Loading...
HomeMy WebLinkAboutA8878 - WESTGROUP DESIGNS, INC 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 4, 2025 Westgroup Designs, Inc. ATTN: PariSima Hassani, President 19520 Jamboree Rd., Suite 100 Irvine, CA 92612 Re: Professional Services Agreement No. 8878 for On-Call Architectural Design Services Dear Ms. Hassani, The referenced agreement expired 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, 2026. This is the second 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 8878 for one (1) year ending June 30, 2026. __________________________________ _____________________________ Westgroup Designs, Inc. Date Docusign Envelope ID: 4C1ADF9C-7899-4017-B836-D9DF45F8C3CD 6/4/2025 6/13/2025 CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT ON -CALL ARCHITECTURAL DESIGN SERVICES THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this 1st 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 WESTGROUP DESIGNS, 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" Architectural Design 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" Architectural Design 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 55575.18165\32900159.2 Page 1 of 19 Rev. 5/1/20 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, 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: (Is) the terms of this Agreement; (2"d) the provisions of the Task Order; (31d) 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. 5/1/20 55575.18165\32900159.2 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. §§1101, et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of any Work 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. 5/1/20 5 5 575.18165\32900159.2 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 Chanees in Scope. In the event any change or changes in the Scope of Services is requested by the City, the Parties shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to, any additional professional fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or (b) to provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement. If such appropriations are not made, the City Manager may terminate this Agreement as provided in Section 8.3 of this Agreement; otherwise, there shall be no funding for any 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 Parry 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 shall perform all Services within the time period(s) Page 4 of 19 Rev. 5/1/20 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 Maj eure 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); 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: PariSima Hassani, CEO/Managing Principal. 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. Page 5 of 19 Rev. 5/1/20 5 5 575.18165\32900159.2 4.3 Prohibition Ap-ainst 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 provision 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. 5/1/20 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 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 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: Page 7 of 19 Rev. 5/1/20 5 5575.18165\32900159.2 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. Page 8 of 19 Rev. 5/1/20 5 5575.18165\32900159.2 D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non - owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 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 limit 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 Page 9 of 19 Rev. 5/1/20 55575.18165\32900159.2 the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 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. 1. 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++, 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. 5/1/20 55575,18165\32900159.2 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. ifor '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). 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 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, Page 11 of 19 Rev. 5/1/20 5 5 575.18165\32900159.2 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 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 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. 5/1/20 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 language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination. City may terminate this Agreement 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 Page 13 of 19 Rev. 511/20 5 5575.18165\32900159.2 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 8.4.13, 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 full provisions hereof. 8.6 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to Page 14 of 19 Rev. 5/1/20 55575.18165\32900159.2 compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.8 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non judicial proceeding, the prevailing Party shall be entitled, in 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 Copyright Infringement. A. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall Page 15 of 19 Rev. 5/1/20 5 5 575.18165\32900159.2 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, instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To Ci : 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: Westgroup Designs, Inc. Attention: PariSima Hassani 19520 Jamboree Road, Suite 100 Irvine, CA 92612 Telephone: (949) 250-0880 X112 Facsimile: (949) 250-0882 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 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. Page 16 of 19 Rev. 5/1/20 55575.18165\32900159.2 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. 5/1/20 55575.18165\32900159.2 SIGNATURE PAGE TO ON -CALL PROFESSIONAL SERVICES AGREEMENT BY AND BETWEEN THE CITY OF PALM SPRINGS AND WESTGROUP DESIGNS, INC. IN WITNESS WHEREOF, the City and the Consultant have caused this Agreement to be executed the day and year first above written. ATTEST: CITY F PALM SPRINGS, CA By y Mejia, r0egk� Date: d�1/CSZ APPROVED AS TO FORM: By Jeffrey . B linger, ity Attorney Date:( - CONSULTANT Name: Westgroup Designs, Inc. CONTENTS APPROVED: *- By 1-1 !,,./Justin Clifton, City Manager �✓ Date: APPROVED BY CITY COUNCIL: Date: Agreement No. A 9176 Check one: _Individual _Partnership _VCorporation APPROVED SY CRY COUNCL ,L_ 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: 19520 Jamboree Rd., Suite 100 Irvine, CA 92612 Signature (notarized) Name: PariSima Hassani B Y �-��Signatiire notarized) Name: David J. Smith Title: President / CEO + Managing Principal Title: Secretary / Principal + COO Page 18 of 19 Rev. 5/1/20 55575.18165\32900159.2 CAUFORRIA ALL-PORPOLE AfCMOWLEDGIM1ENi CPAL CODE § 1189 +Y::k>AS 39 ..:n�<.C..T.'..i'.dxa'v Sa �A1.sA. M_+.Y>/.Y.aM...+,�A.4P g<K.M.R .. A"..'C'. i.!"x d'��CxiY�Y r»»/X /.:1Y.`.b✓!e>¢i rf<eta 9C A notary public or arima dfilm aanpk6V this cadiciva vwfw ady the WWft of the nAve" iAto aigir d the document to which this cerificame d snacked and not the maddolnasa. accuracy, or wab ft of that doamratL Statbe of Cafifarrria County of Orange ) `/ on Z27tfore m 11yZa21 bee. Steve- Oberfetneler, /Votary Palific Die Heria Irmart Name and Uft of hire Officer pe—r,allt, appeared PariSima Hassani and David J. Smith — fvame1123 of J who proved to me art the basis of ambafad bry evidience to be the persoro) whose names) ge/are gybed to the wdhm instrument and acknowledged to me that 41imilthsAhey exsarted the same in JmetiMerldva sulhonzed cspacdy my and that by howl0arAtterr aiggr►attue(s) on the rmdrument the person(a), or the entity upon behalf of which the person(a) acted, executed the inebiunen . certiFj mutter PENALTY OF PERJURY under the laws of the State of CsSfornin that the foregoing paragraph is true and correct �unuuuu uumuuununnuuunuuunuuuuauuuuunnnuuunununug WITNESS My hdmd and afro SE STEVE OBERLANDER ' COMM. #2288368 z Notary Public - California o 8igrtsttre Orange County=SOmW% of Abby Pric munnmoa„,� My Comm. Expires June 9, 2023 i till nnnunuunuunuuuuunuuunnunnuuunnnnm'a Place Notary Seat Above OPi7W144L Though Hm sec5'mi is ophionsk conVAitbng ffus rrrfornnation can deter aftaraiaon of hire document or fAmduierrt re nmerrt of titre form to an uninf+arrdad document Description of Attm;hed Document Tdme, or Type of D==antDesign Services AgreementDomrnent Date, Number of Pages 151 Signer(s) other Than Named Above: CapecihAe4 Clsuned by Eigner(a) Si aNma Hassani cu&cer — TMaW President ❑ Partner — ❑ Lvn?md ❑ Gerrend ❑ In fFvkhL l ❑ Attorney m Fad ❑ Trustee ❑ DuarrSan or Conservator ❑ other - Si r Is Representing: VI eStgroup Designs. nc. sigpnnoara Name: David J. Smith ®"Corpora Officer — Titla(af: SecretarT ❑ Partner — ❑Limited ❑ C renand ❑ Individual ❑ Attorney m Fact ❑ Trustee ❑ ouardan or Conservator ❑ Other WIs HeptesardkQ: eTmsrtgroup Designs. Inc. W014 N&banm Nclmy Aa3ocishm - www.N labry-ag • 1-800-1f8 NCiTARY (1-8Dag78-68'27) ftam S5007 Page 19 of 19 Rev. 55 575.18165\32900159.2 5/1 /20 EXHIBIT "A" SCOPE OF SERVICES The selected firms shall provide first-rate architectural services on an as -needed basis for various City projects as assigned. Responsibilities may include, but are not limited to, the following: Lead a team to prepare architectural, structural, mechanical, electrical, plumbing, safety systems, landscaping and other drawings as needed for new infrastructure, upgrades or improvements for municipal buildings and structures. 2. Preparation of conceptual drawings, plans and renderings as may be requested by the City for projects being contemplated or visioning sessions with the community. 3. Move assigned projects through all City entitlement processes, including but not limited to, architectural review, planning approval, building & safety, engineering and construction, including City Council approval if applicable. 4. Architectural services for designated historical buildings, as well as completely new construction, alteration and renovation projects on historic sites. This includes project design, research, evaluation, planning, handicapped accessibility, and engineering services (civil, structural, MEP, land surveying, etc.) incidental to the project. 5. Attend meetings and prepare presentations for staff reports to City advisory board, commissions, and the City Council when said meetings relate to projects covered by this contract, and as warranted or directed by the City Manager or his/her designee. 6. Feasibility studies for new, renovation, and alteration projects. 7. Facility assessment, studies and/or audits to determine compliance with various federal, state, and local regulations (ADA, Building Code, Fire Code, energy efficiency, etc.) 8. Preparation of reports that may be needed for preliminary documents, working drawings, permitting, construction drawings, specifications, bid documents, and construction cost estimates. 9. Coordinate with a sub -consultant to provide plans and construction drawings for the installation of fire sprinklers and fire alarm systems in new or existing buildings. This may be part of a larger project or a standalone project to install fire sprinklers and fire alarm systems in an existing building. 10. Provide construction advisement and/or construction management services, value engineering and advice on projects that need to be constructed in phases. 11. Provide documentation, assist in warranty review, participate in project close-out, and provide as -built record drawings as -needed. Rev. 511/20 55 5 75 . l 8165\32900159.2 12. Cooperate, coordinate, and communicate 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 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 this agreement. 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 architect to engage sub -consultants with special expertise when the unique circumstances of a particular project warrants such additional services. The City may provide recommendations to the architect for consideration and reserves the right of approval of any sub -consultant selected by the architect 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 project or task for our on -call architect 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 will respond with a short proposal containing just 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 architectural firm. Rev. 5/1/20 55575.18165\32900159.2 EXHIBIT °`B" CITY'S REQUEST FOR PROPOSALS Rev 511120 55575 18163M900159.2 REQUEST FOR STATEMENT OF QUALIFICATIONS CITY OF PALM SPRINGS Date Issued: February 22, 2021 Proposals Due: March 24, 2021 SOQ#08-21 ON -CALL ARCHITECTURAL. SERVICES CITY OF PALM SPRINGS, CALIFORNIA SOQ#08-21 REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) The City of Palm Springs ("City") is seeking qualified architects ("Consultants") to provide "on -call' architectural 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 over 48,000. The City owns and operates Palm Springs International Airport (PSP), as well as many other public facilities within the community such as City Hall, Fire Stations, Police Headquarters, a Pavilion and Leisure Center, a Convention Center, a Visitors Center, an Animal Shelter, Plaza Theater, a Wastewater Treatment Plant, Downtown Parking Structures, and the Main Library, to name a few. 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 these on -call architectural services include, but are not limited to, the following: remodeling, repurposing, refurbishing existing public buildings; restoration or refurbishing of designated historical public structures; design of new municipal public structures; space allocation planning; infrastructure upgrades; 2 demolition plans for unused facilities; signage design; upgrade of mechanical, electrical, and plumbing (MEP) equipment; coordinating the design from a sub -consultant for installation of fire sprinkler and alarm systems in existing buildings; door and window replacements for energy efficiency; and remodel of existing interior restrooms for ADA compliance. The selected Consultants shall be required to demonstrate successful experience and capacity to provide architectural 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. Also architectural services for large projects, as determined by City staff, may be solicited by a separate procurement, to obtain the best qualified 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 architectural 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 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 architectural, structural, mechanical, electrical, plumbing, safety systems, landscaping and other drawings as needed for new infrastructure, upgrades or improvements for City buildings and structures. 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. Moving assigned projects through all City entitlement processes, including but not limited to, architectural review, planning approval, building & safety, engineering and construction, including City Council approval if applicable. 4. Providing architectural services for designated historical buildings, as well as new construction, alteration and renovation projects on historic sites. This includes project design, research, evaluation, planning, handicapped accessibility, and engineering services (civil, structural, MEP, land surveying, etc.) incidental to the project. 5. 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. 6. Preparing feasibility studies for new, renovation, and alteration projects. W 7. Preparing facility assessment, studies and/or audits to determine compliance with various federal, state, and local regulations (ADA, Building Code, Fire Code, energy efficiency, etc.) 8. Preparing reports for preliminary documents, working drawings, permitting, construction drawings, specifications, bid documents, and construction cost estimates. 9. Coordinating with a sub -consultant to provide plans and construction drawings for the installation of fire sprinklers and fire alarm systems in new or existing buildings. This may be part of a larger project or a standalone project to install fire sprinklers and fire alarm systems in an existing building. 10. Providing construction advisement and/or construction management services, value engineering and advice on projects constructed in phases. 11. Providing documentation, assist in warranty review, participate in project close-out, and provide as -built record drawings as -needed. 12. 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 project 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 SOQs 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 4 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. STATEMENT OF QUALIFICAITONS REQUIREMENTS Consultants must submit their SOQ in the order provided below. The SOQ must be in an 8Y2' 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 architectural services, price is NOT an evaluation criteria. 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 architecture services to the City. You may include a list of other public agencies your firm is providing similar on -call 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 architectural services in the City and Coachella Valley. Identify any key or critical issues that you foresee may be encountered while providing on -call architectural services. Describe your firm's method to ensure its projects are delivered to clients on time and within your clients budget. 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 shall 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 architectural 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 on - call architectural services. (15 points) • 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 architectural and construction trends • Creative design • Green building design such as LEED Certified, solar panels, water conservation, drought tolerant planting, smart technologies, etc. • Historic preservation • Sensitivity to funding constraints • Public Private Partnerships (P3) • 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 staff or council reports • 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 request the consideration of the local preference 6 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. "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 7 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. 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 SOO that is ambiguous or contradictory. Questions and requests for clarification regarding this Request for SOO shall be submitted in writing to: Leigh Gileno, Acting Procurement & Contracting Manager at: Leigh.Gileno(a-)palmspringsca.gov by 3:00 PM, on March 17, 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 SOO. 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. 0 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 SOQ 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 08-21-You rCompanylnc-SOQ SOQ 08-21-YourCompanylnc-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, March 24, 2021. Late submissions will be rejected. https://spaces.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 SOQ in the preparation of their SOQ or participation in any presentation if requested, or any other aspects of the entire Request for SOQ 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 N1 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: 1) must clearly label each document and/or page deemed a confidential document 2) the legal rationale supporting such contention including specific references to applicable provisions of the 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 the 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: Submission 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 ) ❑ 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, leave blank.) 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. (Check all that apply) 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 the party making the foregoing SOQ. (name of company) • That the SOQ is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation • That the SOQ 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 SOQ, 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 SOQ 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 SOQ 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 SOQ. • 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) (Date) 15 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) Wl (Date) ATTACHMENT "D" PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1. 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 California, is the Entity also registered in California? n Yes n 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: /f any response is not a natural person, please identify a# 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 entity EXAMPLE JANE DOE 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 owner/investor] [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 Date Name, Title in 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 (4) 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.). 19 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 A. City requires the services of a for ("Project"). B. Consultant has submitted to City a proposal to provide , to City under 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 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 1 Revised: 5/1/20 55575.18165\32900157.2 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: (1st) 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, (4th) 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. 2 Revised: 5/1/20 5 55 75.18165\32900157.2 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 $25,000, whichever is less, or in the time to perform of up to thirty (30) days, may be approved by the City Manager, or his designee, as may be needed to perform any extra work. Any greater increases, occurring either separately or cumulatively, must be approved by the Palm Springs City Council. It is expressly understood by Consultant that the provisions of this section shall not apply to the services specifically set forth or reasonably contemplated within the Scope of Services. 2. COMPENSATION 2.1 Maximum Contract Amount. For the Services rendered under this Agreement, Consultant shall be compensated by City in accordance with the Schedule of Compensation, which is attached as Exhibit "D" and incorporated herein by this reference. Compensation shall not exceed the maximum contract amount of [INSERT NOT TO EXCEED CONTRACT AMOUNT] Dollars, ($) ("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 3 Revised: 5/1/20 55575.18165\32900157.2 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 "B"), 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: 5/1/20 55575.18165\32900157.2 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], [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 5 Revised: 5/1120 55575.18165\32900157.2 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. 6 Revised: 5/1/20 5 5575.18165\32900157.2 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: 5/1/20 55575.18165\32900157.2 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 terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, 8 Revised: 5/1/20 5 5575. l 8165\32900 l5 7.2 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. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 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, 9 Revised: 5/1 /20 5 5575. l 8165\32900157.2 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. I. 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: 5/1/20 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. it or ':for any and all work performed with the City" may be included in this statement). 11 Revised: 5/1/20 5 55 75.18165\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 Desien 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 12 Revised: 5/1/20 55575.18165\32900157.2 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 of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all 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: 5/1/20 55575.18165\32900157.2 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 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 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, 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 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: 5/1/20 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 Legal 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 15 Revised: 5/1/20 55575.18165\32900157.2 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 Copvri2ht Infringement. 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: 5/1/20 5 5575.18165\32900157.2 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 or 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: 5/1/20 55575.18165\32900157.2 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 limitation, 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. 10.8. 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 NEXT PAGE] 18 Revised: 5/1/20 55575.18165\32900157.2 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. Date: APPROVED AS TO FORM: By: Jeffrey S. Ballinger, City Attorney APPROVED BY CITY COUNCIL: Date: Agreement No. "CITY" City of Palm Springs By: David H. Ready, PhD City Manager ATTEST IIn Anthony Mejia, City Clerk Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONSULTANT NAME: Address By Signature (Notarized) Check one _ Individual _ Partnership _ Corporation MA Signature (Notarized) 19 Revised: 5/1/20 55575.18165\32900157.2 CALIFORNIIA ALL-PURPOSE ACXNOWLEDCIEENT CIVIL CODE § 118g A rotary public or ollm dftw ow:94 rig this oBRficMa verifies cFN'thejdGrdit of ft mdYdLgd who silted the document to which this certiTMM m attached, and not the trulhft&ms. accuracy, or vattlity of that document State of Cavorme County of On be[ore me. Date personally appeared Here frmed Name and Tiffs of fhre O115aer Names) of Sig►%) who proved to me on the trash of saWaatory evidence to be the pemon(s) whims name(s) Ware subscribed to the vAthin nisfrurnent and acknowledged to me that helshanhey executed the same in hisafierlthe r authorized oapacrty(m), and that by hm/herRhe r aignature(a) on the iris humentthe psraon{aj, or the entity upon behalf of whdch the peraan(s) acted, executed thejnatrument I certify undeisPENALTYOF QERJURY under the taws of the State of CaYomia #fret the foregoing paragraph is true and corrsct- WITNE;S my hand and official aeat. Signature .Signshrre of Notary PubAc Place Notary Sea/ Abom OPTIONAL Though #rig section is optional compigbng this frff m sbon can detW atteratian of the document or frauduterag reattachmsrd of this form to an unk;hvrded dommenf Deacripbon of Attached Docimrent True or Type of Docranent rL MAa-k, I Number of Pages: Signer(a) Other Than Named Above: Capacitypea) Claimed by Signer(aj Signer's Name: ❑ Corporate Officer — Title(ay- ❑ Partner — 0-Limited ❑ General ❑ Indnndusl ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Repreaanhrrg: Signers Name: ❑ Corporate Officer—Tdte(sy: ❑ Partner — ❑ Lhnitad ❑{parietal ❑ individual ❑ Attorney in Fact ❑ Trustee ❑ Guardsn or Conservator n Mhar Signer Is Representing- ®2013 National Notary Asaocia im - www.NdTaNOwy otg 7-WO-US M*ARY O-03-87r64 8271 ftam #i5W 20 Revised: 5/1/20 55575.18165132900157.2 EXHIBIT "A" SCOPE OF SERVICES 21 Revised: 5/l/20 5 5575.18165\32900157.2 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS 22 Revised: 5/l/20 55575.18165\32900157.2 EXHIBIT "C" CONSULTANT'S PROPOSAL 23 Revised: 5/1/20 55575.18165\32900157.2 EXHIBIT "D" SCHEDULE OF COMPENSATION 24 Revised: 5/l/20 55575.18165\32900157.2 EXHIBIT "E" SCHEDULE OF PERFORMANCE 25 Revised: 5/l/20 5 5575.18165\3290015 7.2 ?AL/q S SOQ #08-21 ON -CALL ARCHITECTURAL SERVICES 't ADDENDUM NO. 1 rq�frORN�� 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: Q1: How many teams does the City anticipating adding to the on -call list? A1: The prior On -Call Architectural Services SOQ there were 4 architecture firms selected for on -call services. Q 2: Can you share an expected or estimated maximum or minimum contract value per agreement? For example, the City of Newport Beach just issued an on -call RFQ for a five year period with a maximum contract value of $400,000. A 2: Our On -Call Architectural Services will not be set up with a minimum or maximum contract value. The background of the Request for SOQs explains that the City owns everything from the Airport and a Convention Center down to smaller public buildings. Task orders approved for an on -call firm can be as small as providing a feasibility study for a renovation to something large like new construction on an empty lot. Q 3: Regarding the City's on call RFSOQ, it does appear that it is just for building architects but just wanted to make sure since the IMS report does mention other disciplines and page 6 lists water conservation, drought tolerant planting and smart technologies etc. Is this an On -call for Architects only or is it open for other disciplines as well? A 3: Pursuant to the first line of the Request for SOQ on page 2, the City of Palm Springs is seeking qualified architects to provide on -call architectural services to the City. Architects will generally supplement their team with sub -consultants that may have certain expertise, they will show this as described in the Firm and Staff Qualifications section of the RFSOQ on page 5. Q 4: Which pages from exhibit "E" shall be inserted into our response? Entire contract? Or just a statement acknowledging Exhibit E? A 4: On page 22 of the SOQ, the first paragraph states, "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. Q 5: Exhibits "A" through "D" are located on pages 14 - 18, but similarly there are Exhibits "A" through "E" on pages 43-47 of the SOQ at the end of the Master Agreement. Should we insert both into our response as they differ from one another? Please clarify. A 5: Pages 14-18 are marked "Attachments" which are required submittals with your SOQ. Pages 43-47 are marked "Exhibits". These are exhibits only to the contract services agreement. Per the SOQ document, please refer to page 22, second paragraph states that "Please note 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." Q 6: Do you require examples and resumes from possible sub consultants? The structure of the last paragraph in "firm and staff qualification" on page 5 seems to suggest that we need only list them as part of an organizational chart. Please clarify. A 6: Resumes can be included but are not required for anyone on your team. We have received proposals in the past with no resumes and some with resumes for every single person including subs. Whatever you feel best demonstrates the abilities of your team members should be included in your proposal. Q 7: If you do require full references from our proposed sub consultant team may we add them as an appendix as this would constitute more pages than is allowable? A 7: Full references of your subs can be included but are not required. Any information included in addition to the 30 allowed pages will not be scored. Q 8: Where will the Addenda be posted? A 8: All addendums will be posted on the City's website on the Procurement & Contracting page under "Open Bids & Proposals". BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 2, 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: 2 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. PA1h1 s c 1pi SOQ #08-21 ON -CALL ARCHITECTURAL SERVICES ADDENDUM NO. 2 i FURN"P 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: Q1: Regarding Section 4. Reference Project, is the second set of bullets (beginning with "Responsiveness and attentiveness to client needs") meant to be in support of the reference project specifically, or can these topics address our firm's work/experience more generally? Al: It is meant to be specific to the chosen reference project. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 10, 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. F FALtit S c yy��i SOQ #08-21 U N ON -CALL ARCHITECTURAL SERVICES ADDENDUM NO. 3 oglThis 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: Are there minimum inclusivity thresholds to attain across the consultant team? If so, how is this factored into the scoring? A 1: No there are no inclusivity thresholds. Q 2: If some, but not all, of the consultants on a team meet the criteria of a local business, does that mean the team would only get partial points, or would they get the full 5 points? A 2: As per the SOQ document on page 6-7 "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 request 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". "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. Q 3: Will the questions from and answers to other teams' clarifications be shared with all teams? A 3: All questions received will be answered and published in addenda's and made public to all interested vendors. Q 4: Which Attachment(s) are required to be completed by Sub -Consultants, if any? A 1: None of the attachments are required to be completed by the sub -consultants. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 16, 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. 2 F PAL&I S,o �z SOQ #08-21 ON -CALL ARCHITECTURAL SERVICES ADDENDUM NO. 4 i �1'�QRN�P 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: Who are the architecture firms that are on the City's current Architecture On -Call? A 1: Interactive Design Corporation, James Cioffi Architect, M. Arthur Gensler & Associates, Urrutia A/A & Associates (now Uruttia Marks Architects) Q 2: Does the scope of work include attending any commission hearings outside of those required for projects which we are contracted for? A 2: The scope of work only includes meetings for which you are contracted to complete. Q 3: What is the general scale of projects? (Small = ADA improvements / Medium = Historic Preservation or Space Planning / Large = Full Remodel or New Construction) A 3: This scope of work will cover small, medium and large projects. Q 4: Which department / Staff person will be the main point of contact for project coordination? A 4: The Engineering Division will be the main point of contact for this contract. Each individual project will have a project manager from the Engineering Division assigned. Projects will be distributed amongst the staff by the City Engineer or his/her designee. Q 5: Will the city assign their own `project manager' for each respective project? A 5: The City Engineer or his/her designee, will assign a staff person as the City's project manager for each task that will be assigned to on -call architects. Q 6: Would our firm + team members be precluded from other/future opportunities? A 6: If selected to be an on -call architecture firm for the City and subsequently the City puts out a Request for Proposals on a separate project (usually high profile like a new Main Library), your firm will still be allowed to submit proposals on the stand alone project. Q 7: If a consultant is non -local, but their executive architect (sub -consultant) is a Coachella Valley -certified business, can you confirm that the full 5 points will be awarded? If not, how will it be applied? A 7: 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. Q 8: Can the 30-page 8.5x11 presentation be horizontally formatted for better full -screen viewing, given that it is a digital submission? A 8: Yes, your response file can be submitted in portrait or landscape orientation. Q 9: Can more than one Reference Project be submitted if a team includes sub -consultants with significant on -call municipal experience? A 9: To compare proposals, the one reference project will be used for scoring. However you can provide reference projects in other parts of the proposal to demonstrate the abilities of your company and team. Q 10: Does the submittal of Attachment "E" in the proposers' SOQs also include the entire text of the Sample Professional Services Agreement for On -Call Services even if we have either no requested modifications or requested modifications that we can either describe on the Attachment "E" sheet (page 22 of the Request for SOQ) or just attach the sheets of the Sample Agreement on which we may mark such requested modifications? A 10: Submit only the pages with your exceptions to the language and your requested modifications in order to keep pages to a minimum. If you have no requested changes or exceptions, then identify that in Attachment "E" of your SOQ. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA X&" Wane Procurement & Contracting Manager, Acting DATE: March 18, 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: 2 Date: Acknowledgment of Receipt of Addendum 4 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your SOO being deemed non -responsive. 3 EXHIBIT "C" CONSULTANT'S PROPOSAL Rev. 5J1/20 55575 1816502900159 2 Statement of Qualifications SOQ#08-21 On -Call Architectural Services City of Palm Springs aeSigns �Q WESTGROUP DESIGNS N 03/24/2021 - 3 PM 41 table of contents i Cover Letter....................................................1 2Firm & Staff Qualifications .............................3 3Scope of Work..............................................19 4Reference Project..........................................22 5Local Business Preference Program.............28 6Forms & Acknowledgment of Addenda No. 1, 2,3 & 4..............................N/A SEPARATE Cost Proposal...........................................COST FILE our services ARCHITECTURE Facility Assessment and Analysis I Feasibility Analysis Programming I Schematic Design I Design Development I Construction Documents I Bidding Support and Evaluation I Construction Administration ; LEED Administration I Post - Occupancy Evaluation BIM PLANNING Comprehensive Land Use Planning' Academic and Institutional Master Planning Corporate Campus Planning Urban Design I Zoning and Regulatory Analysis Entitlement Processing Facility Planning Facility Standards Facility Assessment and Analysis Pre - Lease Analysis and Test Fit Analysis Feasibility Analysis Programming Schematic Design Design Development Furniture Selection & Specification Art Selection Construction Documents Bidding Support and Evaluation Construction Administration LEED Administration Post - Occupancy Evaluation BIM BRANDING Wayfinding & Signage I Environmental Graphics I Art Selection 1, Enhancing your brand through Architectural & Interior Design details. '�:��.,•�1it:?s3�,. 1..,. -:e.": +t-.:rC-: :�� .� .... �.�-'_. �.3 �'..;'a �..:;, ... �,. ,_ �-: �� - - �rL'!`„b�,�;;�'a�� 1. - 3 '4 7 N Sr1�L:�ita�[d1i : March 24, 2021 City of Palm Springs Attention: Leigh Gileno, Procurement & Contracting Manager, Acting RE: SOQ#08-21 ON -CALL ARCHITECTURAL SERVICES Dear Mr. Gileno and Members of the Selection Committee, Cover Letter Westgroup Designs (WD) is excited to present our response to your Request for Proposal and welcomes the opportunity to continue our successful relationship with the City of Palm Springs. Our enclosed Statement of Qualifications describes how our expertise, as well as depth and breadth of experience, exceeds your qualifications, assists you with achieving your goals, and highlights the strengths that WD brings to you and your projects. Public and Institutional Experience and Expertise in Riverside County: For more than 26 years, we have provided services to the County of Riverside. Our experience encompasses a vast number of projects ranging from new ground -ups, multi -story buildings and large-scale master planning, to public safety building design and rehabilitations, to refurbishment, space planning/tenant improvements and renovations, and ADA analysis and Fire Life Safety upgrades. Currently, we have a new building project under construction in the City of Palm Springs. Positioned on the corner of E. Tahquitz Canyon Way and N. Sunrise Way, for our long-term client, Riverside University Health Systems, this 35,000 square foot community care center sits on a 3.75-acre site, leased to the owner by the Agua Caliente Indians. This facility will be the local clinic for many in the adjacent, dense residential neighborhoods, in addition to providing health services for the City's indigent population. Slated for LEED Certification, the site is framed with drought -tolerant landscape, incorporating clean air, electric vehicle parking, extensive solar control systems and harvested daylight within interior areas. Additional On -Call, Public and Institutional Experience and Expertise: Some of our most enduring public client relationships include County of Riverside (26 years), the City of Downey (23 years) and the City of Irvine (18 years). We sincerely value our long-term on -call relationships with our City and County clients. WD is on the roster with the County of San Bernardino, the City of Ontario, City of Long Beach, the City of Hermosa Beach, the City of Irvine, the City of Santa Ana, Orange County Fire Authority, the City, County & Port of San Diego, and many others. We continue to be a responsive and committed extension to their staff and will be as committed partners to the City of Palm Springs. Our Uniquely Qualified Team. Civic facilities comprise a large percentage of our firm's work, so all professional staff in our 30-person office are experienced in, and actively work on, civic projects. Experience cannot be underestimated in the ability to lead multiple, diverse civic projects. We firmly believe in continuity of the team to ensure that we deliver on the original design intent. Our core management and design teams are staffed by senior -level professionals (20-40 years of experience each) who will leverage lessons learned to foresee challenges and guide projects toward successful outcomes. 77% of our staff are licensed in Architecture, Interior Design and LEED. 6esighs aQ o V0v+ r 19520 Jamboree Road I Suite 100 1 Irvine, CA 92612 d P 949.250.08801 F 949.250.0882 1 westgroupdesigns.com 1 For consistency, our Principals stay involved throughout the life of the project and remain responsive to your needs. We focus on a holistic approach to sustainability for projects of every scope and scale, and design solutions that deliver optimal financial, social and environmental returns for our clients. WD highly values our client relationships, and we ensure that their vision drives every single thing that we do. More than 85% of our work is from repeat clients, with a partnership lasting many years. We highly value our on -call relationship with our clients; our services are used repeatedly, and often, for many years. WD is laser -focused on delivering high quality projects, on time and within budget for you. Our goal is to exceed your expectations each and every time, from responsiveness and high -quality documentation, to meeting schedule and budget parameters. WD is dedicated to serving you on a foundation of honesty and trust, united with you to achieve the best results for your project. Our investment in your projects goes beyond the hours we spend on them and we make it our business to advise and guide you through every step of the process. Our solutions are never one -size -fits -all. While we share our knowledge and experience, our focus remains on understanding your goals, your values and your needs to deliver the best design solution for you and your stakeholders. Acknowledgment of receipt of RFP addenda and confirmation of SOQ validity. WD acknowledges receipt of Addendum #1, dated March 2, 2021, Addendum #2, dated March 10, 2021 and Addendum #3, dated March 16, 2021. WD agrees that the SOQ shall be valid for a period of 120 calendar days from March 24, 2021. Our team stands ready to begin working on your projects immediately. We look forward to having the opportunity to continue working with you and to further demonstrate our experience and collaborative culture. Respectfully, P riSi a Hassani, IA�ssoc.,IA, IIDA, CID, NCIDQ CEO + anaging Pp parisimah@westgroupdesigns.com 949.250.0880 ext. 112 I Firm &Staff Qualifications Historic Courts of CA Court House Renovation Riverside, CA 71 - s a, rU p }, )' 4 For 32 years, our success has been the result of more than just the quality of our work; it has been.the culmination of attitude, approach and the way we treat our clients. We are confident that our history of planning, designing and constructing public works projects gives us the depth and breadth of experience required to assist you in achieving your project goals. PUBLIC & INSTITUTIONAL EXPERIENCE & EXPERTISE For more than 32 years, WD has served a spectrum of public clients, including state agencies, county agencies, and local municipalities. Our experience encompasses more than 280 projects, ranging from tenant improvements and renovations to new buildings and large-scale master planning. Some of our most enduring public clients include Long Beach Unified School District (25 years), the City of Downey (23 years), County of Riverside (26 years), and City of Irvine (18 years). 280+ Public Works Projects in California Valuable public spaces are at the heart of every society's cultural identity. These spaces celebrate history and art, provide resources for learning and wellness, and embody good governance. We help our public clients build healthy communities by designing spaces that simultaneous conserve its history and heritage while developing new expressions for current times. Civic buildings involve a complex process of resolving sometimes cohesive, sometimes disparate, interests of agencies, politicians, constituents, community organizations, and a host of other concerned parties. Our clients return to Westgroup time and again because of our experience working with each of these interests and because we have built strong relationships based on our reliability and ability to deliver results. Our QA program is led by our Director of Project Delivery, Craig Whitridge, AIA, who brings 35+ years of architectural production expertise on public facilities. Craig assures that all documentation is consistent and presented in a logical and clearly understandable manner. He is supported by experienced technical staff who lead production on our civic projects. 32 Years serving Public Works Clients CITY OF ONTARIO • On -Call Architectural Design Services COUNTY OF SAN BERNARDINO • On -Call Architectural Design Services • Frank Bland Training Academy COUNTY OF RIVERSIDE PROJECTS • On -Call Architectural & OSHPD Design Services • Mead Valley Library, Riverside, CA • Highgrove Library, Highgrove, CA • Transportation Land Management Agency, Riverside and Indio, CA • County of Riverside Treasurer & Tax Collector's Office — Riverside, CA • County of Riverside Civic • Center Master Planning — Riverside, CA • Fire Marshal Offices — Indio, CA • Riverside County Regional Medical Center Operation — Murrieta, CA • County Administration Annex Building, Programming & Design — Riverside, CA • Human Resources, County Administrative Center — Riverside, CA • County of Riverside Administration Building, Remodeling of Multiple Floors — Riverside, CA • Cois Byrd Detention Center • Perris Fire Department Admin Building • Community Action Partnership — New Office and Staff Area (CAP) • Sun City Library • Nuview Library • Robert Presley Detention Center & Larry Smith Correctional Facility (RPDC/ SCF) • RIVCO Fleet Services • Department of Public Social Services (DPSS) RUHS PROJECTS • Women's Health Center / Entry Renovation, Moreno Valley, CA • Hospital Cafeteria Renovation • Hospital Doctor's lounge Renovation • Hospital Medical Mall Renovation • Hospital OBGYN Renovation • Palm Springs, CA - 35,000 sf New ground up building Medical clinic, medical office, lobby, lab and exam rooms • Cactus Clinic Riverside, CA - 28,000 sf Complete interior renovation, Medical clinic, medical office, lobby, lab and exam rooms • New Medical Office Building - Corona, CA. 45,600 sf. Interior planning, FF&E, Graphics and Art • New Medical Office Building - Jurupa, CA. 40,000 sf. Interior planning, FF&E, Graphics and Art • Main Office Building (now called MSC — Medical Surgical List of Similar On -Call & Other Work Center) Interior planning, FF&E, Graphics and Art • Emergency Operation Center Remodel • Arlington Recovery Community (ARC) • Restorative Transformation Center (RTC — Conceptual design) RUHS - BEHAVIORAL HEALTH • Riverside Mental Health, Space Planning and FF/E, Hemet, CA • Riverside Mental Health, Space Planning and FF/E, Spruce Street, CA • Riverside Mental Health, Space Planning, FF/E, Desert Hot Springs, CA • Riverside Mental Health, Space Planning and FF/E, Temecula, CA • Riverside Mental Health, Space Planning and FF/E, Lake Elsinore, CA • Riverside Mental Health, Space Planning and FF/E, Temecula, CA • Riverside Mental Health, Space Planning and FF/E, Blain Street, CA • Riverside Mental Health, Western Adult Program, Space Planning and FF/E, CA • Riverside Mental Health, Space Planning and FF/E, Myer Street, CA SUPERIOR COURTS/OTHER COURTS • Riverside County - Riverside Historic Courthouse Renovation • Riverside Hall of Justice Renovation • Riverside Family Courthouse Renovation, Riverside, CA • Banning Justice Center Renovation, Banning, CA • Larson Justice Center Reno., Indio, CA • Palm Springs Courthouse Renovation, Palm Springs, CA • Family Courthouse, Riverside, CA • Hemet Courthouse, Hemet, CA T_r7"_7__j E&7117 ' "Erly -r° • Riverside Offices of District Attorney — Riverside and Indio, CA • Riverside Offices of Public Defenders — Riverside and Indio, CA • County Administration Center & Law Library — Indio, CA • South West Justice Center — Murrieta, CA • Department of Public Services — Cathedral City, Murrieta and Riverside, RIVERSIDE COUNTY FIRE DEPARTMENT • Fire Station #3, Nuevo, CA CITY OF LONG BEACH • On -Call - Architectural & Space Planning Services • On -Call Urban Planning Design Services • Airport Administrative Offices Renovation • Looff Cupola Reuse Study • Blue Car Reuse Study • Rainbow Lagoon Visioning 5 • Belmont Pier Visioning Study • Hangar remodel CITY OF HERMOSA BEACH • On -Call Architectural Services CITY OF IRVINE • On -Call Professional Consulting Services • Hangar 244, Great Park • Train Station Office Renovation • Heritage Park Library Remodel, Irvine, CA CITY OF CARSON • Carson Transit Center CITY OF COMMERCE • Civic Center (Conceptual / Schematic Design Services) CITY OF COMPTON • Compton Community Center CITY OF CORONA • Corona Health Center Office Building CITY OF DOWNEY • On -Call Professional Architectural Services • Downey Aviation Museum & Community Center • Downey Civic Center Modifications • Downey Fire Station #1 • Downey Fire Station #2 • Downey Fire Station #3 • Downey Fire Station #4 CITY OF LYNWOOD • Lynwood City Hall & Civic Center • Lynwood Children's Center • Lynwood Fire Station #1 • Lynwood Fire Station #2 CITY OF SANTA ANA • On -Call Space Planning and Architectural Services • Wilshire HeadStart School • Children's Center CITY OF TUSTIN • Urban Development Planning COUNTY OF ORANGE • On -Call Architectural Services • Human Resources Office Renovation, Santa Ana, CA • West Orange County Probation Department Office Building Renovation, Westminster, CA • Orange County Assessor's Office Renovation, Santa Ana, CA • Health Care Agency Office Renovation, Santa Ana, CA • Homeless Shelter Renovation, Anaheim, CA • Heritage Park Library Remodel, Irvine, CA LA COUNTY OF PUBLIC WORKS • Los Angeles County Sheriff's Department Emergency Vehicle Operations Center ORANGE COUNTY FIRE AUTHORITY • On -Call Capital Improvement and Construction Professional Services and Construction Professional Services ORANGECOUNTY TRANSPORTATION AUTHORITY • New Locker Room, Santa Ana Bus Base Maintenance Building, Santa Ana, CA • Lower Roof Replacement, Garden Grove, CA • Santa Ana Bus Base Locker Room Expansion • Fullerton Park and Ride Rehabilitation SAN DIEGO COUNTY REGIONAL AIRPORT AUTHORITY • Southwest Airlines/TSA T1 E Baggage Screening Replacement • SDIA Authority/TSA T2E Baggage Screening Replacement • SDIA Rental Car Center Car Wash Blowers • Ground Transportation Equipment and Security Upgrade • Rental Car Center, Bus and Taxi Offices and Break Room New Building • Terminal 1 Tenant Improvements and Upgrades, including: • Common Use Passenger Processing (CUPPS) Equipment and Kiosk • New Gate Podiums • New Ticket Counters, and New Flooring Materials • Terminal 2 Tenant Improvements and Upgrades, including: • CUPPS Equipment and Upgrades • New Gate Podiums • New Ticket Counters • New Lighting at Restrooms and Ticket Areas • Demolition of former airline club • New Restroom Facilities, and Back of House Upgrades to finishes • Terminal T1 and T2 Electrical Seating Upgrade SUPERIOR COURT OF CALIFORNIA, COUNTY OF ORANGE • On -Call Architect and Engineering Services Our expertise spans the spectrum of projects with public clients, including County of Riverside, County of San Bernardino, and various cities in Orange County as well as building owners, developers, and tenants. Our experience encompasses a vast number of projects ranging from space planning/ tenant improvements and renovations, refurbishment, public safety buildings design and rehabilitations to ADA analysis and Fire Life Safety upgrades and new ground -ups, multi -story buildings and large-scale master planning. PROCESSES, APPROVALS, AND PROCEDURES FOR PUBLIC AGENCIES WD has a thorough understanding of code requirements & rapport with public agencies. We have over 32 years of experience with ADA, Fire+Life Safety, DSA, USDA, Health, Title 24 and other local code requirements necessary to deliver projects of all types and sizes. As a relationship -based organization, our collaborative efforts with DSA, State Fire Marshal, Health Department and other public agencies are based on trust and respect, to ensure timely submittal and approval processes for your projects. The requirements necessary to deliver projects smoothly are: • Staff senior -level Project Architect well -versed in code to lead code verification on projects and mentor junior staff. • Designate staff participate in seminars on code requirement changes and maintain office standards. • Promote a culture of knowledge sharing so that code updates and other lessons learned are passed onto all staff and incorporated into all future projects. • Collaborate with sub -consultants with extensive and current experience with Federal, California and local code requirements. CITY & COACHELLA VALLEY UNIQUE ISSUES WD is familiar with the unique issues that come with providing services in the City and Coachella Valley. The City of Palm Springs Planning Services division's responsibility is to provide efficient and effective service to those they serve - citizens, property and business owners, investors and visitors. This division serves as the staff to the city's Architectural Advisory Committee (AAC), Historic Site Preservation Board (HSPB), and Planning Commission. Zoning/Building The City has developed land use zones throughout the City to require proper use of the land and to ensure a good neighbor approach in allowing for the enhancement of the community. Further, it encourages proper development and will allow for the compatibility of uses and community needs. Some areas affected by the Zoning Ordinance: • Land use permits and designations i Setbacks I Legal and illegal businesses I Parking Development and Zoning Requirements Land Development Most of Palm Springs is built out, and new land development generally consists of sensitive lands, such as hillsides and open desert, or smaller in - fill properties. As an older city, Palm Springs also expects that a large inventory of existing buildings is likely to be redeveloped in the coming years to upgrade structural and mechanical systems as well as reposition or replace buildings for new and future uses. Land development is a complex process that requires considerable expertise and a willingness to honestly deal with neighbors and the City. The six important aspects of land development are as follows: • Permitted Uses and Development Standards Pre -Application Review Coachella Valley Multiple Species Habitat Conservation Plan Design Review) Subdivision and Maps I Planned Development Districts, Vacant Land I Economic Development. Neighbors The City of Palm Springs are committed to involving all residents and citizens in the decisions that build the community. The people of Palm Springs share two key values: A love for this city as a special place to live and work, and an enthusiasm for bringing ideas and opinions "to the table". The City provides a number of forums for community dialogue and the information below addresses some of the most common concerns people have about their neighborhoods: • Neighborhood Organizations and Associations Project Status Information I Code Enforcement Historic Preservation I Vacation Rentals and Event Houses I Palms Springs General Plan [ Palm Springs Zoning Code. Historic Preservation The City of Palm Springs values its past, which includes important examples of architecture from the last one hundred years. When a building is classified for protection, any exterior change is reviewed by the Historic Site Preservation Board (HSPB). Palm Spring General Plan The City maintains a long-term vision and a set of goals and policies to help bring that future to reality in the Palm Springs General Plan. Recently updated in 2007, the plan provides a comprehensive and coordinated path to their shared future by addressing issues such as Land Use, Housing, Circulation, Recreation, Open Space, Conservation, Safety, Air Quality, Noise and Community Design. Palm Springs Zoning Code Much of the work of city planning occurs through the Zoning Code. This collection of regulations sets the rules for how properties in the City are used and developed. Being a complex document, we will contact the planners at City Hall for any questions or concerns we might have regarding your property. The Zoning Code has a useful 'search' tool for locating rules relating to a particular concern. CRITICAL ISSUES Extensive On -Call Experience. Projects for on -call clients have been a significant portion of our work over the last 32 years. We are presently working with 18 public clients as their on -call architects and have been involved in the planning and design of almost every type of project imaginable, ranging from HVAC/ADA/Fire+Life Safety upgrades to ground -up, multi -story buildings. We have a team of education specialists, WD's proposed team organization brings you the following benefits: Experience + Leadership - Our core management and design teams are led by senior -level professionals (20-40 years of experience each) who are actively committed to every project regardless of its size; Dedicated Quality Assurance Staff — Our QA/QC program is led by our Director of Production, who brings 35 years of architectural production expertise; and Resources & Availability — Educational facilities comprise 75% of our firm's work, so all professional staff are trained and actively work on education projects. Our "rapid -response" experience profoundly influences how we partner with all our clients: we listen carefully; we deploy our resources with great agility, versatility, and timeliness, anticipating unforeseen conditions; we are code experts; our documentation prowess is honed by the rigors of full DSA review requirements for much of our work; we offer deep experience with a wide range of technical consultants; and we consistently deliver results that exceed expectations. Incorporating Lessons Learned into Best Practices We have over 32 years of experience providing on -call services to public agencies. Importantly, we promote an internal culture of collaboration, mentorship and knowledge -sharing so lessons learned are passed onto others and incorporated in to best practices and future projects. Single Point of Contact & Continuity of Project Management We dedicate a single Program Manager to serve as the primary liaison to the City in addition to multiple Project Managers who are committed to the life of their projects from programming through design and construction. We carefully select and assign team members to each project, aligning client goals and project needs with staff availability and expertise. DELIVERING ON TIME & WITHIN BUDGET Effective planning and milestone completion are central skills of project management. Schedule preparation is a core part of our Project Management Plan preparation. Critical to this effort is the ability to set realistic durations for activities. This is done through consultation with our team members, reference to past projects, and an understanding of the project context and requirements resulting in the creation of a Critical Path Schedule. Our Project Managers prepare and maintain a detailed Critical Path Schedule containing milestones, stakeholder review periods, agency review periods and relevant project activities. They also use critical path network scheduling as a tool for coordinating with the CM or Contractor for developing solutions to scheduling problems, for tracking project development, and for leading the design effort through complex activities. 0 In addition, we facilitate phase -by -phase kick-off meetings with our entire design team, including subconsultants, to organize and direct all efforts for each upcoming phase. These meetings are an important part of our schedule -building process: buy - in is reached face-to-face with other team members, underscoring the fact that success is a shared endeavor. Lastly, our quality control process extends into the construction phase with regular construction observation to assess Contractor compliance with the Construction Documents. This periodic review allows us to evaluate and certify the Contractor's application for payment on a percentage of completion basis as well as in terms of specific completion of tasks or categories of work. Frank Bland Regional Training Center, San Bernardino County. 7,000 sf of reno. and 3,500 sf expansion. WD worked closely with the County and the Sheriff's Department to honor a limited budget (for fees and construction costs) when the priorities of the project did not allow it both to be considered as a typical capital improvement project. By limiting design, design -building some aspects with county staff and vendors, and using a selected General Contractor with a not -to -exceed budget, the project was designed and constructed on time and on budget to allow the Sheriff's Training program to proceed seamlessly. Newcomb Academy, Long Beach Unified School District. 10.9-acre campus master plan and 140,000 sf new construction WD was engaged to replace a previous consultant team that, because of an inability to reconcile a significant budget overage, had also jeopardized the project's schedule to the point that the District was in danger of losing funding. WD took over the $50M schematic design set and provided a new $46M design solution utilizing the original program and scope while adding a 10,000 sf gym. Our design of the new CHPS-verified, multi -building campus subsequently gained stakeholder approval and we compressed the schedule by 9 months to keep the project on track with the original schedule. Our Team has never missed a client deadline in its 32-year history. Assigned Staff Our approach to staffing your projects is characterized by the following five commitments: PRINCIPAL POINT -OF -CONTACT Principals play a key role in understanding your needs and stay involved throughout the life of any project to assure we're exceeding your expectations. We dedicate a principal to each of our clients to serve as the primary liaison. To address client satisfaction from day one, our Principal -in - Charge, Sima Hassani, will have a key role in developing an initial understanding of your expectations. She will periodically meet with you to develop a "scorecard" of how we are doing against your expectations and make whatever changes are necessary to assure that we not only meet but exceed your expectations. SENIOR LEADERSHIP PARTICIPATION Experience underwrites the ability to lead multiple, diverse and complex projects under an on -call contract. Our core management and design teams are led by senior -level professionals (20-40 years of experience each) who leverage lessons learned to foresee challenges and guide projects toward successful outcomes. We are committed to active leadership and participation of senior staff on all of our projects regardless of size or scope. CONTINUITY OF PROJECT MANAGEMENT Leadership is essential to monitor and measure that "actual" results are consistent with "planned" results. We assign a Project Manager to each project who is committed for the life of the project and will manage the process from project kickoff through close-out. SELECTION OF TEAM MEMBERS We carefully select and assign team members to each project, aligning client goals and project needs with staff availability and expertise. With a staff of 30, Westgroup Designs has accomplished architects, designers, planners and consultants to dedicate to you. Our team is ready to begin working on your projects immediately. DEDICATED QUALITY MANAGEMENT TEAM Our Quality Management program is led by our Director of Project Delivery, Craig Whitridge, AIA, who brings more than 35 years of architectural production expertise to every project. Craig assures that all documentation is consistent and presented in a logical and clearly understandable manner. J CEO + MANAGING PRINCIPAL PariSima Hassani, ASSOC AIA, IIDA, CID, NCIDQ PRINCIPALS Shazad Ghanbari, Ph.D., Int'I AIA David Smith, AIA, CSI I Chief of Operations Robyn Taylor, IIDA, CID I Director of Interior Design Ken Ong, AIA, LEED AP BD+C I Director of Architectural Design Craig Whitridge, AIA, LEED AP BD+C I Director of Project Delivery DIRECTORS Paul Andersen, Ed.D. / School Facilities Solutions Jon Freeberg, AIA, LEED AP BD+C / Director of Sustainability PLANNING, PROGRAMMING, DESIGN Shazad Ghanbari, Ph.D., Int'I AIA Josh Smith, AIA, LEED AP Ken Ong, AIA, LEED AP BD+C Robyn Taylor, IIDA, CID Nancy Sprute, IIDA, LEED AP ID+C PRODUCTION PROJECT MANAGEMENT, CONSTRUCTION ADMIN. David Smith, AIA Michael Cecconi, AIA, LEED AP Ana Lilia Mendoza, LEED AP BD+C Jon Freeberg, LEED AP BD+C Naseem Abolfathi, AIA, LEED AP BD + C BRANDING MARKETING IT ACCOUNTING ADMINISTRATION Key Personnel Resumes Sima Hassani, ASSOC. AIA, IIDA, CID CEO + Managing Principal Sima brings over 30 years of experience in the practice of both public and private architecture and interior design. She has taken the lead in various conferences regarding the use of public -space, work -space, learning and healing -space. She will be responsible for the development of the project design in collaboration with you. Sima will ensure that all necessary expertise is available to successfully complete your project on time and within budget. She has received significant professional recognition and awards for her work and has been published in industry and design journals. REGISTRATIONS EDUCATION & LICENSES Certified Interior Bachelor of Architecture, Designer - CID #6818 Kansas State University NCIDQ #012063 Bachelor of Art & Science, University of Houston Campus Design, Harvard Graduate School of Design RELEVANT PROJECTS Orange County Public Works • Bridges at Kraemar - Homeless Shelter - 24,000 sf renovation to an existing structure, Anaheim, CA • Orange County Healthcare Agency Wellness Clinic • HR Office Renovation, Santa Ana, CA • West OC Probation Office/Renovation, Westminster, CA • Real Estate Offices, Media Room Renovation, Santa Ana, CA • West Orange County Probation Department Office Building Renovation, Westminster, CA • Orange County Assessor's Office Tenant Improvements, Santa Ana, CA • Heritage Park Library Remodel, Irvine, CA Orange County Transportation Authority (OCTA) • New Locker Room, Santa Ana Bus Base Maintenance Building Shazad Ghanbari, PH.D., AIA INT Principal -in -Charge Shazad plays an instrumental role in challenging the performance potential of WD, focusing on the strategies and policies that drive our success. Shazad ensures each design study and solution maximizes the value of various forms, systems and materials. His vast experience working with both public and private clients allows him to exceed performance expectations, all the while remaining sensitive to context, culture, climate, budget and schedule. .0el6t1.7A1101,61000oc 17Iq;m[CI & LICENSES Ph.D. in Architecture, ODPI PE 740 Polytechnic University of Milan Campus Design, Harvard Graduate School of Design RELEVANT PROJECTS Riverside University Health System Medical Office Building • Palm Springs, CA - 35,000 sf New ground up building Medical clinic, medical office, lobby, lab and exam rooms (REFERENCE PROJECT) Orange County Public Works • Homeless Shelter, Bridges at Kraemar Place, Anaheim, CA • Healthcare Agency Office Feasibility Study & Improvements • OC Assessor Dept. Office Improvements, Santa Ana, CA • Real Estate Offices, Media Room Renovation, Santa Ana, CA • HR Office Renovation, Santa Ana, CA City of Downey • Downey Aviation Museum; Community Center; Master Planning & Design of New Downey Fire Stations #1- #4; Downey Civic Center City of Irvine • Great Park, Hangar 244; Train Station Office Tenant Improvements & ADA Upgrades David J. Smith, AIA, NCARB, CSI Principle / Senior Project Manager David has over 35 years of experience with architectural design, project management and construction administration. His responsibility is to keep the team on schedule and coordinate with the client's project manager as well as consulting engineers. Dave has been creating and editing specifications for his entire project management career. He is currently an OC Specifications Institute Board member and is well acquainted with all the current trends, products and CSI guidelines for specifications. As lead specifier for this project, he will assure that your standards and the current industry standards are meshed into coherent specifications that are coordinated with the Construction Documents to assure a quality project. REGISTRATIONS & LICENSES EDUCATION Licensed Architect - Bachelor of Architecture CA# C20495 Auburn University NCARB #43252 Building Sciences & Certified Specification Writer Architectural Management, Auburn University RELEVANT PROJECTS Riverside University Health System Medical Office Building • Palm Springs, CA - 35,000 sf New ground up building Medical clinic, medical office, lobby, lab and exam rooms (REFERENCE PROJECT) Orange County Transportation Authority • New Locker Room, Santa Ana Bus Base Maintenance Building Orange County Public Works Bridges at Kraemar - Homeless Shelter - 24,000 sf renovation to an existing structure, Anaheim, CA; Orange County Healthcare Agency Wellness Clinic; HR Office Renovation, Santa Ana, CA; West OC Probation Office/ Renovation, Westminster, CA; Real Estate Offices, Media Room Renovation, Santa Ana, CA County of San Bernardino • Frank Bland Regional Training Center, San Bernardino, CA City of Downey • Fire Stations #1, 2, 3 & 4; Downey Civic Center Improvements, Downey, CA AAk Michael Cecconi AIA, LEED AP Project Manager Michael is responsible for technical project delivery, including architectural oversight of documentation and construction administration. With deep expertise in Civic, Education, and Commercial market sectors, Michael's project focus is on team leadership and coordination, including sub - consultants, from code analysis and ADA compliance to specifications and quality control. With more than 30 years of experience in the field of architecture, he is also an expert in DSA process and a mentor to our rising, young architects. Michael treats each project with the focus on the client's vision and expectations throughout the life of the project. Michael holds a Bachelor of Architecture Degree from Cal Poly Pomona and Master of Architecture Degree from Syracuse University. REGISTRATIONS & LICENSES Licensed Architect - CA #C30141 EDUCATION Master of Architecture Syracuse University Bachelor of Architecture California State Polytechnic University - Pomona RELEVANT PROJECTS County of Riverside • Lake Skinner Regional Park, new 10,500 s.f. Maintenance building, Winchester, CA* County of San Bernardino • Sheriff Training Academy, San Bernardino, CA City of Temecula • Temecula Library, Temecula, CA* County of Orange • Several projects at John Wayne Airport including the renovation of Terminal B & C City of Downey • Fire Station #144 & Downey Civic Center Improvements City of Lynwood • Lynwood City Hall and Council Chambers, new 30,000 s.f. civic center expansion 13 Jon Freeberg, AIA, LEED AP BD + C Project Architect Jon is involved in every stage of the project process. He is responsible for design development and documentation, BIM model management, Sustainability coordination, and ensures the delivery of design intent through construction administration. Jon contributes heavily to initial design concepts and development as well as implementation of the design intent throughout the life of the project. Committed to keeping sustainability goals in mind from day one, Jon works collaboratively with consultants from all trades and coordinates major projects. His commitment to modern, sustainable practices and all aspects within the design and construction process allows him to effectively manage project disciplines and build productive relationships. REGISTRATIONS EDUCATION & LICENSES Bachelor of Architecture Licensed Architect - California Polytechnic CA#38190 State University, San Luis Obispo RELEVANT PROJECTS Riverside University Health System Medical Office Building • Palm Springs, CA - 35,000 sf New ground up building Medical clinic, medical office, lobby, lab and exam rooms (REFERENCE PROJECT) • Arlington Recovery Community (ARC) • Restorative Transformation Center (RTC — Conceptual design) County of San Bernardino / San Bernardino Valley College • Frank Bland Regional Training Center, San Bernardino, CA City of Downey - Fire Station #1-4, Downey, CA City of Long Beach - Hangar Remodel, 55,000 sf reposition of existing hangar Google OC Headquarters, Irvine, CA • 140,000 sf new 4-story LEED Platinum office building Coast Community College District - Coastline Community College - Student Life Planning for four campuses Josh Smith, LEED AP BD + Senior Project Manager Josh brings 20 years of experience to the team, with eight years of experience in Senior Housing and Healthcare, and eleven years in commercial and residential buildings, before joining Westgroup Designs. Joshua's focus over the last eight years has been to make the frailest and elderly of our society comfortable, safe, and enjoy their lives in a productive and respectful way. He engages in continuing education centered around geriatrics, disabilities, and effective design of buildings for senior citizens. He prides himself in preparing a set of documents that is constructible in the current building industry. REGISTRATIONS EDUCATION & LICENSES Bachelor of Architecture, Licensed Architect - Woodbury University CA #C32284 RELEVANT PROJECTS Riverside University Health System Medical Office Building • Palm Springs, CA - 35,000 sf New ground up building Medical clinic, medical office, lobby, lab and exam rooms (REFERENCE PROJECT) • Doctor's Lounge (OSHPD Project) Orange County Transportation Authority • New Locker Room, Santa Ana Bus Base Maintenance Building • Lower Roof Replacement, Garden Grove, CA Fillmore Unified School District - CTE Facility demolition of two classroom buildings and 22,000 sf of two new CTE classroom buildings and central kitchen Coast Community College District • Coastline Community College - College Center Building Replacement Kenneth Ong, AIA, LEED AP BD + C Director of Design - Architecture As WD's Director of Design, Kenneth brings over two decades of professional experience as well as an impressive body of work, which includes civic, international high-rise projects as well as mixed -use retail, commercial office and academic buildings. In every project, Kenneth strives to provide thoughtful and sound design solutions that remain attentive and responsive to the client, context and end -users. Kenneth's projects have won numerous awards from the American Institute of Architects, Urban Land Institute, PCBC Gold Nugget, National Trust for Historic Preservation, Coalition for Adequate School Housing and Savings by Design. REGISTRATIONS & LICENSES Licensed Architect - CA #C32255 EDUCATION Bachelor of Architecture, Cornell University RELEVANT PROJECTS Riverside University Health System Medical Office Building • Palm Springs, CA - 35,000 sf New ground up building Medical clinic, medical office, lobby, lab and exam rooms (REFERENCE PROJECT) County of San Bernardino • Frank Bland Regional Training Center Orange County Public Works • Heritage Park Library Remodel, Irvine, CA; Homeless Shelter Renovation, Santa Ana, CA City of Long Beach • Looff Cupola Reuse Study; Blue Car Reuse Study; Rainbow Lagoon Visioning; Belmont Pier Visioning City of Tustin • Urban Development Planning City of Downey • Fire Stations #144; Civic Center Improvements Robyn Taylor, IIDA, CID Director of Design - Interiors A Certified Interior Designer with 30 years of experience in the commercial design industry, Robyn is regarded as an expert in the delivery of transformational experiences for corporate environments, which promote high-performance, clear branding, efficiency, optimal function and clear communication. She incorporates solid design and organizational strategy, guiding key decision makers toward solutions for their most challenging business drivers, with a focus on listening and understanding. This ensures that the approach, direction and follow through are all in alignment. Inventive and inspiring, Robyn explores all opportunities to provide value, each project referencing the mutual vision shared with her client and leveraging her experiences and proven thought leadership. REGISTRATIONS & LICENSES Certified Interior Designer - CID #2832 EDUCATION Bachelor of Fine Arts, Interior Architectural Design California State University, Long Beach RELEVANT PROJECTS Riverside University Health System Medical Office Building • Palm Springs, CA - 35,000 sf New ground up building Medical clinic, medical office, lobby, lab and exam rooms (REFERENCE PROJECT) • Moreno Valley Women's Center Entry Renovation; Doctor's lounge Renovation; Medical Mall Renovation; New Medical Office Building -Corona, CA. 45,600 sf.; Interior planning, FF&E, Graphics and Art; New Medical Office Building - Jurupa, CA. 40,000 sf. Orange County Public Works • HR Office Renovation, Santa Ana, CA County of San Bernardino / San Bernardino Valley College • Frank Bland Regional Training Center, San Bernardino, CA City of Downey • Fire Station #1-4, Downey, CA • Civic Center Improvements 15 Carla Salama Interior Designer / FF&E Carla is responsible for providing strategic support finish and furniture selection to the team. While collaborating with the project designers, architects and various consultants, Carla will lead the selection and specification of furnishings and coordinate with vendors and manufacturers for samples and specifications. Carla has 5+ years of experience with interior design, strategic furniture selection, and collaboratively working with our clients to successfully translate their visions into reality. She received her Bachelor of Science in Interior Design from the Art Institute of California, Orange County. EDUCATION BS Interior Design, The Art Institute of California, Orange County la-A1111 1TLI`I I aITIMUR Riverside University Health System Medical Office Building • Palm Springs, CA - 35,000 sf New ground up building Medical clinic, medical office, lobby, lab and exam rooms County of Riverside (REFERENCE PROJECT) • Cois Byrd Detention Center • Behavioral Health Admin Building • Perris Fire Department Admin Building • Community Action Partnership — New Office and Staff Area (CAP) • Indio Office (DCSS) • Sun City Library • Nuview Library • Robert Presley Detention Center & Larry Smith Correctional Facility (RPDC/SCF) • RIVCO Fleet Services • Department of Public Social Services (DPSS) • LOPD (Law Offices of Public Defender) • Mental Health Hemet Craig Whitridge, AIA, LEED AP Director of Project Delivery Craig has over 36 years of experience in the field of architecture and has worked on various projects in both public and private sectors. Craig pays close attention to the project's progress in regard to time, cost and quality and ensures the client's expectations are understood and implemented. Craig knows that for long lasting integrity of a space, each and every material and system must be properly selected and detailed. His dedication to quality and attention to detail has earned him praise from building owners and operators on many projects. As Director of Project Delivery, Craig is responsible for assuring the quality and consistency of architectural documentation and implementing Quality Management protocols at every phase. REGISTRATIONS & LICENSES Licensed Architect - CA #C23230 EDUCATION Bachelor of Architecture, University of New Mexico 1411 VIE1 `s ' . � Riverside University Health System Medical Office Building • Palm Springs, CA - 35,000 sf New ground up building Medical clinic, medical office, lobby, lab and exam rooms (REFERENCE PROJECT) • Moreno Valley Women's Center Entry Renovation; Doctor's lounge Renovation; Medical Mall Renovation; New Medical Office Building -Corona, CA. 45,600 sf.; Interior planning, FF&E, Graphics and Art; New Medical Office Building - Jurupa, CA. 40,000 sf. County of San Bernardino • Sheriff's Training Academy Orange County Public Works • Homeless Shelter, Bridges at Kraemar Place, Anaheim, CA; Healthcare Agency Office Feasibility Study & Improvements; OC Assessor Dept. Office Improvements, Santa Ana, CA; Real Estate Offices, Media Room Renovation, Santa Ana, CA; HR Office Renovation, Santa Ana, CA City of Downey • Fire Stations #1-4; Downey Civic Center Improvements Sub -Consultant List We carefully select and assign consultants to each project, aligning client goals and project needs with availability and expertise. We have proposed sub -consultants based on successful past working relationships and/or their specific experience on related projects. 1. Civil Engineer FPL AND ASSOCIATES, INC. Ron Canedy, LEED AP REGISTRATIONS P.E. Registration #C59351 Certified LEED Accredited Professional EDUCATION Bachelor of Science, Civil Engineering, CSU Fullerton QUALIFICATIONS FPL and Associates, Inc. provides professional Civil and Traffic Engineering services to federal, state, municipal, and private clients, including but not limited to freeway and municipal traffic engineering, roadway design, and site development. Ron has been the PM & engineering design supervisor on many civic projects in his career. Scope of work includes site grading, storm drainage systems, hydraulics, hydrology, master planning, access compliance, site analysis, demolition, parking lots, swimming pools, track and fields, tennis courts, gymnasiums, sanitary sewer, potable water, fire protection, SWPPP, and Std. Urban Storm Water Mitigation Plans. His proactive approach, responsiveness to client needs, and talent to lead problem -solving staff result in successful projects running smoothly, staying on schedule, and being delivered under budget. YEARS OF EXPERIENCE 30+ FPL is a CUCP-certified Underutilized DBE and SBE 2. Cost Management O'CONNOR CONSTRUCTION MANAGEMENT, INC. John Mauk CCP, LCPE, LEED AP REGISTRATIONS CPC, LCPE, LEED Accredited Professional EDUCATION B.S. Construction Management Cal Poly, San Luis Obispo QUALIFICATIONS OCMI has provided consulting services including cost estimating, scheduling, and project management on a variety of community facilities. John is Vice President of O'Connor and has more than 30 years of cost engineering experience. His experience includes on - site field supervision, contract administration, change order analysis, preparing budgets, cost estimating, and claims analysis and negotiation. With regard to estimating, John has provided estimates at all levels of design, from conceptual through construction documents. John has experience in a wide breadth of project types including infrastructure, government and municipal buildings, laboratories, hospitals and other healthcare projects as well as and K-12 and higher education. YEARS OF EXPERIENCE 30+ OCMI is a Disabled Veterans Business Enterprise 3. Electrical Engineer/ LV / Technology AG DESIGNS Adam Sloan, PE REGISTRATIONS Licensed Electrical Engineer - CA#18589 EDUCATION B. Bachelor of Science, Electrical Engineering Power and Digital Systems Design, Southern Illinois University at Edwardsville QUALIFICATIONS AG Design Inc, is a progressive electrical engineering consulting firm providing leading edge sustainable personalized services on civic projects. Adam has over 17 years of project engineering experience and is responsible for conceptual design, project management, new business development, and assisting in directing the daily operations of the firm. He is in charge of the planning and selection of electrical systems, including life cycle cost analysis and cost estimating. He utilizes AutoCAD, SKM PowerTools, Energy Pro, and visual software, and host of other tools and resources to perform these duties effectively and efficiently. He also ensures proactive coordination of multiple disciplines within the design team and provides quality control for all outgoing documents and has a broad project experience. YEARS OF EXPERIENCE 17+ 17 4. Landscape Architect 5. Mechanical/Plumbing 6. Structural Engineer RIDGE LANDSCAPE ARCHITECTS Jim Ridge REGISTRATIONS Landscape Architect - CLA #2809 EDUCATION Landscape Architecture California Polytechnic University, Pomona QUALIFICATIONS Jim has over 37+ years of experience in landscape architecture and planning on a wide variety of project types and has been principal and president of RLA since 1994. He has served as an instructor in the landscape architecture program at the UCI, Irvine and as a guest lecturer at Saddleback Community College. Jim's duties include quality control of landscape architectural drawings, budgets and field observation of numerous projects prepared by RLA staff. Jim brings a practical, focused approach to landscape architectural services, as well as knowledge of current industry practices. RLA is a professional landscape architectural firm that offers over 30 years of experience in shaping the outdoor spaces of SoCal. Their combination of technical skill, knowledge and intuitive design sense provides clients with a professionally crafted and high quality product. RLA maintain their technical capabilities at a 'state of the art' level to efficiently and seamlessly communicate design ideas with clients and other design disciplines. YEARS OF EXPERIENCE 37+ PEZESHKI ENGINEERING Matthew Pezeshki, P.E., LEED AP, CEM REGISTRATIONS State of California — Mechanical Engineer No. M29925 (Registered in Multiple States — Listing Upon Request); Certified Energy Manager (CEM); Leadership in Energy and Environmental Design (LEED@) Accredited Professional — LEED@ AP EDUCATION California State University - Los Angeles, Bachelor of Science in Mechanical Engineering QUALIFICATIONS Matthew has been a professional engineering consultant for over 20 years. His project portfolio covers a wide market with prestigious institutions within the educational sectors. As a Certified Energy Manager (CEM) with well over 200 projects completed to date and a LEED@ Accredited Professional, his expertise is much sought after today by state and local government agencies wishing to develop cost effective and energy conscious projects. PEI is a full -service, multi -disciplined, consulting engineering and design firm providing a diverse range of engineering services nationwide. Our culture and success have been client driven and focused on creating long-term, mutually rewarding relationships founded on uncompromised service, superior performance and dependability. YEARS OF EXPERIENCE KNA Josh Randall, PE., S.E. REGISTRATIONS Structural Engineer - CA# 4506 & Civil Engineer - CA# 56865 EDUCATION B.S. Architectural Engineering, California Polytechnic State University, San Luis Obispo; Masters of Science in Engineering CAL State, Long Beach QUALIFICATIONS Josh has 26+ years of experience in the structural design of buildings. His expertise includes the design and construction administration for buildings of all types with a special emphasis on public facilities. KNA undertakes plan checks for the DSA. KNA Consulting Engineers is a full service structural engineering firm providing quality design and related services for buildings of all types including federal government facilities, educational facilities (public and private schools, colleges and universities), hospital / healthcare facilities, medical office buildings, commercial centers, and industrial parks. KNA believes in collaborating with their clients and Design Team members early and often. In their experience, this is the best way to achieve a client's vision, ensure fiscal responsibility and complete the project on time. YEARS OF EXPERIENCE 26+ 20+ ►.t t Hill f S',cope of W City of Downey, Master Planning, Modernizations and Renovations to Fire Stations #1-4 and Civic Center Downey, CA imm" "No x m On -Call Approach & Methodology PHILOSOPHY - LISTENING WITH A LASER FOCUS TO UNDERSTAND YOUR NEEDS While we share our knowledge and experience, first, we listen to understand your needs and sharpen our attention to focus in on your goals. What we learn from you sparks our creative problem solving. We have a 110% commitment to delivering design solutions that are the best for YOU, no matter what it takes to get there. CLIENT SERVICE Principals play a key role in understanding your needs and stay involved throughout the life of your projects. To address client satisfaction from day one, our Principal -in -Charge, Sima Hassani, will have a key role in developing an initial understanding of your expectations. She will periodically meet with you to develop a "scorecard" of how we are doing against your expectations and make whatever changes are necessary to assure that we not only meet but exceed your expectations. EXPERIENCE - INCORPORATING LESSONS LEARNED INTO BEST PRACTICES We have over 32 years of experience providing on -call services to public agencies. Importantly, we promote an internal culture of collaboration, mentorship and knowledge -sharing so lessons learned are passed onto others and incorporated in to best practices and future projects. THOROUGH UNDERSTANDING OF CODE REQUIREMENTS We have over 25 years of experience with ADA, Fire+Life Safety, DSA, USDA, Health, Title 24 and other local code requirements necessary to deliver projects of all types and sizes. As a relationship -based organization, our collaborative efforts with DSA, State Fire Marshal, Health Department and other public agencies are based on trust and respect, to ensure timely submittal and approval processes for your projects. RESOURCES - AGILE AND VERSATILE RESOURCES Our "rapid -response" experience profoundly influences how we partner with all our clients and our ability to provide the City of Palm Springs with service on short notice. Having worked in many 24/7 airport environments and other civic on -calls, WD completely understands and will deploy our resources with great agility, versatility and timeliness, while consistently delivering results that exceed expectations. SINGLE POINT OF CONTACT AND CONTINUITY OF PROJECT MANAGEMENT We dedicate a single PM to serve as the primary liaison to the City in addition to multiple PM's who are committed to the life of their projects from programming through design and construction. We carefully select and assign team members to each project, aligning client goals and project needs with staff availability and expertise. SCOPE OF WORK We understand that the responsibilities may include: Leading a team to prepare architectural, structural, mechanical, electrical, plumbing, safety systems, landscaping Scoof Work and other drawings as nkpe d for new infrastructure, upgrades or improvements for City buildings and structures. Preparing conceptual drawings, plans and renderings as may be requested by the City for projects being contemplated or visioning sessions with the community. 3. Moving assigned projects through all City entitlement processes, including but not limited to, architectural review, planning approval, building & safety, engineering and construction, including City Council approval if applicable. Providing architectural services for designated historical buildings, as well as new construction, alteration and renovation projects on historic sites. This includes project design, research, evaluation, planning, handicapped accessibility, and engineering services (civil, structural, MEP, land surveying, etc.) incidental to the project. 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. Preparing feasibility studies for new, renovation, and alteration projects. Preparing facility assessment, studies and/or audits to determine compliance with various federal, state, and local regulations (ADA, Building Code, Fire Code, energy efficiency, etc.) Preparing reports for preliminary documents, working drawings, permitting, construction drawings, specifications, bid documents, and construction cost estimates. Coordinating with a sub -consultant to provide plans and construction drawings for the installation of fire sprinklers and fire alarm systems in new or existing buildings. This may be part of a larger project or a standalone project to install fire sprinklers and fire alarm systems in an existing building. Providing construction advisement and/or construction management services, value engineering and advice on projects constructed in phases. Providing documentation, assist in warranty review, participate in project close-out, and provide as -built record drawings as -needed. 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. WD has vast experience in all of the above 19 tasks. DESIGN PROCESS Westgroup operates within a project management led environment with an open, responsive and collaborative single point of contact. if PRE -DESIGN VISIONING, PLANNING, & PROGRAMMING Our design approach begins with involving all stakeholders and building consensus. We collaborate with you every step of the way to monitor our design's performance against the vision and goals of your project. Inclusive - Involving all parties to Interactive - Collaboration based the project and creating common on mutual respect and commitment understanding as basis for to overarching project goals. consensus. Project &Site Specific -Expressing Explicit - Early definition of goals the unique character and culture fundamental to the project. of your campus; exploring early Incremental -Conceptual and the influences of place and site on Program development. design decisions build logically upon each other, subordinated to Balanced - Early cost modeling to the project goals. support an on -going equilibrium Efficient Major conceptual between vision, program and budget. decisions facilitated by senior design professionals on -site in real time. Client Review.... �............. . Budget Check ........................ Deliverables DESIGN PACKAGE SCHEMATIC DESIGN We translate your program into a final design that works functionally and aligns with your budget expectations. This includes refinement of early design decisions and a thorough understanding of important issues while never losing sight of the early concept ideas and guiding principles. We will coordinate all design disciplines through an integrated BIM model for early identification of class detection and critical clearances. DESIGN DEVELOPMENT Project details will come into focus during this phase. This is where the exact construction and performance requirements of the project go through final selection and coordination and are detailed. FINAL DESIGN & BIDDING CONSTRUCTION DOCUMENTS The process of producing the final construction documents requires comprehensiveness, efficiency and quality. The most critical item is quality of documentation and this is achieved through integrated documents using BIM, verification of requirements, and submittal of complete documents for review. l BIDDING To secure a competent contractor through competitive bidding is an essential part of the process in achieving the owner's desired delivery method. Complete documents in bid packages combined with pre -bid conferences and job -walks, preparation of addenda, evaluation of contractor's proposed substitutions of systems and a responsive RFI process during bidding. lit CONSTRUCTION CONSTRUCTION ADMINISTRATION & OCCUPANCY This is where we make sure your project is built as you have specified. It is crucial to have experienced project leaders continue to lead the project team in this phase, which provides consistency and continuity. They administer the flow of all communications to ensure that the A/E team's full project knowledge is applied to, and enhances, the success of the project. The A/E team's response will be more coordinated, more informed, and more responsive. ....... ,.,...... ,........* 18.1. - •.......... ........... ............ ....... I......... 21 Reference Project Palm Springs Medical Office Building, a new 35,000 sf comprehensive public medical facility for Riverside University Health System, CA i�- 1 _ " � 4 Reference Project Our example is a project from one of our most endearing clients, County of Riverside. WD has served the County for 26 years as one of their on -call Architects. Our 32- year history of planning, designing and constructing public works projects gives us the depth and breadth of experience required to assist you in achieving your project goals. Civic on -call facility projects comprise 85% of our firm's work, so all professional staff in our office are experienced in and actively work on civic projects. MedicalPalm Springs . .- Minutes away from the Taquitz Canyon, facing the grand San Jacinto mountain range in the heart of Palm Springs, a new, 35,000 square foot regional community care center for Riverside University Health Systems, will stand as the predominant, public, compre- Description & Location hensive outpatient medical facility, elevating the delivery of services to the city's most (see project sheet vulnerable residents, while fostering inclusivity in a diverse demographic. Our services overleaf) included: Shell Building Design and Site Layout I Schematic Design i Design Development I Construction Documents I Approvals (permitting from Authorizes having Jurisdiction including but not limited to City and Fire) and Construction Admin- istration. Location: This project is located in the heart of Palm Springs, CA Cost & Date Range $16M 12019 - 2021 Contact Info County of Riverside, Steven Gilbert Principal Real Estate Property, 1951.544.9621 i E. sdgilbert@rivcoeda.org The new healthcare facility will provide services for the city's indigent population in addition to being the local clinic for many in the adjacent, dense residential neighbor- hoods. Suited to compete with private health facilities, the innovative program includes an enhanced, transparent, "one -stop -shop" accessible approach to healthcare service Responsiveness and delivery, prioritizing patient care. attentiveness to client needs The employee retreat, in the northeast corner, of the building, with adjacent wrap around patio, is washed with natural light and solar control. It provides extensive views of the surrounding community and an opportunity to enjoy the fresh air, effectively doubling the seating space of the break room. Views of the community and natural landscape enhance the experience for staff and their guests. The Center will also feature a large event space for planned community events. Architectural & With intuitive wayfinding, graphics and feature branding, as well as automatic entry touch the Construction trends systems and many -less access points, easily navigated public spaces en- hance the safe, secure and efficient patient experience. 22 DI A DID 7 JFFIL RUIL17 It m It 4 ft ig ',r•-��� ate==. '- - y �� _. - ROOM - II, We Design. We Deliver. We Drive Change. Westgroup Designs continues partnership with RUHS in developing a new 35,000 square foot Health Center in the heart of Palm Springs; the center of a busy city that provides for a large multi -generational community. - 4 �' 1 Aw -�- We focus on a holistic approach to sustainability for projects of every scope and scale, and design solutions that deliver optimal financial, social and envi- ronmental returns for our clients. Highlights for tis project include: Resilient design, slated for LEED certification Clean air/electric vehicle / long term bicycle parking Drought tolerant landscape • Captured daylight with solar control 2 Story high glass lobby / Windows with verti- cal sun shades / Window wall with wood -look metal louvers / Solatube illumination from roof to interior spaces / 180 degree sweeping views, washing the public areas Creative design / Green with daylight, extensive solar control systems and harvested daylight within interi- building design - LEED or areas. Certified, solar panels, . The architecture features undulating planes of stone and glass, fitted with sun - water conservation, shades, solar louvers and motorized shade control systems, maximizing the value drought tolerant of natural light while minimizing heat gain and glare. Views of the desert landscape planting, smart tech. are visible from every elevation, connecting the facility to the community beyond. Focusing on safety and security both on site and within the building, the clean lines, and transparent public entries, enhance visibility and access, while the neu- tral material and color palette, evokes the warmth and serenity of the natural des- ert landscape. • A coordinated wayfinding system, as well as automatic control systems and touch - less access points, integrating both controlled and intuitive programs, are designed for easy navigation of public spaces to enhance the safe, secure and efficient pa- tient experience. From signage to graphics, bold branding visually welcomes the diverse and inclusive clientele of the community. The strategically -planned public space circulation, grounded by a centrally -located registration desk, promote clear communication, flexibility and access to various departments and services, while maintaining required patient privacy. Beyond the public spaces, efficient Medical Assistant Station "Pods" control patient and work flow, as service hubs to all departments. The unique character of this building is expressly created to match its function and reflect the integrity and character of the population it serves, while its design resil- ience reflects the city's support of environmental stewardship. • Through the design, we were compelled to honor and welcome a diverse public, integral to the Palm Springs regional landscape, with critical services. WD collaborated with both our hospital client and the project developer by creating a Sensitivity to funding program which addressed and managed current needs, without exceeding them. Our team also worked with the developer by value engineering materials and structure constraints to keep within the RUHS/County of Riverside budget. The project was successfully produced within both entities' constraints and budgets. / Public Private The three parties are as follows: The Boureston Companies, Westgroup Designs, Inc., V Partnerships (P3) and PCG. Palm Springs^ • Office Building for RUHS / Countyof Riverside This project is being built on a 3.75 acre site, on land leased by the Agua Caliente Tribe. Agua Caliente tribal members maintain a rich heritage and assert a progressive role in contemporary Palm Springs. The tribe's culture permeates almost every aspect of life in Palm Springs, and its leaders and members are equally important to the community. Working with a Tribe or the indigenous "We are just like everyone else," says Millie Browne, chairwoman of the board of peoples directors for the Agua Caliente Cultural Museum and member of the tribe's Cultural of the United States Committee. "We live in the community. We go shopping, we eat out, we go to the movies, go to the salon, coffee shops. Our kids go to public or private schools. We don't have special schools. We are not isolated. Our reservation is intertwined with the community. Agua Caliente Cultural Museum hosts programs, special events, and the Native American Film Festival. "These are platforms we can use to tell our own story, to tell what happened," Browne says. We were presented with a challenge of street alignment and entitlement for a SCE power line that was proposed to be underground. This required collective coordination with the City, SCE and the Agua Caliente Indians Ownership, to create Complex situation, or a site that would accommodate the 35,000 SF building and a future pad for further ✓ a challenging problem development. Street alignment also needed to accommodate a bus stop, site entries encountered and how and continuing alignment with future off -site projects to the west. Also, within the you solved it building itself, the project team worked collaboratively on the complex layout and location for multiple internal clinics to ensure ease of circulation and access for the public. These issues were resolved completely to accommodate both the public and the staff. Westgroup Designs is familiar with the City of Palm Springs procedures and Oral and written communication protocol having worked with Planning and Zoning, the Architectural communication skills, Advisory Committee and the City Council to keep them informed and answer any Westgroup including staff or concerns with our project. produced all reports and presentations council reports required to allow the project to continue and be approved. During the review, and in the interim, we became more familiar with City Standards and procedures. This was accomplished by meeting notes, action items and concise response to all comments. 26 ILPalm Springs Medical Office Building for RUHS / County of Riverside Westgroup Designs created and led the project, including presentations, through the planning and zoning process, the specific zoning plan for this particular Preparation of area, the Architectural Advisory Committee and the City Council. While there was presentations some discussion, the Planning department elected to waive formal neighborhood to meetings, meetings for this particular site. Westgroup Designs has led many projects through neighborhoods, neighborhood and stakeholder process to reach consensus and we have established stakeholders procedures including electronic survey to reach consensus. For this project we were available in person with presentations and answered all questions, gaining neighborhood and stakeholder approval though the City meeting process. Westgroup worked closely with RUHS to program and create this project, and as RUHS is a Riverside County Hospital, we also worked for and through the County of Riverside, and their Boards and Commissions. We also worked closely with the Agua Interaction with the Caliente Tribe landowner and the developer, as multiple clients. client's organization, V (i.e. other divisions Westgroup Designs has worked for public entities or departments, continuously for more than 30 years; 26 of those with the Boards, Commissions, Councils) County of Riverside, and we understand the procedures and the structures of on -call public work needed to be navigated to create a quality project. kill Indio Law Building, 90,400 sf new construction for County of Riverside, CA [A Local Business Preference Program 4h s f r -hr T 1' �, t r i f-.- k 4 K] V '� 4 �i Y z-� 4 so Nx Local Business Preference Program We help our public clients build healthy communities by designing 32 spaces that simultaneously conserve the history and heritage while Years serving developing new expressions for current times. civic clients WD will obtain a business license in 2021 accordance with the City of Palm Springs Palm Springs Medical Business License Ordinance, Municipal Code Office Building Chapter 3.40 through 3.96, entitled "Business Palm Springs, CA Tax" 1 2014 Historic Courts of California Riverside, CA 2012 Indio Law Building Riverside, CA r r7*4) - 4' u City of Commerce Conceptual Design of a New Civic Center Riverwalk Phase V Office Buildings* Riverside, CA SUPERIOR COURT OF CALIFORM A COUNTY OF RIVERSIDE a ,`T Go X g le sAv �M1—Ro, Y COUNTY 2009 Frank Bland Sheriff Regional Training Center San Bernardino, CA 28 Public Outreach Services Enriching the community is part of what we focus on each day with our staff, clients and industry partners. Working with many Cities and Districts across Southern California, we have a strategic and measured approach to building a local sub - consultant team based within the project district, and upon both existing relationships and coordinated community -based efforts. These efforts maintain local business participation and investment of dollars back into the community as well as Public Outreach Services. Below are three different examples from local projects: EXAMPLE 1: CITY OF LONG BEACH PLANNING / RE -USE STUDIES PUBLIC OUTREACH WD conducted a Community Outreach Meeting for the Visioning of Belmont Pier alongside a local Council Member. The team presented the guiding principles for the project, history of the pier, comparable examples, and imagery that represented design elements. The community members were encouraged to sign -in, write on comment cards, and provided a short Q&A. Once the presentation was completed WD conducted an "Imagery Board Study" through 6 boards with 9 images each showing various design elements, and community members were given stickers to place on the images representing positive and negative reactions. During this time the community was invited to ask questions about the boards with the team members, and were encouraged to have any additional notes written on the comment cards to be formally reviewed. After the conclusion of the meeting, all information obtained was documented, analyzed, and summarized. The comment cards were evaluated for common topics and those topics were ranked by frequency of mentions. The image board survey results were used to calculate which themes achieved positive or negative reactions. All the information gathered was used to inform preliminary concept alternatives that align with the inspirations positively received by the community. EXAMPLE: 2. SANTA ANA UNIFIED SCHOOL DISTRICT, INDA (IRVINE NEWPORT DEVELOPMENT AREA) K-6 ACADEMY MERIT AWARD RECIPIENT FOR 2020 AIA DESIGN AWARDS The Santa Ana USD, which encompasses portions of Santa Ana and Irvine, after 2019 Bond passing, and as a result of blossoming development in the area, engaged WD as architect, requesting us to retain sub -consultants within the Boundary of the District for this project to support local business. Based in Orange County for 31 years, WD has developed significant relationships with a multitude of consultants from every discipline. As such, we employed Mechanical, Plumbing Engineer (PEI), Landscape Architect (Ridge LA) and Structural Engineer (KNA) who all reside within the District. EXAMPLE 3: LONG BEACH UNIFIED SCHOOL DISTRICT ON -CALL - LOCAL OUTREACH For the Long Beach USD On -Call project our team consisted of P2S, our M/E/P consultant and MHP our Structural Engineering consultant both based in Long Beach both within the Districts boundary. Several of our staff members have obtained their professional qualifications from CSU, Long Beach. Approximately 50% of our contract will be spent locally. Long Beach USD also had a requirement of local source hiring and local business participation. The aim of this was to reinvest Measure K & E dollars back into the community. WD committed to assisting the District by: • Placing a valid job order for existing and projected position vacancies with the local office of the State Employment Development Department. • Purchasing at least one display ad in a designated local publication of general circulation within the LBUSD announcing job opportunities and encouraging local residents to apply. • Advertise existing and projected position vacancies, job informational meetings, job application workshops, and job interviews • Conduct a job informational meeting to inform the community of employment opportunities with the company (combined with other companies). • Provide ongoing assistance to residents located within the areas served by the LBUSD in completing job application forms. • Conduct a job application workshop to assist the community in applying and interviewing for jobs in the industry • Conduct job interviews within the areas served by the LBUSD. • Teaming up with Long Beach CaLL (Career -Linked Learning) to offer our guidance with apprenticeships, internships, career fairs, job shadows, mock interviews, on-the-job training, resume development, industry events, informational interviews and workplace tours ensuring that all Long Beach students have access to inspiring work -based learning opportunities. • Participate in Outreach to qualified job seekers who live in the cities of Long Beach, Signal Hill, Lakewood and Avalon regarding work opportunities to locate and employ qualified Local Residents. • Providing the District with written notification of employment opportunities for Local Residents; • Working closely and cooperatively with the District to locate and employ Local Residents; • Maintaining a file of the names and addresses of each Local Resident that has applied for a job and if such Local Resident was actually hired; • Advertising employment opportunities in a Designated Local Publication before such positions are filled; and • Contacting the local Chambers of Commerce to inform them of all employment opportunities that are available. Sheriff's Training Academy, 3.5 acre campus master plan update, 10,500 sf renovation & expansion for San Bernardino County MWWW!!!!! �-7- ........ ....... ';Forms Ad e n a f�� c now e ment 1 .4 r 14P, a I 2i. Forms & Addenda Acknowledgment ATTACHMENT "A" SIGNATURE AND ADDENDA ACKNOWLEDGEMENT FORM 1. Name of Company: WESTGROUP DESIGNS, INC. Address: 19520 JAMBOREE ROAD, SUITE 100 IRVINE, CA 92612 Telephone Number: ( 949) 250.0880 Contact Person: PARISIMA HASSANI, CEO + MANAGING PRINCIPAL E-Mail: parisimah@westgroupdesigns.com Tax Identification Number: 2. Type of Firm: ❑ Individual ❑ Partnership ❑ Limited Liability Company Corporation (State CA ) ❑ 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, leave blank.) I hereby acknowledge receipt of Addendum(s) Numbers 1, 2, 3 AND 4 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. (Check all that apply) 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. PARISIMA HASSANI, CEO + MANAGING PRINCIPAL PRINTED NAME AND TITLE 03/24/2021 SIGNATUR AND DATE 14 xxxiv ATTACHMENT "B" NON -COLLUSION DECLARATION FORM The undersigned, deposes and says that he, she or they is/are an authorized representative of WESTGROUP DESIGNS, INC. , the party making the foregoing SOQ. (name of company) • That the SOQ is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation • That the SOQ 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 SOQ, 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 SOQ 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 SOQ 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 SOQ. • 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) PARISIMA HASSANI, CEO + MANAGING PRINCIPAL Signature and Date of Authorized Representative: Q (Sign) (Date) 03/24/2021 W 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: WESTGROUP DESIGNS, INC. NAME and TITLE of Authorized Representative: (Print) PARISIMA HASSANI, CEO + MANAGING PRINCIPAL Signature and Date of Authorized Representative: (Sign) (Date) 03/24/2021 16 xxxvi ATTACHMENT "D" F pp�M sA PUBLIC INTEGRITY DISCLOSURE c+ APPLICANT DISCLOSURE FORM CQA IFORNP 1. Name of Entity WESTGROUP DESIGNS, INC. 2. Address of Entity (Principle Place of Business) 19520 JAMBOREE ROAD, SUITE 100, IRVINE, CA 92612 3. Local or California Address (if different than #2) AS ABOVE 4. State where Entity is Registered with Secretary of State CALIFORNIA If other than California, is the Entity also registered in California? Yes No 5. Type of Entity V 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 a# officers, directors, members, managers and other fiduciaries for the member, manager, trust or other entity PARISIMA HASSANI ❑ Officer ❑ Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner [,a Other CEO ± MANAGING PRINCIPAL PRESIDENT SHAZAD GHANBARI ❑ Officer ❑ Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner Other DESIGN PRINCIPAL, CDO DAVID J. SMITH ❑ Officer ❑ Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner ® Other PRINCIPAL, COO / SECRETARY 17 7. Owners/investors with a 5% beneficial interest in the Applicant 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. PARISIMA HASSANI 60% - WESTGROUP DESIGNS, INC. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] B. SHAZAD GHANBARI 40% - WESTGROUP DESIGNS, INC. [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 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 Date Name, Title 03/24/2021 r1SIM!kHASS;NI, CEO + MANAGING PRINCIPAL 18 ATTACHMENT "E" SAMPLE PROFESSIONAL SERVICES AGREEMENT FOR ON -CALL SERVICES WD have reviewed the SOQ and the Professional Services Agreement for On -Call Services. We have no request for changes or exceptions to this agreement. 1 ?AL M s ? SOQ #08-21 ON -CALL ARCHITECTURAL SERVICES ADDENDUM NO. 1 11!f0RV1 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: Q1: How many teams does the City anticipating adding to the on -call list? Al: The prior On -Call Architectural Services SOQ there were 4 architecture firms selected for on -call services. Q 2: Can you share an expected or estimated maximum or minimum contract value per agreement? For example, the City of Newport Beach just issued an on -call RFQ for a five year period with a maximum contract value of $400,000. A 2: Our On -Call Architectural Services will not be set up with a minimum or maximum contract value. The background of the Request for SOQs explains that the City owns everything from the Airport and a Convention Center down to smaller public buildings. Task orders approved for an on -call firm can be as small as providing a feasibility study for a renovation to something large like new construction on an empty lot. Q 3: Regarding the City's on call RFSOQ, it does appear that it is just for building architects but just wanted to make sure since the IMS report does mention other disciplines and page 6 lists water conservation, drought tolerant planting and smart technologies etc. Is this an On -call for Architects only or is it open for other disciplines as well? A 3: Pursuant to the first line of the Request for SOQ on page 2, the City of Palm Springs is seeking qualified architects to provide on -call architectural services to the City. Architects will generally supplement their team with sub -consultants that may have certain expertise, they will show this as described in the Firm and Staff Qualifications section of the RFSOQ on page 5. Q 4: Which pages from exhibit "E" shall be inserted into our response? Entire contract? Or just a statement acknowledging Exhibit E? A 4: On page 22 of the SOO, the first paragraph states, "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 xl requested changes or exceptions, then identify that in Attachment "E" of your SOQ. Q 5: Exhibits "A" through "D" are located on pages 14 - 18, but similarly there are Exhibits "A" through "E" on pages 43-47 of the SOQ at the end of the Master Agreement. Should we insert both into our response as they differ from one another? Please clarify. A 5: Pages 14-18 are marked "Attachments" which are required submittals with your SOQ. Pages 43-47 are marked "Exhibits". These are exhibits only to the contract services agreement. Per the SOQ document, please refer to page 22, second paragraph states that "Please note 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." Q 6: Do you require examples and resumes from possible sub consultants? The structure of the last paragraph in "firm and staff qualification" on page 5 seems to suggest that we need only list them as part of an organizational chart. Please clarify. A 6: Resumes can be included but are not required for anyone on your team. We have received proposals in the past with no resumes and some with resumes for every single person including subs. Whatever you feel best demonstrates the abilities of your team members should be included in your proposal. Q 7: If you do require full references from our proposed sub consultant team may we add them as an appendix as this would constitute more pages than is allowable? A 7: Full references of your subs can be included but are not required. Any information included in addition to the 30 allowed pages will not be scored. Q 8: Where will the Addenda be posted? A 8: All addendums will be posted on the City's website on the Procurement & Contracting page under "Open Bids & Proposals". BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 2, 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: WESTGROUP DESIGNS, INC. Authorized Signature:"'' Date: 03/24/2021 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. OF PALM So SOQ #08-21 ON -CALL ARCHITECTURAL SERVICES f ' ADDENDUM NO. 2 cq��FouN`P 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: Q1: Regarding Section 4. Reference Project, is the second set of bullets (beginning with "Responsiveness and attentiveness to client needs") meant to be in support of the reference project specifically, or can these topics address our firm's work/experience more generally? Al: It is meant to be specific to the chosen reference project. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 10, 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: WESTGROUP DESIGNS, INC. Authorized Signature: �. Date: 03/24/2021 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. ,OP'; PALM S o . ��`-�'y SOQ #08-21 N ON -CALL ARCHITECTURAL SERVICES �. ADDENDUM NO. 3 LL �q�IFQRN�P 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: Are there minimum inclusivity thresholds to attain across the consultant team? If so, how is this factored into the scoring? A 1: No there are no inclusivity thresholds. Q 2: If some, but not all, of the consultants on a team meet the criteria of a local business, does that mean the team would only get partial points, or would they get the full 5 points? A 2: As per the SOQ document on page 6-7 "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 request 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". "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. Q 3: Will the questions from and answers to other teams' clarifications be shared with all teams? A 3: All questions received will be answered and published in addenda's and made public to all interested vendors. Q 4: Which Attachment(s) are required to be completed by Sub -Consultants, if any? A 9: None of the attachments are required to be completed by the sub -consultants. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 16, 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: WESTGROUP DESIGNS, INC. b Authorized Signature: =ikYRZ,FROM = 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. 4ALAq A.oFSO �"�'ti SOQ #08-21 N ON -CALL ARCHITECTURAL SERVICES •„o ADDENDUM NO. 4 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: Who are the architecture firms that are on the City's current Architecture On -Call? A 1: Interactive Design Corporation, James Cioffi Architect, M. Arthur Gensler & Associates, Urrutia AIA & Associates (now Uruttia Marks Architects) Q 2: Does the scope of work include attending any commission hearings outside of those required for projects which we are contracted for? A 2: The scope of work only includes meetings for which you are contracted to complete. Q 3: What is the general scale of projects? (Small = ADA improvements / Medium = Historic Preservation or Space Planning / Large = Full Remodel or New Construction) A 3: This scope of work will cover small, medium and large projects. Q 4: Which department / Staff person will be the main point of contact for project coordination? A 4: The Engineering Division will be the main point of contact for this contract. Each individual project will have a project manager from the Engineering Division assigned. Projects will be distributed amongst the staff by the City Engineer or his/her designee. Q 5: Will the city assign their own 'project manager' for each respective project? A 5: The City Engineer or his/her designee, will assign a staff person as the City's project manager for each task that will be assigned to on -call architects. Q 6: Would our firm + team members be precluded from other/future opportunities? A 6: If selected to be an on -call architecture firm for the City and subsequently the City puts out a Request for Proposals on a separate project (usually high profile like a new Main Library), your firm will still be allowed to submit proposals on the stand alone project. Q 7: If a consultant is non -local, but their executive architect (sub -consultant) is a Coachella Valley -certified business, can you confirm that the full 5 points will be awarded? If not, how will it be applied? A 7: 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. Q 8: Can the 30-page 8.5x11 presentation be horizontally formatted for better full -screen viewing, given that it is a digital submission? A 8: Yes, your response file can be submitted in portrait or landscape orientation. Q 9: Can more than one Reference Project be submitted if a team includes sub -consultants with significant on -call municipal experience? A 9: To compare proposals, the one reference project will be used for scoring. However you can provide reference projects in other parts of the proposal to demonstrate the abilities of your company and team. Q 10: Does the submittal of Attachment "E" in the proposers' SOQs also include the entire text of the Sample Professional Services Agreement for On -Call Services even if we have either no requested modifications or requested modifications that we can either describe on the Attachment "E" sheet (page 22 of the Request for SOQ) or just attach the sheets of the Sample Agreement on which we may mark such requested modifications? A 10: Submit only the pages with your exceptions to the language and your requested modifications in order to keep pages to a minimum. If you have no requested changes or exceptions, then identify that in Attachment "E" of your SOQ. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement & Contracting Manager, Acting DATE: March 18, 2021 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: WESTGROUP DESIGNS, INC. Authorized Signature: iJ Date: 03/24/2021 Acknowledgment of Receipt of Addendum 4 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. .Cost r I 1 i Mead Valley Library, 24,000 sf new construction for County of Riverside, CA 1 Cost Proposal We have uploaded our Cost Proposal separately as requested. 0 rig, "A < JOW CA 3: vo Cqf west grou pdesi g n s - co m architecture , planning - interior design . branding OC 949 250 088G LA 323.9(19,WB I web wesigioup(leslypstwil EXHIBIT "D" SCHEDULE OF COMPENSATION Rev 5/1120 55575 18165'32900159 2 5 c N N 8 �■ � � � � U U) � � LL k"o _.- kkk41> 40 - o o Ln 464/ kka 22 �6a LD _. kk.kkkkkkkkkkkk� $ $LL | § b LU B | § ■ ! § Z § k # # § CC L) cj ■ | 8 § E § § § § � § \ 2./ b b @ 2 ® s K o E/ k§/§ k/ K§ § _ ■ k m E 0 2 w IL 0 s o§ a. IL K CL 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. 5/1 /20 55575 18165 32900159 2