HomeMy WebLinkAboutA6787 - MOORE IACOFANO GOLTSMAN CITY OF PALM SPRINGS
PROFESSIONAL SERVICES AGREEMENT
ON-CALL LANDSCAPE ARCHITECTURAL SERVICES
THIS PROFESSIONAL SERVICES AGREEME T hereinafter "Agreement") is made and
entered into, to be effective this �tV
.day of ( Y(1 , 2015, by and between the CITY OF
PALM SPRINGS, a California charter city an municipal corporation, (hereinafter referred to as
"City") and MOORE IACOFANO GOLTSMAN (MIG), Inc., a California corporation, (hereinafter
referred to as "Consultant"). City and Consultant are sometimes hereinafter individually referred to as
"Party" and are hereinafter collectively referred to as the "Parties."
RECITALS
A. City has determined that there is a need for As-Needed, "On-Call" Landscape
Architectural Services for a variety of future City projects, (hereinafter the "Project").
B. Consultant has submitted to City a proposal to provide As-Needed, "On-Call" Landscape
Architectural Services for a variety of future City projects pursuant to the terms of this Agreement.
C. Consultant is qualified by virtue of its experience, training, education, reputation, and
expertise to provide these services and has agreed to provide such services as provided herein.
D. City desires to retain Consultant to provide such professional services.
NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and
conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are
hereby acknowledged, the Parties agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all terms and conditions of this Agreement,
Consultant agrees to perform the professional services set forth in the Scope of Services described in
Exhibit "A," which is attached hereto and is incorporated herein by reference (hereinafter referred to as
the "Services" or "Work"). As a material inducement to the City entering into this Agreement,
Consultant represents and warrants that this Agreement requires specialized skills and abilities and is
consistent with this understanding, Consultant is a provider of first class work and professional services
and that Consultant is experienced in performing the Work and Services contemplated herein and, in
light of such status and experience, Consultant covenants that it shall follow the highest professional
standards in performing the Work and Services required hereunder. For purposes of this Agreement,
the phrase "highest professional standards" shall mean those standards of practice recognized as high
quality among well-qualified and experienced professionals performing similar work under similar
circumstances.
1.2 Contract Documents. The Agreement between the Parties shall consist of the
following: (1) this Agreement; (2) the Scope of Services; (3) the City's Request for Proposals; and, (4)
the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"), (collectively
referred to as the "Contract Documents"). The City's Request for Proposals and the Consultant's
Proposal, which are both attached as Exhibits "B" and "C", respectively, are incorporated by reference
and are made a part of this Agreement. The Scope of Services shall include the Consultant's Proposal.
All provisions of the Scope of Services, the City's Request for Proposals and the Consultant's Proposal
shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract
Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest
Page 1 of 17 ORIGINAL BID
AND/OR AGREEMENT
priority document, which shall be determined in the following order of priority: (1") the terms of this
Agreement; (20d) the provisions of the Scope of Services (Exhibit "A"); as may be amended from time to
time; (3'd) the provisions of the City's Request for Proposal (Exhibit "B"); and, (4`") the provisions of the
Consultant's Proposal (Exhibit "C").
1.3 Compliance with Law. Consultant warrants that all Services rendered hereunder shall
be performed in accordance with all applicable federal, state, and local laws, statutes, and ordinances
and all lawful orders, rules, and regulations promulgated thereunder, including without limitation all
applicable Cal/OSHA requirements.
1.4 Licenses, Permits, Fees and Assessments. Consultant represents and warrants to
City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are
legally required to practice its profession and perform the Work and Services required by this
Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and
expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification,
or approval that is legally required for Consultant to perform the Work and Services under this
Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus
applicable penalties and interest, which may be imposed by law and arise from or are necessary for the
Consultant's performance of the Work and Services required by this Agreement, and shall indemnify,
defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied,
assessed, or imposed against City hereunder.
1.5 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.
1.8 Performance of Services. City Manager or the City Engineer, as provided in Section
2.1 of this Agreement, shall have the right at any time during the term of this Agreement to order the
performance of services as generally described in the Scope of Services to perform extra or additional
work beyond that specified in the Scope of Services or make changes by altering, adding to, or
deducting from such Work. No Work may be undertaken unless a written order is first given by the City
Manager or the City Engineer to the Consultant, incorporating therein the identification and description
of the Work to be performed, a maximum or not to exceed amount for such Work, and the time to
perform this Agreement.
Page 2 of 17
1.9 Unauthorized Aliens. Consultant hereby represents and warrants that it will comply
with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§1101, et seq., as
amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should
Consultant so employ such unauthorized aliens for the performance of any work and/or services under
this Agreement, and should any liability or sanctions be imposed against City for such use of
unauthorized aliens, Consultant hereby agrees to reimburse City for any and all liabilities, actions, suits,
claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands,
orders, or penalties which arise out of or are related to such employment, together with any and all
costs, including attorneys' fees, incurred by City.
2.0 COMPENSATION
2.1 Maximum Contract Amount. City and Consultant hereby acknowledge and agree that
the scope of services required by this Agreement will vary dependent upon the number, type, and
extent of the services or work the Consultant shall provide; and no guarantee of the extent or the type
of services required of Consultant under the terms of this Agreement is made by the City. The annual
level of services required by this Agreement is unknown, and may significantly increase or decrease
from year to year. In acknowledgement of the fact that the number and type of City projects requiring
the Consultant's services has not been identified for this contract, City and Consultant hereby
acknowledge and agree that a specific "Maximum Contract Sum' shall be imposed on each separate
project that the City may assign Consultant as provided in Section 1.8 and in this Section 2.1. Each
such separate project shall be identified as a Task Order or a Purchase Order authorized by the City
Engineer or the City Manager as provided in this Section 2.1. For the services rendered pursuant to
this Agreement, the Consultant shall be compensated in accordance with the "Schedule of
Compensation" attached hereto as Exhibit "D" and incorporated herein by this reference.
The method of compensation may include: (i) a lump sum payment upon completion, (ii) payment for
time and materials based upon the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit
"D", or (iii) such other methods as may be specified in the Schedule of Compensation. Compensation
shall include reimbursement for actual and necessary expenditures for reproduction costs, telephone
expense, transportation expense, and all other necessary expenditures required to perform the
professional services under this Agreement. Compensation shall include the attendance of Consultant
at all project meetings reasonably deemed necessary by the City; Consultant shall not be entitled to
any additional compensation for attending said meetings. Consultant hereby acknowledges that it
accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly
or time consuming than Consultant anticipates, and that Consultant shall not be entitled to additional
compensation therefore.
It is expressly agreed that the maximum contract amount of this Agreement is undefined, and is subject
to the number and type of City projects requiring the Consultant's services throughout the duration of
the term of this Agreement, if any. Consultant shall be entitled to compensation in accordance with
separate City authorized "Task Orders" (Purchase Orders) with corresponding Not-to-Exceed payment
amounts established pursuant to the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit
"D". Consultant's compensation shall be limited to the amount identified on each separate, individually
authorized Task Order corresponding to a City project requiring the services of the Consultant.
By approval of this Agreement, the City Council hereby authorizes the subsequent approval of
individual Task Orders (Purchase Orders) in those amounts sufficient to cover the cost of required
services (pursuant to Schedule "D") necessary for City projects, subject to existing cost limits
established by municipal code.
Page 3 of 17
2.2 Method of Payment. Unless some other method of payment is specified in the
Schedule of Compensation (Exhibit °D"), in any month in which Consultant wishes to receive payment,
no later than the tenth (10) working day of such month, Consultant shall submit to the City, in a form
approved by the City's Finance Director, an invoice for services rendered prior to the date of the
invoice. Such requests shall be based upon the amount and value of the services performed by
Consultant and accompanied by such reporting data including an itemized breakdown of all costs
incurred and tasks performed during the period covered by the invoice, as may be required by the City.
City shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt
of the invoice or a soon thereafter as is reasonably practical. There shall be a maximum of one
payment per month.
2.3 Changes in Scope. In the event any change or changes in the Scope of Services is
requested by the City, the Parties shall execute a written amendment to this Agreement, setting forth
with particularity all terms of such amendment, including, but not limited to, any additional professional
fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or
other work product or work when documents or other work product or work is required by the
enactment or revision of law subsequent to the preparation of any documents, other work product, or
work; and/or (b) to provide for additional services not included in this Agreement or not customarily
furnished in accordance with generally accepted practice in Consultant's profession.
2.4 Appropriations. This Agreement is subject to and contingent upon funds being
appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement.
If such appropriations are not made, the City Manager may terminate this Agreement as provided in
Section 8.3 of this Agreement; otherwise, there shall be no funding for any work or services and
Consultant shall not be entitled to payment for any work or services that Consultant may provide.
3. SCHEDULE OF PERFORMANCE
3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The
time for completion of the services to be performed by Consultant is an essential condition of this
Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according
to the agreed upon Schedule of Performance for each Task Order.
3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this
Agreement upon receipt of a written notice to proceed and shall perform all Services within the time
period(s) established in the Schedule of Performance. When requested by Consultant, extensions to
the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract
Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the
City shall not be obligated to grant such an extension.
3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for
performance of the Services rendered pursuant to this Agreement shall be extended because of any
delays due to unforeseeable causes beyond the control and without the fault or negligence of the
Consultant (financial inability excepted), including, but not limited to, acts of God or of the public enemy,
unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes,
freight embargoes, wars, and/or acts of any governmental agency, including the City, if Consultant,
within ten (10) days of the commencement of such delay, notifies the City Manager in writing of the
causes of the delay. The City Manager shall ascertain the facts and the extent of delay, and extend the
time for performing the Services for the period of the enforced delay when and if in the judgment of the
City Manager such delay is justified. The City Manager's determination shall be final and conclusive
upon the Parties to this Agreement. In no event shall Consultant be entitled to recover damages
Page 4 of 17
against the City for any delay in the performance of this Agreement, however caused, Consultant's sole
remedy being extension of the Agreement pursuant to this section.
3.4 Term. Unless earlier terminated under the terms of this Agreement, this Agreement
shall continue in full force and effect for an initial term through December 31, 2018. At the sole
discretion of the City Manager, upon written notice to Consultant and mutual agreement, the term of
this Agreement may be extended for two (2) additional one (1) year terms.
4. COORDINATION OF WORK
4.1 Representative of Consultant. The following principal of Consultant is hereby
designated as being the principal and representative of Consultant authorized to act in its behalf with
respect to the Services to be performed under this Agreement and make all decisions in connection
therewith: Steven Lana. It is expressly understood that the experience, knowledge, education,
capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to
enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this
Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise
the services performed hereunder. The foregoing principal may not be changed by Consultant without
prior written approval of the Contract Officer.
4.2 Contract Officer. The Contract Officer shall be such person as may be designated by
the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's
responsibility to ensure that the Contract Officer is kept fully informed of the progress of the
performance of the Services, and the Consultant shall refer any decisions which must be made by City
to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder
shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all
documents on behalf of the City required hereunder to carry out the terms of this Agreement.
4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge,
capability, expertise, and reputation of Consultant, its principals and employees, were a substantial
inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the
performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by
operation of law, without the prior written consent of City. Consultant shall not contract with any other
entity to perform the Services required under this Agreement without the prior written consent of City. If
Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be
responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for
persons directly employed. Nothing contained in this Agreement shall create any contractual
relationships between any subcontractor and City. All persons engaged in the Work will be considered
employees of Consultant. City will deal directly with and will make all payments to Consultant. In
addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed,
hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or
otherwise, without the prior written consent of City. Transfers restricted hereunder shall include the
transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of
the present ownership and/or control of Consultant, taking all transfers into account on a cumulative
basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this
Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant
from any liability hereunder without the express written consent of City.
4.4 Independent Contractor.
A. The legal relationship between the Parties is that of an independent contractor,
and nothing herein shall be deemed to make Consultant a City employee. During the performance of
Page 5 of 17
this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity
and shall not act as City officers or employees. The personnel performing the Services under this
Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and
control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of
Consultant or any of its officers, employees, or agents, except as set forth in this Agreement.
Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed
business location at City's offices. City shall have no voice in the selection, discharge, supervision, or
control of Consultant's employees, servants, representatives, or agents, or in fixing their number,
compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its
employees in connection with this Agreement and shall be responsible for all reports and obligations
respecting them, including but not limited to social security income tax withholding, unemployment
compensation, workers' compensation, and other similar matters. City shall not in any way or for any
purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a
member of any joint enterprise with Consultant.
B. Consultant shall not incur or have the power to incur any debt, obligation, or
liability against City, or bind City in any manner.
C. No City benefits shall be available to Consultant, its officers, employees, or
agents in connection with any performance under this Agreement. Except for professional fees paid to
Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation
to Consultant for the performance of Services under this Agreement. City shall not be liable for
compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness
arising out of performing Services hereunder. If for any reason any court or governmental agency
determines that the City has financial obligations, other than pursuant to Section 2 and Subsection 1.8
herein, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants,
representatives, subcontractors, or agents, Consultant shall indemnify City for all such financial
obligations.
5. INSURANCE
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:
A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full
force and effect throughout the term of this Agreement, standard industry form professional liability
(errors and omissions) insurance coverage in an amount of not less than one million dollars
($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in
accordance with the provisions of this section.
(1) Consultant shall either: (a) certify in writing to the City that Consultant is
unaware of any professional liability claims made against Consultant and is unaware of any facts which
Page 6 of 17
may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification
pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement
providing that the required limits of the policy shall apply separately to claims arising from errors and
omissions in the rendition of services pursuant to this Agreement.
(2) If the policy of insurance is written on a "claims made" basis, the policy shall
be continued in full force and effect at all times during the term of this Agreement, and for a period of
three (3) years from the date of the completion of the Services provided hereunder. In the event of
termination of the policy during this period, Consultant shall obtain continuing insurance coverage for
the prior acts or omissions of Consultant during the course of performing Services under the terms of
this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in
coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other
insurance arrangements providing for complete coverage, either of which shall be subject to the written
approval by the City Manager.
(3) In the event the policy of insurance is written on an "occurrence" basis, the
policy shall be continued in full force and effect during the term of this Agreement, or until completion of
the Services provided for in this Agreement, whichever is later. In the event of termination of the policy
during this period, new coverage shall immediately be obtained to ensure coverage during the entire
course of performing the Services under the terms of this Agreement.
B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full
force and effect throughout the term of this Agreement, workers' compensation insurance in at least the
minimum statutory amounts, and in compliance with all other statutory requirements, as required by the
State of California. Consultant agrees to waive and obtain endorsements from its workers'
compensation insurer waiving subrogation rights under its workers' compensation insurance policy
against the City and to require each of its subcontractors, if any, to do likewise under their workers'
compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's
Request for Waiver of Workers' Compensation Insurance Requirement form.
C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in
full force and effect throughout the term of this Agreement, a policy of commercial general liability
insurance written on a per occurrence basis with a combined single limit of at least one million dollars
($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property
damage including coverages for contractual liability, personal injury, independent contractors, broad
form property damage, products and completed operations.
D. Business Automobile Insurance. Consultant shall obtain and maintain, in full
force and effect throughout the term of this Agreement, a policy of business automobile liability
insurance written on a per occurrence basis with a single limit liability in the amount of one million
dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for
owned, non-owned, leased, and hired cars.
E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force
and effect throughout the term of this Agreement, a policy of employer liability insurance written on a
per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or
disease.
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
Page 7 of 17
Manager may require evidence of pending claims and claims history as well as evidence of
Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in
excess of$10,000.
5.3 Other Insurance Requirements. The following provisions shall apply to the insurance
policies required of Consultant pursuant to this Agreement:
5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary
insurance as respects City and its officers, council members, officials, employees,
agents, and volunteers. Any insurance or self-insurance maintained by the City and its
officers, council members, officials, employees, agents, and volunteers shall be in
excess of Consultant's insurance and shall not contribute with it.
5.3.2 Any failure to comply with reporting or other provisions of the policies, including
breaches of warranties, shall not affect coverage provided to City and its officers, council
members, officials, employees, agents, and volunteers.
5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to
this Agreement are intended to apply to each insured, including additional insureds,
against whom a claim is made or suit is brought to the full extent of the policies. Nothing
contained in this Agreement or any other agreement relating to the City or its operations
shall limit the application of such insurance coverage.
5.3.4 None of the insurance coverages required herein will be in compliance with these
requirements if they include any limiting endorsement which substantially impairs the
coverages set forth herein (e.g., elimination of contractual liability or reduction of
discovery period), unless the endorsement has first been submitted to the City Manager
and approved in writing.
5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any
exculpatory wording stating that failure of the insurer to mail written notice of cancellation
imposes no obligation, or that any party will "endeavor" (as opposed to being required)
to comply with the requirements of the endorsements. Certificates of insurance will not
be accepted in lieu of required endorsements, and submittal of certificates without
required endorsements may delay commencement of the Project. It is Consultant's
obligation to ensure timely compliance with all insurance submittal requirements as
provided herein.
5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the
Project who are brought onto or involved in the Project by Consultant, provide the same
minimum insurance coverage required of Consultant. Consultant agrees to monitor and
review all such coverage and assumes all responsibility for ensuring that such coverage
is provided in conformity with the requirements of this section. Consultant agrees that
upon request, all agreements with subcontractors and others engaged in the Project will
be submitted to the City for review.
5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the
City to inform Consultant of non-compliance with any insurance requirement in no way
imposes any additional obligations on the City nor does it waive any rights hereunder in
this or any other regard.
5.3.8 Consultant shall provide proof that policies of insurance required herein expiring during
Page 8 of 17
the term of this Agreement have been renewed or replaced with other policies providing
at least the same coverage. Proof that such coverage has been ordered shall be
submitted prior to expiration. Endorsements as required in this Agreement applicable to
the renewing or new coverage shall be provided to City no later than ten (10) days prior
to expiration of the lapsing coverage.
5.3.9 Requirements of specific insurance coverage features or limits contained in this section
are not intended as limitations on coverage, limits, or other requirements nor as a waiver
of any coverage normally provided by any given policy. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a given issue, and is
not intended by any party or insured to be limiting or all-inclusive.
5.3.10 The requirements in this section supersede all other sections and provisions of this
Agreement to the extent that any other section or provision conflicts with or impairs the
provisions of this section.
5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against
Consultant arising out of the Work performed under this Agreement and for any other
claim or loss which may reduce the insurance available to pay claims arising out of this
Agreement. City assumes no obligation or liability by such notice, but has the right (but
not the duty) to monitor the handling of any such claim or claims if they are likely to
involve City, or to reduce or dilute insurance available for payment of potential claims.
5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in
any way the extent to which the Consultant may be held responsible for the payment of
damages resulting from the Consultant's activities or the activities of any person or
person for which the Consultant is otherwise responsible.
5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized
insurers in good standing with the State of California. Coverage shall be provided by insurers admitted
in the State of California with an A.M. 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:
1. "The City of Palm Springs, its officials, employees, and agents are named as an
additional insured..." ("as respects City of Palm Springs Contract No. " or "for any and all work
performed with the City"may be included in this statement).
Page 9 of 17
2. "This insurance is primary and non-contributory over any insurance or self-insurance the
City may have..." ("as respects City of Palm Springs Contract No. " or "for any and all work
performed with the City" may be included in this statement).
3. "Should any of the above described policies be canceled before the expiration date
thereof, the issuing company will mail 30 days written notice to the Certificate Holder named."
Language such as, endeavor to" mail and "but failure to mail such notice shall impose no obligation or
liability of any kind upon the company, its agents or representative" is not acceptable and must be
crossed out.
4. Both the Workers' Compensation and Employers' Liability policies shall contain the
insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and
volunteers.
In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate
holder on the policies. All certificates of insurance and endorsements are to be received and approved
by the City before work commences. All certificates of insurance must be authorized by a person with
authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter.
Failure to obtain the required documents prior to the commencement of work shall not waive the
Consultant's obligation to provide them.
6. INDEMNIFICATION
6.1 To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole cost
and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees,
agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities,
actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages,
demands, orders, penalties, and expenses including legal costs and attorney fees (collectively
"Claims"), including but not limited to Claims arising from injuries to or death of persons (Consultant's
employees included), for damage to property, including property owned by City, from any violation of
any federal, state, or local law or ordinance, and from errors and omissions committed by Consultant,
its officers, employees, representatives, and agents, that arise out of or relate to Consultant's
performance under this Agreement. This indemnification clause excludes Claims arising from the sole
negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and
volunteers. Under no circumstances shall the insurance requirements and limits set forth in this
Agreement be construed to limit Consultant's indemnification obligation or other liability under this
Agreement. Consultant's indemnification obligation shall survive the expiration or earlier termination of
this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully
and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action
is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party
to this Agreement.
6.2 Desian Professional Services Indemnification and Reimbursement. If the
Agreement is determined to be a "design professional services agreement" and Consultant is a "design
professional" under California Civil Code Section 2782.8, then:
A. To the fullest extent permitted by law, Consultant shall indemnify, defend (at
Consultant's sole cost and expense), protect and hold harmless City and its elected officials, officers,
employees, agents and volunteers and all other public agencies whose approval of the project is
required, (individually "Indemnified Party; collectively "Indemnified Parties") against any and all
liabilities, claims, judgments, arbitration awards, settlements, costs, demands, orders and penalties
(collectively "Claims"), including but not limited to Claims arising from injuries or death of persons
Page 10 of 17
(Consultant's employees included) and damage to property, which Claims arise out of, pertain to, or are
related to the negligence, recklessness or willful misconduct of Consultant, its agents, employees, or
subcontractors, or caused by Consultant's negligent, reckless or willful performance of or failure to
perform any term, provision, covenant or condition of this Agreement ("Indemnified Claims"), but
Consultant's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the
negligence, recklessness or willful misconduct of the City and its elected officials. Officers, employees,
agents and volunteers.
B. Consultant shall reimburse the Indemnified Parties for any reasonable expenditures,
including reasonable attorneys' fees, expert fees, litigation costs, and expenses that each Indemnified
Party may incur by reason of Indemnified Claims. Upon request by an Indemnified Party, Consultant
shall defend with legal counsel reasonably acceptable to the Indemnified Party all Claims against the
Indemnified Party that may arise out of, pertain to, or relate to Indemnified Claims, whether or not
Consultant is named as a party to the Claim proceeding. The determination whether a Claim "may arise
out of, pertain to, or relate to Indemnified Claims" shall be based on the allegations made in the Claim
and the facts known or subsequently discovered by the Parties. Consultant's indemnification obligation
hereunder shall survive the expiration or earlier termination of this Agreement until all actions against
the Indemnified Parties for such matters indemnified hereunder are fully and finally barred by the
applicable statute of limitations or, if an action is timely filed, until such action is final.
C. The Consultant shall require all non-design-profession sub-contractors, used or sub-
contracted by Consultant to perform the Services or Work required under this Agreement, to execute an
Indemnification Agreement adopting the indemnity provisions in sub-section 6.1 in favor of the
Indemnified Parties. In additions, Consultant shall require all non-design-professional sub-contractors,
used or sub-contracted by Consultant to perform the Services or Work required under this Agreement,
to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement, as
well as any other insurance that may be required by Contract Officer.
7. REPORTS AND RECORDS
7.1 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts
of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant
shall keep such books and records as shall be necessary to properly perform the Services required by
this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The
Contract Officer shall have full and free access to such books and records at all reasonable times,
including the right to inspect, copy, audit, and make records and transcripts from such records.
7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such
reports concerning the performance of the Services required by this Agreement as the Contract Officer
shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the
Work and Services to be performed pursuant to this Agreement. For this reason, Consultant agrees
that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will
materially increase or decrease the cost of the Work or Services contemplated herein or, if Consultant
is providing design services, the cost of the project being designed, Consultant shall promptly notify the
Contract Officer of such fact, circumstance, technique, or event and the estimated increased or
decreased cost related thereto and, if Consultant is providing design services, the estimated increased
or decreased cost estimate for the project being designed.
7.3 Ownership of Documents. All drawings, specifications, reports, records, documents,
memoranda, correspondence, computations, and other materials prepared by Consultant, its
employees, subcontractors, and agents in the performance of this Agreement shall be the property of
City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination
Page 11 of 17
of this Agreement, and Consultant shall have no claim for further employment or additional
compensation as a result of the exercise by City of its full rights of ownership of the documents and
materials hereunder. Any use of such completed documents for other projects and/or use of
incomplete documents without specific written authorization by the Consultant will be at the City's sole
risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages
resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall
have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its
subcontractors shall provide for assignment to City of any documents or materials prepared by them,
and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all
damages resulting therefrom.
7.4 Release of Documents. All drawings, specifications, reports, records, documents, and
other materials prepared by Consultant in the performance of services under this Agreement shall not
be released publicly without the prior written approval of the Contract Officer. All information gained by
Consultant in the performance of this Agreement shall be considered confidential and shall not be
released by Consultant without City's prior written authorization.
7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the
regular business hours of City, Consultant shall provide City, or other agents of City, such access to
Consultant's books, records, payroll documents, and facilities as City deems necessary to examine,
copy, audit, and inspect all accounting books, records, work data, documents, and activities directly
related to Consultant's performance under this Agreement. Consultant shall maintain such books,
records, data, and documents in accordance with generally accepted accounting principles and shall
clearly identify and make such items readily accessible to such parties during the term of this
Agreement and for a period of three (3) years from the date of final payment by City hereunder.
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 for its convenience at any time,
without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such
notice, City shall pay Consultant for Services performed through the date of termination. Upon receipt
of such notice, Consultant shall immediately cease all work under this Agreement, unless the notice
provides otherwise. Thereafter, Consultant shall have no further claims against the City under this
Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the
City an invoice for work and services performed prior to the date of termination. In addition, the
Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty
Page 12 of 17
(60) days written notice to the City, except that where termination is due to material default by the City,
the period of notice may be such shorter time as the Consultant may determine.
8.4 Default of Consultant.
A. Consultant's failure to comply with any provision of this Agreement shall
constitute a default.
B. If the City Manager, or his designee, determines that Consultant is in default in
the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in
writing of such default. Consultant shall have ten (10) days, or such longer period as City may
designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to
cure its default within such period of time, City shall have the right, notwithstanding any other provision
of this Agreement, to terminate this Agreement without further notice and without prejudice of any
remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be
liable for any and all reasonable costs incurred by City as a result of such default. Compliance with the
provisions of this section shall not constitute a waiver of any City right to take legal action in the event
that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this
Agreement without cause pursuant to Section 8.3.
C. If termination is due to the failure of the Consultant to fulfill its obligations under
this Agreement, City may, after compliance with the provisions of Section 8.4.13, 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
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
Page 13 of 17
costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered
in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or
petitioner of the litigation or non-judicial proceeding within thirty (30) days of the date set for trial or
hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding.
9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall
be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach
by the City or for any amount which may become due to the Consultant or to its successor, or for
breach of any obligation of the terms of this Agreement.
9.2 Conflict of Interest. No officer or employee of the City shall have any financial interest,
direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision
relating to the Agreement which effects his financial interest or the financial interest of any corporation,
partnership, or association in which he/she is, directly or indirectly, interested in violation of any state
statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third
party any money or other consideration in exchange for obtaining this Agreement.
9.3 Covenant Against Discrimination. Covenant Against Discrimination. In connection
with its performance under this Agreement, Consultant shall not discriminate against any employee or
applicant for employment because of race, religion, color, sex, age, marital status, ancestry, national
origin, sexual orientation, gender identity, physical or mental disability, or medical condition. Consultant
shall ensure that applicants are employed, and that employees are treated during their employment,
without regard to their race, religion, color, sex, age, marital status, ancestry, sexual orientation, gender
identity, physical or mental disability, medical condition, or national origin. Such actions shall include,
but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection
for training, including apprenticeship.
10. MISCELLANEOUS PROVISIONS
10.1 Patent and Copyright Infringement.
A. To the fullest extent permissible under law, and in lieu of any other warranty by
City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that
Consultant shall defend at its expense any claim or suit against City on account of any allegation that
any item furnished under this Agreement, or the normal use or sale thereof arising out of the
performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright
and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that
Consultant is promptly notified in writing of the suit or claim and given authority, information and
assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out
of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant.
However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a
deliverable, such that City's alteration of such deliverable created the infringement upon any presently
existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other
material not provided by Consultant when it is such use in combination which infringes upon an existing
U.S. letters patent or copyright.
B. Consultant shall have sole control of the defense of any such claim or suit and all
negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any
settlement made without Consultant's consent or in the event City fails to cooperate in the defense of
Page 14 of 17
any suit or claim, provided, however, that such defense shall be at Consultant's expense. If the use or
sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall
obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City
and extend this patent and copyright indemnity thereto.
10.2 Notices. All notices or other communications required or permitted hereunder shall be
in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or
certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached
evidence of completed transmission, and shall be deemed received upon the earlier of (i) the date of
delivery to the address of the person to receive such notice if delivered personally or by messenger or
overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if
by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other
communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or
delivered. Other forms of electronic transmission such as e-mails, text messages, instant messages
are not acceptable manners of notice required hereunder. Notices or other communications shall be
addressed as follows:
To City: City of Palm springs
Attention: City Manager
3200 E. Tahquitz Canyon Way
Palm springs, California 92262
Telephone: (760) 323-8204
Facsimile: (760) 323-8332
To Consultant: Moore lacofano Goltsman, Inc.
Attention: Steven Lang
109 W. Union Avenue
Fullerton, CA 92832
Telephone: (714) 871-3638
Facsimile: (714) 871-1188
10.3 Entire Agreement. This Agreement constitutes the entire agreement between the
Parties and supersedes all prior negotiations, arrangements, agreements, representations, and
understandings, if any, made by or among the Parties with respect to the subject matter hereof. No
amendments or other modifications of this Agreement shall be binding unless executed in writing by
both Parties hereto, or their respective successors, assigns, or grantees.
10.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted
in such a manner as to be effective and valid under applicable law, but if any provision of this
Agreement shall be determined to be invalid by a final judgment or decree of a court of competent
jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without
invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the
invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain
or renders this Agreement meaningless.
10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit
of the Parties' successors and assignees.
10.6 Third Party Beneficiary. Except as may be expressly provided for herein, nothing
contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring,
any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any
entity or person not a party hereto.
Page 15 of 17
10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement
as though fully set forth herein and each Party acknowledges and agrees that such 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.
(SIGNATURES ON FOLLOWING PAGE)
Page 16 of 17
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated herein.
"CITY"
City of Palm Springs
Date: `Zf By�//�,VWI/G1�[/a
/avid H. Ready
�\ _�,,;"„r/ City Manager
APPROVED AS TO FORM: ATTEST
By: By:
Dou las C. Holland, James Thompson,
City Attorney City Clerk
APPROVED BY CITY COUNCIL: G
Date: 11�&Agreement No. p1
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:
Moore lacofano Goltsman, Inc.
109 W. Union Avenue
Fullerton, CA 92832
By BY
Signatu e ( tariz ) Si nature (Notariz d)I �0
4(fL-aL-..
Page 17 of 17
California All-Purpose Certificate of Acknowledgment
- - — 1
A notaryublic or other officer completing this certificate verifies onlythe identity of the individual who signed the I
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. J _
State of California
County of
1 On i i before me, �/AR
�r6 -
personally appeared �At-,PA,id 4--13 CA-a L-fIJ M• ifreV'eV
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
ins/are subscribed to the within instrument and acknowledged to me that V/s[xVthey executed
the same in Wbter/their authorized capacity(ies), and that by hja/hlnr/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the _
instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is NARESHKUMAR BHAKTA
true and correct. ` Commission # 1975758
i a• Notary Public - California i
-,apo, Alameda County
WITNESS my hand and official sea. vny Comm. Expires May 18,2016 f
OPTIONAL INFORMATION
it nr,g r r i,,.,;,?<_, a ,rs ..,c60. rs r or,r,Kiuusd�,y r,vt.7 it c�c"d .evc�" bau,feloof a r.: r.c r.! rcs rear dcrmu.,rt�f
t acF<r of ;c�x7,rient ro of curau'rn 'ze,'rio::u rrc.rt ono Inny piove 4seful to porsruns 16dy1w on Err, y,a,:Pic.f_ocu lcnv
Description of Attached Document „
The preceding Certificate of Acknowledgment is attached to a Method of Signer Identification
document titled/for the purpose of OW
Proved to me on the basis of satisfactory evidence:
[M,oyeaO'd Anrrr �.'t ✓KI< ,r�'wrierf form(s)of identification E_I credible witness(es) c
Containing 0 pages, and dated /ZZ 4"071� Notarial*vent is detailed in notary journal on'. =
Page`. yI Entry -
_ The signer(s) capacity or authority is/are as:
_ ❑ Individual(s) Notary contact
❑ Attorney-in-fact 10
wr Corporate Officer(s) Other
G� ''`I''�`'% ❑ Additional Signer g Q 5lgner(s)Thumbprints(s)
❑ Guardian/Conservator =
❑ Partner-Limited/General
❑ Trustee(s) `
❑ Other.
representing: `
rj =
yr„ L isIc ,r _c lc,i rpl.„u 'oral n:o.! -";rr 1. Av,nx.Ir,,r
IU
EXHIBIT "A"
SCOPE OF SERVICES
General Scope of Services for "On-Call' Landscape Architectural Services — Consultant shall
provide first class as-needed licensed on-call landscape architectural services for various City Projects
as assigned. Responsibilities may include, but are not limited to, the following: (*all services may or
may not be necessary on each assigned project)
1. Facilities requirements and utilization studies.
2. Feasibility studies for new, renovation, and alteration projects.
3. Facility studies and audits to determine compliance with various federal, state, and local
regulations.
4. Facility assessments.
5. Conceptual drawings and plans as may be requested by the City for projects being
contemplated.
6. Attend meetings and prepare presentations and Staff Reports for city advisory boards,
commissions and the City Council when said meetings relate to projects covered by this
contract, and as warranted and directed by the City Manager or his designee.
7. Move assigned projects through all City entitlement processes, including but not limited to,
architectural review, planning approval, building & safety, and engineering, including Council
award if applicable.
8. Preparation of reports, phase and construction phase schedules, preliminary documents,
working drawings, construction drawings, specifications, bid documents and construction cost
estimates.
9. Provide value engineering, construction management, coordinate and conduct meetings with
city staff, contractors, and other stake holders as may be required.
10. Perform construction phase services, provide CADD documentation, assist in warranty review
and participate in project close-out phase of projects as may be required.
11. Submit invoices monthly with detailed account of staff hours attributed to specific project billings
with all staff hours attributed to project. Use City provided project numbers or identifiers so that
each project can be separately accounted for.
12. Cooperate, coordinate and communicate with all internal City departments as necessary.
It will be the responsibility of the Consultant to determine the necessary staffing level required to
perform the scope of service as may be required for a project when assigned. The City will not provide
dedicated work space or office space, city staff or city resources, printing or copying services, or clerical
assistance in the performance of this agreement. The City reserves the right to perform any portion of
the scope of work with City personnel and/or by other Consultants.
All assigned projects must be completed on the basis of the requirements contained herein. Individual
projects may require supervision, consultants, materials, equipment and supplies necessary to
complete any services required.
All services shall be performed in compliance with industry and professional standards and all
applicable federal, state, and local laws, ordinances and regulations including Americans with
Disabilities Act (ADA), 2010 (or most applicable current at the time of assigned project) Edition of the
California Building Code, and the rules and ordinances of the County of Riverside and the City of Palm
Springs.
Exhibit"A"
Page 1 of 2
EXHIBIT "A"
SCOPE OF SERVICES
The City further reserves the right, when applicable and in the best interests of the City, to require the
Landscape Architect to engage sub-consultants with special expertise when the unique circumstances
of a particular project warrants such additional services. The City may provide recommendations to the
Landscape Architect of sub-consultants for consideration and reserves the right of approval of any sub-
consultant selected by the Landscape Architect on any assigned project.
END OF EXHIBIT "A"
Exhibit"A"
Page 2 of 2
EXHIBIT "B"
CITY'S REQUEST FOR PROPOSALS
CITY'S REQUEST FOR PROPOSALS FOLLOWS THIS PAGE
Exhibit "B"
CITY OF PALM SPRINGS, CA
NOTICE INVITING PROPOSALS FOR RFP#07-15
"ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES
NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals from
qualified licensed professional firms to provide the City with "on-call' Architectural and/or
Landscape Architectural Services for various City projects (hereinafter the "Project').
PROJECT LOCATION: Various locations within the City of Palm Springs, to be assigned on a
case-by-case basis, as projects are approved, funded and required by the City.
SCOPE OF SERVICES: The scope of work will consist of providing "on-call' professional
Architectural and/or Landscape Architectural Services as more fully set forth and described in
the RFP documents, for various City projects assigned.
OBTAINING RFP DOCUMENTS AND ADDENDA: The RFP document may be downloaded
via the internet at www.yalmsorinasca.gov (go to Departments, Procurement, Open Bids &
Proposals), or by calling the Office of Procurement and Contracting, (760) 322-8373. Upon
downloading the RFP via the internet, contact Marina Williams, Procurement Specialist I, via
email at Mari na.Williamsapalmspringsca.gov to register as a firm interested in this project.
Failure to register may result in not receiving addenda to the RFP.
EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been
developed in the Request for Proposals (RFP) format for Professional Services. Accordingly,
firms should take note that multiple factors as identified in the RFP will be considered by the
Evaluation Committee to determine which proposal best meets the qualifications and
requirements set forth in the RFP document. PRICE IS NOT EVALUATED AS PART OF THE
EVALUATION CRITERIA. The City reserves the right to negotiate the terms and conditions of
any resulting contract. Final contract award, if any, will be made by the Palm Springs City
Council. The selected firm will be required to comply with all insurance and license
requirements of the City.
DEADLINE: All proposals must be received in the Procurement and Contracting Office, 3200
E. Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, TUESDAY,
APRIL 14, 2015. The receiving time in the Procurement Office will be the governing time for
acceptability of Proposals. Telegraphic and telephonic Proposals will not be accepted.
Reference the RFP document for additional dates and deadlines. Late proposals will not be
accepted and shall be returned unopened.
PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their
proposal shall be valid for a period of 120 calendar days from the due date of proposals.
Craig L. Gladders, C.P.M.
Procurement and Contracting Manager
March 11, 2015
RFP#07-15
Page 1 of 12
k 4ALM
q�IFp,OA'I
CITY OF PALM SPRINGS, CA
REQUEST FOR PROPOSALS (RFP) #07-15
"ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES
Requests for Proposals (RFP #07-15), for `on-calf' Architectural and/or Landscape Architectural
Services for various City projects for the City of Palm Springs, CA, (hereinafter the "RFP") will
be received at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm
Springs, California, until 3:00 P.M. LOCAL TIME, TUESDAY, APRIL 14, 2015. It is the
responsibility of the respondent to see that any proposal sent through the mail, or by any other
delivery method, shall have sufficient time to be received by this specified date and time. The
receiving time in the Procurement Office will be the governing time for acceptability of
proposals. Telegraphic, telephonic, faxed or emailed proposals will not be accepted. Late
proposals will be returned unopened. Failure to register as a Proposer to this RFP process per
the instructions in the Notice Inviting Requests for Proposals (under "Obtaining RFP
Documents") may result in not receiving Addenda or other important information pertaining to
this process. Failure to acknowledge Addenda may render a proposal as being non-responsive.
We strongly advise that interested firms officially register per the instructions.
1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting proposals from
qualified licensed professional architect or landscape architect firms to provide the City with `on-
calf' Architectural and/or Landscape Architectural Services for a variety of City projects as may
be assigned, (hereinafter the "Project"). The objective of this solicitation is to hire multiple on-
call firms to provide such services to the City. The City may contract with firms that offer only
Architectural Services, only Landscape Architectural Services, or firms that provide both
services and may assign projects at its sole discretion. There is no promise or guarantee of
work, made or implied, by the City and all work that may be assigned is subject to approval and
funding of each project.
SCHEDULE:
Notice requesting Proposals posted and issued .................................................. March 11, 2015
Deadline for receipt of Questions....................................... Tuesday, April 7, 2015, 3:00 P.M.
Deadline for receipt of Proposals..................................... Tuesday, April 14, 2015, 3:00 P.M.
Short List/ Interviews/, `if desired by City .........................................................to be determined
Contract awarded by City Council..................................................................... to be determined
NOTE. There will NOT be a pre-proposal conference for this procurement
'Dates above are subject to change.
"KEY" TO RFP ATTACHMENTS:
ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment.
'Must be completed and included with Qualifications/Work Proposal envelope.
RFP#07-15
Page 2 of 12
ATTACHMENT "B" — Non Collusion Affidavit Form. *Must be completed and included
with QualificationslWork Proposal envelope.
ATTACHMENT "C" — Sample boilerplate Contract Services Agreement (for reference
only)
2. BACKGROUND: The City of Palm Springs is a Charter City in eastern Riverside County,
CA with a population of over 48,000. The City owns and operates Palm Springs International
Airport (PSP) as well as many other public facilities within the community such as the City Hall,
the Fire Stations, Police Headquarters, Pavilion and Leisure Center, Convention Center, Visitors
Center, Animal Shelter, Plaza Theater, Waste Water Treatment Plant, Downtown Parking
Structure, and main Library Center, to name a few. The City has on-going requirements for
professional architectural and landscape architectural services to support various projects that
may be required to maintain, improve, or expand its facilities and infrastructure over the next
five (5) years. The types of projects that may be contemplated under this contract for on-call
architectural and landscape architectural services include, but are not limited to, remodeling,
repurposing, and refurbishing existing public facilities; restoration, repurpose and refurbishment
of designated historic public structures; design of completely new public municipal government
structures or facilities; space allocation planning; infrastructure upgrades; demolition plans for
unused facilities; signage design; landscape design for public parks, parkways, medians and
public buildings; conversion of existing public landscape to drought tolerant desert landscape;
and artificial turf landscape. The selected consultant(s) shall be required to demonstrate
successful experience and capacity to provide architectural and landscape architectural
services to a municipal government agency for the types of projects named above.
Note that projects with Federal or State grant funds may be excluded from this contract
pursuant to the applicable terms and conditions of the grant requirements.
The City intends to award one or more contracts for on-call Architectural and Landscape
Architectural Services with an initial term of three years, with two one-year extensions upon
approval of the City Manager and mutual consent of the selected Consultant(s), for a total
maximum term of five years, unless mutually extend by the parties. The assignment of projects
to the on-call firms is not guaranteed and is at the sole discretion of the City.
3. SCOPE OF WORK:
The selected Consultant(s) shall provide first class as-needed licensed on-call architectural
and/or landscape architectural services for various City Projects as assigned. Responsibilities
may include, but are not limited to, the following: (*all services may or may not be necessary on
each assigned project)
1. Facilities requirements and utilization studies.
2. Feasibility studies for new, renovation, and alteration projects.
3. Facility studies and audits to determine compliance with various federal, state, and local
regulations.
4. Facility assessments.
5. Space allocation for HVAC, plumbing, electrical, cabling, safety systems and other
infrastructure upgrades/improvements.
6. Conceptual drawings and plans as may be requested by the City for projects being
contemplated.
7. Attend meetings and prepare presentations and Staff Reports for city advisory boards,
commissions and the City Council when said meetings relate to projects covered by this
contract, and as warranted and directed by the City Manager or his designee.
RFP#07-15
Page 3 of 12
8. Move assigned projects through all City entitlement processes, including but not limited
to, architectural review, planning approval, building & safety, and engineering, including
Council award if applicable.
9. Architectural and/or Landscape Architectural services for designated historic buildings
and sites , as well as completely new construction, alteration, and renovation projects to
include project design, evaluation, planning, handicapped accessibility, and engineering
services (civil, structural, MEP, land surveying, etc.) incidental to the project.
10. Preparation of reports, phase and construction phase schedules, preliminary documents,
working drawings, construction drawings, specifications, bid documents and construction
cost estimates.
11. Provide value engineering, construction management, coordinate and conduct meetings
with city staff, contractors, and other stake holders as may be required.
12. Perform construction phase services, provide CADD documentation, assist in warranty
review and participate in project close-out phase of projects as may be required.
13. Submit invoices monthly with detailed account of staff hours attributed to specific project
billings with all staff hours attributed to project. Use City provided project numbers or
identifiers so that each project can be separately accounted for.
14. Cooperate, coordinate and communicate with all internal City departments as necessary.
It will be the responsibility of the successful firm(s) to determine the necessary staffing level
required to perform the scope of service as may be required for a project when assigned. The
City will not provide dedicated work space or office space, city staff or city resources, printing or
copying services, or clerical assistance in the performance of this agreement. The City reserves
the right to perform any portion of the scope of work with City personnel and/or by other
Consultants.
All proposals must be made on the basis of the requirements contained herein. Individual tasks
may require supervision, consultants, materials, equipment and supplies necessary to complete
any services required.
All services shall be performed in compliance with industry and professional standards and all
applicable federal, state, and local laws, ordinances and regulations including Americans with
Disabilities Act (ADA), 2010 (or most applicable current at the time of assigned project) Edition
of the California Building Code, and the rules and ordinances of the County of Riverside and the
City of Palm Springs.
The City further reserves the right, when applicable and in the best interests of the City, to
require the Architect or Landscape Architect to engage sub-consultants with special expertise
when the unique circumstances of a particular project warrants such additional services. The
City may provide recommendations to the Architect or Landscape Architect of sub-consultants
for consideration and reserves the right of approval of any sub-consultant selected by the
Architect or Landscape Architect on any assigned project.
4. PROPOSAL REQUIREMENTS:
Please note: this RFP cannot identify each specific, individual task required to successfully and
completely implement the projects that may be assigned. The City of Palm Springs relies on the
professionalism and competence of the selected firms to be knowledgeable of the general areas
identified in the scope of work and to include in its proposal the required tasks and subtasks,
personnel commitments, direct and indirect costs, etc. The City of Palm Springs will not
approve addenda to the selected firm's agreement which do not involve a substantial change
from the general scope of work identified in this RFP. Firms submitting a proposal shall follow
RFP#07-15
Page 4 of 12
all proposal requirements and respond to all of the information requested as more fully
described below.
5. SELECTION PROCESS: The City of Palm Springs is utilizing a Qualifications Based
Selection process to select a firm to provide the services requested by this RFP. The City shall
review the proposals submitted in reply to this RFP, and a limited number of firms may be
invited to make a formal presentation at a future date. The format, selection criteria and date of
the presentation will be established at the time of short listing. Preparation of proposals in reply
to this RFP, and participation in any future presentation is at the sole expense of the firms
responding to this RFP.
6. PROPOSAL EVALUATION CRITERIA: This solicitation has been developed in the
"Request for Proposals" (RFP) format. Accordingly, firms should take note that the City will
consider multiple criteria in selecting the most qualified firm. Consistent with Federal, State and
Local laws for the acquisition of Professional Services, price is NOT an evaluation criteria. Cost
Proposals/Hourly Rates submitted in separate sealed envelopes are not opened, nor
considered during proposal evaluations. Upon selection of the most qualified firm, the
associated cost proposal will be used as a basis for contract negotiations. A contract shall be
negotiated on the basis of the submitted Cost Proposal/Hourly Rates, and in consideration of
reasonable and mutually agreed project costs and time requirements. Should successful
negotiations not occur with the highest ranked firm, the City may, at its sole discretion, choose
to enter into negotiations with the second highest ranked firm, and so on. The City reserves
the right, and intends to enter into agreements with more than one firm.
PRIOR CITY WORK If your firm has prior experience working with the City DO NOT assume
this prior work is known to the evaluation committee. All firms are evaluated solely on the
information contained in their proposal, information obtained from references, and presentations
if requested. All proposals must be prepared as if the evaluation committee has no knowledge
of the firm, their qualifications or past projects.
An evaluation committee, using the following evaluation criteria for this RFP, will evaluate all
responsive proposals to this RFP. The evaluation committee may request, if desired by City,
formal presentations/interviews from short listed firms at a future date of which the format and
presentation evaluation criteria shall be provided at the time of short listing. Participation in
any phase of this RFP process, including the interview phase if conducted, is at the sole
expense of the firms replying to this RFP. The City shall NOT be responsible for any costs
incurred by any firm in response to, or participation in, this RFP.
Firms are requested to submit their proposals so that they correspond to and are identified with
the following evaluation criteria, which are more fully detailed in Section 7:
A. Project Understanding (30 POINTS):
The firm's proposal adequately demonstrates an understanding of, and familiarity with,
providing on-call architectural and/or landscape architectural services to a municipal
government or other public agency including work process plan and methodolgy, and the
issues that may be unique to providing such services in the Coachella Valley.
B. Scope of Work (25 POINTS):
Proposed scope of work for architectural and/or landscape architectural on-call services
for the types of projects that may be assigned by a municipal government including
resource allocation, technical scope identifying tasks and sub-tasks, and example of
specific completed project.
RFP#07-15
Page 5 of 12
C. Firm and Staff Qualifications (40 POINTS):
Qualifications of the firm and the staff assigned to manage and provide architectural
and/or landscape architectural services. This includes relevant and specific experience of
both the firm and of the individual assigned staff members, technical expertise, licenses,
sub-consultants, and references.
D. Local Expertise Demonstrated on the Team (5 POINTS):
Firms that qualify as a Local Business, or employ local sub-consultants, and submit a valid
business license as more fully set forth in Section E.1 below, pursuant to the City of Palm
Springs Local Preference Ordinance 1756). The full local preference, five (5) points, may
be awarded to those that qualify as a Local Business. Two (2) points may be awarded to
a non-local business that employs or retains local residents and/or firms for this project.
Non-local firms that do not employ or retain any local residents and/or firms for this project
shall earn zero (0) points for this criteria.
7. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses
correspond directly to, and are identified with, the evaluation criteria stated in Section 6 above.
The proposals must be in an 8 Y: X 11 format, may be no more than a total of thirty (30)
SHEETS OF PAPER (double-sided is OK), which shall include a cover letter, an organization
chart, staff resumes and any appendices. NOTE: Dividers, Attachment "A", Addenda
acknowledgments, and the Cost Proposal/Hourly Rates ('in a separate sealed envelope) do
NOT count toward the sheets of paper limit. Interested firms shall submit SIX (6) copies (one
marked "Original" plus five copies) of both your Qualifications/Work Proposal and your Cost
Proposal/Hourly Rates by the deadline.
All proposals shall be sealed within one package and be clearly marked, "RFP #07-15,
REQUEST FOR PROPOSALS FOR "ON-CALL" ARCHITECTURAL AND LANDSCAPE
ARCHITECTURAL SERVICES". Within the sealed proposal package, the Cost
Proposal/Hourly Rates shall be separately sealed from the Qualifications/Work Proposal.
Proposals not meeting the above criteria may be found to be non-responsive.
EACH PROPOSAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED
ENVELOPES:
Envelope #1, clearly marked "Qualifications/Work Proposal', shall include the following
items:
• Completed Signature authorization and Addenda Acknowledgment (see Attachment A)
• Completed, and notarized, Affidavit of Non-Collusion (see Attachment B)
• If applicable, your specific request for Local Preference (reference Attachment A) and a
copy of a valid business license from a jurisdiction in the Coachella Valley.
• Qualifications/Work Proposal (Items A thru D below) — Project Understanding, Scope of
Work, Firm and Staff Qualifications including References, and Local Expertise as more fully
set forth below.
• A thumb drive or flash drive containing the QualificationslWork Proposal in Microsoft
Word (`.doc) (Word is preferred, although other software programs are acceptable), and
Adobe Acrobat (".pdf)formats.
Envelope #2, clearly marked "Cost Proposal/Hourly Rates", shall include the following
item:
RFP#07-15
Page 6 of 12
• Cost Proposal/Hourly Rates — provide a Cost Proposal that identifies a schedule of hourly
rates for each person and/or position assigned to perform the requested services, and
include any other rates or costs that may apply or that the City may incur in conjunction with
the performance of the on-call architectural and/or landscape architectural services.
In addition to the items above, at a minimum, firms must provide the information identified
below. All such information shall be presented in a format that directly corresponds to the
numbering scheme identified here:
SECTION A: PROJECT UNDERSTANDING
A.1 State your firm's complete name, type of firm (individual, partnership, corporation or
other), telephone number, FAX number, contact person and E-mail address. If a corporation,
indicate the state the corporation was organized under. State the name and title of the firm's
principal officer with the authority to bind your company in a contractual agreement.
A.2 Demonstrate your understanding of, and familiarity with, providing on-call architectural
and/or landscape architectural services to a municipal government or other public agency and
the various processes, approvals, and procedures associated with providing such services.
Identify and discuss your understanding of, and familiarity with, the unique issues of providing
such services in the Coachella Valley. Include your work plan process and methodology.
A.3 Identify any key or critical issues that may be encountered and your ability to ensure that
projects are delivered on time and within your client's budget and the measures taken in
successfully completing all phases of a project.
AA Identify the project management tools you propose to use to keep both your own staff on
track and the City staff cognizant of current project status.
SECTION B: SCOPE OF WORK
B.1 Generally identify the methodology of how the firm will propose to budget and best
allocate its resources for an on-call assignment.
B.2 Provide a detailed technical scope of work identifying all tasks and sub-tasks that may
be required to successfully implement architectural or landscape architectural services for a City
Project if assigned to your firm.
B.3 Identify at least one construction project, carried out in a desert environment, for which
your firm and the staff proposed for this contract provided architectural and/or landscape
architectural services, and describe how you applied your firm's skills and abilities in the
following areas:
(a) Responsiveness and attentiveness to client needs;
(b) Creative ability;
(c) Knowledge and understanding of the latest architectural and construction trends,
including LEED, etc. or if applicable, the latest landscape design trends including water
conservation, drought-tolerant plant materials, etc.
(d) Analytical capability;
(e) Oral and written communication skills, including Staff or Council Reports;
(f) Interaction with client's organization, i.e., other divisions and personnel, Boards,
Commissions, and Councils.
(g) Sensitivity to funding constraints;
RFP#07-15
Page 7 of 12
(h) Sensitivity to historically designated public buildings and sites; sensitivity to use of
native plants, sustainability issues and water conservation.
SECTION C: FIRM AND STAFF QUALIFICATIONS
CA Specifically describe your firms architectural services and/or landscape architectural
services background and experience and also your firms experience with municipal government
or other public agencies, including entitlement processes, architectural review, planning
approval, building and safety, engineering, and Council or Board award. Include information on
your firm's management skills and technical expertise, including LEED certification,
Construction Estimating, ADA requirements for public buildings, or other expertise if applicable.
C.2 List the name, qualifications and availability of the key staff/team members that will be
assigned to this project and their credentials. Provide the name and detailed qualifications of
the lead Architect and/or Landscape Architect that will be assigned to this contract. Also include
the current valid Califomia Architect License (CAB) or California Landscape Architect License
(CLARB) numbers for the lead Architect and/or Landscape Architect, and the license numbers
of any other Architects or Landscape Architects that may be assigned to work under this
contract.
C.3 If applicable, indicate the name of any sub-consultant firms that will be utilized to makeup
your team. Describe each sub-consultant's background and specific expertise that they bring to
this project. Include any applicable License numbers for sub-consultants. The City reserves the
right to reject the successful firm's selection of any sub-consultants or contractors.
CA Provide a minimum of four (4) references for recently completed architectural or
landscape architectural services where the key personnel identified above provided the
professional services required. At least two (2) of the references shall be for municipal
government or other public agency projects, preferably in a desert climate. Provide contact
information, including full name, email address, and a current phone number, for each project
identified.
C.5 For your referenced projects above, briefly explain what key issues/challenges you faced
and how you solved them. Also, please comment on the project budgeting for each (contractual
architectural or landscape architectural services vs. actual; construction cost estimate vs.
actual).
C.6 Summarize why the firm is the most qualified firm to provide "on-call" architectural or
landscape architectural services to the City of Palm Springs.
SECTION D: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM
DA Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding
contracts for services, including consultant services, preference to a Local Business shall be
given whenever practicable and to the extent consistent with the law and interests of the public.
The term "Local Business" is defined as a vendor, contractor, or consultant who has a valid
physical business address located within the Coachella Valley, at least six months prior to bid or
proposal opening date, from which the vendor, contractor, or consultant operates or performs
business on a day-to-day basis, and holds a valid business license by a jurisdiction located in
the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the
south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino
Mountains on the east and north. For the purposes of this definition, "Coachella Valley"
RFP#07-15
Page 8 of 12
includes the cities of Beaumont and Banning and the unincorporated areas between Banning
and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the
purpose of establishing such physical address.
The consultant will also, to the extent legally possible, solicit applications for employment and
proposals for subcontractors and subconsultants for work associated with the proposed contract
from local residents and firms as opportunities occur and hire qualified local residents and firms
whenever feasible.
In order for a business to be eligible to claim the preference, the business MUST request the
preference in the Solicitation response (see Attachment A) and provide a copy of its current
business license (or of those it employs for this project) from a jurisdiction in the Coachella
Valley. A non-local business that requests the preference based on employing local residents
must provide proof of full-time primary residency from a jurisdiction in the Coachella Valley with
the proposal. The City reserves the right to determine eligibility.
D.2 List all team members with local expertise. Clearly define what their role would be if
assigned a city project.
Envelope #2, clearly marked "Cost Proposal/Hourly Rates", shall include the following
item:
• Cost Proposal/Hourly Rates — provide a Cost Proposal that identifies a Schedule of Hourly
Rates for each person and/or position assigned to perform the requested services, and
include any other rates or costs that may apply or that the City may incur in conjunction with
the performance of the on-call architectural and/or landscape architectural services.
Do NOT include Attachments "A" or "B" in the Cost Proposal, Envelope#2. Attachments
"A" and "B" are to be included in Envelope #1, "Qualifications/Work Proposal'.
DEADLINE FOR SUBMISSION OF PROPOSALS: Proposals will be received in the City of
Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, APRIL 14,
2015. Proof of receipt before the deadline is a City of Palm Springs, Office of Procurement and
Contracting time/date stamp. It is the responsibility of the firms replying to this RFP to see that
any proposal sent through the mail, or via any other delivery method, shall have sufficient time
to be received by the Procurement Office prior to the proposal due date and time. Late
proposals will be returned to the firm unopened. Proposals shall be clearly marked and
identified and must be submitted to:
City of Palm Springs
Procurement and Contracting Department
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
Attn: Craig Gladders, C.P.M., Procurement& Contracting Manager
QUESTIONS: Firms, their representatives, agents or anyone else acting on their behalf are
specifically directed NOT to contact any city employee, commission member, committee
member, council member, or other agency employee or associate for any purpose related to
this RFP other than as directed below. Contact with anyone other than as directed below
WILL be cause for rejection of a proposal.
RFP#07-15
Page 9 of 12
Any questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING
and directed ONLY to:
Craig Gladders, C.P.M.
Procurement& Contracting Manager
3200 East Tahquitz Canyon Way
Palm Springs, CA 92262
via FAX (760) 323-8238
or via EMAIL: Craig.Gladderse-i)almsoringsca.gov
Interpretations or clarifications considered necessary in response to such questions will be
resolved by the issuance of formal Addenda to the RFP. The deadline for all questions is
3:00 P.M., Local Time, Thursday, April 7. 2015. Questions received after this date and time
may not be answered. Only questions that have been resolved by formal written Addenda via
the Division of Procurement and Contracting will be binding. Oral and other interpretations or
clarifications will be without legal or contractual effect.
FORM OF AGREEMENT: The selected firms will be required to enter into a contractual
agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance
with the standard on-call Professional Services Agreement (see Attachment "C"). Please note
that Exhibits A, B, C, D and E are intentionally not complete in the attached document.
These exhibits will be negotiated with the selected firms, and will appear in the final Professional
Services Agreement executed between the parties. Requested changes to the Professional
Services Agreement may not be approved, and the selected firms must ensure that the attached
document will be executed.
Failure or refusal to enter into an Agreement or to conform to any of the stipulated requirements
in connection therewith shall be just cause for an annulment of the award.
AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide
all of the services identified in the RFP document. However, the City reserves the right to award
a contract to multiple Respondents or to a single Respondent, or to make no award, whichever
is in the best interest of the City. It is anticipated that award of the contract will occur at the
next regularly scheduled City Council meeting after the evaluation committee has made its final
selection of the firm to be recommended for award and a contract has been negotiated and
agendized for consideration. The decision of the City Council will be final.
RIGHT TO ACCEPT OR REJECT PROPOSALS: The City of Palm Springs reserves the right
to waive any informality or technical defect in a proposal and to accept or reject, in whole or in
part, any or all proposals and to cancel all or part of this RFP and seek new proposals, as best
serves the interests of the City. The City furthermore reserves the right to contract separately
with others certain tasks if deemed in the best interest of the City.
INSURANCE: Insurance provisions are contained in the Standard Contract Services sample
agreement included in the RFP. The successful Proposer will be required to comply with these
provisions. It is recommended that Proposers have their insurance provider review the
insurance provisions BEFORE they submit their proposal.
RESPONSIBILITY OF PROPOSER: All firms responding to this RFP shall be responsible. If it
is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an
RFP without an authorized signature, falsified any information in the proposal package, etc.),
the proposal shall be rejected.
RFP#07-15
Page 10 of 12
PUBLIC RECORD: All documents submitted in response to this solicitation will become the
property of the City of Palm Springs and are subject to the California Code Section 6250 et seq.,
commonly known as the Public Records Act. Information contained in the documents, or any
other materials associated with the solicitation, pursuant to CA Government Code 6255 during
the negotiation process, may be made public after the City's negotiations are completed, and
staff has recommended to the City Council the award of a contract to a specific firm, but before
final action is taken by the City Council to award the contract.
Although the California Public Records Act ("CPRA") recognizes that certain confidential trade
secret information may be protected from disclosure, the City may not be in a position to
establish that the information submitted in a proposal is a trade secret. If a request is made for
information marked "Confidential," "Trade Secret," Proprietary," or any other similar designation,
the City will provide the party submitting such information with reasonable notice to allow the
party to seek protection from disclosure by a court of competent jurisdiction.
If a submitting party contends that a portion of the proposal is confidential even under the
CPRA, the party: 1) must clearly label each document and/or page deemed a confidential
document 2) the legal rationale supporting such contention including specific references to
applicable provisions of the Public Records laws of the State 3) must actively defend against
any request for disclosure of information which the party has determined should not be
released, and 4) must indemnify and hold harmless the City from any loss, claim or suit,
including attorneys' fees, brought by a person challenging the City's refusal to release the
documents. The City will not, under any circumstances, incur any expenses, or be responsible
for any damages or losses incurred by a party submitting a proposal or any other person or
entity, because of the release of such information. The City will not return the original or any
copies of the proposal or other information or documents submitted to the City as part of this
RFP process. NOTE THAT THE CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL
OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY
INFORMATION OR A TRADE SECRET. SUCH PROPOSALS MAY BE FOUND NON-
RESPONSIVE.
COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any
costs incurred by any firm responding to this RFP in the preparation of their proposal or
participation in any presentation if requested, or any other aspects of the entire RFP process.
COMPLIANCE WITH LAW. Proposer warrants that all Services rendered shall be performed in
accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders,
rules, and regulations.
LICENSES. PERMITS, FEES, AND ASSESSMENTS. Proposer represents and warrants to
City that it will obtain all licenses, permits, qualifications, and approvals of whatever nature that
are legally required to practice its profession and perform the Work and Services requested in
this RFP. Proposer represents and warrants to City that Proposer shall, at its sole cost and
expense, keep in effect at all times during the term of the Agreement if so awarded, any license,
permit, qualification, or approval that is legally required for Proposer to perform the Work and
Services under the Agreement if so awarded. Proposer shall have the sole obligation to pay for
any fees, assessments, and taxes, plus applicable penalties and interest, which may be
imposed by law and arise from or are necessary for the Proposer's performance of the Work
and Services required under the Agreement if so awarded. Proposer shall indemnify, defend,
and hold harmless City against any such fees, assessments, taxes penalties, or interest levied,
assessed, or imposed against City to the fullest extent permitted by law.
RFP#07-15
Page 11 of 12
BUSINESS LICENSE: The selected firm will be required to be licensed in accordance with the
City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96,
entitled "Business Tax'.
INVESTIGATIONS: The City reserves the right to make such investigations as it deems
necessary to determine the ability of the firms responding to this RFP to perform the Work and
the firm shall furnish to the City all such information and data for this purpose as the City may
request. The City reserves the right to reject any proposal if the evidence submitted by or
investigation of such firm fails to satisfy the City that such firm is properly qualified to carry out
the obligations of the Contract and to complete the Work contemplated therein.
PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their
proposal shall be valid for a period of 120 calendar days from the due date of proposals.
SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted
to mean that the firm responding to this RFP has hereby agreed to all the terms and conditions
set forth in all of the sheets which make up this Request for Proposals, and any attached
sample agreement. Exceptions to any of the language in either the RFP documents or
attached sample agreement, including the insurance requirements, must be included in the
proposal and clearly defined. Exceptions to the City's RFP document or standard boilerplate
language, insurance requirements, terms or conditions may be considered in the evaluation
process; however, the City makes no guarantee that any exceptions will be approved.
RFP#07-15
Page 12 of 12
OF PA.LM S
REQUEST FOR PROPOSALS (RFP 07-15)
FOR
"ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES
ADDENDUM NO. 1
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP
DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE
PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY
ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED
TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
DELIVERY OF PROPOSALS - NOTIFICATION OF PARKING LOT CONSTRUCTION AT CITY
HALL- Proposers are hereby notified that there will be construction in progress at the Palm
Springs City Hall parking lot on the day that Proposals are due. Proposers shall take this into
account in the delivery of their proposals, as neither the City nor the parking lot contractor shall
be liable or responsible for the late delivery of a proposal due to the construction in progress at
City Hall. It is the responsibility of the proposer to see that any proposal that is hand delivered,
sent through the mail, or by any other delivery method, shall have sufficient time to be received
by the Office of Procurement & Contracting by the due date and time. Late proposals will not be
accepted and shall be returned unopened.
The City has received the following questions and is hereby providing answers
thereto:
Q 1: Did the City have an on-call list of firms previous to this request for a new list?
Would it be possible to release the previous list and the projects that were serviced as a
part of that on-call list?
A 1: Yes. The three on-call firms are Urrutia Architects, Interactive Design
Corporation, and William G. Kleindienst. A sampling of the projects serviced are:
• Airport Security Checkpoint area remodel
• Airport Baggage Claim area remodel
• Airport USO remodel
• Airport main parking lot landscape re-design
• Airport TSA wall removal and reconfiguration
• Desert Highland Unity Center HVAC and electrical upgrades
• Police Department Lobby and Records remodel
• Plaza Theater architectural assessment
• DeMuth Community Center Gymnasium floor replacement
• Cornelia Whitehouse improvements
• New Fire Station site planning
• Skate Park building improvements
• Welwood Memorial Library remodel
Q 2: Is there a list of projects that could be awarded through this on-call list? If yes,
would it be possible to make this list available for review?
A 2: No, not at this time. Each project must first be budgeted and approved by
the City Council and funds allocated during the Fiscal Year budgeting process
prior to starting the design phase. Our next fiscal year begins July 1s` and that
budget has not yet been approved by the City Council. As such, a very general
description of the types of projects that may be contemplated is provided on page
3, under item 2, "Background".
Q 3: Is there an estimated size of individual projects or an overall contract value
estimate? This would be helpful for us to know in order to show projects that are a
similar size.
A 3: No, see answer to Question #2 above.
Q 4: How many firms does the City anticipate selecting? Once those firms are
selected, how will the projects be awarded? Will the top ranking firm have the priority or
will all firms on the list compete for the work?
A 4: The City is unable to estimate at this time how many firms will be selected
as we do not yet know how many proposals we will receive or how many will be
recommended for award. As the economy and the City's budget improves the
City anticipates having a greater need for on-call architectural and landscape
architectural services in the future.
The successful firms will have hourly rates established under a Master Agreement
for on-call services as a result of this process. As the City contemplates a
project it may solicit fully developed project specific proposals, based upon the
Master agreement hourly rates, from one or more of the firms and, at its sole
discretion, award a specific project on a case by case (project) basis. There is no
guarantee of award, no rotation of project awards, and no priority of assignments
based upon ranking from this RFP process.
Q 5: 1 noticed that local expertise is worth 5 points, to be allocated depending on if the
prime is local or if local subconsultants are used. Local participation is mentioned again
in Section D stating that "preference to a Local Business shall be given whenever
practicable to the extent consistent with the laws and interests of the public". Is it
possible that local consideration will affect overall scoring or scoring in other areas? Or
is local consideration scoring restricted to strictly the five points for local expertise?
A 5: As provided in the RFP, only up to 5 points may be awarded if a firm meets
the criteria set forth and as defined under Local Preference. As with any of the
criteria, the points earned for Local Preference could affect overall scoring.
However, as provided in the other selection criteria (regardless of the location of
the prime firm or subconsultants used) is the understanding of, and experience
with, the issues that may be unique to providing such services in the Coachella
Valley, and our desert environment.
Q 6: We would like to clarification regarding how you would like us to propose. We
are a landscape architecture firm; should we team up with an architect for that side of
things, or propose solely on the aspects that pertain to landscape architecture? From
how the RFP reads, it appears that we could go in on our own merit, but just want to
make sure what the City prefers.
A 6: Yes, you may propose solely as a Landscape Architecture firm. As stated
in the RFP document on page 2 under section f "Purpose and Schedule" : "The
City of Palm Springs is requesting proposals from qualified licensed professional
architect or landscape architect firms to provide the City with "on-call"
Architectural and/or Landscape Architectural Services for a variety of City
projects as may be assigned, (hereinafter the "Project"). The objective of this
solicitation is to hire multiple on-call firms to provide such services to the City.
The City may contract with firs that offer only Architectural Services, only
Landscape Architectural Services, or firms that provide both services and may
assign projects at its sole discretion. "
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement & Contracting Manager
DATE: March 19, 2015
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature: Date:
Acknowledgment of Receipt of Addendum 1 is required by signing and including
the acknowledgment with your submittal, or you may also acknowledge the
Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum
may result in your submittal being deemed non-responsive.
OF PALM S
N
1Pj
\ Z
V V
REQUEST FOR PROPOSALS (RFP 07-15)
FOR
"ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES
ADDENDUM NO. 2
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP
DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE
PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY
ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED
TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following questions and is hereby providing answers
thereto:
Q 1: Are sub-consultants required to fill out Attachment 'A'?
A 1: No. Only the prime firm that is submitting the Proposal executes
Attachment "A".
Q 2: On page 6 under 7. Proposal Contents, the RFP states that Attachment A does
not count towards the 30-page limit. Does this also apply to Attachment B?
A 2: Neither Attachment "A" or `B"counts toward the page limit. That was an
oversight on our part.
Q 3: On page 6 under D. Local Expertise Demonstrated, up to 5 points can be
awarded for proposers that qualify as a local business. If the prime has a subconsultant
on the team that is a local business, but the prime is not, would the proposer's team
qualify for these points? And therefore submit a copy of the subconsultant's business
license with Attachment A?
A 3: Please refer back to the language as provided on page 6 under "D", where
it goes on to state: "Two (2) points may be awarded to a non-local business that
employs or retains local residents and/or firms for this project. Non-local firms
that do not employ or retain any local residents and/or firs for this project shall
earn zero (0) points for this criteria." Therefore a non-local Prime may earn 2
points for Local Preference IF a local sub consultant is on the team and a copy of
the local sub consultant's valid business license from a jurisdiction within the
Coachella Valley, as more fully defined on pages 8 and 9 "Section D" is included
with Attachment A.
Q 4: On page 6, fifth bullet under Envelope #1 required items, the RFP states that a
thumb or flash drive containing the proposal as a Microsoft Word doc (Word is preferred,
although other software programs are acceptable) and an Adobe pdf are required. Is just
the pdf acceptable? If not, is Adobe InDesign acceptable? Is submitting the file on a CD
rather than a thumb or flash drive acceptable?
A 4: Yes, a pdf is acceptable and Yes, a CD is acceptable.
Q 5: For Section D: Local Expertise Demonstrated on the Team:
D2 asks for list of all team members with local expertise. How is this line different to
C.3?
A 5: Section "C" pertains to the evaluation criteria and associated points for
the overall Firm and Staff Qualifications (which would include sub consultants
that may make up a firm's team, if applicable). "C.3" is asking firms to identify
their sub-consultants, if applicable, and their qualifications.
Section "D" pertains specifically to the Local Preference criteria and associated
points and is asking firms to identify any local expertise and sub consultants that
may make up a firm's team, if applicable. if a prime firm or a sub-consultant is a
local firm and meets the definition of local, then a copy of the prime firm or sub
consultant's business license from a local jurisdiction (as more fully set forth in
the RFP document) is to be submitted with the proposal. Note, it is possible, if
using a local sub consultant, that they would be listed in both Section C.3 and
Section D.
Q 6: Could Civil Engineers submit separate response to RFP? Similar to landscape as
your Addendum No. 1 question 6.
A 6: No. This RFP is not seeking separate Civil Engineering design services.
Q 7: Will the response to RFP be considered incomplete if the architect does not
include landscape or civil engineer?
A 7: While the response would not be considered incomplete, the City is
requesting that you indicate any sub-consultants that will be utilized to make up
your team. Please refer to page 8, C.3.
Q 8: As part of the submittal, a Word file version is asked of the response. We will be
working with Acrobat InDesign Software. IF turning to World file, the formatting will be
completely lost and response will be unrecognizable. Will a PDF version suffice?
A 8: Yes.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement& Contracting Manager
DATE: April 7, 2015
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature: Date:
Acknowledgment of Receipt of Addendum 2 is required by signing and including
the acknowledgment with your submittal, or you may also acknowledge the
Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum
may result in your submittal being deemed non-responsive.
EXHIBIT "C"
CONSULTANT'S PROPOSAL
CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE
Exhibit "C"
"m{
QUALIFICATIONS/WORK PROPOSAL ! APRIL 14, 2015
Y
yy�
p
. r
Fit r 4' 07 - 15
" .
M I G
? 09 WEST UNION AVENUE, FULL.ERTON, CAUL:ORNIA 92832
714-871-3638 www.migcom .com
In association with
COA.CHELLA VALLEY ENGINEERS I LRA ENGINEERS
Table ®f Contents
Cover Letter
Attachment A
Attachment B
Project Understanding Section A
firm information A.1
work plan process and methodology A.1
critical issues that may affect budget and schedule A.3
proposed Project management tools A.3
Scope of Work Section B
budget and allocation of resources for on-call assignments B.1
detailed scope of work 13.1
city of indio parks BA
Firm and Staff Qualifications Section C
firm qualifications C.1
key personnel C.20
subconsultants C.27
references C.29
key issues and challenges of referenced projects C.29
why mig C.30
Local Expertise Demonstrated on the Team Section D
local business D.1
team members with local expertise DA
Cost Proposal/Hourly Rates (under separate cover)
mumApril 14, 2015
109 W Union Avenue Mr. Craig Gladders, CPM
Fullerton, California 92832 City of Palm Springs, Procurement and Contracting Department
Phone: (714)871-3638 3200 East Tahquitz Canyon Way
Fax: (714)871-1188 Palm Springs, California 92262
www.migcom.com
Subject: RFP#07-15, "On-Call"Landscape Architectural Services for the
CALIFORNIA
City of Palm Springs
',
BERKELEY DAVIS,
Dear Mr. Gladders and Selection Committee Members:
FULLERTON, KENWO OD,
MENLO PARK, PASADENa, MIG, Inc. in association with Coachella Valley Engineering, Civil Engineers and LRA
RIVERSIDE AND SAN DIEGO Electrical Engineers, is pleased to submit this proposal to the City of Palm Springs to
provide Landscape Architectural Services.
COLORADO
BOULDER QUALIFICATIONS, BACKGROUND AND EXPERIENCE SUMMARY
We have a staff of 200 people in our twelve offices including licensed landscape
NEW YORK architects, park and recreation planners, urban planners, public facilitators and
PLEASANTvILLE community outreach experts, LEED Accredited Professionals,ADA Compliance
experts, NRPA certified play area safety inspectors, biologists, horticulturists, irrigation
NORTH CAROLINA
designers, water auditors, grant writers, graphic artists and environmental planners.
RALEIGH The MIG team is prepared to dedicate its resources to the City and respond quickly
OREGON and professionally as a first priority.
EUGENE AND PORTLAND We currently provide similar landscape architectural services to various municipalities
including the Southern California communities of Long Beach, Irvine, Fullerton,
TEXAS Anaheim, Palmdale and San Bernardino County.We have provided park planning and
SAN ANTONIO landscape architectural design services in the Coachella Valley for six parks including
Cahuilla, Dominguez, Dr. Carreon, Miles, North Jackson and Yucca Parks. We also
'.. provided park planning services for La Quinta Community Park as Purkiss Rose-RSI
prior to being acquired by MIG and Freedom Park and Big League Dreams in Las Vegas
and Craig Ranch Regional Park in North Las Vegas.
MIG has designed and developed construction documents for over$900 million worth
of parks and recreational facilities, streetscapes, medians and public right-of-way
improvements that have been built.We have addressed, and found successful,
realistic solutions, for ongoing maintenance, horticultural, soil management, water
management, sustainabiGty and irrigation issues for our clients.
APPROACH
Our 32 years of experience providing as-needed services for communities has given us
a full understanding of park and recreation procedures and policies, maintenance and
operations guidelines, public works procedures,governmental codes and regulations,
and the submittal, review, approval and permitting process. We will dedicate staff and
resources to fully, and quickly, respond to City of Palm Springs requests and needs.
PLANNING DESIGN / COMMUNICATIONS / MANAGEMENT ! TECHNOLOGY
Proven Ability to Maximize Staff and Community Input in the Planning
Process: MIG encourages staff and community participation in all of our planning
projects. Our facilitation methods and techniques maximize staff and community
I input and have been developed and refined over many years of concentration in
public facility planning and design. We will work closely with City administrative
and maintenance staff, stakeholders, user groups and the community throughout
the design process to provide the most efficient and attractive projects that "fit"
into the larger context of Palm Springs.
Development of Complete and Accurate Construction Documents: The
MIG Team understands the importance of complete and thorough bid documents
to ensure quality construction from the "low responsive bid" contractors. MIG's
construction documents are complete and generate highly competitive bids.We
will accomplish these results through comprehensive review of documents, internal
quality control procedures, constructability review and input from City staff.
Proven Ability to Respond to Critical Schedules: MIG has earned a reputation
for completing projects that meet our clients'schedule requirements. MIG's
size, available resources and commitment to client satisfaction work together
to meet accelerated project milestones and timelines. The recently completed
Long Beach Transit Gallery is a great example of our ability to develop concepts,
design development, construction documents and complete construction within
a 12-month deadline. This accelerated schedule was necessary to meet the
requirement of the Federal funding of the project. Proactive partnering between
the City, Long Beach Transit,the design team, MTA and the Contractor resulted in a
challenging yet successful job, completed on time.
Demonstrated Experience In Meeting Budgets: We have a strong track-record
in meeting client budgets. Due to the wide range of project types handled by our
office,we are able to keep current on costs of materials and installation.
We have carefully reviewed the Request for Proposals,submission forms and
addenda. We have no exceptions and accept the terms as stated.
The Fullerton and Riverside offices of MIG look forward to the possibility of
continuing our work with the City of Palm Springs. If you have any questions, please
feel free to contact me at(714)871-3638, extension 404 or stevel@migcom.com.
Sincerely,
Steven N. Lang,ASLA
Landscape Architect#17
Principal
MIG
PLANNING DFSIGN / COMMUNICATIONS / MANAGEMENT TECHNOLOGY
ATTACHMENT "All
"NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED INSIDE ENVELOPE #1
"QUALIFICATIONSIWORK PROPOSAL"*
REQUESTS FOR PROPOSALS (RFP) #07-15
FOR
"ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES
SIGNATURE AUTHORIZATION
PROPOSER: Moore lacofano Goltsman, Inc. (MIG)
A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for
the above listed individual or company. I c lify that I have the authority to bind myself/this
company in a contract should I be su sfu i ropos
SIGN UR
B. The following information relates to the legal contractor listed above, whether an individual or a
company. Place check marks as appropriate:
1. If successful, the contract language should refer to me/my company as:
_An individual;
A partnership, Partners' names:
A company;
X A corporation
If applicable, please check below and provide the required license:
1. X* My firm is a Local Business (Licensed within the jurisdiction of the Coachella Valley).
Copy of current business license is required to be attached to this document.
* Our subconsultant, Coachella Valley Engineers, is a local business, licensed in several jurisdictions in the Coachella Valley,
2. My tax identification number is:
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the
acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your
proposal being deemed non-responsive.
In the space provided below, please acknowledge receipt of each Addenda:
Addendum(s) # 1-2 is/are hereby acknowledged.
Page 13 of 36
RFP#07-15
0 City of Palm Desert
73-510 Fred Waring Drive, Palm Desert, CA 92260
(760)346-0611
CERTIFICATE
NOT TRANSFERABLE
BUSINESS NAME COACHELLA VALLEY ENGINEERS
allSINESSL0QATt0N: CP87121 ENGINEERING SERVICES - OUTSIDE CITY
OUTSIDE CITY
BUSlNESSOWNER DAVIT: iER"'
12743 13 000140S
ER
VALLEY E
70ARL733 LAASS MONTTANASNGINE RD STES1 1 Y 4/30/15
PALM DESERT CA 92211
The party sNwn is granted We certuicate pursuant to gcerme
and Permit Provisions ad the Mun pal Code.
endorsementottheact morr�niflcattenotcsom lance:
- ?a
w
I :
REQUEST FOR PROPOSALS (RFP 07-15)
FOR
"ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES
ADDENDUM NO. 1
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP
DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE
PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY
ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED
TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
DELIVERY OF PROPOSALS - NOTIFICATION OF PARKING LOT CONSTRUCTION AT CITY
HALL- Proposers are hereby notified that there will be construction in progress at the Palm
Springs City Hall parking lot on the day that Proposals are due. Proposers shall take this into
account in the delivery of their proposals, as neither the City nor the parking lot contractor shall
be liable or responsible for the late delivery of a proposal due to the construction in progress at
City Hall. It is the responsibility of the proposer to see that any proposal that is hand delivered,
sent through the mail, or by any other delivery method, shall have sufficient time to be received
by the Office of Procurement & Contracting by the due date and time. Late proposals will not be
accepted and shall be returned unopened.
The City has received the following questions and is hereby providing answers
thereto:
Q 1: Did the City have an on-call list of firms previous to this request for a new list?
Would it be possible to release the previous list and the projects that were serviced as a
part of that on-call list?
A 1: Yes. The three on-call firms are Urrutia Architects, Interactive Design
Corporation, and William G. Kleindienst. A sampling of the projects serviced are:
• Airport Security Checkpoint area remodel
• Airport Baggage Claim area remodel
• Airport USO remodel
• Airport main parking lot landscape re-design
• Airport TSA wall removal and reconfiguration
• Desert Highland Unity Center HVAC and electrical upgrades
• Police Department Lobby and Records remodel
• Plaza Theater architectural assessment
• DeMuth Community Center Gymnasium floor replacement
• Cornelia Whitehouse improvements
• New Fire Station site planning
• Skate Park building improvements
• Welwood Memorial Library remodel
Q 2: Is there a list of projects that could be awarded through this on-call list? If yes,
would it be possible to make this list available for review?
A 2: No, not at this time. Each project must first be budgeted and approved by
the City Council and funds allocated during the Fiscal Year budgeting process
prior to starting the design phase. Our next fiscal year begins July t't and that
budget has not yet been approved by the City Council. As such, a very general
description of the types of projects that may be contemplated is provided on page
3, under item 2, "Background".
Q 3: Is there an estimated size of individual projects or an overall contract value
estimate? This would be helpful for us to know in order to show projects that are a
similar size.
A 3: No, see answer to Question #2 above.
Q 4: How many firms does the City anticipate selecting? Once those firms are
selected, how will the projects be awarded? Will the top ranking firm have the priority or
will all firms on the list compete for the work?
A 4: The City is unable to estimate at this time how many firms will be selected
as we do not yet know how many proposals we will receive or how many will be
recommended for award. As the economy and the City's budget improves the
City anticipates having a greater need for on-call architectural and landscape
architectural services in the future.
The successful firms will have hourly rates established under a Master Agreement
for on-call services as a result of this process. As the City contemplates a
project it may solicit fully developed project specific proposals, based upon the
Master agreement hourly rates, from one or more of the firms and, at its sole
discretion, award a specific project on a case by case (project) basis. There is no
guarantee of award, no rotation of project awards, and no priority of assignments
based upon ranking from this RFP process.
Q 5: 1 noticed that local expertise is worth 5 points, to be allocated depending on if the
prime is local or if local subconsultants are used. Local participation is mentioned again
in Section D stating that "preference to a Local Business shall be given whenever
practicable to the extent consistent with the laws and interests of the public". Is it
possible that local consideration will affect overall scoring or scoring in other areas? Or
is local consideration scoring restricted to strictly the five points for local expertise?
A 5: As provided in the RFP, only up to 5 points may be awarded if a firm meets
the criteria set forth and as defined under Local Preference. As with any of the
criteria, the points earned for Local Preference could affect overall scoring.
However, as provided in the other selection criteria (regardless of the location of
the prime firm or subconsultants used) is the understanding of, and experience
with, the issues that may be unique to providing such services in the Coachella
Valley, and our desert environment.
Q 6: We would like to clarification regarding how you would like us to propose. We
are a landscape architecture firm; should we team up with an architect for that side of
things, or propose solely on the aspects that pertain to landscape architecture? From
how the RFP reads, it appears that we could go in on our own merit, but just want to
make sure what the City prefers.
A 6: Yes, you may propose solely as a Landscape Architecture firm. As stated
in the RFP document on page 2 under section 1 "Purpose and Schedule" : "The
City of Palm Springs is requesting proposals from qualified licensed professional
architect or landscape architect firms to provide the City with "on-call"
Architectural and/or Landscape Architectural Services for a variety of City
projects as may be assigned, (hereinafter the "Project'). The objective of this
solicitation is to hire multiple on-call firms to provide such services to the City.
The City may contract with firms that offer only Architectural Services, only
Landscape Architectural Services, or firms that provide both services and may
assign projects at its sole discretion. "
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement & Contracting Manager
DATE: March 19, 2015
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name: MIG, Inc.
Authorized Signature: Date: 4/10/2015
Acknowledgment of Receipt of Addendum 1 i equired by signing and including
the acknowledgment with your submittal, or you may also acknowledge the
Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum
may result in your submittal being deemed non-responsive.
REQUEST FOR PROPOSALS (RFP 07-15)
FOR
"ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES
ADDENDUM NO. 2
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP
DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE
PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY
ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED
TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following questions and is hereby providing answers
thereto:
Q 1: Are sub-consultants required to fill out Attachment W?
A 1: No. Only the prime firm that is submitting the Proposal executes
Attachment "A".
Q 2: On page 6 under 7. Proposal Contents, the RFP states that Attachment A does
not count towards the 30-page limit. Does this also apply to Attachment B?
A 2: Neither Attachment "A" or `B" counts toward the page limit. That was an
oversight on our part.
Q 3: On page 6 under D. Local Expertise Demonstrated, up to 5 points can be
awarded for proposers that qualify as a local business. If the prime has a subconsultant
on the team that is a local business, but the prime is not, would the proposer's team
qualify for these points? And therefore submit a copy of the subconsultant's business
license with Attachment A?
A 3: Please refer back to the language as provided on page 6 under "D", where
it goes on to state: "Two (2) points may be awarded to a non-local business that
employs or retains local residents and/or firms for this project. Non-local firms
that do not employ or retain any local residents and/or firms for this project shall
earn zero (0) points for this criteria." Therefore a non-local Prime may earn 2
points for Local Preference IF a local sub consultant is on the team and a copy of
the local sub consultant's valid business license from a jurisdiction within the
Coachella Valley, as more fully defined on pages 8 and 9 "Section D" is included
with Attachment A.
Q 4: On page 6, fifth bullet under Envelope #1 required items, the RFP states that a
thumb or flash drive containing the proposal as a Microsoft Word doc (Word is preferred,
although other software programs are acceptable) and an Adobe pdf are required. Is just
the pdf acceptable? If not, is Adobe InDesign acceptable? Is submitting the file on a CD
rather than a thumb or flash drive acceptable?
A 4: Yes, a pdf is acceptable and Yes, a CD is acceptable.
Q 5: For Section D: Local Expertise Demonstrated on the Team:
D2 asks for list of all team members with local expertise. How is this line different to
C.3?
A 5: Section "C" pertains to the evaluation criteria and associated points for
the overall Firm and Staff Qualifications (which would include sub consultants
that may make up a firm's team, if applicable). "C.3" is asking firms to identify
their sub-consultants, if applicable, and their qualifications.
Section "D" pertains specifically to the Local Preference criteria and associated
points and is asking firms to identify any local expertise and sub consultants that
may make up a firm's team, if applicable. if a prime firm or a sub-consultant is a
local firm and meets the definition of local, then a copy of the prime firm or sub
consultant's business license from a local jurisdiction (as more fully set forth in
the RFP document) is to be submitted with the proposal. *Note, it is possible, if
using a local sub consultant, that they would be listed in both Section C.3 and
Section D.
Q 6: Could Civil Engineers submit separate response to RFP? Similar to landscape as
your Addendum No. 1 question 6.
A 6: No. This RFP is not seeking separate Civil Engineering design services.
Q 7: Will the response to RFP be considered incomplete if the architect does not
include landscape or civil engineer?
A 7: While the response would not be considered incomplete, the City is
requesting that you indicate any sub-consultants that will be utilized to make up
your team. Please refer to page 8, C.3.
Q 8: As part of the submittal, a Word file version is asked of the response. We will be
working with Acrobat InDesign Software. IF turning to World file, the formatting will be
completely lost and response will be unrecognizable. Will a PDF version suffice?
A 8: Yes.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement & Contracting Manager
DATE: April 7, 2015
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name: MIG, Inc.
Authorized Signature: Date: 4/10/2015
Acknowledgment of Receipt of Addendum 2 i equired by signing and including
the acknowledgment with your submittal, or you may also acknowledge the
Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum
may result in your submittal being deemed non-responsive.
ATTACHMENT "B"
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS/WORK
PROPOSAL(Envelope#1)*
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY
PROPOSER AND SUBMITTED WITH PROPOSAL
STATE OF CALIFORNIA) ss
COUNTY OF RIVERSIDE)
The undersigned, being first duly sworn, deposes and says that he or she is
of /y/BNB • the party making the
foregoing Proposal. That the Proposal is not made in the interests of, or on the behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that the Proposal
is genuine and not collusive or sham; that the Proposer has not directly or indirectly induced or solicited
any other Proposer to put in a false or sham Proposal, and has not directly or indirectly colluded,
conspired, connived, or agreed with any Proposer or anyone else to put in a sham Proposal, or that
anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly,
sought by agreement, communication, or conference with anyone to fix the Proposal price of the
Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Proposal price, or
of that of any other Proposer, or to secure any advantage against the public body awarding the contract
of anyone interested in the proposed contract; that all statements contained in the Proposal are true;
and, further, that the Proposer has not, directly or indirectly, submitted his or her Proposal price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and
will not pay, any fee to any corporation, partnership, company, association, organization, Proposal
depository, or any other member or agent thereof to effectuate a collusive or sham Proposal.
B : 2t�;Z
Title: 1
Subscribed and sworn to before me this /O"' day of 4,v y.,z 2015,
EOVON�VA D V~
Commiaalon#2093338
Notary Pablle-celwornia
Orange coway
Comm. Oee t2 2018+
Page 14 of 36
RFP#07-15
SECTION A
r
j Project Understanding
All
rv�
r-
f
Jv
J r X'� flGb . .
T r � J
e l r
ev
{
mNU
j,
Any
IV
t
WA
t
- # t I A€I(
q m"
e�
�y o as a?'a�v»h #MJ Il,iky I — 5 w
X
rile
C
N � li sg
ti x
m
o ( w
iti
OKI
�{4 tt
ur i.
e Ir
�3 a
t� ;
MM
FIRM INFORMATION
portfolio of successful and related regional projects
Moaakaf"eft ,blts � II) n ,�il�� in the Coachella Valley and Mojave Desert,will be an
- -- asset in addressing the unique landscape architectural
Organizational Structure:California Corporation design needs of Palm Springs.We view all our projects
j Primary Contact: as collaborative efforts that maximize the strengths and
Steve Lang,RLA,Principal resources of all project team members including City staff.
p.714-871-3638 1.f.714-871-1188 1 stevel®migcom.com Regardless of the project size,the following elements of
Principal Officer/Authorized Signatory. MIG's process and methodology will be employed.
Daniel lacofano,Chief Executive Officer
`--------------------------------------------------------------------------------------------------- — QUALITY STAFF
Quality control begins with the assignment of qualified,
Worl' Plan Process and Methodology dedicated staff to each project. Our staff has strong
MIG offers the City of Palm Springs a 32-year track record interpersonal skills and the ability to bring people of
of working interactively with our clients. We will become different backgrounds together to focus on the issue at
an extension of your staff, producing innovative designs hand while keeping "the big picture" in mind.As noted,
and plans delivered in a timely and cost-effective manner. the MIG Team for the City of Palm Springs Landscape
As a result of the quality of our work and cost control Architectural Services was selected based on their
measures, 85% of our clients return to MIG for additional passion, suitability and capacity for your projects. They
work. These public agencies, many of whom are on-call will be assigned for the project duration.
clients, have included the cities of Anaheim, Fullerton,
Lake Forest, Long Beach and Westlake Village. CLEAR WORK PLAN AND DELIVERABLES
Prior to commencing work, MIG will meet with City staff
Our expertise derived from our extensive portfolio of and confirm the intended scope of services and proposed
built work will assure Palm Springs of tested and proven project improvements and,subsequently, create a
solutions. We understand the range of projects that detailed work plan. The plan will include a schedule that
may arise from your on-call landscape architectural illustrates the project on a task-by-task basis, making clear
contract including streetscapes,trails, parks and sports the project's critical path, key deadlines and checkpoints
complexes. We appreciate and understand the variety as well as the responsibilities of each team member.The
of microclimates, neighborhoods, parks and commercial project manager will have an identified back-up staff
areas that make up the rich and diverse community of member to handle urgent project issues or emergencies if
Palm Springs. We strongly believe that our extensive necessary.
E
it
i
4p,
+Y
Always Dream Play Area,Central Park, Fremont,California
City of Palm Springs I On-Call Landscape Architectural Services AA
mum
REGULAR REVIEW BY SENIOR STAFF DELIVERABLES REVIEW
Work will be reviewed regularly by the principal-in-charge We will involve our in-house graphic designers and writers
and project manager/landscape architect. Regularly to ensure high-quality written and graphic materials to
scheduled project team meetings will be conducted to support and document the planning and design process.
ensure work quality as well as the appropriate allocation We can also create multimedia outreach and informational
of staff time and project resources. Prior to delivery to the materials as well as develop training and implementation
City, all work will be reviewed by the project manager and tools. Our quality control plan includes deliverables review
principal using our comprehensive checklist. This review to ensure that our products are attractive and easy-to-
time is built into the project schedule, including time for understand as well as communicate complex concepts
internal MIG revisions prior to City delivery. and issues to a wide range of audiences.
TIMELINE CONTROL AND MONITORING QUALITY CONTROL/QUALITY ASSURANCE
Project scheduling will be coordinated with the City and Our quality control plan is multi-layered. MIG has
the tasks and results will be reviewed periodically with developed checklists to ensure high quality project
respect to the project timetable agreed to between outcomes. MIG employs the following quality control
MIG and the City.The schedule will be updated on an tools:
as-needed basis as the project progresses, using actual . Project initiation checklist and questionnaire
finish dates of activities to update the schedule. Based a Topographic survey checklist
on review,we can be flexible in response to unexpected
changes within the established work program and • Auto CAD manual and standards
schedule. a Design process standards
QA/QC checklist
MIG has earned a reputation for completing our project
tasks on time and within budget.The broad experience • Construction administration procedures
of our firm coupled with the expertise of our local office
personnel will ensure our prompt response to project COMMUNITY ENGAGEMENT AND OUTREACH
assignments as well as questions and issues that may MIG has a distinguished reputation for successful public
come up during the review process. participation in the design process.We will employ a
myriad of approaches to gain valuable input in the design
As a result of our production scheduling process and process based on the City's needs. Our approach is "high
the use of designated staff for on-call services,the MIG tech and high touch." Our community engagement
projectteam will be available to respond to the City's specialists utilize numerous tools that prioritize options
requests within the next business day.We will work closely and build consensus.We use Survey Monkey and
with the City of Palm Springs staff and our project team to customized interactive games that we create in house.
meet all project milestones. Our public meetings are often facilitated with a graphic
recording approach whereby the input from the meeting
BUDGET CONTROL AND MONITORING participants is graphically noted on a large wall-sized
MIG has real-time project budgeting and monitoring piece of paper. This allows a real time broad visualization
software to ensure budget allocations and expenditures of comments and how they relate to one another.
are aligned and support project success. Once the The graphic illustrates the key ideas, considerations,
schedule and final budget have been set, the staff hours connections and priorities that with MIG's facilitation can
and costs of each team member will be generated lead to a consensus of the group.
monthly and cumulatively,for each project invoice.This We intend to employ interviews and stakeholder meetings
provides the basis for reviewing actual staff hours against to target and garner input from key individuals and user
estimated expenditures. Status reports will be reviewed groups that have a particular interest in the project. For
regularly with the internal project team as well as with the large city-wide projects or studies we often use written,
City. To avoid change orders or requests for additional electronic or phone surveys to gauge community
services,the principal-in-charge proactively monitors the concerns and desires associated with a program or
budget and status reports. proposed project. We have found that creating intercepts
at existing community events,fairs, farmers markets and
neighborhood gatherings by way of hosting a table, booth
or exhibit easels is a successful way to solicit input from
the active and affected community.
A.2 City of Palm Springs I On-Cal:Landscape Architectural Services
-
INc
Anaheim OUTDOORSiUrban Greening Plan Mobile Workshop
We are firm believers in engaging the community in the Critical Issues That Arlan' Affect' Budget
design process. This public involvement produces a
successful project that the community identifies with,
T1C� Schedule
where they enjoy a sense of ownership and feel a long- Each project has its distinct requirements and issues.
term responsibility for the ongoing care of the project. It Identifying those critical issues and key stakeholders at
is our experience that community leaders are much more the project start,with the assistance and local knowledge
supportive of a project when they are assured that the of City staff, is key. The extent of desired community
community has been engaged from the very beginning participation in the design process will be important
and that the design process has been transparent and to determine with the City Project Manager as well as
resulted in solutions based on consensus. Our approach setting a project calendar for strategic outreach efforts.
of dealing with concerns and issues from the start, with Understanding and planning for related agencies/
multiple input avenues, will help to diminish late negative interests input and reviews(Caltrans,flood control,
claims that can arise at the end of the process from those utilities, railroads, airport,water districts, Fish and Game,
that did not participate. Our public outreach in Palm Army Coros of Engineers, Native American tribes, etc.)
Springs will encourage those who have participated in the can be critical in managing the project design and
design process to attend the final approval meeting to schedule.A clear project scope defining project limits,
show their support and counter negative claims that may specific improvements and budget will be a touchstone
arise. throughout the process to control project scope creep
and manage expectations. We well understand the City's
KNOWLEDGE OF ADA REQUIREMENTS emphasis on sustainability and resource conservation-This
MIG has an in-house group of professionals who specialize will be an ever-present concern throughout the design
in Community Accessibility Design and Planning Services. process in shaping the Palm Springs landscape. Our
In fact, MIG wrote and published The Accessibility firm's regenerative landscape approach to soil health;
Checklist:An Evaluation System for Buildings and appropriate drought tolerant plants; minimal,targeted
Outdoor Settings that is used nationally to assess access irrigation; and enlightened maintenance practices will
compliance. MIG applies the accessibility and safety help develop successful design solutions for the City.We
standards to any application which would require public will employ the following management tools to address
access, playgrounds, playground renovation projects and the specific issues and challenges associated with each
path of travel. Our certified access specialists worked with project assignment.
the Architectural and Transportation Barriers Compliance
Board(Access Board)to develop technical assistance ]proposed Project Manageni.ent 1bols
materials to assist public agencies, designers, planners, The MIG Team offers a unique set of qualifications with
manufacturers and associations to apply the newly relevant experience and successful management of recent
amended ADA Accessibility Guidelines(ADAAG). We will projects of the same magnitude and complexity as your
provide this expertise and full access perspective on all of anticipated on-call projects. Key elements to a successful
the Palm Springs projects in which we are engaged. project include management of client and community
expectations and time and cost management.
City of Palm Springs I On-Call Landscape Architectural Services A.3
Mon
Our project team will act as an "extension of your staff." Time management is also a vital component. The
Our communications will include regular email and phone project manager will prepare a schedule that will indicate
conversations between the Project Manager and the City's the phases of the project with the tasks, milestones,
representative(Project Manager), review meetings at key deliverable dates and anticipated review periods that will
milestones and regular written status reports as well as take place within each phase.A project meeting calendar
an updated project schedule to monitor progress and key of regularly scheduled meetings with the design team,
milestones/dates. City staff and stakeholders as well as regularly scheduled
teleconference calls with City staff will be developed with
During the process of providing park planning and the City at the project start. We will carefully monitor
design services, management of client and community and manage these schedules continuously through the
expectations will play an important role. Good plans and design process, making adjustment as necessary with
the planning process are successful when they achieve the City staff's review and approval to accommodate
the political and community support and desire to carry any additional public meetings and/or extended
through to implementation.To ensure acceptance and review periods that may become necessary. Continual
approval, MIG plans will be clear,concise and complete. communication between the City's project representative
MIG has an in-house quality assurance program in place and the MIG project manager,will keep the project
to review our document production and ensure a high schedule coordinated and everyone informed.
level of document coordination. We perform a continuous Management of costs is another key element of a
quality review process to make certain that our designs successful project. The MIG Team will provide realistic and
are "buildable," understandable and consistent. We have buildable design documents by assessing and evaluating
extensive checklists for the review of all design disciplines anticipated construction costs at key milestones during
that the project manager and staff use to confirm that all the design process. Our concentration in parks and
items are complete and coordinated. recreation design coupled with our records of recent
public bids,will assure the Palm Springs landscape
enhancements are built on a sound economic base.
�,i• (�a I�[I
,(s I alkj�j
d.
f<,
ASLA and APWA Award Winning San Gabriel River Master Plan and Parkway Nature Trail,Los Angeles County; California
A.4 City of Palm Springs I On-Call Landscape Architectural Services
/ {/a SECTION B
Scope of Work
u
F ,
-N �
tsar i�
i
A
,l -AP
r F
01
F �
s
y
Y � r
Y
j trt
�n
t'
i4AI
o..
e All
Budget and Allocation Of ReSOurceS for and objectives, possible amendments to the project
assignment, any alternatives to be considered, budgets
�fl—�7,rlll rniSSI��T17I13eI1tS and any subsequent refinements to the project design
We will evaluate each project assignment and build our program.All parties must agree on the project proposal,
project team with experts who best address the particular scope of services, project schedule, milestones and
requirements or issues anticipated for that specific site meeting calendar.
and program.We will develop a task matrix which will list
the tasks that we envision to accomplish the scope of work Task 1.2 - Data Collection
with personnel assignments and projected hours posted MIG will collect available data from the City on all
for each task.This matrix will summarize the allocation of key aspects of the proposed project. Depending on
staff, their time and the cost based on their hourly billing the project type and required tasks,this may include:
rates. MIG'sjob cost system (Deltek Vision)allows us to infrastructure/utility drawings, topographic survey,
monitor and track the status of our project personnel record as-builts, locations of easements, geologic data
costs and reimbursement costs for each project at any and geotechnical reports as well as other information
time. This provides us with current cost information and relevant to existing conditions, reports, previous
assists in managing our time to complete the project analyses, management and operation records, etc. MIG's
on-time and within budget. designated project manager will continually progress
through regular email and project team meetings.
Detailed Scope of Work The MIG Team will obtain all City of Palm Springs' and
The specific scope of work will be determined based on the Desert Water District's design standards, codes and
the particular requirements of each project. The following ordinances to assure that the project is in compliance with
tasks describe the general approach MIG will take on your the latest City and Water District Standards.
landscape architectural design projects.
The MIG Team will prepare boundary and topographic
PHASE I -CONCEPTUAL DESIGN DOCUMENTS surveys as necessary as well as electrical services for
lighting and irrigation controllers.
Task 11 — Project Initiation/Project Definition
The MIG Team will schedule and conduct a project Task 1.3- Site Reconnaissance
initiation meeting with the City of Palm Springs project The MIG Team will conduct a site reconnaissance to
manager and staff to review the project assignment and review site constraints and opportunities, grading
MIG specific proposal in response to the City's project boundaries, adjacent uses, surrounding conditions
assignment. MIG will request information from the City and area context. Existing site conditions and field
on any current data,survey maps, boundary surveys, opportunities and constraints will be considered when
reports, analysis or drawings associated with the subject preparing conceptual/preliminary site design.
project.We will review work to be completed, staff's goals
3
Craig Ranch Regional Park Master Plan,North Las Vegas,Nevada
City of Palm Springs I On-Call Landscape Architectural Services BA
k � ,
,rvA i i mom
i
jj -fl1R5i
Sy.. 7i
v..r
A)ondra Regional Park Preferred P)an
PHASE II—SCHEMATIC DESIGN DOCUMENTS AND Task 2.3 — Submittal and Review by City Staff
SERVICES MIG will submit the existing condition assessment, design
Task 2.1 — Existing Condition Assessment/ report and conceptual drawings and design exhibits as
Conceptual and Schematic Design/Preliminary well as the preliminary opinion of probable construction
Reports costs to City staff for review and input.
Based on input from City staff, data collection, research
and analysis, the MIG Team will develop assessments Task 2.4— Public Input as Directed by the City Staff
of existing conditions, conceptual design plans and/ Dependant upon the project assignment and the
or preliminary design reports for the City staff to review sensitivity of the proposed project,the design team will
and provide input for further refinement. Depending on facilitate a public input meeting(s) or public workshop(s)
the nature and scope of the project,tasks could include: to gain input, review the conceptual or preliminary
exploring functional and visual relationships of desired work and seek consensus. MIG will prepare PowerPoint
improvements by looking at such components as facility presentations, presentation boards, material boards
program, uses, circulation, views/vistas, pedestrian and meeting minutes for community and stakeholder
access, vehicular access, existing land forms, existing meetings.
improvements to remain, edge treatments, topography,
landscape materials, irrigation systems,security, Task 2.5— Final Plan/Report and Cost Estimate
preferred equipment, perimeter improvements and ADA The MIG Team will prepare a final design report,
compliance. analysis and/or conceptual plans that reflect staff review
comments.The team will update the opinion of probable
MIG will facilitate needs assessment interviews and cost or financial analysis to reflect the project refinements.
meetings as required to understand the desires and The final preliminary plans, design exhibits and/or report
concerns of the community. will be submitted to City staff for final review and input.
Color rendered conceptual and preliminary drawings,
colored perspective sketches and design exhibits shall Task 2.6— Submittal to City Staff
be prepared and submitted in the City's plan format.All MIG will submit an electronic data file of the final design
drawings will conform to the City of Palm Springs design report and/or conceptual drawings and design exhibits
standards, and the preliminary opinion of probable construction
costs to the City of Palm Springs.
Task 2.2 - Cost Estimates/Fiscal Analysis
Depending on the project type and scope, the project Task 2.7— Presentation to Commissions and
team will prepare either preliminary opinions of probable City Council
construction costs or initial fiscal analyses based on the MIG will assist in the presentation to City Commissions
conceptual plans or preliminary report findings for City (Planning, Parks,Arts)as necessary and the Council to
staff review and input. gain approval of the schematic design documents.
B.2 City of Palm Springs I On-Call Landscape Architectural Services
PHASE III - DESIGN DEVELOPMENT DOCUMENTS AND • Construction Details
SERVICES • Irrigation Plan and Details
Task 3.1 - Design Development • Landscape Planting Plan and Details
Once the City has approved the schematic design
documents and preliminary opinions of probable • Technical Specifications
construction costs,the MIG Team will develop design • Electrical Service.Site Lighting Plan and Details
development documents to include color renderings,
sketches and all required drawings and outline Task 4.2 - In-House Quality Control - Review of
specifications. MIG will meet with City staff to review Construction Documents
design development documents, design features and MIG will conduct a thorough in-house quality assurance/
technology with respect to resource management,water quality control review of all construction documents. We
conservation, energy conservation and the efficiency will utilize in-house quality control checklists to review all
of maintenance and operation of the proposed facility, construction documents prior to submittal to the City.
Any changes in design will be reflected in an updated MIG will ensure all review and plan check comments have
opinion of probable costs. Upon approval of the design been resolved, addressed and incorporated into the
development documents by City staff, MIG will proceed construction document package.
with preparation of construction documents (construction
drawings and specifications). Task 4.3 - Construction Document Design Submittal
MIG will electronically submit all completed and in-house
PHASE IV-CONSTRUCTION DOCUMENTS checked construction documents to the City at agreed -
Task 4.1 - Construction Documents project milestones(typical 30%, 50%, 90%and 100%
The base sheets will identify all existing physical and completion.)
topographic conditions as well as all existing proposed
improvements. Using the design development drawings Task 4.4- Plan Check Review Comments
and outline specifications,the MIG Team will prepare The MIG Team will respond to all plan check comments
construction documents. Construction drawings will resulting from the City consolidated construction
be prepared utilizing AutoCAD 2012, the City's Design document submittal. MIG will address all comments with
Standards and applicable building and development City clarification on any conflicting reviews as necessary,
codes. Technical Specifications will be prepared in CSI and prepare the construction documents for final design
format to compliment the City's prepared boilerplate submittal.
specifications.As an example, the document package may
include the following construction drawings: Task 4.5 -Opinion of Probable Construction Costs
• Cover Sheet/General Notes The MIG Team will prepare a detailed opinion of probable
landscape architectural construction costs with quantities
• Demolition Plan (Existing Conditions Plan) and unit prices.
• Construction Layout Site Plans
ttlj i' =i
Compton Creek Natural Park Amphitheater Under Construction,Compton, California
City of Palm Springs I On-Call Landscape Architectural Services B.3
City of Pico Rivera Beverly Boulevard and City o(Carson Del Arno Boulevard Median Landscape Improvements
Task 4.6 - Final Design Submittal Task 6.2- Final Construction Approvals and
The final design submittal shall include final drawings "As-Built" Record Drawings
and specifications, reports, analysis, project construction MIG will prepare the final punch list for final Contractor
schedules and final opinion of probable construction completion, prepare "as-built" drawings from record
costs. The final design submittal shall also include an plans received from the Contractor and co-approve, with
electronic data file of all submittal documents for the the City, the certificate of final project completion.
City's bid use.All final documents shall be stamped and
signed by the appropriate design professional. Cite of Indio Parks
PHASE V-BIDDING SUPPORT SERVICES RESPONSIVENESS AND ATTENTIVENESS TO
CLIENT NEEDS
Task 5.1 - Bidding Assistance MIG was contracted by the City of Indio to renovate six
The design team will be available during the bid existing neighborhood parks with the goal of reinforcing
process to assist City staff, provide clarification, prepare a sense of place within each of these well-established
addendum and respond to Requests for Information neighborhoods. The City wanted to use this design
(RFI's)and Requests for Clarification (RFC's), analysis of process to engage the community and produce parks that
alternates, supplementary drawings, specifications review, reflected the unique ideas and character generated from
attendance at pre-bid meeting and review of bids. the outreach process. Many meetings and intercepts were
held to glean from the users their needs and desires for
PHASE VI -CONSTRUCTION SUPPORT SERVICES the re-created parks. The new neighborhood parks have
Task 6.1 -Construction Administration revitalized the surrounding communities, providing places
MIG will review and approve addenda, change orders, for kids and families to play and community relationships
material submittal, contractor equipment submittal, shop to thrive. The community authorship in these parks has
drawings, clarifications to drawings and specifications; also generated a sense of community ownership and
provide regular site visits and monthly reports on long-term stewardship, which has reduced vandalism and
construction progress and change order status.The MIG maintenance costs.
Team will attend a preconstruction site review meeting
with the awarded contractor and City staff. MIG will CREATIVE ABILITY
meet at the City's request at the project site and review It was a goal of the park designs it was a goal to make
installation. MIG will participate in construction progress each park design different from one another to take on
meetings and final site reviews as required and prepare a signature of the neighborhood.At Cahuilla Park the
meeting minutes.All site improvement inspections will Cahuilla culture was celebrated in the basket weave
be performed by the public service agency inspectors detailing of"Flying Geese" around the facia of the group
representing the City. picnic structure.
B.4 City of Palrn Springs I On-Call Landscape Architectural Services
- x
1 y.
�s
I
III ,
Indio Parks,Indio, California
Desert plants and animals were the theme at Dominguez The project's irrigation system was designed to minimize
Park with the pattern of the desert tortoise incorporated maintenance and ensure the establishment and longevity
into the paving design at the children's water play area. of all plant specimens through a balance of system
The .75 acre Dr. Carreon Park celebrated the local life of automation and maintenance. The irrigation system was
Dr. Reynaldo Carreon with a memorial mosaic wall and centered on a "Smart" controller capable of providing
plaque.Yucca Park was designed as the neighborhood automatic calculation of irrigation schedules based on
front yard with a pergola promenade crossing the local real-time weather conditions, automatic shut-off
entire 1.25 acre park providing places to picnic and sit and delay of irrigation during a rain event and automatic
in the shade and watch children play. The park is used interruption and instantaneous shut-down of the irrigation
extensively for family celebrations where children play system during overflow conditions caused by broken
underneath the large shade structures. The five-acre irrigation components, including pipe. The system was
Miles Park theme was Civic Center with family gathering designed to deliver water to critical areas of the plant root
area, large spray play area picnicking and children's zone using subsurface drip irrigation and root watering
shaded play area. The five-acre North Jackson Park was tubes.This method eliminated water waste traditionally
designed as a desert garden with meandering local stone caused by surface run-off or evaporation.All turf areas
seat walls defining family picnic and sport areas and were irrigated using high efficiency overhead irrigation.
Joshua Tree rock climbing play.
ANALYTICAL CAPABILITY
KNOWLEDGE AND UNDERSTANDING OF The smart controller is capable of being incorporated
CONSTRUCTION TRENDS into a central control system and gives the City the !,
The overall project strategy was to create park landscapes oversight to monitor irrigation demands as well as adjust
with minimal maintenance requirements and waste.The as necessary the City-wide park irrigation system. Reusing
project's plant palette was composed of native and desert demo materials; employing local construction materials;
adapted plants requiring minimal supplemental water to reducing maintenance and fertilization requirements as
the annual rainfall.The plants were specifically selected to well as creating walkable, recreation facilities all help to
address the local weather extremes, soil types and water reduce the carbon footprint of the development.
quality to reduce the need for fertilizers. Plant selection
was diverse with each plant species providing a unique
attribute and benefit lending itself not just to aesthetics,
but also the biological functioning of the landscape.The
plants selected assisted in providing habitat for beneficial
animals and insects and reduced the needs for pesticides.
Turf variety selected was a hybrid bermuda grass. No
invasive species were used.
City of Palm Springs I On-Call Landscape Architectural Services B.5
man
ORAL AND WRITTEN COMMUNICATION
Communication is a founding principle of MIG. It is
paramount to the success of any project in which we
are engaged. In Indio, this level of communication was
extremely important when designing six different parks in
six different neighborhoods with a variety of stakeholders
and interests. Our facilitation at public meetings and
graphic recording technique were particularly effective
in documenting concerns, desires and wishes during the
conceptual and master planning process. Our facilitation
and graphic recording techniques are hallmarks of MIG,
and have become differentiators in our outreach approach
and success. We used this unique form of written and
graphic communication in our outreach and the Indio CAHU)LLA
community remained engaged and active in the process.
We regularly communicated with City staff from the initial
kick off meeting through the design process until the last
final walkthrough, "punchlist" and project approval. Both
written and oral communication was used to keep the *s
client, project team and contractors informed throughout
the design and construction process.
INTERACTION WITH CLIENT STAFF, BOARDS,
COMMISSIONS, COUNCIL AND OTHER AGENCIES
MIG understands the many interests that are involved
in a municipal public project. With six projects being
completed at the same time, it was imperative that we
interact with all stakeholders from the very beginning. A YUCCA
key to a successful project is identifying early on those
who should be involved in the planning and design of the
facilities in order to get their input upfront when decisions �I
are being made. With existing parks, it was critical to
verify with utilities and City departments any information
that was available on existing conditions. The water
district was influential in the upgraded irrigation design
requirements.
SENSITIVITY TO FUNDING CONSTRAINTS
These projects were funded from multiple sources.We
were very aware of the funding allocations and limits. DOMINGUEZ
Throughout the design process, MIG provided opinions
of probable costs to the City at key milestones in order to
ensure that proposed improvements would be within the
financial limits of the funding sources.
SENSITIVITY TO USE OF NATIVE PLANTS AND WATER
CONSERVATION
Our planting and irrigation plans were designed by MIG
landscape architects and a certified irrigation designer
and water auditor to conform with the local plant palette
recommendations and the conservation requirements
of the Indio Water Authority.We are extremely aware of
the water issues in the Coachella Valley and designed
landscapes that were resource conscious and reflected
the native environment wherever possible in the park
Indio Parks, ludio, California
development programs.
B.6 City of Palm Springs I On-Call Landscape Architectural Services
SECTION C
�Y
s ,,irm and Staff Qualifications
rry
� t
7
a � I
its It 'Jf ��1��1�I J `�� 'FF'� ��% '�`� ,.,✓
r
„�
i
`� � it *c �"w-� a•"'„
_ n
A91it
�r
West Capitol Avenue Streetscape
r
lrrJ T 7
w
j a
f
q _
s
7 t
q i
ig
t
( °i Y
t
f ,
men
Firm Qualifications AREAS OF EXPERTISE
MIG, Inc., is a multidisciplinary firm that provides design, Landscape Architecture
planning, management, communications and technology With a core competency in landscape architecture, MIG
services to public and private agencies throughout provides full services from concept design, feasibility
California and the United States. Known for developing studies and master plans to construction documentation
innovative planning and design solutions through a highly and administration.The firm has broad experience in
interactive and participatory process,the firm specializes the design of sustainable outdoor environments that
in landscape architecture, park and recreation planning, integrate people with and without disabilities, contribute
urban planning, urban design, environmental and to community livability and enable residents to lead
ecological planning as well as community outreach and healthy, active lifestyles. Projects range from parks and
engagement. plazas to trails and streetscapes.We create innovative
environments that:
Since it was founded in 1982, MIG has focused on building
environments that support human development.We • Foster a sense of place;
approach landscape architecture as more than just • Contribute to neighborhood and community identity;
placing facilities on a site. We seek opportunities to • Promote public safety;
encourage community and public interaction in attractive
• Facilitate intergenerational recreation opportunities;
settings that integrate the natural and built environment.
• Promote environmental stewardship and sustainability;
We believe that a community's green infrastructure is a • Honor the community's history and natural environment;
cornerstone of livability.We approach projects from a
contextual perspective that involves integrating existing • Meet maintenance and program needs; and
site features and topography with a specific program • Support revenue generating goals,
of functions and uses. For us, each project offers new
opportunities to develop innovative solutions to the Parks, Open Space and Trails Planning
complex design challenges of today's world. A coordinated and integrated park, open space and
To determine programmatic and design direction, MIG trails network provides significant community benefits
utilizes a participatory process that generates a clear and is an important factor for increasing livability. MIG
and collective vision of site development and design in a has a track record of designing context-sensitive parks
dynamic,yet stable, environment.Through this process, and trails that enhance public use, access and user
client goals and community interests work together to experience; encourage resource preservation; support a
frame key issues. In our experience, plans and designs comprehensive transportation strategy; and incorporate
created through this approach enjoy broad-based support local and State objectives. Creating a comprehensive
and can be readily implemented. and connected network of trail corridors, parks and open
space requires an understanding of the complexities
MIG has technical experts in the fields of irrigation,ADA associated with overlapping jurisdictions, goals and
compliance, universal design, sustainability, recreation strategies.
planning, land use, urban design, graphic design,
communications and information technology.As a project-
oriented firm, we are noted for our budget-sensitivity and
flexibility in meeting changing deadlines. We maintain the -
high level of professionalism and knowledge necessary
to generate fresh ideas and economical solutions for our u
clients. This unique combination of talent, expertise and
experience ensures that our clients receive the quality of 4�
service they deserve.
City of Palm Springs I On-Call Landscape Architectural Services CA
E,p
>>,�
mom
y 3w
Active Recreation, Athletic Facilities and Universal Design and Accessibility
Sports Parks As a nationally-recognized leader in universal design,
MIG specializes in the management, planning and design MIG incorporates accessibility and universal design
of active recreation, athletic, aquatic and sports park concepts into every project. From concept design
complexes and facilities for communities nationwide. through construction supervision, MIG has experience
MIG designs parks to become a central element in in the planning and design of environments that
communities, creating a sense of place, fostering integrate people with and without disabilities. We are
community identity and bringing families and people of experts in the most current regulations including ADA
all ages and abilities together in a dynamic environment. Standards for Accessible Design, Federal PROWAG,
Building on classic sports parks, MIG seamlessly CA-MUTCD and California Title 24 requirements.We
integrates alternative elements, such as trails, picnic areas, have conducted access assessments and program
plazas and play areas that make them more than a place evaluations, as well as created communication programs
for a game, offering a rich experience for the community. and ADA Self-Evaluation and Transition Plans for public
agencies nationwide, including cities, universities, schools,
Placemaking recreation agencies and other public environments.
MIG's design approach evolves out of an interaction
with the place. Our designs tell a story that is unique Irrigation Design
and specific to the site's context. MIG utilizes the idea MIG encourages and promotes water conservation and
of placemaking, which is more than an assemblage of water supply protection through innovative irrigation
buildings, plantings and public spaces. Placemaking design. Our experience includes plan checking, irrigation
is intentional and encourages both social interaction design standards, and post-construction water efficiency
and community identity to create meaningful spaces. It audits.We can also provide special services such as
develops places where individuals feel like an integral subsurface drip irrigation; central control system planning;
participant in their surroundings. and reclaimed water.
Design for Children and Youth Sustainable Techniques
For over 32 years, MIG has researched and documented MIG's design and planning practice is built on a
how appropriate design and programming can support foundation of creating sustainable projects that
the developmental and educational needs of children and comprehensively integrate all aspects of low impact
youth. We find the greatest satisfaction in creating places development from building public realm and open space
where young people exercise their minds and their bodies design to creative methods of promoting healthy living
in countless adventures.The environments we have and educating the community.
created serve as educational resources, providing play
and learning opportunities through direct contact with Regenerative Landscape:
the natural world. In addition,we have several certified A healthy landscape takes less to maintain and sustain.
playground safety inspectors on staff. MIG implements strategies that nurture the soil, allowing
the biology in the soil to function properly,which in
turn sequesters carbon and reduces carbon emissions,
minimizes landfill waste and water use, increases
C.2 City of Palm Springs I On-Call landscape Architectural Services
man
biodiversity and habitat as well as maximizes the overall By using this partnering approach, MIG has been very
health of the landscape. MIG utilizes Sustainable Sites successful in accurately predicting project costs for both
strategies in a creative approach that looks at each project public and private clients,
individually, assessing site conditions and project goals,
and subsequently crafting solutions that maximize health Once the project budget is set, MIG uses our extensive
and ecology while minimizing maintenance and other costs. knowledge of materials and building methods to ensure
our designs are constructible within the limits of the
Water Conservation: project budgets. When there is more uncertainty in the
In the design of parks, open spaces and streets, MIG bid climate,we can help the client set priorities and
integrates best water conservation and water reuse identify additive alternate features that can be included in
practices that include, but are not limited to, a drought the project as allowed by the bid.
tolerant planting palette and use of grey water. Water
conservation begins in design by limiting the amount Construction Documentation
of water required while providing high distribution To ensure that every project maximizes its budget, MIG
uniformity. Tools include ET-based controllers, moisture believes that construction documents must be clear,
sensing, point source irrigation and irrigation audits. concise and complete. MIG has an in-house quality
assurance program to review our construction document
Graphics and Visualization production and ensure a high level of document
Our approach to plan graphics and visualization uses coordination, which is critical to keeping construction
a combination of hand drawing and sketching with costs within a specified budget.We perform continuous
commercial software(AutoCAD, ArcGIS, 3D Studio Max, quality review to make certain that our drawings are
SketchUp, Adobe CS) as well as our own proprietary "buildable," understandable and consistent.We review all
Real-Time 3D software,Vizhen, allowing real-time drawings at each submittal for consistency and legibility.
visualization.We use 3D simulations, models and During the construction document phase, materials are
renderings to tell a story and empower our clients to selected with special attention given to materials with
make informed decisions through accurate and easy to durable, sustainable characteristics that reduce the cost of
comprehend plans and graphics.These graphics assist maintenance.
the design process, allowing us to explore, design and
envision place and community along side stakeholders Construction Administration
and decision makers. MIG participates fully in construction administration
to implement the project, including pre-bid and
Cost Estimation preconstruction phases as well as submittal review and
MIG provides many services for costing design and on-site progress review.We employ a range of computer
construction projects from producing order of magnitude software in support of these activities, including Microsoft
cost ranges and setting preliminary budgets to determining Word, Excel and Project, as well as RSMeans CostWorks
incremental opinions of probable cost throughout the for cost estimating.We believe that clear communication
construction documents phase of the project. We see this among the design team,the contractor and the owner
as a collaborative process in which the client is a partner is crucial to the success of a project.Therefore, MIG is
in gathering and providing data about local costs, recent available to the contractor throughout the construction
construction projects and bidding history in the area. process to answer all questions.
City or Palm Springs I On-Call Landscape Architectural Services C.3
MUM
On-Site Construction Review City of Long Beach As-Needed
MIG provides on-site construction review for the majority a
of our clients. As the prime design consultant for 95% ,d11C�SC ij)e Architectural Services
of our projects,we coordinate the on-site services for LONG BEACH, CALIFORNIA
all project team consultants. Our staff is well trained MIG was selected in 2010 and 2014 to provide As-Needed
in construction administration services and tasks, Landscape Architectural Services for the City of Long
coordination with consultants, public agency staff,the Beach Department of Parks, Recreation and Marine
applicant and the contractor. The MIG project team
will review the contractor's work for compliance with On-Call Landscape Architectural Services. Project work
the approved construction documents.Written reports has included:
identifying all site construction items in need of attention • MacArthur Park Playground Improvements
and/or correction will be prepared and forwarded to • Termino Avenue Greenbelt Restoration
our client for action. If requested, MIG will review the • West San Gabriel River Nature Trail Conceptual Plans
contractor's as-built record drawings where plans are
revised or modified, based on site record drawings • Pine Avenue Streetscape
prepared by the project contractor. This review is
undertaken to ensure that the contractor has completed Cil V of AIlc7lIeini As-Needed Landscape
as-built documents in compliance with the project
specifications. Architectural Services
ANAHEIM, CALIFORNIA
Public Involvement and Community Outreach
MIG has extensive experience designing multilingual We have provided landscape architecture services to the
public outreach and involvement programs that educate City of Anaheim Community Services Department and the
the community, encourage participation, engage former Anaheim Redevelopment Agency for over 30 years,
stakeholders in evaluating alternatives and provide Services have included:
agency staff with meaningful community input. MIG • Administrative Duties
provides a multilevel,well-documented involvement • Attend City Council, Park and Recreation and Planning
process aimed at increasing public confidence in Commission meetings
decisionmaking. MIG uses proven facilitation techniques
and succinct, easily understood information to ensure that • Review and analyze long-and short-term capital
the community and stakeholders understand pertinent improvement programs and projects
issues and that agencies receive meaningful community • Attend staff-level meetings
input. Our outreach approach enables the community to • Provide technical advice to City personnel
contribute ideas, solutions and strategies for addressing • Establish working relationships and coordination with other
issues,which results in supported and successful projects. public agencies and utility companies
• Capital projects
RELEVANT EXPERIENCE • Prepare plans and specifications for
On-Call and As-Needed Landscape Architecture City projects
Contracts • Provide design,construction administration and
MIG has extensive experience providing landscape observation services
architecture and related services on an on-call and • Provide special reports regarding landscape image,
as-needed basis. Cities include: aesthetic appearance, materials and maintenance
• Anaheim • Ontario
• Fresno • Palmdale
• Fullerton • Pomona
• Irvine • Poway
• La Habra Heiahts • Sacramento
• Lake Forest • County of San Bernardino
• Long Beach • Stockton
• Lynwood • Westlake Village
• Cal State University,
Fullerton and San Marcos
It ona�
Anaheim City Hall Plaza Renovation,Anaheim,California
CA City of Palm Springs I On-Call Landscape Architectural Services
mum
• Facilitate the public input process
• Process plans and specifications for parks and streetscape
i
projects
• Provide construction cost estimates "
• Long-term follow-up on completed projects
Specific Projects Completed
• Anaheim City Hall Plaza Renovation
• Janss Street-Ben Franklin School Parkway Improvements
n
• South Anaheim Boulevard Street Tree and Median w
Improvements
• Brookhurst/Crescent Landscape Enhancements
• Anaheim Downtown Lot Improvements, Museum Plaza,
Interim Play Area, Fountain, Interim Site Improvements
• Lincoln/East Entry Planting
• Mother Colony House Site Improvements
• Lincoln/Rose Cottage Improvements
• Ferminich Plant Expansion Landscape Review
• Euclid Street Tree Improvements �-
• Brookhurst Street Tree Improvements
• Freeway Signage Criteria for 91 Freeway Frontage
• Community Center Parking Area Landscape Improvements
• Interim Landscape Improvements former Security Pacific
Bank Site
• Katella Substation Landscape Improvements
• Paseo Verde Housing Development Landscape Review
• Koll/Vons Center Conceptual Site Improvements
• Sycamore and Walnut Grove Neighborhood Parks Fullerton,Parks-Adlena,Byerrum and Valencia
• Disney Travel Landscape Improvements
City of Fullerton As-Deeded Landscape
Architectural Services
FULLERTON, CALIFORNIA
We provided as-needed landscape architectural
services to the City of Fullerton's Community Services
Department. Services have included
• Administrative Duties
• Attend City Council, Community Services and Planning
Commission meetings Lernon Street Underpass,Fullerton
• Attend staff level meetings with staff,public officials,
community leaders,developers, contractors and the public
• Establish working relationships and coordination with other MIG PROJECT EXPERIENCE
public agencies and utility companies The table and the project experience provided on the
following pages highlight MIG's experience successfully
Specific Projects Completed providing landscape architecture and related services
• Adlena Park Renovation from conceptual design through construction for various
• Byerrum Park Renovation parks, open space and public realm projects with
• Valencia Park Renovation varied levels of community engagement and graphic
• Lemon Street Underpass visualization tools.
City of Palm Springs I On-Call Landscape Architectural Services C.5
WE
P r oject Components
Elil"i !"Jil,
X
1�
ilk z
019 IS
All;
z r9 _�kc �eT
jj
UiI ii'a
fir-,
Q
tlif Or
Ae an, W J ! » x
,mi
Alondra Regional Park,Campton,California
Always Dream Park,Fremont,California 0 0 0 . 0 41 a 0 0 0
Anaheim Coves,Anaheim,California * 0 0 0 0 49 0 0 0 0 0 0 0 0 jj41
Anaheim.OUTDCORS Connectivity Plan,Anaheim,California 9 0 9 0 0 0 0
Angeles National Forest Suplarvisors'Office,Arcadia,California 0 & 0 a 0 do 0 0
Beverly Boulevard Median Landscape Improvements,Pico Rivera,California 0 49 0
8,9 Bea,Valley Pedestnar,Bicycle and Equestrian Master Plan,
80 Bear,California
B 9 League.Dreams Sports Parks,Cl-trrr Hills,Manteca,Pei ris,Redding,
California
Cla,ri HdIrW Idnrness Park.Claremont,Cal4cmia 0 0 40 0 0 0 0 0
Compton Creek Natural Park,Cr.-,l Cal0cl 0 0 0 0 0 • 0 0 0 0 0 0 0 0
Craig Ranch Regional Park Skate Park,North Las Vegas,Nevada 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0
- ---- -- -- - --- ............. ............
Crown Valley Communiii,Park Renovation,Laguna Niguel,California 0 9 • 0 0 40 0 1 0 0
- - ---- -----_-_ - ...................
Deer Canyon Park Preserve,Anata rr California • 0 9 0 0 0 0 0
... ............
Del Anne Median Landscape Improvements,Carson,California I 0 0 0
. . .................... Angeles County, ......
Firestone Boulevard Streetscarse Improvements,Downey,California 0 0 0
............
Gateway Park,El Monte,Calhfoioia * * 0 0 0 0 0 1 0 0 0 0 0 0
Greenleaf Parkway Parks,Compton,California * 0 • a 0 0 4110 0 0 0 0 0 0-
Indio Central Park Master Plan,Indio,California 0 0 0 0 • 0 0
Indio Community Parks-Dominguez,Cali Yucca,Dr,Carecan
Park,Indio,California 0 0 0 0 0 0
........................
Lake Forest Senano Creek and Pittsford P.,k5,Lek,Forest,California 0 0 0 0 0 0 0 0 0 0 0
...............................
LaQuinta Community Park,L.iO.inta,California 0
Liberty Park Renovation,Cerritos,California 0 0 0 0
Long Beach Transit Gallery,Long Beach,California 0
.... ....
Mesa Merin Sports Complex,Bakersfield,California 0 0 0 0 0 0 0
Monte Verde Park,Lakewood,Cal.forn a 0 48 0 * a
Paramount Cilia Park Renova:jonr Paramount,California 0 0 0 q 0 • 0 0 0
Pasadena Hahamongna Watersned Park Anrex,Pasadena,California • 0 • 0 •
Pine Avon..Stmetscape,Long Beach,California 49 0 0 0 0 41 a 0
San Gabriel River Car,do,Master Plan,Los Angeles County,California 0 0 0 0 0 • 0 0
Santee Towncerter Community Park,Santee,California 0 0 a 0 1 • 0 * • 0 0 0
—---- --------•--
Tustin Legacy Park Master Plan,Tustin,California •
Valencia,Byerrumand Adlena Parks,Fullerton,California 0 0 0 0 0 q 0 0 0 0 0 0 0
Wasco Unpart Green ng Parks and Open Space Master Plan,Wasco,Cal:fornia 0 0 0 0 0 0 0 0 &
.................................. ..
West San Gabncl R.,,r Parkway Nature Tail,1 akewood,Cal,faro ta 0 0 0 0 0
................
Westlake Village Canyon Oaks Park,Westlake Village,Calif-ornia 0 0 0 9 9 0 0 0 0 0 0 0 0 0
---- ---- -
Westlake Village Community Park Phase 1,Westlake Village,California 40 0 0 0
C.6 City of Palm Springs I On-Cad Landscape Architectural Services
MM
Indio Parks La Quinta Community mark
PALM SPRINGS, CALIFORNIA LA OUINTA, CALIFORNIA
f
r
When the City of Indio experienced rapid growth and In response to a need for more active recreational
increased demand for park and recreation facilities opportunities and to fulfill the rising demand for quality
and services,they selected MIG to assist in updating soccer facilities,the City of La Quinta commissioned MIG to
and improving the entire park system, As the prime develop a new Master Plan and construction documents for
consultant MIG was responsible for renovating six existing a$3.5-million,20-acre community park,
parks—Miles Park, Dr. Carreon Park, Dominguez MIG built on its earlier work on the park's original facility
Park, Cahuilla Park, Yucca Park, and North Jackson Master Plan. Since that time,the recreational needs of the
Park—and also designing a new one—Hjorth Park. MIG community had changed. Soccer increased dramatically in
also completed the preliminary design package for a popularity and the demand for active recreational facilities
53-acre community complex to be known as Indio Central increased as well. MIG modified the original facility Master
Park,which includes police headquarters, a fire station, Plan to reflect these changes and facilitated a series of
community center,football fields,softball fields, covered well-attended community involvement meetings to present
softball stadium,aquatics center, and children's play area. and discuss conceptual alternatives for the park.
MIG worked closely with City staff and neighborhood The preferred alternative included two lighted softball
residents to create distinctive designs for each of the fields, eight lighted soccer fields, a large play area, restroom
concession building,full-court lighted basketball court,
eight parks. Community events were held at each park picnic facilities and a trail with exercise stations. MIG also
to generate interest and gather input for the features and made provisions for a skate park,which was constructed
renovations the community would most like to see imple- later.
mented. Seen as catalysts for community development,
the parks have all been designed to reflect community To address the concerns of adjacent residents, MIG
and neighborhood ideas and to reinforce a distinct sense specified the use of the highly shielded Musco lighting
of place for each of these older neighborhoods. system to minimize the amount of light spillage onto nearby
residences.The firm also designed one of the fields to act as
As construction on the six parks was completed,they a water detention area in the event of major storm events.
each quickly became popular destinations within their The park has proved to be very popular and well-used
neighborhoods.
by the community, providing much-needed recreational
opportunities.
City of Palm Springs I On-Call Landscape Architectural Services C.7
Tndio Central Park I--Testlake Village Community Park
INDIO, CALIFORNIA WESTLAKE VILLAGE, CALIFORNIA
MIG prepared the Preliminary Design Package for
53 acres of park and public safety facilities in Indio, F
California. Throughout the process, MIG incorporated
the suggestions and desires received from community ,�;:1
outreach and City officials. The final conceptual design
of Central Park accommodates the diverse needs of thet i t
residents of City of Indio, provides a Regional attraction a ihl.I
for people throughout the Coachella Valley, and highlights
the striking and unique identity of the desert environment
The proposed site includes two public safety facilities
—the Fire Headquarters to the west and the Police
Headquarters to the east—which anchor the 43-acre
expanse of parkland. Parkland amenities include the MIG helped the City of Westlake Village to assess and
Aquatics facility, Children's Play Environment,sports select a site for an approximately 20-acre community
fields, and a dog park. sports park in association with the YMCA.
The Aquatic facility is entered through the 12,000 sq. ft. MIG developed a conceptual plan for a hillside park off
Aquatics building.The conceptual layout includes multiple of Thousand Oaks Boulevard just west of Lindero Canyon
waterslides and a children's splash pool surrounded Road.The plan provides for a variety of active recreation,
by a meandering lazy river, a six lane recreation pool, a including a children's play area, in-ground skate park,
double flowrider(structure which allows participants to perimeter jogging/walking trail, overlay basketball courts
experience'surfing in the desert') and convenient access in the parking area and lighted fields for softball/baseball
to lockers and restrooms throughout the park. and soccer.The plan also incorporates supporting
amenities such as a rest room/concession building, picnic
The proposed sports fields will also play a significant role facilities and a maintenance building and yard.
in fulfilling the needs of residents throughout the City and
in surrounding areas. MIG designed a complex of lighted Access to the park is via a one-way entrance drive and
softball, baseball and football fields as well as two lighted exit roadway from Thousand Oaks Boulevard. The YMCA
basketball courts and plenty of open space. building and pool complex are centrally located in the
park for ease of access and user convenience. Each
To bring continuity to the diverse park uses, a dry stream sportsfield will be constructed using synthetic turf to
bed meanders through the entire park from east to west. lower operational costs and conserve water. Slopes will be
This decorative and functional element incorporates landscaped with drought tolerant and native plant species
native desert plantings, directs and filters onsite storm to blend into the adjacent oak woodland foothills.
water.
Indio Central Park, Indio,California
C.8 City of Palm Springs I On-Call Landscape Architectural Services
Santee Tow nceirter Coinniunity Park
SANTEE, CALIFORNIA
1 APWA San Diego Chapter Projectof 1 1 CPRS Award of ExcellenceSportspark__ Design
MIG prepared a Master Plan and construction documents
for the 35 acre expansion of Towncenter Community
Park in Santee, California. Construction of the expansion
employs a phased approach at a total estimated
construction cost of$23 million. Phase I improvements
have been constructed and include an aquatic center
with a competitive pool and water play area. Phase II
improvements,scheduled for completion at a later date,
include;
• Lighted,four field softball complex with stadium seating !.
• Batting cages and central concession restroom building
• Four soccer fields with an overlay football field
• Two indoor soccer-size arenas;children play areas ~
• Restrooms 71
• Group and family picnic facilities
;:F
k
• Associated parking
• Extensive riverside trail loop with overlooks and pedestrian
bridge crossings
r +
r
City of Palm Springs On-Call Landscape Architectural Services C.9
CEO
naheirn Coves
ANAHEIM, CALIFORNIA
Anaheim Coves,formerly Burris Basin, was a commercial
source for sand and gravel before the Orange County Quality
Water District(OCWD) bought and transformed the
quarry pit into a groundwater recharge basin- Located
adjacent to the Santa Ana River between Lincoln Avenue
and Ball Road, it has been a very successful recharging
facility and an important part of OCWD's water
management system for decades.
Through the years it has also become a habitat forAOL
migrating waterfowl that seek refuge and feed on the t'A.
fish that live in the basin. The City of Anaheim,with input
h
from the neighboring community and support from State
funding, saw this as an opportunity to provide a natural .t
passive recreation experience as a developed interpretive
trail along the banks of the reservoir basin.
MIG developed a master plan and construction
documents to create a universally accessible trail with F
viewing decks, interpretive signage and native plantings. _ -
From a safe distance,visitors are able to enjoy the wildlife
and 14 acres of open space around the basin.The trail
provides access to the west edge of the basin and '
connects into the regional bike and hiking trail that runs w'
along the Santa Ana River to the ocean at Huntington
Beach.This project is a recent recipient of a Quality of "r `
Life Award from the Southern California Chapter of the _
American Society of Landscape Architects. v , ICt
The City recently awarded MIG the contract to provide
services from design through construction for Anaheim s,§i
Coves Phase II,the northern extension of this project. ' r '"''"'
s
i�
E
C.20 Cityof Palm Springs On-Call Landscape Architectural Services
P
M G
s a
uB akE i,=e
r � '
fill
zl
�t
x
x -
.
z�
v a
M Ali
'• ,_ .. ...,>..„ � 4 wpm ;
t .f
� t
RYJ1
< t
kill
� '$
n
•
Long Beach Transit Mall
LONG BEACH, CALIFORNIA
x
A _
3 N
� t � fi
MIG led a design team in preparation of schematic
designs and construction documents for a three-block
Transit Mall Streetscape Renovation project in downtown
Long Beach.The design concept reflects an appropriate
shoreline theme,with eight wave-inspired suspended i
tensile fabric canopies sheltering contemporary free-form .
I
seating, placed over a sandy-textured concrete sidewalk. "
An array of larger-than-life aquatic creatures and plants
in glass and tile mosaics, rendered by the commissioned
artist, are strategically placed throughout the mall and
embedded within the sidewalk paving.
The illuminated bus shelter canopies also offer shelter for
the state-of-the art, real-time digital information screens
for bus patrons' convenience. New landscaping includes
an articulated allee of date palms with an understory of
flowering canopy trees. New pedestrian lighting between
the shelters will provide a pleasing nighttime experience f
for Blueline metro and bus patrons. Stormwater planters
are incorporated strategically along the street/sidewalk
interface to absorb and clean runoff water while providing
a more attractive green landscape buffer in a heavily
paved and trafficked Downtown.
C.12 City of Palm Springs I On-Call Landscape Architectural Services
M G
l i n 1 1
i�
WV
g n.
5 rim'
J S C y
s _
.w' hen-
wid
"�.� fit•�
4a F i ! S
gg y '
(�F Y n�
Ae
pF
'n
=s
7
�g yy.
li
P 6
Ll
' 4pfi TT .. x ' t•T lr�' f t l ��� bl�' F
mom
Perris Valley Big League Dreams Freedom Park Big League Dreams
Sports Park LA5 VEGAS, NEVADA
RIVERSIDE COUNTY, CALIFORNIA
IL
MIG designed the Master Plan and prepared the Big League Dreams, LLC approached the City of Las
construction documents for the 36-acre Perris Valley Big Vegas to develop a facility within the existing confines of
League Dreams for the County of Riverside Economic Freedom Park. MIG was selected to provide conceptual
Development Agency(EDA). design and design development documents for this
The sports park includes a four-field hub complex of 68-acre sports park.Additions to the park include:
replica stadiums(Angel Stadium, Fenway Park, Dodger a Six replica major league baseball fields
Stadium and Yankee Stadium), as well as two minor league
fields. Support facilities include: • Two concession buildings; rest room buildings
• Central 10,400-square-foot stadium club with indoor • Three playground areas
dining,concession and restrooms • Administration building
• 1,470-square-foot soccer area concession • Batting cages
• 8-station batting cage • Field house
• Warm-up practice areas • Group shade structures
• Bull pens • Sports field and security lighting
• Two covered soccer arenas • Parking area for 1,000 vehicles
• Three shaded children's play areas • 12,600-square-foot skate park
• 2,640-square-foot administrative building • Walking/jogging trail
• Large tree covered outdoor plaza MIG incorporated many water-saving design concepts
• 3,200-square-foot maintenance building and yard in order to create an environment that balances
• Parking with convenient drop-off to accommodate climatologically-driven concerns with compelling
approximately 660 cars aesthetics. This includes using native succulent plantings
to reduce irrigation needs, compressed granite in lieu of
• All of the sports field areas are lighted for night use foreign grasses and utilizing low-flow irrigation technology
to deliver water efficiently.
C.14 City of Palm Springs I On-Call Landscape Architectural Services
Greenleaf Parkway Parks
COMPTON, CALIFORNIA
ry 1
III�Iii'I (i ii a4t
c:
y.:. :
fi$
r r -;
MIG planned and designed two new parks for the City of
Compton:the 3-9-acre Walton Park and the 3.6-acre Mayo
Park. Both parks are on electric utility easements and
access roads to power towers are part of the design.These
parks feature decomposed granite and rubberized public
trails, fitness stations, drought-tolerant plantings, benches,
water fountains,bike racks and pet care stations.
At Walton Park, adjacent to the middle school, interpretive
signs give nutrition and fitness suggestions that go along with the fitness stations.At Mayo Park, signs interpret the
native landscape plants, and encourage recycling and
water conservation.Walking paths through and around
the site add multiple benefits for the neighborhood and
community. Previous site conditions did not allow for ADA
accessibility nor adequate walkways and bus stops along ='
Greenleaf Boulevard.With the addition of ADA accessible
walkways and new bus stops, connectivity has been greatly
increased as has safe access to the parks and schools.
Sustainability was a primary design goal in the planning of
Greenleaf Parkway.The utility access roads and the majority
of the planting areas were constructed using decomposed
granite.This decomposed granite and rubberized surfacing
found throughout the park are both permeable surfaces monuments,benches and trash cans at both of the parks
that promote water retention on the site. are made of 80%recycled concrete. Embedded solar lights
highlight the walking path and gathering areas, eliminating
Additionally,a dry creek running along the north side of the the dependency on electricity for this feature. Additionally,
site helps retain water by capturing initial onsite runoff. A a plant palette composed of native and drought tolerant
split rail fence that runs along the south side of the parks plants created a far less water thirsty landscape which is
is composed of recycled plastic lumber while the entry also one that is easy to maintain.
City of Palm Springs I On-Call Landscape Architectural Services C.15
mom
Comptfon Creek Natural Park at Washington Elementary
COMPTON, CALIFORNIA
`se are
a,-
i5
Compton Creek Natural Park is the result of a collaborative
effort between the Mountain Recreation Conservation
Authority(MRCA)and Compton Unified School District
to develop the five-acre property behind Washington -----
Elementary School adjacent to Compton Creek.The goal
was to develop a natural park integrated with an outdoor
learning environment to serve both the school and the s=+
surrounding community of Compton, California. Providing ? as
both schematic design and construction documents,
MIG worked with the MRCA and CUSD to develop the
educational concepts behind the site design, conducting
multiple work sessions with Washington Elementary School
teachers.
The park is designed to create a multi-sensory experience -_
that layers history, natural science and art into each area,
and creates a safe place for student exploration adjacent to
spacious green community areas for recreation, relaxation
and socializing.The plan was constructed in two phases:
phase 1 includes a multi-use trail along Compton Creek
with interpretive signs, a community plaza and picnic area
as well as a small amphitheater,exercise stations and a
*r
multi-use lawn; phase 2 comprises the outdoor learning
area, including features such as a native stone climbing wall,
play stream, local Native American history themed sand
play and an historic California-themed children's garden.
The site design emphasizes restoring the natural storm water system using surface bioswales and pervious paving,
while also collecting storm water in an underground cistern
for irrigation use. The planting emphasizes restorative
native species, i
C.16 City of Palm Springs I On-Call Landscape Architectural Services
MM
San Gabriel River Corridor Master Plan and
Nest San Gabriel Diver Parkway Nature Trail Phases I, II and III
LOS ANGELES COUNTY AND LAKEWOOD, CALIFORNIA
u
i.
t
The Los Angeles County Department of Public Works, Vacant,surplus land under the DWP transmission power
in cooperation with the Departments of Parks and line easement was "recreated" with funding from the
Recreation and Regional Planning, sponsored a multi- Rivers and Mountains Conservation Authority to promote
jurisdictional effort to develop a Master Plan for the riparian habitat enhancement along the San Gabriel River.
San Gabriel River.The final Master Plan integrated and The decomposed granite trail provides access throughout
satisfied multiple objectives of habitat, recreation, open the area.
space,flood protection,water supply and water quality.
Based on the success of this project, MIG was
MIG led planning, technical analysis and community commissioned to design another portion of the trail
consensus building for the project, which encompasses along the San Gabriel River between Atherton and
the 58 miles the river travels from the San Gabriel Willow Streets in Long Beach. MIG prepared construction
Mountains to the Pacific Ocean. Building upon a vision documents for Phase III of this project which was funded
and broad set of preliminary goals developed by San by the Proposition 84 Grant.
Gabriel River stakeholders,the MIG Team integrated
newly identified recreation, open space and habitat
opportunities with the critical functions of flood
protection, groundwater recharge and stormwater
conservation.After completion of the Master Plan, MIG
provided design development, construction documents
and public outreach for the West San Gabriel River
Parkway 17-acre trail area,which consisted of naturalized
open space along the San Gabriel River between Carson
Street and Monte Verde Park in Lakewood.
City of Palm Springs I On-Call Landscape Architectural Services C.17
man
Paramount Dills Park Renoi.,ation Serrano Creek Plav area Renovation
PARAMOUNT, CALIFORNIA LAKE FOREST, CALIFORNIA
Ali
MIG worked with the City of Paramount first in creating The Serrano Creek Park Play Area project required MIG
a master plan and then the design and construction to gather extensive community input in preparation
drawings for the addition of a new park and the renovation of a master plan and construction documents for the
of an existing park along the Los Angeles River. replacement of an aged and beloved adventure play
structure in this popular, creek-side community park.
One of the goals of the project was to leverage the natural Improvements included a complete new themed play area
beauty of the Los Angeles River to provide local and with wood supported play equipment, rail fencing,small
regional visitors with a scenic, signature recreation area dry creek feature with pedestrian bridge crossing, rock
that showcases the local environment.To that end, MIG is play features, rope climbing structure, sand play area and
employed native plantings, including spruce trees, pitcher associated benches.
sage,woolly blue curls and California barberry.These
choices will also minimize irrigation needs. An existing bridal trail traverses past the play area and was
considered throughout the design process.An existing
Additional improvements include: an updated restroom picnic structure was enhanced with new picnic tables,
facility;a new maintenance building; new lighted play benches and hillside stair connections.
areas; par course stations; D.G. walking trail; interpretive
gathering areas; interpretive signage;pervious concrete
paving;storm drainage collection tanks and filters; picnic
facilities; and new park signage.
C.78 City of Palm Springs I On-Call Landscape Architectural Services
mum
Palm. Springs Downtown City of Palma Springs (contract
Desert Fashion Plaza Staffing and. Environmental
PALM SPRINGS, CALIFORNIA Clearance
PALM SPRINGS, CALIFORNIA
MIG staff, as Hogle-Ireland (a firm acquired by MIG in
aj 2013), provided contract planning services for the City of
g+= Palm Springs including staff report writing, plan reviews,
planning counter time and other various planning staff
assignments as well as environmental/CEQA clearance.
While contracted with the City,staff worked on the
following projects:
• Rosa Gardens: a two-story, 59-unit apartment complex on
In early 2011, MIG engaged with the City of Palm 4.54 acres
Springs on an important problem that had been vexing * Rainbow Vision Palm Springs: a 184-unit condominium and
the community for many years: how do we redevelop clubhouse on 13.28 acres
and re-invigorate the Desert Fashion Plaza, a dated . Tentative Tract Map 35544: a 12-unit apartment to
shopping center in the middle of downtown that had condominium conversion on 0.73 acres
sat largely vacant and blighted the city center for more
than a decade?The task was to break the contentious • Sunquitz Shopping Center: a single-story, 17,272 square
logjam between the developer and City leadership, and feet retail building and a single-story,9,510 square feet
to work with the community to create a visionary yet office building on approximately 3.76 acres
implementable design.This design had to be amenable • Desert Son-Shine Pre-School and Kindergarten: a single-
to the City, the developer, and the citizens of Palm story,9,863 square-foot pre-school and kindergarten on
Springs, who closely safeguard their town's unique sense 1.06 acres
of character and history. • Jones Industrial Building: a two-story,8,863 square-foot
industrial building on 14.25 acres
Working over the course of six weeks,the MIG Team * Tangerine Condominiums controlled entry gate and turn
met intensively with City officials and staff and led the around
community through a series of workshop exercises. We # Wiefels&Sons pet and animal crematorium
began with cultivating a thorough understanding of the
property's constraints and opportunities,from economic • SunCal Avalon entry water feature
feasibility parameters and the physical environment to the
social and cultural importance that Desert Fashion Plaza
played in the history of Palm Springs.
Building from the environmental design cues—including
Palm Springs's eclectic architectural vernacular, walkable
downtown environment, and desert climate—MIG created
a mixed-use design scenario and site program that
was feasible for the developer while easing community
concerns.The City and developer then did what had been
unthinkable a mere two months earlier.They entered into
a development agreement, aiming to break ground within
18 months on this important project that will transform
downtown Palm Springs into a more vibrant,walkable and
active mixed-use retail core.
City of Palm Springs I On-Call Landscape Architectural Services C.19
mom
Key Personnel Organization Chart
The MIG Team includes members who were selected
based on their specialized capabilities and interest in the
project. We are pleased to be able to present a team with
a depth of knowledge and experience in sustainable,
regenerative landscape architecture, arboriculture, " ° ' j"
landscape maintenance management, universal `!!tna�+�s'
accessibility, strategic planning and facilitation, park
and recreation design, urban design and environmental PROJECT MANAGEMENT
assessment as well as mitigation strategies. I Steve Lang,RLA and Jim Picket,RLA
We are a multifaceted, multidisciplinary firm,yet our
Oscar Johnson, Rector,RLA, I
size(just under 200 firmwide)and our dispersed office EEchavarria
locations have created an organizational culture within
MIG that values lean-ness and resourcefulness.We
translate these values to our projects. For Palm Springs' Design,
On-Call Landscape Architectural Services,we will @Aq
®.
provide focused, continuous involvement of key staff,
supplemented by the strategic addition of specialized
staff at the appropriate time. •°,
•
Principals-in-Charge, Steve Lang,ASLA and Jim
Picket, ASLA take full responsibility for ensuring that ®,
your project goals are achieved and that we provide
high-quality deliverables and superior client service. We
provide experienced project managers,with specializedEngineering
expertise,who are capable of leading any landscape CIVIL;INFRASTRUCTURE ELEC.TRICAL
design and construction project.As Project Managers,
Oscar Johnson(parks and public realm spaces), Darren CVE
Rector, RLA(trails and streetscape improvements)and
Robert Echavarria (sports parks and athletic facilities)
have successfully managed complex multidisciplinary • Monthly updates regarding the project budget and
projects with many subconsultants and multiple review status of deliverables will be provided. MIG's Deltek
agencies. They will bring this wealth of experience and accounting system allows for real-time updates of project
knowledge to the Palm Springs project team. They will expenditures.
work collaboratively with Steve, Jim and MIG staff to • Materials for discussion at meetings will be provided by
ensure the following: MIG in advance to allow for appropriate review time.
• The project schedule and deliverables are confirmed and • MIG's Project Manager will serve as the main point of
agreed upon with the City's Project Manager, contact and will engage team members at the appropriate
points in the project.
• A communications protocol and internal review process is
confirmed. These proven practices will help ensure a positive work
• MIG's Project Manager will maintain regular relationship and successful landscape architectural design
communications with City staff via e-mail and summary service for any outdoor project that for which the City
notes to provide a record of team agreements on requires assistance.
responsibilities and deadlines. The management team will be supported by a talented
• MIG's Principal-in-Charge will regularly check-in with the group of MIG design associates and specialists—Emily
City's Project Manager for feedback on our processes and Keifer and Donna Yeung-Guiterrez,Tim Gilbert for ADA
products to ensure any needed adjustments are made as Compliance,Jose Leal for Irrigation and Rick Barrett for
early as possible. Urban Design—as well as by subconsultant firms with
• Communications regarding projects will be managed by whom we have extensively teamed. Civil/Infrastructure
MIG to ensure a consistent approach and messaging. engineering will be directed by David Turner, PLS of
• No documents are shared outside the immediate project CVE. Cirilo "Reg" Regalado of LRA Engineers will
team without concurrence by the City's Project Manager. provide electrical engineering services. Resumes for all
• Meeting/call outcomes,agendas and related work proposed personnel, including qualifications and relevant
products are reviewed and discussed in advanced. experience, are provided on the following pages.
C.20 City of Palm Springs I On-Call Landscape Architectural Services
Steve Lang, R1.A_.,' ,1A Jim Pickel, ASLA
PRINCIPAL-IN-CHARGE PRINCIPAL-IN-CHARGE
AREAS OF EXPERTISE AREAS OF EXPERTISE
Landscape Architecture / Parks and Trails Landscape Architecture / Park and Recreation Facilities
Streetscapes and Public Realm / Sports Facilities Streetscapes and Public Realm / Sports Facilities
Natural and Wilderness Parks Masterplanning
QUALIFICATIONS QUALIFICATIONS
A Principal in MIG's Fullerton office, Steve Lang has more Jim Pickel has over 35 years of experience in park and
than 35 years of experience in landscape architecture and recreation planning, park design, landscape architecture
project management. He has managed the preparation and urban design. He has completed a wide range
of conceptual studies, master plans, and construction of projects including park and recreation master
drawings for projects ranging from trails and corridors,to plans,sports complexes and streetscapes as well as
urban redevelopment and natural parks. His experience commercial, industrial and residential developments. He
includes regional interpretive trails along waterways; has extensive experience in project management, site
neighborhood,community and regional parks; equestrian design and analysis, plan check review, public meeting
facilities; sports complexes; streetscapes; and road facilitation, construction documentation and construction
improvements. administration.
PROFESSIONAL AFFILIATIONS PROFESSIONAL AFFILIATIONS
• American Society of Landscape Architects(ASLA) • ASLA
• California Parks and Recrea-ion Society(CPRS) • CPRS, District Ten, Board of Directors
• American Trails • American Planning Association
REGISTRATIONS REGISTRATIONS
is Registered Landscape Architect • Registered Landscape Architect: California#4385,Texas
California 41771, Nevada 4461 #2171
EDUCATION EDUCATION
• Bachelor of Arts, Landscape Architecture, • Bachelor of Science, Landscape Architecture,
University of California, Berkeley California State Polytechnic University, Pomona
RELEVANT EXPERIENCE RELEVANT EXPERIENCE
• Indio Neighborhood Parks, Indio, California • Indio Neighborhood Parks, Indio, California
• La Quinta Community Park, La Quinta, California • Indio Central Park, Indio, California
• Anaheim Coves,Anaheim, California-ASLA Award Winner • Desert Hot Springs Park and Recreation Master Plan,
• Long Beach Transit Mall, Long Beach, California- Desert Hot Springs, California
McGraw-HiIVENR Award Winner • Santee Towncenter Community Park Expansion,
• West San Gabriel River Parkway Nature Trail, Phases I,11 and Santee, California
III, Lakewood,California-APWA and ASLA Award Winner • Ontario Soccer Complex, Ontario, California
• Big Bear Valley Pedestrian, Bicycle and Equestrian Master • Bakersfield Parks and Recreation Master Plan, Bakersfield,
Plan, Big Bear Lake, California California
• Compton Creek Nature Park, Compton, California • Big League Dreams, Redlands, California
• Claremont Hills Wilderness Park, Claremont, California • Compton Alondra Regional Park, Compton, California
• Chino Hills State Park, (Hiking and equestrian trails is Tehachapi Parks and Recreation Master Plan,
associated with new campground)Chino Hills, California Tehachapi, California
• Anaheim Community Services Department As-Needed • Bluff Top Park; Main Street Pedestrian Walkways; Pier Plaza
Landscape Architecture Services, Downtown Improvements Project, South Beach Phase I and II Improvements;Coastal
and Anaheim Street Improvements(Anaheim Boulevard, Recreation Master Plan, Huntington Beach, California
Lincoln Boulevard, Euclid Street, Harbor Boulevard), • Huntington Beach Downtown Pedestrian Plaza
Anaheim, California Improvements, Huntington Beach, California
City of Palm Springs I On-Call Landscape Architectural Services C.YI
mom
Oscar n ohnson Darren hector, KI.A
PROJECT MANAGER PROJECT MANAGER
AREAS OF EXPERTISE AREAS OF EXPERTISE
Park Design / Landscape Architecture Park Design / Trails and Recreation / AutoCAD
Streetscapes and Public Realm / Sports Parks Landscape Architecture / Streetscapes and Public Realm
QUALIFICATIONS QUALIFICATIONS
As a seasoned design and construction project manager, Darren Rector has 21 years of experience in the landscape
Oscar Johnson manages multimillion dollar construction industry as a designer, project manager,AutoCAD
projects. Oscar has managed and designed a wide manager and draftsman. A licensed Landscape Architect
variety of projects for both the public and private in California and Nevada, Darren has a wide range of
sectors, including parks and recreational facilities, civic interests, including park renovation and rehabilitation,
and institutional public spaces, Streetscapes and urban historical preservation, urban design, regenerative
design, urban plazas, college and university campuses, landscape systems and the Sustainable Sites Initiative
home owners associations, gardens,sports parks and and LEED certification. He has managed to completion
open space preserves. With experience as a plan checker a wide variety of projects ranging from community and
for the cities of Chino Hills and Rancho Palos Verdes, neighborhood parks to international destination resort
Oscar is results-oriented and is a hands-on construction enhancement and municipal facility restoration.
and development professional with 15 years of experience
in all facets of the industry. He has experience with the REGISTRATIONS
entitlement process, building permits and construction • Registered Landscape Architect: California#4861;
administration. In addition to landscape architecture, Nevada#627
construction administration and project management,
Oscar works closely with agency and municipal leaders, EDUCATION
participates in presentations and client meetings. • Bachelor of Science, Landscape Architecture,
California State Polytechnic University, Pomona
EDUCATION
• Bachelor of Science, Landscape Architecture, RELEVANT EXPERIENCE
California State Polytechnic University, Pomona • Long Beach Transit Mall, Long Beach, California
• West San Gabriel River Parkway Nature Trail,
RELEVANT EXPERIENCE Lakewood, California
• Compton Creek Natural Park, Compton, California • Pine Avenue Streetscape, Long Beach, California
• Compton Alondra Regional Park, Compton, California • Gateway Park, El Monte, California
• Greenleaf Parkway SCE Easement Improvements, • Central Park, La Palma, California
Compton, California
• Beverly Boulevard Streetscape Improvements, • Fallbrook Park,Anaheim Central Library,Anaheim,
California
Pico Rivera, California
• South Gate Parks and Recreation Plan, • Lemon Park Master Plan, Fullerton, California
South Gate, California • Alondra Swim and Skate Park, Lawndale, California
• Pico Park Renovation, Pico Rivera, California • Craig Ranch Skate Park, North Las Vegas, Nevada
• Dills Park Renovation/Expansion, Paramount, California • Bixby Bluff Skate Park, Long Beach, California
• Grace Park, Long Beach, California • Canyon Oaks, Berniece Bennett,Three Springs and Russell
• Deer Canyon Park Preserve,Anaheim, California Ranch Park Parka, Westlake Village, California
• Horsethief Canyon Park, San Dimas, California • Ponderosa Elementary School and Park,
Anaheim, California
• Liberty Park Renovation, Cerritos, California • Fallbrook Park,Woodbridge, Irvine, California
• La Quinta Community Park, La Quints, California • Rio Hondo Trail and Emerald Necklace Valley Boulevard
• Elysian Park Demonstration Gardens, Lincoln Avenue, Gateway, Elf Monte, California
Anaheim, California • Angeles National Forest Supervisor's Office,
• Fullerton Parks Renovation—Adlena, Byerrum and Arcadia, California
Valencia, Manteca, California
C.22 City of Palm Springs I On-Call Landscape Architectural Services
_i..
Robert Echavarria Richard D. Barrett, r.EE',1}P
PROJECT MANAGER URBAN DESIGNER
AREAS OF EXPERTISE AREAS OF EXPERTISE
Park and Recreation Facilities / Sports Complexes Streetscape and Urban Design / Downtowns
Synthetic Turf / Athletic Fields / Landscape Architecture Urban Planning / Facilitation
QUALIFICATIONS QUALIFICATIONS
Robert Echavarria has 15 years of experience in landscape Rick Barrett is an accomplished planner, designer, and
architecture, recreation design, and project management. project manager with expertise in complex, large-scale
His experience has ranged from sports park, recreation planning and design projects as well as smaller, more
and park design to residential and resort design. intimate plazas and parks. He draws great creative
As a senior project manager at MIG, Robert is responsible inspiration from collaboration with his environmental and
for design development, client and subconsultant design colleagues, as well as nature, art, literature and
coordination, presentations, and construction the urban form of cities. Mr. Barrett maintains a constant
documentation and observation. He has developed a quest for knowledge and creativity. This includes the
particular expertise in sports park design and is skilled in artful blend of ecology and design, a deep respect for the
AutoCAD and illustrations. environment, and a pursuit to continuously explore new
ways of thinking about the environment and how we can
Robert's expertise in synthetic turf has propelled MIG as a improve the quality of our lives.
leader in the design/specification of synthetic turf athletic
field applications. His understanding of specific sports EDUCATION
applications for synthetic turf, installation, maintenance • Bachelor of Science, Landscape Architecture and
and sub-grade preparation has equated to over 3 million Environmental Planning, Utah State University
square feet of synthetic turf installed in the past 10 years. • Certificate in Project Management,
George Washington University
PROFESSIONAL AFFILIATIONS
• Member of Sports Turf Manager Association(STMA) REGISTRATIONS
• Expertise Witness for Synthetic Turf Recreational Fields • LEED-Accredited Professional
EDUCATION RELEVANT EXPERIENCE
• Bachelor of Science, Landscape Architecture, • Palm Springs Downtown Desert Fashion Plaza,
California State Polytechnic University, Pomona Palm Springs, California
RELEVANT EXPERIENCE • Long Beach Transit Mall, Long Beach, California
• Santee Towncenter Park, Santee, California • Norh Park Mini Park and Streetscapes,
• Tustin Veterans Sports Park, Tustin, California San Diego, California
• Bakersfield Mesa Marin Sports Complex, • Embarcadero Roadway and Mid Embarcadero Open Space
Bakersfield, California Project, San Francisco, California*
• Ferraro Soccer Complex, Los Angeles, California • Euclid Avenue and National Avenue Master Plans,
• Indio Central Park, Indio, California San Diego, California
• Big League Dreams, Manteca, California • Anaheim Urban Greening and Connectivity Plan,
Anaheim, California
• Big League Dreams, Perris Valley and . Millenia Mixed-Use Development(LEED-ND Silver),
Riverside County,California
Chula Vista, California*
• Big League Dreams, Redlands, California • Yerba Buena Gardens,San Francisco, California*
• Big League Dreams, League City, Texas • Plaza Las Fuentes, Pasadena, California*
• Sage Hill High School Field, Newport Coast, California *work completed prior to joining MIG
• Golden Eagle Sports Park, Sparks, Nevada
• Yucaipa 13th Street Sports Complex, Yucaipa, California
City of Palm Springs I On-Call Landscape Architectural Services C.23
mum
Entity Keifer Donna Yeung-Gutierrez
PROJECT ASSOCIATE PROJECT ASSOCIATE
AREAS OF EXPERTISE AREAS OF EXPERTISE
Landscape Design / Park Design Landscape Architecture / Parks / Streetscapes
Recreational Facilities Planning Native Plants and Water Conservation
QUALIFICATIONS QUALIFICATIONS
Emily Keifer has been an associate at MIG's Fullerton Donna Yeung-Gutierrez has over 6 years of Landscape
office since 2007. She has five years of experience in architecture experience in a variety of public work
landscape design and several years experience in projects. Since joining MIG, she has contributed to a wide
wetland research and native plant restoration.At MIG, range of design projects with design and production
Emily has been involved in a wide range of projects and support from schematic design through construction
has participated in conceptual design, preparation of documents. Donna is also graphic support in the office
construction documents and construction administration. using 3D modeling and graphic programs such as
Sketchup and Adobe Suite to create images to assist the
Prior to joining MIG, Emily worked as a landscape client in clearly see the design intent of the project.
designer with Carson Magness, a high-end residential
design firm. She assisted with all aspects of design Since receiving the American Society of Landscape
including hand drawing, computer aided drafting, plant Architects Student Award of Excellence in Community
selection and purchase and construction supervision. Service in 2007, Donna saw the importance of using low
water use planting and has worked with various agencies
EDUCATION to establish drought tolerant, California native planting
• Master of Arts, Landscape Architecture, California palettes to assist in water conservation and to comply with
Polytechnic State University, Pomona the Water Conservation Act of 2006(AB 1881).
• Bachelor of Science, Environmental Science, EDUCATION
Chapman University
• Bachelor of Science, Landscape Architecture,
RELEVANT EXPERIENCE California State Polytechnic University, Pomona
• Indio Central Park, Indio, California
RELEVANT EXPERIENCE
• Tustin Veterans Sports Park, Tustin, California ♦ Downey 1-5 Landscape Frontage, Downey, California
• Mesa Marin Sports Complex, Bakersfield, California • Firestone Boulevard, Downey, California
• La Palma Central Park, La Palma, California • Westminster 22 Parks, Westminster, California
• Signal Hill Park Site Master Plan, Signal Hill, California • Compton 7 Parks, Compton, California
• Westlake Village Parks, Westlake Village, California • South Park, Hermosa Beach, California
• Compton Alondra Regional Park, Compton, California • Anaheim Five Coves Grant Application,
• Gateway Park, E Monte, California Anaheim, California
• Lakeview Park, Santa Fe Springs, California • Rancho Del Rio Master HOA, San Clemente, California
• Paramount Dills Park Master Plan, Paramount, California
• California State University Fullerton, Student Recreation
Center, Fullerton, California
• Alondra Swim and Skate Park, Lawndale, California
• Anaheim Urban Greening Plan,Anaheim, California
C.24 City of Palm Springs I On-Call Landscape Architectural Services
MRS
Timothy A. Gilbert, CASg,Lc( , AS1,A Jose Leal, cm j cmz
CALIFORNIA CERTIFIED ACCESS SPECIALIST IRRIGATION DESIGNER
AREAS OF EXPERTISE AREAS OF EXPERTISE
Universal Design / Public Access Landscape Architecture / Irrigation Design
Landscape Architecture / Outreach and Facilitation Sustainable Design / Universal Design
QUALIFICATIONS QUALIFICATIONS
Timothy Gilbert is a principal at MIG and a landscape With over 14 years of public and private landscape
architect with over 30 years experience, as a public architecture experience, Jose Leal has extensive
agency planner, building code enforcement officer, and knowledge in project management, landscape
designer of accessible environments He provides a deep architecture, site-specific design, park design and
understanding and expertise with access and American's planning, and working harmoniously with diverse clients.
with Disabilities Act (ADA)design and compliance and a As a registered landscape architect,Jose's primary
broad spectrum of expertise in parks design, park master responsibilities include project management, public
planning, bike and pedestrian planning. He is an expert facilitation, conceptual design analysis, construction
in the Uniform Federal Accessibility Standards,ADAAG documentation and oversight, and construction
and Title 24. He is also I.C.C. (International Code Council) administration. Jose's wide range of project experience
certified as an Accessibility Inspector and Plans Examiner. encompasses universal design, landscape architecture,
irrigation design, and park planning. He has provided
Tim specializes in creating universally accessible environ- services ranging from ADA plan checking for park
ments within natural settings, including waterfront agencies, schools and non-profit organizations to
facilities;wetlands;trails, greenways and open space; and site-specific design for city parks and sport complexes.
National, State, regional, community and neighborhood
parks. LICENSES/REGISTRATIONS
• Landscape Architect, California#5429,2008
REGISTRATIONS • Environmental Protection Agency Water$ense Partner,
• California DSA Certified Access Specialist#032 #005124EPA
• Accessibility Inspector/Plans Examiner, International Code Council (ICC)/#1091334 • Certified Irrigation Designer(CID),2009
• Registered Landscape Architect:California#3751 (1992), • Certified Landscape Irrigation Auditor(CLIA),2009
Michigan#962(1983) EDUCATION
EDUCATION • Bachelor of Science, Landscape Architecture,
• Master of Landscape Architecture, University of California, Davis
University of Michigan,Ann Arbor RELEVANT EXPERIENCE
• Bachelor of Arts, History of Art, • Indio Neighborhood Parks, Indio, California
Oakland University, Rochester, Michigan • Indio Central Park, Indio, California
RELEVANT EXPERIENCE • Dr.Joe Cortese Dog Park Northwest Open Space,
• Ventura Community Park, Ventura, California San Juan Capistrano, California
• California State Department of Parks and Recreation ADA • Compton Creek Natural Park, Mountain Resource and
Consulting, Statewide, California Conservation Authority, Compton, California
• Playground Safety Inspections, San Francisco Unified • West Capital Avenue Streetscape,
School District, Mountain View, California West Sacramento, California
• San Francisco Parks and Recreation Department Transition • Pine Avenue Streetscape, Long Beach, California
Plan and Self-Evaluation, San Francisco, California • Long Beach Transit Mall, Long Beach, California
• Peninsula Watershed Trail System Accessibility Study, • Contra Costa County As-Needed Landscape Architectural
San Mateo County, California Services, Contra Costa County, California
• Wells Fargo Corporate Properties Facilities ADA Surveys, • San Juan Capistrano ADA Plan Check Services and On-site
Statewide California ADA Inspections, San Juan Capistrano, California
• Los Rios ADA Plan Checking Services and ADA • City of Lincoln Landscape Plan Check Review and Central
Construction Inspections, San Juan Capistrano, California Irrigation Control System Implementation, Lincoln, California
City of Palm Springs I On-Call Landscape Architectural Services C.25
David 'Furner, f,is David Rice, .fah:, Pi.s
PRINCIPAL CIVIL ENGINEER PRINCIPAL CIVIL ENGINEER
AREAS OF EXPERTISE AREAS OF EXPERTISE
Civil Engineering / Infrastructure Design Civil Engineering / Infrastructure Design
QUALIFICATIONS QUALIFICATIONS
Dave Turner is responsible for the direction and David Rice has more than 45 years of progressive
allocation of the firm's resources, contract management experience in the construction, land surveying and
and administration. His extensive survey and design engineering profession. His professional development
experience combined with his management skills and has included consulting with several engineering and
education afford him a complete working knowledge of surveying firms, as well as founding Pacific Summits
what each project entails not only from a management Engineering, Ltd. As Chief Operating Engineer his
perspective, but from knowledge gained through experience included oversight and management of
real world experience. His expertise with the ability to design, on going development construction engineering
successfully present projects and negotiate workable and surveying,while providing processed field information
solutions for both the private and public sectors has and technical support for land development in California,
earned him the respect of Coachella Valley agencies and Colorado, South Dakota and Nebraska. David has
cities,which has resulted in a large variety of successful extensive expertise in the field of land development and
projects, both private and public. water development services for private enterprise and
governmental agencies. He has personally developed and
PROFESSIONAL AFFILIATIONS constructed over 500 home sites.
• Building Industry Association
• Desert Valley Builders Association PROFESSIONAL AFFILIATIONS
• Desert Contractors Association • American Society Civil Engineers
a American Public Works Association • Building Industry of America
• Community Housing Council
• Arnerican Resort Development Association
• California Land Surveyor's Association • California Land Surveyors Association
• National Society of Professional Surveyors • Desert Contractors Association
• Consulting Engineers and Land Surveyors of California REGISTRATIONS
• Registered Civil Engineer, California No. 35728
REGISTRATIONS • Registered Land Surveyor, California No. LS S6528
• Registered Land Surveyor,California PLS No. 7880
EDUCATION
EDUCATION ♦ BSCE, South Dakota School of Mines and Technology
• Bachelor of Science, Business Administration/Accounting,
University of South Dakota RELEVANT EXPERIENCE
• Associate Degrees, Engineering/Surveying, South Dakota • Cost estimating, constructability reviews,WQMP, SWPPP !i
State University AQMD plan preparation and compliance
• Capital improvement projects for street improvement,
RELEVANT EXPERIENCE storm water facilities, sanitary sewer and traffic signalization
• Airport renovation,taxiway and facility construction at Palm
Springs International Airport,Jacqueline Cochran Regional • Molybdenum ore mine and collection facilities, including
Airport and Hemet Ryan Airport. railroad,water supply and processing facilities
♦ Multiple residential developments including golf course • Residential/commercial improvements-designing sewer,
communities with extensive infrastructure, water and street improvements
• Commercial developments and business parks throughout • Storm water facilities and hydrology studies
the Coachella Valley. • Traffic signalization,storm water control facilities
• Public Works projects in the cities of Rancho Mirage, Indio, • Residential mixed use projects including development
Coachella,Cathedral City, Palm Springs, Palm Desert, of land sites and commercial area,school facilities and
Desert Hot Springs, La Quinta and Indian Wells as well as municipal facilities for fire,police and library
the County of Riverside
C.26 City of Palm Springs I On-Call Landscape Architectural Services
LRA ENGINEERS
mom
Cirilo C. Regalado. Jr., f j Su17consultants
ELECTRICAL ENGINEERING AND LIGHTING To augment our team, MIG has selected subconsultants
that are experts in their fields with which we have
successfully worked with on similar projects. Coachella
AREAS OF EXPERTISE Valley Engineers will provide civil engineering design
Electrical Engineering / Lighting Design and consulting services. MIG worked together with
Coachella Valley Engineers on the Indio Parks projects.
QUALIFICATIONS LRA Engineers will provide design services for irrigation
Cirilo "Reg" Regalado has over 30 years of active controllers and site lighting as desired. LRA has provided
practice in electrical engineering design and project electrical design services for nearly all of MIG's Southern
management. Reg has extensive electrical engineering California projects for the past 20 years.
design experience for projects such as public schools,
commercial and industrial buildings, community and COACHELLA VALLEY ENGINEERS-CIVIL ENGINEER
senior centers, parks, recreational facilities and street Coachella Valley Engineers(CVE) offers a diversified
improvements. range of professional consulting services in engineering,
surveying and planning. The professional staff at CVE is
REGISTRATIONS experienced in all facets of civil engineering, mapping,
• State of California Certificate No. E16914 field surveying, aerial photograrnmetry, hydrology,
9Y,
• Republic of the Philippines P.E.E. No. 1044 hydraulics, construction administration, scheduling,
construction staking and construction management. An
EDUCATION overview of services provided by CVE for both the public
• BS, Electrical Engineering, Mapua Institute of Technology, and private sector is as follows:
Manila, Philippines
Civil Engineering. Public works projects, residential
RELEVANT EXPERIENCE subdivisions, commercial and industrial land
• La Quinta Sports Complex, La Quinta, California development,from conceptual design through
• Big League Dreams Parks, Chino Hills, Manteca, Perris and infrastructure construction drawings and mapping,
Redding,California including: detailed site design, storm drainage systems,
• Moreno Valley Skate Park, Moreno Valley, California flood control channels, sanitary sewer systems, domestic
• Anaheim Coves,Anaheim, California water systems, street improvements,site grading, sewer,
water and drainage master planning and computer
• Canyon Rim and Riverdale Parks,Anaheim, California modeling.
• Admiral Kidd Park, Long Beach, California
• Central Park, Santa Clarita, California Land Surveying. Boundary surveys, A.L.T.A. surveys,
• Compton Greenleaf Parkway, Compton, California record of surveys, parcel maps,final tract maps, legal
descriptions for property acquisition or easement
• Costa Mesa Bark Park, Costa Mesa, California procurement, lot line adjustments,topographic surveys,
• Dills Park, Paramount, California construction staking and monumentation.
• Laguna Niguel Skate and Soccer Complex, Construction Surveying. Field staking of utilities,
Laguna Niguel,California buildings, grading,surface, bridges and highway
• Mesa Marin Sports Complex, Bakersfield, California improvements. Rough grades, 'blue tops' and pad
• Allendale Park Lighting Project, Pasadena,California certifications.
• Singer Park Walkway Lighting Improvements, CVE has specific project experience,technical capabilities,
Pasadena, California organizational and staffing resources as well as in-house
• Jefferson Park Ballfield Lighting Improvement, computer and CADD capabilities to provide a complete
Pasadena, California range of engineering and surveying services for all types
• South Lake Avenue Streetscape Improvements, of landscape architecture projects. The firm is uniquely
Pasadena, California qualified to support these projects due to its extensive
• Arroyo Park, South Pasadena, California experience in engineering,surveying and construction in
• Pine Avenue Improvements Seaside Wayto Anaheim Southern California and, specifically,the Coachella Valley.
Street, Long Beach, California
City of Palm Springs I On-Call Landscape Architectural Services C.27
mom
7 LRA ENGINEERS-ELECTRICAL ENGINEER
LRA Engineers provides complete electrical engineering
and design services including analysis and cost estimates,
field investigations, energy compliance calculations,
a;v 1 preparation of specifications, reports and construction
documents. The professional staff of LRA Engineers has
extensive combined working experience in electrical
engineering and design, from office and commercial
buildings to parks, recreational facilities and street
improvements, including projects with MIG such as La
- Quinta Community Park; Big League Dreams Sportsparks
in Chino Hills, Manteca, Perris Valley and Redding;
Anaheim Coves; Compton Greenleaf Parkway; Paramount
Dills Park and the Bakersfield Mesa Marin Sports Complex
Phase I and II.
Indio Neighborhood Parks, Indio,California
Perris Valley Trig League Dreams
City of Indio Parks PERRIS, CALIFORNIA
INDIO, CALIFORNIA LRA provided electrical engineering and lighting design
CVE performed survey work,topography, base plan services for the 35-acre sports complex, designed by MIG,
preparation and renovation plans for seven parks in Indio, including six lighted baseball fields, lighted batting cage,
six of which were with MIG_ administration building, restaurant building,two covered
soccer arenas, maintenance building, parking area and
�V l�
ritewater C,itS, Park walkway/security lighting.
RANCHO MIRAGE, CALIFORNIA
La Quinta Sports Complex
CVE developed the expansion of the Whitewater City park LA QUINTA, CALIFORNIA
between Bob Hope Drive and San Jacinto Drive for the
City of Rancho Mirage Housing Authority. LRA provided electrical engineering and lighting design
services for the 18-acre sports complex, designed by MIG,
Fed Ex Ground Facility including two lighted softball fields, six lighted soccer
PALM SPRINGS, CALIFORNIA fields, parking and walkway security lighting as well as
restroom/concession building lighting and power.
CVE provided entitlement, design engineering and
surveying for the Fed Ex Ground Facility located on
Garnet Avenue near the 1-10 Freeway Indian Avenue on/
off ramp.
Desert River Estates
INDIO, CALIFORNIA
CVE provided civil engineering design and design
surveying for 20 acres of single family homes with
landscape design.
Laguna De La Paz
LA QUINTA, CALIFORNIA
CVE provided engineering design and survey for a 150-lot La Quinta Park, La Quinta, California
single family subdivision for RSA, Inc.
C.28 City of Palm Springs I On-Cali Landscape Architectural Services
mum
References City of Palm Springs
We invite you to contact the clients identified below PALM SPRINGS DOWNTOWN DESERT FASHION PLAZA
regarding our team's ability to provide planning and Contact:John Raymond, Director of Community and
design services and engage diverse staff and communities Economic Development
in these efforts. 3200 EastTahquitz Canyon Way I Palm Springs,California 92262
760-323-8245
City of.Indio Owner: Public
CITY OF INDIO NEIGHBORHOOD PARKS (CAHUILLA, Type of Project: Urban Design and Planning
DOMINGUEZ, DR. CARREON, MILES, NORTH JACKSON
AND YUCCA PARKS)
Kej- Issues and Challenges of
Contact: Dave Ison, (retired)Youth Coordinator, City of Indio
760-399-0950 1 daveison@msn.com Referenced Projects
Mark Hodnick(retired) Facilities and Construction Manager CITY OF INDIO PARKS
951-500-5379 1 mnchodnick@verizon.net The key challenge at the six neighborhood parks was
100 Civic Center Mall I Indio,California 92202 to find something special or unique at each site to
Owner: Public enhance and distinguish each park from one another.We
Type of Project:Park Design accomplished this by targeting our outreach effort to each
neighborhood drawing on their vision for their park. The
County of Riverside Economic result was similar activities but orchestrated in different
DevelopmeIlt Agency ways with detailing that reflected the neighbors' interests
PERRIS VALLEY BIG LEAGUE DREAMS and wishes.We believe that our sensitive outreach
Contact: Dominick Lombardi approach coupled with our successful outcomes created
3403 Tenth Street,Suite 500 1 Riverside, California 92501 believers in our inclusive design process. Recently we
951-955-6622 1 dlombardi®rivcoeda.org have been contacted by Indio for potentially another
Owner: Public round of successful park improvements.
Type of Project:Park Design The six park budgets ranged from $650,000 to$2 million
dollars in construction.All were within 5%of our opinion
{ 1tL' of.V117lielIIl of probable costs and constructed in 2007.
ANAHEIM COVES
Contact: Pamela Calera, Senior Community Services Project PERRIS VALLEY BIG LEAGUE DREAMS
Manager The key challenge at this project was no stormwater
200 S Anaheim Blvd, Ste 433 1 Anaheim,California 92805 conveyance systems in the area for this 35-acre sportsfield
714-765-4463 1 pgalera®anaheim.net complex to tie into. With six acres of paved parking this
Owner: Public was a drainage problem. The civil engineering solution
Type of Project:Trail/Park Design was to create a large underground rock sump beneath
the paved parking lot to capture and percolate downward
CAN,IOf�, Vcstlakc Village storm water generated on-site. We also created drainage
WESTLAKE VILLAGE COMMUNITY PARK bioswales in the landscape areas to capture and clean
water runoff from the 660-car parking areas and stadium
Contact: Audrey Brown,Assistant City Manager fields.
31200 Oak Crest Drive I Westlake Village,California 91361
818-706-1613 1 Audrey@wlv.org The facility, which includes four major league replica
Owner: Public fields,two AAA fields, a 10,400 square-foot stadium club,
Type of Project: Park Design two 20,000 square-foot open air indoor soccer pavilions,
children's play area, batting cages and maintenance
City of Las Vegas building, was completed in 2012 at the cost of$25 million.
FREEDOM PARK RENOVATION / BIG LEAGUE DREAMS The success of the project with regional tournaments,
SPORTS FACILITY prompted development of an aquatic swim park next
Contact: Patrick Batte,Architectural Project Manager door,with future plans for RV camping.
400 Stewart Ave, Las Vegas, NV 89101
702-229-1046 1 pbatte@lasvegasnevada.gov
Owner: Public
Type of Project: Sports Park/Park Design/Landscape
Architecture
City of Palm Springs I On-Call Landscape Architectural Services C.29
CEO
FREEDOM PARK/ BIG LEAGUE DREAMS, LAS VEGAS WESTLAKE VILLAGE COMMUNITY PARK
The key challenge at Freedom Park and Big League The challenge at Westlake Community Park was the
Dreams in Las Vegas was to create these major sports parceled phasing of the community park project. The City
field enhancements in an existing park with minimal Public Works Department prepared grading and drainage
impact to the rest of the park, which was to remain open plans for carving an eight acre pad out of the Westlake
and usable. The plans were very specific about the limits Village hillside to accommodate lighted sportsfields and
of work and contractors staging area.The coordination a YMCA community center complex. The subsequent
of existing utilities was an important task with both the park design had to be carefully "fitted" within the limits of
softball field complex and the lighted synthetic turf soccer the graded pad. An additional challenge was seamlessly
fields. Reconfiguring parking to best accommodate the connecting the separately designed and funded YMCA
new facilities was a major design consideration.The fact community building (24,000 square feet). The design
that this facility was principally going to be used at night plans were staged to prioritize the parking areas and
affected our security considerations and lighting plans. synthetic turf softball fields as the initial development,
The construction costs were $10.7 million within 5%of the followed by the community center and then the future
construction budget. lighted synthetic soccer fields as funds become available.
The initial lighted softball fields, restrooms/concession,
ANAHEIM COVES children's play area, and perimeter trail have been
The key challenge at Anaheim Coves was to constructed for$8 million,
collaboratively develop a 1 Yz mile multi-use trail using
State Grant funds on Orange County Water District
(OCWD)property with City of Anaheim design support W by MIG
and ongoing maintenance. OCWD's primary concern was We believe that MIG's design goals are very much in
to protect the groundwater recharge basin. Anaheim's sync with the quality of life that the City of Palm Springs
goal was to open the water basin's surrounding 16 acre is committed to. In our landscape, park and streetscape
area up for a recreation trail and enhanced native habitat. designs we will strive to create innovative designs that:
Abutting neighbors were concerned about the public use
of the property behind their homes. Our design solution • Foster a sense of place;
was to develop a permeable asphalt trail with protective * Contribute to your unique desert community identity and
fencing to minimize drainage to the basin and prevent character;
access to the water.We located the trail away from the
adjoining homes and at a lower elevation to maintain • Promote your increasing environmental stewardship and
visual privacy. Likewise, small parking areas and restrooms sustainability;
were provided at either end of the trail, convenient for • Support and enhance your community's reputation for
visitors yet away from the homes. Interpretive rest areas health and wellness;
and overlooks were provided to showcase the bird wildlife Strengthen public safety and sense of security for residents
of the area and views towards the Santa Ana River and
beyond. The habitat was enhanced by removing invasive and visitors;
non-native plant species and planting nearly 1000 native • Honor the diversity in people, ideas and values that make
trees as well as shrubs and native grassland cover. The up your community;
facility has been an award-winning success and we are . Enhance intergenerational human development;
now designing the'/z mile northerly extension of the trail
with a dual bike trail and hiking trail also funded through a • Meet your changing maintenance and program needs;
State grant. The cost of this project was$5 million. . Support the City's tourism and revenue generating goals;
• Encourage partnerships,volunteerism and community
involvement;
• Make the best use of natural resources;
• Create a legacy for future generations.
We believe our 32 years experience,$900 million worth
of built public agency projects and the depth and
expertise of our professional staff, represent significant
assets in addressing and solving landscape challenges
and opportunities that Palm Springs will face in the next
few years. MIG would very much like to be a part of your
changing landscape success.
C.30 City of Palm Springs I On-Call Landscape Architectural Services
N E
o ' ,
LU
u Q)
X
X �.
W 4-5
o
o �
j
\ 4
jj� py
a. �
� N t
}
= y
y, Vli
p'
a
M1
� tia✓ae ;,„,m �' n "`„ .` a �!. tka.� ,.,,� x a ti ',�+y1e,`k �y ���.
v .'a
J x
n N
e
"Z ,��
k �
x
x k o- '� M k'f P � � ,j•'•
r Y
4 � u
W64511
_
�y
i
m
¢ I.
? _
�- �b ° it
let
it
N1. g
4f A p ,
Mkr Y
1 �
f
q ro e f
C i .� r rvr t� � ,♦ 4 is
r,
oa ,.
s
mom
Local Business COACHELLA VALLEY ENGINEERS
MIG's teaming partner, Coachella Valley Engineers, is Dave Turner and David Rice - Civil Engineers
located in and holds an active business license with the • City of Indio Parks, Indio, California
City of Palm Desert in the Coachella Valley. • Whitewater City Park, Rancho Mirage, California
COACHELLA VALLEY ENGINEERS • Fed Ex Ground Facility, Palm Springs, California
77-933 Las Montanas Road, Suite 101 • Desert River Estates, Indio, California
Palm Desert, CA 92211
• Frank Sinatra Drive Widening, Rancho Mirage, California
MIG affirms that we will,to the extent possible, solicit • Palm Springs International Airport Expansion,
applications for employment and proposals for Palm Springs, California
subcontractors and subconsultants associated with
proposed projects under this contract from local residents • Sidewalk Improvement Project, Palm Desert, California
and firms as opportunities occur and hire qualified local • Capital Improvement Projects, Cathedral City, California
residents and firms whenever feasible. • Shady Lane Drainage Project, Coachella, California
Team XIembers With Local IlxperLise • Whitewater Channel Crossings, Indian Wells, California
• Miles Avenue Cul-de-Sac, Indian Wells, California
Local expertise for the MIG Team is as follows:
• Manitou Drive Street Rehabilitation Project,
MIG Indian Wells, California
Steve Lang - Principal • Ironwood Country Club, Palm Desert, California
• Indio Neighborhood Parks, Indio, California • Thunderbird Country Club, Rancho Mirage, California
• La Quinta Sports Complex, La Quinta, California
LRA ENGINEERS
Jim Pickel - Principal Cirilo Regalado - Electrical Engineer
• Indio Neighborhood Parks, Indio, California • La Quinta Sports Complex, La Quinta, California
• Indio Central Park, Indio, California
• Desert Hot Springs Park and Recreation Master Plan,
Desert Hot Springs, California
Oscar Johnson - Project Manager
• La Quinta Sports Complex, La Quinta,California
Robert Echavarria - Project Manager
• Indio Central Park, Indio, California
Rick Barrett - Urban Designer
• Palm Springs Downtown Desert Fashion Plaza,
Palm Springs, California
Jose Leal - Irrigation Designer
• Indio Neighborhood Parks, Indio, California
• Indio Central Park, Indio, California
Emily Keifer - Project Associate
• Indio Central Park, Indio, California
City of Palm Springs I On-Call Landscape Architectural Services DA
EXHIBIT "D"
SCHEDULE OF COMPENSATION
CONSULTANT'S SCHEDULE OF FEES FOLLOWS THIS PAGE
Exhibit "D"
r
1
1
1
Cost Proposal/Hourly Rates
1 We have provided a schedule of hourly rates for the MIG
Team. Should we be selected,it is our intention to review MtG,Inc.
1 each assignment's objectives carefully with City staff and Principal $175
1 tailor our scope and cost to best meet the needs and Project Manager $145
' resources of the City, [ ADA Specia[st $175
MIG REIMBURSABLES Urban Designer $775 .
$145
MIG's fees include all costs for transportation,telephone, Irrigation Designer
faxes,reproduction and delivery costs for up to three Project Associate $9.5,
copies of each submittal called out in the Scope of Clerical $75
Services.Any additional requested reproducibles not Coochelfa Valley Engineers
included in Scope of Services or Professional Fees will be Principal Engineer 8200
billed with pre-authorization to Palm Springs at cost plus Director of Engineering/Surveying g 5
10%. Project Engineer/Survey Supervisor $1so
---�--a-^---
I Project Manager/Survey Manager $100
f Design Technician/Survey Technician $95
I CADD Technician/Field Technician $85
1 Draftsman $45
Clerical
. LRA Engineers
i
I Principal Electrical Engineer ' g13p
Project Design Engineer ( $110
' Drafting $85
Cler"i $55
r
4 µaof
-r�xsy
. I
Indio Parks,lnd�o. California
Cost Proposal/Hourly Rates Cry of Palm Springs a On-Call Landscape Architectural Services 1.1
EXHIBIT "E"
SCHEDULE OF PERFORMANCE
The services provided hereunder this Agreement shall occur on an as-needed `on-call' basis, pursuant
to separate individual Task Orders or Purchase Orders. The City and Consultant shall agree on a
schedule of performance for scopes of work on assigned projects.
END OF EXHIBIT "E"
Exhibit"E"