 per hour EIeC#r+cal P(CIUCt Maiae r-..----„--,,,.,-„.,,,,,,,,,,,,,,,,, ,,,,,,.................. $150-00 per hotir Fire Protection, EleCtrlCal besigw............................................... ............................. S115-00 per hour Technology, WC(MA? ,'AI) Draftsper5pn...................................................... ......... $95. 00 Wrhour Energy. Corn rnissioning 5enjiW Director of Commissioning Senices ........................... ......... $1q5-90 per hour Comm+ssion+ng Agent ......................................... „.. „ ........ $150.00 per hour C431V1rt7FS9r0n+ng€ilgi+roeer.......................................................... $115.00 per no{ir E=Igy_Services Nfector of Energy SmiQ$S Engineering,.----,,.--„--. -,-„-„,,,,,,,,,,, ,$195.00 Per hour Energy Services Engineer-------------------------•----•,----,,..- ,,,..,,,,.,,,-.,,,,..,,, 150.00 p-r hour Energy Serv+oes Design►er-------------------------••---•,-.-,.,,..-,,,,..,,,,,,,...,,,--,,,Si15-00 per hour Senior Engineer, MechanlCaI............................................................S195.00 per hour Fire Protection Project Mar►ager................... ...-...... ......................... $150.00 perlxour Fire Protection Designer ---------- ----------------- --- ----------------- ,...... $115.00 per how PIAJ �• r i. i Senior Engineer ........... _ ..................„--,..... .----. --- .... .....$195.00 per Iwour Project Manager ,.,......r.................................... ............................ $150.00 per hour UtilityCoordinator................................. - ......................... .............. .$1'15.00 per hour CAC Draftsperson ....................••..--..-.....-....,--- ,,.-- ---„ ................. $95.00 per hour Low VQItag� gnsiwedllp Senior Engineefire Electrical.,.,.,.. -,.. ..................... ....... $19$-00 per hour Low VOIWd Project Manager.......................................................... 150-00 per hour Low VO age Nsigner...— .......... ....„--,,......................... .................. $115-00 per hour Clerical SuPport---------- -----..................... - ...................... .. .. ....... $75-00 per hour AS-NFEDFD SERVICES, CITY OF PALM SPRINGS UrAyit 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" Rev. Mao55575 18165W900159 2