Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A6786 - DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS INC - ON-CALL LANDSCAPE ARCHITECTURAL SVCS
CONTRACT ABSTRACT 2 (each) Originals: Agreement Extension Letters; 1 (each) Insurance Contract Company Names: David Volz Design Company Contacts: Kim Rhodes — David Evans; David Volz — David Volz Summary of Services: On -Call Landscape Architectural Services Contract Price: On -Call Funding Source: Budgeted projects (various accounts) Contract Term: Month -to -month basis through June 30, 2021 Contract Administration Lead Department: Development Services — Engineering Division Contract Administrator: Joel Montalvo/Donn Uyeno Contract Approvals City Council Approval: Original Council Approval Date: Agreement Numbers: January 14, 2021, Item I.D. October 21, 2015, Item 2.F. 5-arid' A 6 7 8 6 Contract Compliance Exhibits: N/A Signatures: Attached Insurance: Attached Bonds: N/A Contract prepared by: Engineering Division Submitted on: 01/20/2021 By: Vonda Teed PALM �A�$ City of Palm Springs ° u �^ Development Services Department Engineering Division t'0ja.•+���� ` 3200 East Tahquitz Canyon Way - Palm Springs, California 92262 c441 Fp IL Tel: (760) 323-8253 - Fax: (760) 322-8360 - Web: www.paimspringsea.gov December 2, 2020 David Volz Design Landscape Architects, Inc. Attn: David Volz 78060 Calle Estado La Quinta, CA 92253 Re: On -Call Landscape Architectural Services Agreement No. A6786 Dear David Volz, On November 12, 2015, the City of Palm Springs and David Volz Design Landscape Architects, Inc., a California corporation, entered into on -call Landscape Architectural Services Agreement A6786 for as needed landscape architect services. In accordance with Section 3.4 of said Agreement, the second of two one-year extensions was executed extending the contract through December 31, 2020. 3.4 Term. Unless earlier terminated under this Agreement, this agreement shall continue in full force and effect for an initial term through December 31, 2018. At the sole discretion of the City Manager, upon written notice to Consultant and mutual agreement, the term of this Agreement may be extended for two (2) additional one (1) year terms. The City is requesting David Volz Design Landscape Architects, Inc.'s mutual agreement in extending the term beginning January 1, 2021, on a month -to -month basis, continuing through June 30, 2021, unless terminated earlier. Except as expressly provided herein, all terms and conditions of the Agreement shall remain in full force and effect by and between the parties. If you have any questions or concerns, I can be reached by phone at (760) 322-8339 or via email at Joel.Montalvo@palmspringsca.gov. Pagel of 2 Sincerely, oel Montalvo, P.E. City Engineer CITY OF PALM SPRINGS: i David H. Ready, City APPROVED AS TO FORM: Je&ey!f Balli er, City Attorney APPROVED BY CITY COUNCIL A6786 Item 2F 10/21/2015 Page 2 of 2 CONSULTANT: David Volz Design Landscape I : h i cts, Signature Date Print Name and Title A� " CERTIFICATE OF LIABILITY INSURANCE DATE(M) 02/19//2020 020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Tina Cowie NAME: Cornerstone Specialty Insurance Services, Inc. (PA N Ed (714) 731-7700 FA A/c No): (714) 731-7750 14252 Culver Drive, A299 E-MAIL tina@cornerstonespecialty.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: RLI Insurance Company Irvine CA 92604 INSURED INSURER B : GreatAmerican Insurance DAVID VOLZ DESIGN LANDSCAPE ARCHITECTURE, INC. INSURER C 151 Kalmus Drive, Ste. M-8 INSURER D : INSURER E : Costa Mesa CA 92626 INSURER F : COVERAGES CERTIFICATE NUMBER: 20121 COVERAGES REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF MMIDD/YYW POLICY EXP MM/OD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR EACH OCCURRENCE $ 2,000,000 PREMISES Ea occurrence $ 1,000,000 X MED EXP (Any one person) $ 10,000 ADDTL INSURED / PRIMARY X BLANKET WVR OF SUBRO PERSONAL&ADV INJURY $ INCLUDED A Y PSB0001408 03/14/2020 03/14/2021 GEN'LAGGREGATE LIMITAPPLIES PER. POLICY X PRO LOC JECT GENERALAGGREGATE $ 4,000,000 PRODUCTS - COMP/OPAGG $ 4,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 2,000,000 BODILY INJURY (Per person) $ ANY AUTO A OWNED SCHEDULED AUTOS ONLY AUTOS PSB0001408 03/14/2020 03/14/2021 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED HNON-OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA PSW0001346 03/14/2020 03/14/2021 SPER TATUTE EORH X1 E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ B Professional Liability Claims Made DPP4204131 03/14/2020 03/14/2021 Each Claim Annual Aggregate $2,000,000 $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) RE: On -Call Landscape Architectural Professional Services. The City of Palm Springs, its officials, employees, and agents are Additional Insured for General Liability but only if required by written contract with the Named Insured prior to an occurrence and as per attached endorsement. Coverage is subject to all policy terms and conditions. *30 days notice of cancellation, except for 10 days notice for non-payment of premium. For Professional Liability coverage, the aggregate limit is the total insurance available for all covered claims reported within the policy period. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Palm Springs ACCORDANCE WITH THE POLICY PROVISIONS. 3200 E. Tahquitz Canyon Way AUTHORIZED REPRESENTATIVE Palm Springs CA 92262 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Policy Number: PSB0001408 RLI Insurance Company Named Insured: David Volz Design Landscape Architects, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. RLIPack° FOR PROFESSIONALS BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM - SECTION II — LIABILITY 1. C. WHO IS AN INSURED is amended to include as an additional insured any person or organization that you agree in a contract or agreement requiring insurance to include as an additional insured on this policy, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused in whole or in part by you or those acting on your behalf: a. In the performance of your ongoing operations; b. In connection with premises owned by or rented to you; or c. In connection with "your work" and included within the "product -completed operations hazard". 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. This insurance does not apply on any basis to any person or organization for which coverage as an additional insured specifically is added by another endorsement to this policy. b. This insurance does not apply to the rendering of or failure to render any "professional services". c. This endorsement does not increase any of the limits of insurance stated in D. Liability And Medical Expenses Limits of Insurance. 3. The following is added to SECTION III H.2. Other Insurance — COMMON POLICY CONDITIONS (BUT APPLICABLE ONLY TO SECTION II — LIABILITY) However, if you specifically agree in a contract or agreement that the insurance provided to an additional insured under this policy must apply on a primary basis, or a primary and non-contributory basis, this insurance is primary to other insurance that is available to such additional insured which covers such additional insured as a named insured, and we will not share with that other insurance, provided that: a. The "bodily injury' or "property damage" for which coverage is sought occurs after you have entered into that contract or agreement; or b. The "personal and advertising injury" for which coverage is sought arises out of an offense committed after you have entered into that contract or agreement. 4. The following is added to SECTION III K. 2. Transfer of Rights of Recovery Against Others to Us — COMMON POLICY CONDITIONS (BUT APPLICABLE TO ONLY TO SECTION II — LIABILITY) We waive any rights of recovery we may have against any person or organization because of payments we make for "bodily injury', "property damage" or "personal and advertising injury' arising out of "your work" performed by you, or on your behalf, under a contract or agreement with that person or organization. We waive these rights only where you have agreed to do so as part of a contract or agreement with such person or organization entered into by you before the "bodily injury' or "property damage" occurs, or the "personal and advertising injury" offense is committed. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPB 304 02 12 Page 1 of 1 WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA WC040306 (Ed. 04-84) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be % of the California workers' compensation premium otherwise due on such remuneration. Person or Organization All persons or organizations that are party to a contract that requires you to obtain this agreement, provided you executed the contract before a loss Schedule Job Description Job performed for any person or organization that you have agreed with in a written contract to provide this agreement. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 03-14-2020 Policy No. PSW0001346 Insured David Volz Design Landscape Architects, Insurance Company RLI Insurance Company Inc. Endorsement No. 1 AMENDMENT NO. 2 TO PROFESSIONAL SERVICES.AGREEMENT NO. 6786 WITH DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS, INC., LANDSCAPE DESIGN SERVICES FOR THE WELWOOD MURRAY MEMORIAL LIBRARY COURTYARD IMPROVEMENTS, CITY PROJECT NO. 16-02. The following articles of Agreement No:6786 are hereby amended to read-as follows: SECTION 2.1 Maximum contract amount is increased by $38,402 and the total amount of compensation is amended to $54,128. SCOPE OF SERVICES (Exhibit "A") - Exhibit "A" is amended as follows: Add the following additional scope of services related to the redesign of the Welwood Memorial Library exterior courtyard layout related to the updated direction from the City Council Library, Library Board, Historic Site Preservation Board, and the Architectural Advisory Committee subcommittees: Courtyard Conceptual Redesign: Task 1 - Redesign of the plaza and pavement, planting layout including new grading, planting and irrigation plans Task 2 -Addition of the walled planter bench and concrete block air conditioner enclosure wall with new gates and roof • Task 3 - Revised entry and courtyard gates • Task 4 ; New alleyway gate at Tahquitz Canyon Drive • Task 5 - Front of Library planters and irrigation plans for new ornamental grass landscape • Task 6 - Coordination of additive alternates as described in meeting summary, including bid form and new construction cost estimate • Task 7 - Electrical lighting plan for courtyard and front of building and electrical engineering services by our consultant engineer with assistance by DVD staff • Task 8 - Meetings with city staff and project management • Task 9 -Allotment for minor revisions and plan finalization The Compensation identified on Exhibit "A" is hereby amended as follows: Compensation for additional scope of services shall be a lump sum fee, not to exceed the following: • Courtyard Conceptual Redesign in the amount of$38,402. ORIGINAL DID ANDIGR AGREEMENT l �� Total Contract amount is increased by $38,402 and amended to a total amount of$54,128. Remove and replace Section 9.3, Covenant Against Discrimination, with the following: In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that, its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited -to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. PURCHASE ORDER SUMMARY Purchase Order Number(s): 16-0923 Agreement Number: 6786 Original City Manager Approval: March 30, 2016 Original Contract Amount: $ 9,226 Amount of Amendment No.1 Increase:$ 6,500 Amount of Amendment No.2 Increase $ 38,402 Amended Total: $ 54,128 Account Number: 260-1395-65224 Except as specifically amended by this Amendment No. 2, all terms and provisions of Agreement No. 6786 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS, a California charter city By: l city y: Clerk ;lot, W2 City v;d J Manager) APPROVED AS TO FORM: APPROVED By CITY COUNCIL No- lo Ci y Attorney CONSULTANT: David Volz Design Landscape Architects Inc. Check one: _Individual X Partnership_Corporation Corporations require; two notarized signatures: One signature must be from the 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). By: Notarized Signature of Chairman of By: Notarized Signature Secretary, Asst. Board, President or any Vice President Secretary, Treasurer, Asst. Treasurer or Gehl f Financial Officer Name. ' Na e: Title: i e: Ve--�d EWIFICATE ATTACHED FOR I CALIFORNIA NOTARY WORDING CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT . (CALIFORNIA CIVIL CODE § 1189) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA ) COUNTY OF ORANGE ) On 04/01/2019 before me, Dyann M. Kipling, Notary Public (Date) (Here Insert Name and Title of the Officer) personally appeared --------------J O H N DAV I D VO LZ------------------------ who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/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 true and correct. DYANN M.KIPLING Notary Public-California Z ' , = Orange County > WITNESS my hand and official seal. Z = Commission 112235107 My Comm.Expires Apr 17,2022 Signglure of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Additional Information: revision date 01/01/2015 EXHIBIT"A" SCOPE OF SERVICES SCOPE OF WORK,SERVICES, OBJECTIVES AND SPECIFICATIONS: Provide conceptual landscape plans and specifications for the Welwood Memorial Library: 1. Project Initialization: Prepare base map based on field measurements and any available property mapping. Oversee an initial idea meeting with city and stakeholders. 2. Concept Development: Design a concept plan based upon input received that depicts possible planting scheme, proposed plant materials illustrations and ideas for air conditioning unit screening. A- review meeting with city staff stakeholders and council will be held to review proposed improvements. 3. Construction Document Preparation: Prepare plans and specifications for the project improvements. Deliver technical specifications and a construction budget estimate with the plan submittal. Plan corrections will be made as directed by the city. 4. Assist in bidding and construction oversight: As needed hourly billing based services. Contract Amount: $9,226 Term: 3 years. Design services to be completed by December 31, 2018 Amendment No: 1 - Added the following additional scope of work to provide redesign of courtyard layout for the Welwood Memorial Library: 1. Incorporate landscape lighting; 2. Provide entry gate design from Palm Canyon Dr.; 3. Consider drainage, use pervious pavers; Additional Contract Amount for Amendment No. 1: $6,500 Term: No Change. Amendment No. 2-Add the following additional scope of services related to the updated direction from the City Council Library, Library Board, Historic Site Preservation Board, and the Architectural Advisory Committee subcommittees: 1. Redesign of the plaza and pavement, planting layout including new grading, planting and irrigation plans 2. Addition of the, walled planter bench and concrete block air conditioner enclosure wall with new gates and roof 3. Revised entry and courtyard gates 4. New alleyway gate at Tahquitz Canyon Drive 5. Front of Library planters and irrigation plans for new ornamental grass landscape 6. Coordination-of additive alternates as described in meeting summary, including bid-form and,new construction cost estimate 7. Electrical lighting plan for courtyard and front of building and electrical engineering services by our consultant engineer with assistance by DVD staff 8. Meetings with city staff and project management 9. Allotment for minor revisions and plan finalization Additional Contract Amount for Amendment No. 2:'$38,402 Term:This Amendment No. 2 hereby extends the duration of this contract to December 31, 2019. Overall Contract Amount:-$54,128 y.. 1 - � �..: .. .� � .. i l � � _„ CERTIMCATIC BY SECRETARY I DO HEREBY CERTIFY AS FOLLOWS: That I am the duly elected, qualified and acting Secretary of the above-named corporation, that the foregoing Bylaws were adopted as the Bylaws of said corporation on the date set forth above by the person(s)named in the Articles of Incorporation as the Incorporators) of said corporation. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal this day o , 1999. VOLZ, Secreta -17- CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT ON-CALL LANDSCAPE ARCHITECTURAL SERVICES THIS PROFESSIONAL SES AGAR EMENTI�herpinafter "Agreement") is made and entered into, to be effective this day of Ulayed YIC� 2015, by and between the CITY OF PALM SPRINGS, a California ch rter city and municipal corporation, (hereinafter referred to as "City") and DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS, 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 priority document, which shall be determined in the following order of priority: (1')the terms of this Agreement; (2"') the provisions of the Scope of Services (Exhibit "A"); as may be amended from time to time; (V) the provisions of the City's Request for Proposal (Exhibit T"); and, (4t') the provisions of the Consultant's Proposal (Exhibit "C°). 1.3 Compliance with Law. ',CbnSU)taot 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. 1.6 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 "Y 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 "Y) 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: David Volz. 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 an insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise Y 9 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 arise from Consultant's negligent, reckless or willful performance of or failure to perform any term, provision, covenant or condition of this Agreement ("Indemnified Claims'), but Consultant's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or willful misconduct of the City and its elected officials. Officers, employees, agents and volunteers. B. Consultant shall reimburse the Indemnified Parties for any reasonable expenditures, including reasonable attorneys' fees, expert fees, litigation costs, and expenses that each Indemnified Party may incur by reason of Indemnified Claims. Upon request by an Indemnified Party, Consultant shall defend with legal counsel reasonably acceptable to the Indemnified Party all Claims against the Indemnified Party that may arise out of, pertain to, or relate to Indemnified Claims, whether or not Consultant is named as a party to the Claim proceeding. The determination whether a Claim "may arise out of, pertain to, or relate to Indemnified Claims' shall be based on the allegations made in the Claim and the facts known or subsequently discovered by the Parties. Consultant's indemnification obligation hereunder shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified hereunder are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. C. The Consultant shall require all non-design-profession sub-contractors, used or sub- contracted by Consultant to perform the Services or Work required under this Agreement, to execute an Indemnification Agreement adopting the indemnity provisions in sub-section 6.1 in favor of the Indemnified Parties. In additions, Consultant shall require all non-design-professional sub-contractors, used or sub-contracted by Consultant to perform the Services or Work required under this Agreement, to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement, as well as any other insurance that may be required by Contract Officer. 7. REPORTS AND RECORDS 7.1 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work or Services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination Page 11 of 17 of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 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 Le-gal 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. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. A. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any settlement made without Consultant's consent or in the event City fails to cooperate in the defense of 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 Page 14 of 17 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 Citv: City of Palm springs Attention: City Manager 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: David Volz Design Landscape Architects, Inc. Attention: David Volz 78060 Calle Estado La Quinta, CA 92253 Telephone: (760) 580-5165 Facsimile: (760) 564-0369 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: David H. Ready 1�IM` City Manager APPROVED AS TO FORM: ATTEST By: By: D glas C. Holland, James Thompson, City Attorney City Clerk APPROVED BY CITY COUNCIL: Date: 91• Agreement No. _W16 ?F Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer. CONSULTANT NAME: David Volz Design Landscape Architects, Inc. 78060 Calle Estado La Quinta, CA 92253 By Bti� Signature (No-tariz_e_d`)� Signature (Notarized) ar Page 17 of 17 EXHIBIT "A" SCOPE OF SERVICES General Scope of Services for "On-Call' Landscape Architectural Services — Consultant shall provide first class as-needed licensed on-call landscape architectural services for various City Projects as assigned. Responsibilities may include, but are not limited to, the following: ('all services may or may not be necessary on each assigned project) 1. Facilities requirements and utilization studies. 2. Feasibility studies for new, renovation, and alteration projects. 3. Facility studies and audits to determine compliance with various federal, state, and local regulations. 4. Facility assessments. 5. Conceptual drawings and plans as may be requested by the City for projects being contemplated. 6. Attend meetings and prepare presentations and Staff Reports for city advisory boards, commissions and the City Council when said meetings relate to projects covered Ny 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 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT (CALIFORNIA CIVIL CODE § 1189) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA ) COUNTY OF On AlbVekt5 6, AxSbefore me, Atu k AvDaeU l}r/co5e No �M� PSI%c (Date) (Here Insert Name and Title of the Officer) personally appeared 10AUiD VQ1 Z who proved to me on the basis of satisfactory evidence to be the personw whose name(M is/or:q subscribed to the within instrument and acknowledged to me that he/She/tray executed the same in his/I*/tI 'r authorized capacity(itA, and that by his/flier/oQir signature( on the instrument the person( or the entity upon behalf of which the person(%�acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. KIRK ANDREW DEROSE Commission #2105308 0My Notary Public-California iWITNESS a and official seal. Z Drange County myComm. Ez ires Apr 11,2019' Signature o Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Additional Information: C,'rjor- PAf,„ Sys D/v vsu a Suzv,czs A,aycrcm r revision date 01/01/201S 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-calf' 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.palmspringsca.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.Williams(ci)palmspringsca.gov to register as a firm interested in this project. Failure to register may result in not receiving addenda to the RFP. EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been developed in the Request for Proposals (RFP) format for Professional Services. Accordingly, firms should take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee to determine which proposal best meets the qualifications and requirements set forth in the RFP document. PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council. The selected firm will be required to comply with all insurance and license requirements of the City. DEADLINE: All proposals must be received in the Procurement and Contracting Office, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, TUESDAY, APRIL 14, 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 x FA4q 5. 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-call' 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 stronaly 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- 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. 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 QualificationslWork Proposal envelope. RFP#07-15 Page 2 of 12 ATTACHMENT "B" — Non Collusion Affidavit Form. *Must be completed and included with Qualifications/Work Proposal envelope. ATTACHMENT "C" — Sample boilerplate Contract Services Agreement (for reference only) 2. BACKGROUND: The City of Palm Springs is a Charter City in eastern Riverside County, CA with a population of over 48,000. The City owns and operates Palm Springs International Airport (PSP) as well as many other public facilities within the community such as the City Hall, the Fire Stations, Police Headquarters, Pavilion and Leisure Center, Convention Center, Visitors Center, Animal Shelter, Plaza Theater, Waste Water Treatment Plant, Downtown Parking Structure, and main Library Center, to name a few. The City has on-going requirements for professional architectural and landscape architectural services to support various projects that may be required to maintain, improve, or expand its facilities and infrastructure over the next five (5) years. The types of projects that may be contemplated under this contract for on-call architectural and landscape architectural services include, but are not limited to, remodeling, repurposing, and refurbishing existing public facilities; restoration, repurpose and refurbishment of designated historic public structures; design of completely new public municipal government structures or facilities; space allocation planning; infrastructure upgrades; demolition plans for unused facilities; signage design; landscape design for public parks, parkways, medians and public buildings; conversion of existing public landscape to drought tolerant desert landscape; and artificial turf landscape. The selected consultant(s) shall be required to demonstrate successful experience and capacity to provide architectural and landscape architectural services to a municipal government agency for the types of projects named above. Note that projects with Federal or State grant funds may be excluded from this contract pursuant to the applicable terms and conditions of the grant requirements. The City intends to award one or more contracts for on-call Architectural and Landscape Architectural Services with an initial term of three years, with two one-year extensions upon approval of the City Manager and mutual consent of the selected Consultant(s), for a total maximum term of five years, unless mutually extend by the parties. The assignment of projects to the on-call firms is not guaranteed and is at the sole discretion of the City. 3. SCOPE OF WORK: The selected Consultant(s) shall provide first class as-needed licensed on-call architectural and/or landscape architectural services for various City Projects as assigned. Responsibilities may include, but are not limited to, the following: (*all services may or may not be necessary on each assigned project) 1. Facilities requirements and utilization studies. 2. Feasibility studies for new, renovation, and alteration projects. 3. Facility studies and audits to determine compliance with various federal, state, and local regulations. 4. Facility assessments. 5. Space allocation for HVAC, plumbing, electrical, cabling, safety systems and other infrastructure upgrades/improvements. 6. Conceptual drawings and plans as may be requested by the City for projects being contemplated. 7. Attend meetings and prepare presentations and Staff Reports for city advisory boards, commissions and the City Council when said meetings relate to projects covered by this contract, and as warranted and directed by the City Manager or his designee. RFP#07-15 Page 3 of 12 8. Move assigned projects through all City entitlement processes, including but not limited to, architectural review, planning approval, building & safety, and engineering, including Council award if applicable. 9. Architectural and/or Landscape Architectural services for designated historic buildings and sites , as well as completely new construction, alteration, and renovation projects to include project design, evaluation, planning, handicapped accessibility, and engineering services (civil, structural, MEP, land surveying, etc.) incidental to the project. 10. Preparation of reports, phase and construction phase schedules, preliminary documents, working drawings, construction drawings, specifications, bid documents and construction cost estimates. 11. Provide value engineering, construction management, coordinate and conduct meetings with city staff, contractors, and other stake holders as may be required. 12. Perform construction phase services, provide CADD documentation, assist in warranty review and participate in project close-out phase of projects as may be required. 13. Submit invoices monthly with detailed account of staff hours attributed to specific project billings with all staff hours attributed to project. Use City provided project numbers or identifiers so that each project can be separately accounted for. 14. Cooperate, coordinate and communicate with all internal City departments as necessary. It will be the responsibility of the successful firm(s) to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. All proposals must be made on the basis of the requirements contained herein. Individual tasks may require supervision, consultants, materials, equipment and supplies necessary to complete any services required. All services shall be performed in compliance with industry and professional standards and all applicable federal, state, and local laws, ordinances and regulations including Americans with Disabilities Act (ADA), 2010 (or most applicable current at the time of assigned project) Edition of the California Building Code, and the rules and ordinances of the County of Riverside and the City of Palm Springs. The City further reserves the right, when applicable and in the best interests of the City, to require the Architect or Landscape Architect to engage sub-consultants with special expertise when the unique circumstances of a particular project warrants such additional services. The City may provide recommendations to the Architect or Landscape Architect of sub-consultants for consideration and reserves the right of approval of any sub-consultant selected by the Architect or Landscape Architect on any assigned project. 4. PROPOSAL REQUIREMENTS: Please note: this RFP cannot identify each specific, individual task required to successfully and completely implement the projects that may be assigned. The City of Palm Springs relies on the professionalism and competence of the selected firms to be knowledgeable of the general areas identified in the scope of work and to include in its proposal the required tasks and subtasks, personnel commitments, direct and indirect costs, etc. The City of Palm Springs will not approve addenda to the selected firm's agreement which do not involve a substantial change from the general scope of work identified in this RFP. Firms submitting a proposal shall follow RFP#07-15 Page 4 of 12 all proposal requirements and respond to all of the information requested as more fully described below. 5. SELECTION PROCESS: The City of Palm Springs is utilizing a Qualifications Based Selection process to select a firm to provide the services requested by this RFP. The City shall review the proposals submitted in reply to this RFP, and a limited number of firms may be invited to make a formal presentation at a future date. The format, selection criteria and date of the presentation will be established at the time of short listing. Preparation of proposals in reply to this RFP, and participation in any future presentation is at the sole expense of the firms responding to this RFP. 6. PROPOSAL EVALUATION CRITERIA: This solicitation has been developed in the "Request for Proposals" (RFP) format. Accordingly, firms should take note that the City will consider multiple criteria in selecting the most qualified firm. Consistent with Federal, State and Local laws for the acquisition of Professional Services, price is NOT an evaluation criteria. Cost Proposals/Hourly Rates submitted in separate sealed envelopes are not opened, nor considered during proposal evaluations. Upon selection of the most qualified firm, the associated cost proposal will be used as a basis for contract negotiations. A contract shall be negotiated on the basis of the submitted Cost Proposal/Hourly Rates, and in consideration of reasonable and mutually agreed project costs and time requirements. Should successful negotiations not occur with the highest ranked firm, the City may, at its sole discretion, choose to enter into negotiations with the second highest ranked firm, and so on. The City reserves the right, and intends to enter into agreements with more than one firm. PRIOR CITY WORK If your firm has prior experience working with the City DO NOT assume this prior work is known to the evaluation committee. All firms are evaluated solely on the information contained in their proposal, information obtained from references, and presentations if requested. All proposals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. An evaluation committee, using the following evaluation criteria for this RFP, will evaluate all responsive proposals to this RFP. The evaluation committee may request, if desired by City, formal presentations/interviews from short listed firms at a future date of which the format and presentation evaluation criteria shall be provided at the time of short listing. Participation in any phase of this RFP process, including the interview phase if conducted, is at the sole expense of the firms replying to this RFP. The City shall NOT be responsible for any costs incurred by any firm in response to, or participation in, this RFP. Firms are requested to submit their proposals so that they correspond to and are identified with the following evaluation criteria, which are more fully detailed in Section 7: A. Project Understanding (30 POINTS): The firm's proposal adequately demonstrates an understanding of, and familiarity with, providing on-call architectural and/or landscape architectural services to a municipal government or other public agency including work process plan and methodolgy, and the issues that may be unique to providing such services in the Coachella Valley. B. Scope of Work (25 POINTS : 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 must be in an 8 % X 11 format, may be no more than a total of thirty (30) proposals 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 Qualifications/Work Proposal in Microsoft Word (`.doc) (Word is preferred, although other software programs are acceptable), and Adobe Acrobat ('.pdf)formats. Envelope #2, clearly marked "Cost Proposal/Hourly Rates", shall include the following item: RFP#07-15 Page 6 of 12 • Cost Proposal/Hourly Rates — provide a Cost Proposal that identifies a schedule of hourly rates for each person and/or position assigned to perform the requested services, and include any other rates or costs that may apply or that the City may incur in conjunction with the performance of the on-call architectural and/or landscape architectural services. In addition to the items above, at a minimum, firms must provide the information identified below. All such information shall be presented in a format that directly corresponds to the numbering scheme identified here: SECTION A: PROJECT UNDERSTANDING A.1 State your firm's complete name, type of firm (individual, partnership, corporation or other), telephone number, FAX number, contact person and E-mail address. If a corporation, indicate the state the corporation was organized under. State the name and title of the firm's principal officer with the authority to bind your company in a contractual agreement. A.2 Demonstrate your understanding of, and familiarity with, providing on-call architectural and/or landscape architectural services to a municipal government or other public agency and the various processes, approvals, and procedures associated with providing such services. Identify and discuss your understanding of, and familiarity with, the unique issues of providing such services in the Coachella Valley. Include your work plan process and methodology. A.3 Identify any key or critical issues that may be encountered and your ability to ensure that projects are delivered on time and within your client's budget and the measures taken in successfully completing all phases of a project. A.4 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 California Architect License (CAB) or California Landscape Architect License (CLARB) numbers for the lead Architect and/or Landscape Architect, and the license numbers of any other Architects or Landscape Architects that may be assigned to work under this contract. C.3 If applicable, indicate the name of any sub-consultant firms that will be utilized to make up 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 D.1 Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding contracts for services, including consultant services, preference to a Local Business shall be given whenever practicable and to the extent consistent with the law and interests of the public. The term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or proposal opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley" RFP#07-15 Page 8 of 12 includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. The consultant will also, to the extent legally possible, solicit applications for employment and proposals for subcontractors and subconsultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. In order for a business to be eligible to claim the preference, the business MUST request the preference in the Solicitation response (see Attachment A) and provide a copy of its current business license (or of those it employs for this project) from a jurisdiction in the Coachella Valley. A non-local business that requests the preference based on employing local residents must provide proof of full-time primary residency from a jurisdiction in the Coachella Valley with the proposal. The City reserves the right to determine eligibility. D.2 List all team members with local expertise. Clearly define what their role would be if assigned a city project. Envelope #2, clearly marked "Cost Proposal/Hourly Rates", shall include the following item: • Cost Proposal/Hourly Rates — provide a Cost Proposal that identifies a Schedule of Hourly Rates for each person and/or position assigned to perform the requested services, and include any other rates or costs that may apply or that the City may incur in conjunction with the performance of the on-call architectural and/or landscape architectural services. Do NOT include Attachments "A" or "B" in the Cost Proposal, Envelope#2. Attachments "A" and "B" are to be included in Envelope#1, "Qualifications/Work Proposal'. DEADLINE FOR SUBMISSION OF PROPOSALS: Proposals will be received in the City of Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, APRIL 14, 2015. Proof of receipt before the deadline is a City of Palm Springs, Office of Procurement and Contracting time/date stamp. It is the responsibility of the firms replying to this RFP to see that any proposal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Late proposals will be returned to the firm unopened. Proposals shall be clearly marked and identified and must be submitted to: City of Palm Springs Procurement and Contracting Department 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Craig Gladders, C.P.M., Procurement &Contracting Manager QUESTIONS: Firms, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this RFP other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a proposal. RFP#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.Gladders(a)palmspringsca.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 Y^Un ut s {J4 v; h\` 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 1' and that budget has not yet been approved by the City Council. As such, a very general description of the types of projects that may be contemplated is provided on page 3, under item 2, "Background". Q 3: Is there an estimated size of individual projects or an overall contract value estimate? This would be helpful for us to know in order to show projects that are a similar size. A 3: No, see answer to Question#2 above. Q 4: How many firms does the City anticipate selecting? Once those firms are selected, how will the projects be awarded? Will the top ranking firm have the priority or will all firms on the list compete for the work? A 4: The City is unable to estimate at this time how many firms will be selected as we do not yet know how many proposals we will receive or how many will be recommended for award. As the economy and the City's budget improves the City anticipates having a greater need for on-call architectural and landscape architectural services in the future. The successful firms will have hourly rates established under a Master Agreement for on-call services as a result of this process. As the City contemplates a project it may solicit fully developed project specific proposals, based upon the Master agreement hourly rates, from one or more of the firms and, at its sole discretion, award a specific project on a case by case (project) basis. There is no guarantee of award, no rotation of project awards, and no priority of assignments based upon ranking from this RFP process. Q 5: 1 noticed that local expertise is worth 5 points, to be allocated depending on if the prime is local or if local subconsultants are used. Local participation is mentioned again in Section D stating that "preference to a Local Business shall be given whenever practicable to the extent consistent with the laws and interests of the public'. Is it possible that local consideration will affect overall scoring or scoring in other areas? Or is local consideration scoring restricted to strictly the five points for local expertise? A 5: As provided in the RFP, only up to 5 points may be awarded if a firm meets the criteria set forth and as defined under Local Preference. As with any of the criteria, the points earned for Local Preference could affect overall scoring. However, as provided in the other selection criteria (regardless of the location of the prime firm or subconsultants used) is the understanding of, and experience with, the issues that may be unique to providing such services in the Coachella Valley, and our desert environment. Q 6: We would like to clarification regarding how you would like us to propose. We are a landscape architecture firm; should we team up with an architect for that side of things, or propose solely on the aspects that pertain to landscape architecture? From how the RFP reads, it appears that we could go in on our own merit, but just want to make sure what the City prefers. A 6: Yes, you may propose solely as a Landscape Architecture firm. As stated in the RFP document on page 2 under section 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: 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. ALM Or .t'o 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 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 doe (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' ...................................................................................April 14,,2015 PROPOSAL City of Palm Springs To Provide Landscape Architectural Design Services for "On-Call" Architectural and Landscape Architectural Services Pierson Improvements.City olDesert Hot Springs Bryant Park Cay of Vorba Linda i � J Dateland Park,City of Coachella t` • a. al AILr, W7 Gty Hall,Ciry of Rxncho Muaye t � f .. .. .. . .. .. . ................................................................................................................ Designing Landscapes that Create Community ... .. ', " ............................................................................................................. I..andsnape Arahittets awA Park Planxacrs April 14, 2015 www dvolzdesign.corn Home Office 151 Kalmus Drive,Suite.M8 Costa Mesa,CA 92626 Craig Gladders, C.P.M. phone 714641,1300 Procurement& Contracting Manager tax.714.641.1323 City of Palm Springs Coachella Valley Office 78060 Calle Estado Procurement& Contracting Manager La Quinta,CA 92253 3200 E.Tahquitz Canyon Way phone ax:760.5805165 Palm Springs, Ca 92262 RE: PROPOSAL FOR "ON-CALL"ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES Dear Mr. Gladders, Palm Springs is a great city with a notable inventory of parks and public landscapes. David Volz Design is proud to have been a part of the development of some of these notable spaces and would like to provide inspired landscape architectural design services for future City projects.The creative designers at David Volz Design have extensive public landscape improvement experience and we would like to be an active partner with your city staff to enable continued development and improvement of the city's green spaces. My firm and I would be honored to receive the commission to work with your community and civic leaders to deliver outstanding capital improvement projects in Palm Springs. DVD has worked with hundreds of cities providing a variety of professional landscape architectural design services including, streetscape design, park planning, community outreach and construction support.We have provided award winning designs for capital improvement projects including parks and recreation, sports fields, neighborhood revitalization, cultural and natural area improvements. As you review our expertise and experience, please consider the unique and proven benefits of David Volz Design: 1. EXPERIENCE IN PROVIDING CAPITAL IMPROVEMENT PROJECT LANDSCAPE ARCHITECTURAL SERVICES-DVD is currently providing professional design services to dozens of public agencies. Under these commissions we provide park and green way planning and design, peer review, standards development and budgeting services as active city staff extension professionals. In Rancho Mirage,where we have provided on-call services for over 15 years, including more than 20 major projects, we regularly interact with city staff providing consultations, plan review, budgeting and design services for projects throughout the city. Our creative landscape architects have designed several award winning park projects. Our firm is focused on providing outstanding public landscapes. 2. QUALIFICATIONS OF THE DESIGN TEAM-I, David Volz, LEED AP, QSD/P,will be the point of contact for you and your staff. I have a substantial consulting staff and on-call support service experience. My firm has specialized in the delivery of public projects including dozens of CPRS Award-winning parks. Mr. Gary Vasquez, DVD's Director z of Design,will provide the creative flair that makes DVD's ................ ............... . ............. ....... ................ ........................ ......................... ..................................................................................................................................................................................... projects special landscapes for community identity, environmental quality and recreation. Paul Cassar will ensure project implementation, he has proven expertise in managing project teams, delivering quality design documents and maintaining strong relationships with all our design team consultants. 3 We have included ten specific client references which include city officials who have direct experience with the DVD team on similar commissions. In addition, we have dozens of letters and quotes of recommendations from recent public agency clients who think highly of our firm. DVD has overseen thousands of public landscape developments.We understand the importance of providing safe, durable and easy to maintain landscape installations.The City of Palm Springs is a special client and we will work closely with your community and staff on any commissions that are entrusted to us. Our desire to be Palm Springs' landscape architectural consultant will be evidenced in our energy and enthusiasm every step of the way. My firm and I look forward to working with your city's team and the citizens of Palm Springs on all your important community landscape improvement projects. This proposal is valid for the next 120 days. Very truly yours, DA@�D WOLF DESIGN Davlitz, L.A. #2375 LEED Accredited Professional, QSD/QSP t f v i 1 V c— i Bryant Ranch Perk,City of Yorta Linda ������ TABLE OF CONTENTS )r41.� Section A - Project Understanding lJ .............................................................. .............. _ e F o A.1 Firm Profile A.2 Understanding A.3 Key Services to Address Initial Issues A.4 Project Management Tools Section B - Scope of Work ........................................................................................... 'A B.1 Approach / Methodology P ; B.2 Technical Scope of Services M B.3 Desert Environment Project Section C - Firm & Staff Qualifications ............................................. . . ...................................... C.1 Firm Profile r C.2 Project Team C.3 Subconsultant Firm Profiles CA References 1�T C.5 Project Experience C.6 Summarize Qualifications (Cover Letter) Section D - Local Expertise ........................................................................................... D.1 Local Expertise /Coachella Valley » Business Enterprise D.2 Team Member with Local Expertise Appendix ........................................................................................... 1 Attachment A& B Resumes Additional Subconsultants Information SBE, LEED, QSD/P Certifications Insurance Certification Letters of Recommendation Cost Proposal (Separate Envelope) ..................... ..................................................................... City Hall,City of Rancho Mirage Hourly Rate Schedules A. 1 FIRM PROFILE A FEW AWARD WINNING PROJECTS DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS, INC. www.dvolzdesign.com I Founded in 19971 SBE Balboa Boulevard Enhancements, City of Newport Beach Corporation CPRS AWARD OF EXCELLENCE David Volz, President APWA COMMUNITY IMPROVEMENT PROJECT OF THE Landscape Architectural Design YEAR,February 2015 Years of business: 18 Maryland Avenue Park, City of Glendale Size: 8 employees CPRS AWARD OF EXCELLENCE, March 2015 La Quinta Office: Admiral Kidd Park,City of Long Beach 78060 Calle Estado CPRS AWARD OF EXCELLENCE La Qunita, CA 92253 Phone: 760-580-5165 Hopper Park,City of Lawndale CPRS PARK OPERATIONS TOUR Corporate Office: 151 Kalmus Drive, Suite M8 Washington Street Mini Park, City of Diamond Bar Costa Mesa, CA 92626 CPRS AWARD OF EXCELLENCE Phone: 714-641-1300 Fax: 714-641-1323 Veteran's Park, City of Stanton info@dvolzdesign.com APWA PROJECT OF THE YEAR San Jose Office: Harry M. Dotson Park, City of Stanton ill N. Market Street, 00 CPRS AWARD OF EXCELLENCE Suite San Jose, CAA 95113 Los Rios Park, City of San Juan Capistrano Contact: CPRS AWARD OF EXCELLENCE David Volz APWA PLANNING EXCELLENCE AWARD dvolz@dvolzdesign.com APA AWARD OF EXCELLENCE Pioneer Road Park,City of Tustin OC PLAYGROUND OF THE YEAR 2012 "DVD has provided high quality design and consulting NRPA PARK DESIGN AWARD services to the City of Long Beach for over twelve years APWA PROJECT AWARD they have provided park planning, leadership at public outreach meetings, creative park design, developed Cerritos School Park,Glendale construction documents and provided construction CPRS AWARD OF EXCELLENCE period services on dozens of large and small park APWA PROJECT OF THE YEAR projects." George Washington Park, City of Anaheim Anna Mendiola, CPRS AWARD OF EXCELLENCE Park Development Officer,City of Long Beach Heritage Island Park Rehabilitation Project, City of Cerritos CPRS AWARD OF MERIT D-D�D7] Lltnzlsaape Arahitxots Moil?Grle PLAwnLrs Laguna Hills Community Center, City of Laguna Hills CPRS AWARD OF EXCELLENCE CpYS Seal Beach Boulevard, City of Seal Beach APWA PLANNING EXCELLENCE AWARD ,.� �' MCE AC F C APA AWARD OF EXCELLENCE 1�\•1� Designing landscape that create community... A.2 PROJECT UNDERSTANDING For the past fifteen years, David Volz Design has been successful in managing and completing hundreds of task orders for COACHELLA VALLEY RECENT AND improvements under multi-task "as-needed" agreements NOTABLE PROJECTS for public agencies in the Coachella Valley and thorough out Southern California. The improvementswe have designed under on-call service contracts total more than $200 million of public CITY OFCOACHELLA capital improvement projects.Oursuccess and effectiveness with 5th Street Prop 84 Grant Application multi-task agreements is based on our philosophical approach; 54th Avenue Streetscape by envisioning our team as your partner, virtually, an extension Bagdouma Park Expansion&Redevelopment to your staff, our collective goals and desires will be aligned and Dateland Park Design focused in the same direction. Your needs and expectations Median Design Guidelines will be our highest priority and when you are successful, we Rancho Los Flores-Prop 84 Grant Application realize our success. This close partnership approach, this mind set, has proven successful and highly effective in the way we CITY OF DESERT HOT SPRINGS interact with our clients. Currently, David Volz Design (DVD) has Palm and Pierson Streetscape Improvements on-call agreements with more than a dozen public agencies in CITY OF INDIO Southern California. Street Medians Development for All Streets North of the 10 Freeway For example,our partnership philosophy is clearly demonstrated Highway 111 Business District Landscape by our 18 year relationship with the City of Rancho Mirage Public Improvement Plan Works. Our team has managed, designed and successfully completed dozens of task orders for the City. These projects CITY OF LA QUINTA ranged from irrigation upgrades, to preparing master plans Community Park Spray Pad Play Space and construction documents for streets, parks, trails, bikeways, Downtown Parking Lot parking lots and many other interesting projects. Acting as a Highway 111 at Point Happy Widening extension of the city's staff, Mr. Volz and the DVD professionals, Improvements in Downtown District have become a valuable resource for innovation and creativity, Jackson Avenue Streetscape as well as support in the development of design standards, Roundabout and Street Crossings technical specification, budget estimates,construction methods and administration, claims and change order reviews, quality CITY OF PALM DESERT control, and product performance evaluation. One of the Fred Waring Drive Median Improvements projects we completed for Rancho Mirage is the acclaimed Tamarisk Row Drive&Country Club Drive City Hall campus redesign. This project was featured on the Streetscape Improvements National "Sustainable Sites Initiative" website. Our long-term Monterey Avenue Median landscape Plan relationship to the City, is due to our design team being timely, CITY OF PALM SPRINGS creative, accurate, flexible, and responsive. We have also Downtown Alleyway Improvements been successful putting together expert project teams to solve Warm Sands Median Improvements complex project issues as an active extension of the City's staff. Visitor's Center Exterior Lighting As part of our on-call agreements, DVD often works with multiple CITY OF RANCHO MIRAGE city departments and oversight agencies for the successful City Hall Campus Desert Scape Conversion completion of a task order. We understand the planning Desert Sun Drive,Kaye Bollard Lane&Kersten process, environmental process and the need for public works Road Improvements guidance and reviews. We have designed and helped develop Dina Shore Median Improvements projects,both large and small,which have required extraordinary Davall Median Islands Refurbishment mitigation measures, engineering within tight tolerances and Frank Sinatra Drive Median Refurbishment solutions which have required unique and creative designs. Gerald Ford Streetscape We are ever mindful of project funding mandates and agency Landscape Medians Guidelines update requirements. We have designed projects that were federally Monterey Avenue Median Improvements funded, bond funded and multi-agency funded. Our approach has gained Mr. Volz and the staff at DVD, a reputation of being very responsive and creative in the delivery of projects under multi-task agreements. IDWID .. ..esigning.. .......... . . ..e..th..at.. .. .. ......unity............................................................................................................ -,. D landsca.. ..p ..create.. ..com......m A.2 PROJECT UNDERSTANDING On-Call Landscape Architectural Consultation ' .t Often a knowledgeable and experienced professional can easily , and efficiently provide insights, background and answers that : address questions specific to their expertise. For more than 18 p; 3 years, David Volz Design has provided landscape architectural 1;. services directed toward the betterment of public improvement ; projects. During this time we have provided professional ser- vices to hundreds of cities, prepared council reports, given pre- .t sentations before boards and commissions and spoken at pro- i . �. € fessional gatherings about public landscape related issues. Mr. Fred Waring Soundwail Enl,ancements,clly of Palm Desert Volz will be Palm Springs's primary contact and he will be avail- able to meet with city staff and city officials to address questions pertinent to landscape design development and maintenance for any projects in the city. Mr. Volz's staff includes horticultur- ists, professionals with public landscape plan preparation expe- rience and designers with advanced degrees in the landscape architecture field. These staff members will also be available to assist in addressingan concerns that may require scrutiny or L Y Y 9 Y r . The breath of experience and research e expertise DVD offers b p include licensed landscape architects stormwater pollu tionpr e- vention credentials (QSP/D), LEED Accredited professionals, as well as nursery and maintenance contracting experience. To- =+�' gether our firm will be a pro-active knowledgeable resource for Vista Sports Par,Clry of Vsta Jackson Avenue,city of ndio your city staff. Provide Landscape Architectural Services for Capital Improvement Projects E� O David Volz Design provides a wide range of services to our pub- lic agency clients: site planning, budgeting and preparation of construction documents are the mainstays of the services we Y provide. Public landscape improvements we have designed are evident in communities up and down the Valley and throughout Southern California. We live by our mission statement to"create community" through our designs. This work includes: commu- Dateiand ParK City of Coachella nity and neighborhood parks, public greenspaces, streets and road improvements, and civic center campus improvements. Our creative designs have garnered accolades and awards for our public agency clients. APWA, APA, CPRS, NRPA and Sus- tainable Sites have regularly cited DVD projects as exemplary community improvements. We work closely with city staff, com- munity groups and neighborhoods to develop iconic designs that reflect local community values and enhance the quality of life in cities where we work. We help communities implement their vision of their community through the development of out- standing public spaces. Downtown Alleyway,Ciry of Palm Springs D ..... .......lan.dsc. d.s'c' .th.................... .uni...ty.................................................................................. .11 ...................._ . rr� esigning.. ape..... at create comm.. A.3 KEY SERVICES TO ADDRESS INITIAL ISSUES David Volz Design regularly provides a full scope of services for the development of public parks and green spaces. Our services regularly include public outreach, concept development, presentations and reviews by appointed and elected officials, and complete construction document plan sets. Below is a typical scope of service outline for a community park design and development. The scope shown would include a full complement of engineering and design support services that would be provided by DVD's project partners. David Volz Design has a proven outreach program for the development of community inspired park plans. A synopsis of this program is included as an appendix to the scope of services section of the proposal. Ability to Stay on Budget Delivering projects within our client's expectations, budgets and time frame is our top priority. We aim to keep our clients happy and remain in a mutually beneficial relationship for the long-term. We are an ex- tension on your staff and are willing to support you in any task needing assistance. In Anaheim, where we have had a 18 year on-call agreement, DVD is often asked to help on fast track, high visibility projects. For instance, the George Washington Park site in downtown required a quick study and design to secure funding and to be a showcase park as its location is across the street from City Hall. DVD was able to meet the City's deadlines and the park has won accolades and design awards for its sensitivity to the neighborhood's needs, the historic relevance of the park structures and the beauty of its overall design. Our client was very pleased that the neighborhood has an outstanding park and the funding targets and deadlines were met in the plan- ning and design of this great facility. David Volz Design strives to stay on top of the ever changing world of the construction industry and its pricing. We regularly analyze what is happening with our projects during the estimating and bidding process to ensure that we are as close as possible to our clients' budget. We have been very successful in tracking costs. The following are recent project estimates and the contract amount of the project construction costs. DATELAND PARK WASHINGTON STREET PARK City of Coachella City of Diamond Bar 3.3 acre neighborhood and skate park•splash pad• Picnic/party pavilion•sustainable plantings• bio-swales shaded play areas•restroom and community center• &permanent BMP stormwater cleaning facilities •themed amphitheater•sustainable plantings play areas• dog walk area• community art tiles•APWA Estimate: $2.8 million award winner Construction Cost: $2.4 million Estimate: $2.1 million Construction Cost: $2 million LOS RIOS PARK City of San Juan Capistrano BELL GARDENS SPORTS PARK Historical depiction wall•sustainable plantings&irrigation City of Bell Gardens •equestrian trial&tie-up facilities•themed play structure • 18 acre sports park•synthetic and natural turf•shaded picnic area• DG parking lot•CPRS&APWA award winner spectator areas• lighting • irrigation •security systems Estimate: $2.25 million CPRS&APWA award winner Construction Cost: $2 million Estimate: $6.9 million Construction Cost $6.94 million ADMIRAL KIDD PARK City of Long Beach EL CARISO PARK 11.5 acres• 2 themed play structures•ADA accessible • County of Los Angeles exercise stations• basketball and volleyball courts•bio- Universally accessible playground •4 shaded play areas- Concession building •Synthetic turf fields• Sensory garden swales maze• Shaded picnic areas• Restrooms• Parking Estimate: $2.7 million Estimate: $10 million Construction Cost: $2.6 million Construction Cost: $10 million ............................................................................................................................................................... U1111'1D Designing landscape that create community-. A-4 COMMUNICATION AND COMMITMENT David Volz Design will be committed to the goals of the City of Palm Springs ensuring the City's interests are met. We will be a faithful member of the City staff and provide informed and thoughtful analysis and recom- mendations on all landscape topics. Written communication will be provided to inform the City staff of our work on a monthly and as needed basis. Our team would relish the opportunity to participate in regular meet- ings with city staff and to provide on-site personnel for any relevant meetings or events. Public agencies are DVD's only clients and our invoicing process will be adapted to meet your requirements. Our accounting staff is friendly and accessible, and can prepare special invoicing and reports at the city's request. David Volz Design's Quality Control Program DVD has an established quality control and assurance program that we undertake for all our design services. The primary elements include: • Verification that required deliverables and documents noted in the Scope of Work are provided. • A Peer Review will be conducted by our senior professional staff to solicit critical comments and verify correctness. • Retention of documents with highlighted markings and redline comments,and verification that required revisions are incorporated into the updated documents. • Continual assessment and tracking of project schedule and budget against baseline data. • A complete construction review for constructability and biddability of the complete PS&E package will be assigned to experienced professionals on staff prior to final submittal to our client. The Principal-in-Charge will be responsible for implementation of these Quality Control measures for this project. 1. Project Initiation 3. Design Confirmation Quality Assurance Review Quality Assurance Review • Goals and objectives defined • Program and materials finalized • Scope of work defined • Recommended solutions refined • Budget identified • Final design defined • Schedule established • Budget review Notice to • Problem areas identified • Checklist reviewed Deliver Proceed • Checklist prepared to Client ...... Project Conceptual Design Final Final Printing ••••• Planning Design Development Design Corrections 2. Work Plan 4. Constructability Quality Assurance Review Quality Assurance Review • Goals and objectives reviewed • Work plan reviewed Quality assurance check for • Alternative and completeness and format preliminary solutions evaluated • Verification check for completeness Biddabiliry and constructabiliry review • Recommended solutions defined Designing landscape that create community_. B. I APPROACH & METHOLOGY David Volz Design will deliver quality projects on schedules that meet the Palm Springs goals and objectives. Our creative landscape i1110 architects have designed beautiful public greenspaces for hundreds of public agencies in Southern California. Our design professionals will take a proactive role by clearly defining the project program as the initial project task. We will establish milestones for deliverables and set precise schedules for meetings and reviews. Our senior management will review all submittals prior to issuance. We will provide recommendations based upon experience and expertise for La Pa:Sports Complex,City of Lag Ju. . the betterment any project assigned to DVD. These same senior DVD Storm Water Retention&Gies ny professionals will remain the primary contact for the City throughout the project. Sustainability 71, '� David Volz Design is committed to delivering public landscapes that . �=�'i are sustainable and beautiful. We embrace the principles of design that encourage stewardship of our resources, respect for the environ- ment and creative sustainable practices. Through our affiliation with C,lyolSen]iau Ca°,,,,r o LEED's,we identify and quantify the sustainability of our designs. From Pern,eablePaving our parks, all accessible playgrounds, streetscapes and sport fields to our historic gardens, DVD delivers outstanding, sustainable, award winning projects. A beautiful and sustainable landscape starts with a clear understanding of the clients requirements,the site and environs and a creative approach to the design process. Water efficiencies, energy use reductions, waste reduction, recycled content and local- ized material's sourcing can all be quantified and are an integral part of our design. DVD is dedicated to the opportunity and challenge of creating unique spaces and special places that draw inspiration from the environs and the community. Our team is detail oriented and our focus is on delivering outstand- Rancho Mirage City Hall,City or Ranch Mirage ing public landscapes that meet and exceed the expectations of our Maintenance Reduction clients. David Volz Design believes the very definition of sustainability speaks of environments that are well used and enjoyed, and maintain- able over time.We at DVD believe that the ultimate measure of sustain- ability of any public landscape has to be high use and enjoyment by the public over the long term. Resource conservation through the use and specification of recycled and reused materials and identification of locally sourced goods are important sustainability issues. Adaptive reuse of on-site materials, carefully balanced grading operations and _ - protection of on-site resources are always considered in our designs. Tustin Branch Trails,City of Tustin Water resources are conserved through our thoughtful low water use Recycled&Revised Materials planting schemes, precise irrigation layout and control systems, as well as,stormwater capture,cleaning and reuse. For pollution preven- tion, best practices stormwater recycling plans are embraced and in- tegral to our designs. On site water detention, bio filtration, permeable pavement, and many other measures are creatively incorporated into the landscapes we design. DVD delivers outstanding award winning sustainable environments. Admiral Kidd Park,City of Long Beach Storm Water Retention&Gleaning 1,V„ ....'iii,i..................................................................................................................................................... Designing landscape that create community... B.2 TECHNICAL SCOPE OF WORK David Volz Design can provide any or all of the fol- b. Meet with city project personnel lowing scope of services. The work items below will c. Review Preliminary project program be accomplished by our experienced and creative in- d. Review plans and documents of the site house staff and our well qualified subconsultants. e. Review initial opportunities • Identify opportunities and constraints • Identify surrounding uses and PRASE ONF PROJf-CT If111 Al I/AIK)N connections Task One- Project Start-up 1.02 Prepare base map for planning purposes 1.01 Initial kickoff meeting with city project staff 1.03 Meeting with city staff to review work to date a. Review project criteria and program objectives 1.04 Initial community review and workshop b. Review procedures and design schedule a. Meet with the community on site c. Assign calendar dates to each milestone Conduct site walk • Discuss opportunities and objectives 1.02 Data collection Review limitations and challenges a. Prepare site survey Review program opportunities b. Collect utility information Facilitate design charrette with c. Catalogue available documents and plans community participants • Gather initial ideas and direction 1.03 Perform field investigations a. Prepare photo survey of site 1.05 Document input received b. Annotate maps from the site review a. Prepare summary of input from community Task Two - Geotechnical Report b. Annotate maps with community insights 2.01 Geotechnical soils report and Task 2- Preliminary Concept Plans (3 anticipated) recommendations 2.01 Review input received with city staff Task Three- Site Survey and Quality Initial Studies a. Identify opportunities and program for potential park facilities. 3.01 Site topographic survey 2.02 Prepare preliminary concept plan(s) 3.02 Initial hydrology study a. Develop designs for park improvements b. Develop concepts and alternatives 3.03 Initial SWPPP/WQMP Plans c. Refine and consolidate ideas d. Prepare initial concept plan map PHASE I DELIVERABLES+ MEETINGS e. Prepare preliminary concept packet Topographic survey of site • Design development review meeting plans • SWPPP /WQMP and site Hydrology Study • City staff reviews as needed • Meetings with city Task 3-Cost benefit Analysis and Presentation staff (2 anticipated) 3.01 Cost benefit analysis Pt I.ABE T'WO COMMUNI I ENGAGEMENT a. Prepare analysis of construction cost for each concept plan Task 1- Initialize Project and Community b. Provide comparison of each concept Workshop offering and comparative costs 1.01 Background Research 3.02 Present concept plans a. Collect available data and maps a. Review background and challenges ........................................................................................................................................................ 1111111\TI1i/ Designing landscape that create community B.2 TECHNICAL SCOPE OF WORK b. Present initial concept and alternatives Materials board c. Gather input from commission d. Provide play and exercise equipment 4 d. Seek consensus on collective vision legged users e. Provide exhibits and plan view concepts 3.02 Document input Plan view concepts (2) a. Document input and comments Photo simulations (2) b. Consolidate comments into summary letter report Task Two -Site Plan c. Review work to date with city staff 2.01 Provide site layout plan Task 4—Final Concept Plans and Reports 2.02 Reviews as required with city staff 4.01 Prepare final master plan a. Review schematic layouts with city staff, 2.03 Provide final site plan colored rendering obtain direction to prepare draft master plan Task Three -Community Reviews, Project Design b. Prepare draft master plan map Modification Application c. Prepare draft project letter report d. Prepare presentation for Commission/ 3.01 Assist in processing project design Council modification application 4.02 Presentation to Commission/Council 3.02 Project concept plans at up to two community services commission meetings PHASE II MEETINGS+ DELIVERABLES Community workshop on site • Initial program 3.03 Update plans as required identification Initial idea sketches (by community members) Summary of comments and input 3.04 Provide approved project design modification Meetings with city staff (4 anticipated) • Project plans in high-resolution format following planning map • Preliminary concept plans (3) • commission approval Parks Facility Program • Concept plan presentation • Initial plans (3 anticipated) • Summary of comments Task Four- Preliminary Engineering and inputs • Presentation to Commission/Council • Summary of input and process • Turn over 4.01 Grading and drainage plan electronic files of plans 4.02 On site hydrology PHASE THREE DFSIGN DFVFLOPPAENT 4.03 WQMP Task One - Design Development 4.04 Utilities 1.01 Concept plan development (two alternative plans) Task Five- Opinion of Probable Construction Cost a. Prepare graphic plans for proposed Projection features b. Identify locations and alternatives for 5.01 Breakdown of cost by unit and quantities boundaries, amenities and fences c. Provide alternatives for plant materials Task Six-CEQA Document, Environmental Studies and constructions • Fences, gates and pathways 6.01 Prepare required California Environmental • ADA access Quality Act Documentation (mitigated • Seating and site furnishings negative declaration anticipation) • Landscape concept Designing landscape that create community.. 13.2 TECHNICAL SCOPE OF WORK 6.02 Prepare Water Quality Studies as required 2.04 Turnover of original plans and specifications 6,03 Prepare supplemental studies if needed PHASE IV DELIVERABLES+ MEETINGS Construction plans • Construction technical 6.04 Prepare additional technical studies, if specifications (.doc and .pdf) • Construction budget needed. i.e. traffic, biology, etc. (Optional) estimate • City staff services as needed • Staff meetings (4 anticipated) Task Seven - City Staff Meetings PHASE FIVE: BIDDING AND CONSTRUCTION 7.01 Four meetings with city staff anticipated. ASSISTANCE PHASE III DELIVERABLES+ MEETINGS Task One - Bidding Assistance Site layout plans and exhibits • Materials selection • Hydrology study • Updated rendering • Park 1.01 Provide answers to pertinent pre-bid Design Modification Plan CEQA document • Staff questions meetings (2 anticipated) Commission/Council meeting (2 anticipated) 1.02 Assist the city in evaluation of bids PHASE FOUR: CONSTRUCTION DOCUMENT 1.03 Attend pre-construction meeting DEVELOPMENT 1.04 Respond to project Requests for Information Task One- Construction Documents Development (RFI's) 1.01 Schedule verification 1.05 Attend pre-construction meeting 1.02 Program review and verification 1.06 Participate in construction progress meetings and prepare meeting summary notes 1.03 Prepare base maps 1.07 As-built plan preparation (contractor 1.04 Prepare construction drawings annotation) a. Final engineering report b. Site construction plan and details PHASE V DELIVERABLES+ MEETINGS c. Irrigation plan and details Bidding assistance • RFI responses, instructions d. Final landscape plan and details Meeting summaries • As-built plan preparation e. Final cost projection City staff support services as-indicated f. Construction document 1.05 Prepare technical specifications 1.06 Prepare construction cost budgets 1.07 Submittal/review at 60% documents Task Two- Final Construction Documents 2.01 City project team review of work-to-date 2.02 Internal quality control review 2.03 Revise documents Waan Sands Medians,City of Palm Springs IMP .....signing....................landscape......that......create...... c.o......................................... ......................................................................... Demmunity... B.2 TECHNICAL SCOPE OF WORK David Volz Design's Community Outreach Program David Volz Design envisions a robust community engagement process for any community inspired design program. Our initial community meeting will be a participatory community brainstorming session focused on gathering ideas for developing a park master plan. Our preparation for this input will include site reviews and analysis of the plans and documents related to this site. We will gather"seed"ideas from city staff and from our own Pioneer Road Park Outreach,City of Tustin site reviews. Our team will assist in the preparation of notices and graphics to get the word out - to invite the community to help design their park. Questions we will ask the Community at the Initial Community Design Workshop .......................................................................................................... • What would be appropriate improvements for this park- are there enhancements that the community would like to explore? • What facilities are wanted and needed to support the current and future recreational needs at this park? • How can we best provide for access, security, and Siglar Park Splash Pad,Cay of Westminster encourage appropriate uses? • Are there items, facilities, or appurtenances that could require special attention or that could add to the park or the opportunities of the site? • Is there a theme or interpretive elements that could make this a unique recreational space? These and many other questions will be asked and answered through the initial and follow-up meetings with the community. We will begin the initial workshop with an on site tour of the park to clearly identify the setting. To foster the "brainstorming" session, our team will introduce"seed"ideas that will encourage thoughtful responses and open the discussion for brainstorming Brentwood Park Community Outreach.City of Costa Mesa and continued idea generation. We will look to the community for ideas about possible improvements, including ideas for enhancement, family recreation and complimentary opportunities to develop the design of an outstanding park plan. The community workshops that DVD facilitates are the best arise medium for finding out what the citizenry desires. Allowing the community to stand in a place of ownership aids in a smooth planning process. In the long term,this ownership translates into projects that are sustained by the community. The DVD team will take the ideas and inspirations received from the community at the initial design charrette meeting and refine the ideas and proposed elements into initial concept plans. These conceptual layouts will be presented to city staff in an idea consolidation meeting.The best ideas and themes will then be refined into conceptual plans for the community to consider. City of Newpon Beach Commis Designing landscape that create community... 13.2 TECHNICAL SCOPE OF WORK The second community workshop will be a bit more formal.The • refined initial concept plans will be presented, and the ideas r • reviewed. We will look for agreement from the participants on the elements which will become a part of the draft master plan. Comments and input will be received to refine the park's vision '�to and program and to obtain consensus for the improvement elements for the park. Following this vision consolidation '- meeting, a draft master plan and draft design report will be prepared.This plan will then be presented to the public and the Dotson Park Master Plan,City of Stanton Commission or Council for review and comment. Upon the city leader's direction a final master plan will be prepared. The Master Plan, which will be the focus of our planning efforts, will be the culmination of the communitys ideas being honed into a final graphic representation of the best development strategy for this park. A report will also be prepared outlining DVD's COMMUNITY INSPIRED DESIGN PROGRAM Brentwood Park Community Outreach,City of Costa Mesa 1. Initial Community Meeting/Design Charrette • Initiation + Request for Assistance from Community • Clearly Define Design Objectives + Challenges • Review improvement options and alternatives • Facilitated Dynamic Interaction + Brainstorming • Participatory Design Charrette • Idea Generation + Sharing • Collect Ideas+ Inspirations from the Community _ 2. Second Community Meeting/Collective Vision/ Initial Commission Review • Develop Initial Concept Plans based on Community Input+ Inspiration Program Elements Review • Idea+Vision Consolidation Siglar Park Splash Pad,CM of Palmer Park City of Anal rein. westmins[er • Options,Alternatives +Theme Considerations • Concept Discussion + Recommendation • Define Community Consensus + Collective Vision 3. Draft Master Plan Review and Refinement • Prepare Draft Master Plans based on Community Input • Obtain Direction for Master Plan Preparation • Resolve Outstanding Program or Plan Conflicts • Review all Documents with City Staff 4. Master Plan Preparation and Presentation to Commission or Council • Prepare Master Plan Documents Prepare Report Describing Process and Plan Presentations to City Commission and Council of '111116 Plan + Report Sigler Park Splash Pad,Ciry of Westminster ............................................................................................................................................................... ...,r..M— Designing landscape that create community... 13.3 DESERT ENVIRONMENT PROJECT Contact: Rancho Mu age ball Bruce Harry City of Rancho Mirage Director of Public Works,Department of Public The four acre Rancho Mirage City Hall campus improvement project 7703224 bruceh@ci.rancho-mirage.ca.us c ho-m i rage.ca.us was initiated by the city's elected officials to set an example for high bru c quality sustainable site development within the city. The design criteria Key elements: and program emphasized compatibility with the surrounding desert Improved work environment environment, sustainable practices for construction and maintenance. Sustainable site practices and improvements to the campus for employees and visitors to city hall. Reduced maintenance and environmental The DVD designed landscape renovation program included a drastic impacts 9 P P 9 Erosion prevention reduction in water usage, reduced maintenance and environmental Shaded structures impacts, introduction of adapted and indigenous plant specs and Parking lot the elimination of lawn areas and spray irrigation. Also, included in Site lighting Drought-tolerant plantings the site design, debris reduction from walkways, appropriate site and Stormwater run-off basin landscape materials, erosion prevention measures,aesthetic and artistic enhancements, additional shade for parking and people and site lighting Services provided: with enhanced energy efficientfixtures. New public gathering spaces take Design Development advantage of and surrounding rocky desert landscape and environment Construction Documents Bidding Assistance include direct access to nature trails and pleasant walkways throughout Construction Period Services the campus grounds. Rancho Mirage has set an example of high quality sustainable site development while improving the work environment at Awards: the much used City Hall. David Volz Design provided the designs that APWA Project of the Year enhanced the site's use while working within environmentally sound Achievements: parameters and taking full advantage of the site and its surroundings. Highlighted by the National Sustainable This carefully planned landscape earned the City the national "Stainable Sites Initiative Site Design Initiative' Citation. Date of completion: 2009 Cost of Design: $69,200 - -i Cost of Construction: $ lik Staff., 1�� David Volz Gary Vasquez Paul Cassar "DVD has been on the city's preselected consultant list for more than ten years. ... DVD has,through the course of their work for us, lead s design workshops and presented X their designs to community group: L'a._ r and before our appointed and elected officials....always conducts themselves in a profession manner and they are easy to work with" r - Bruce Harry Director of Public Works City of Rancho Mirage D. 'e's'igning..................landscape......that.......create.....c.o m.......mun...it................................ _ _..... ......... . esiy C. 1 FIRM PROFILE David Volz Design (DVD) committed to the creative design of outstandingng public spaces. We develop Landscape ArrKtects arui Parle,POK4,trs landscapes,parks,sports fields and streetscapes to meet the specific needs of their communities. DVD designs special environments for those who seek recreation in PLANS, DESIGNS + MANAGES THESE a beautiful setting: wonderful natural environments for PROJECT TYPES: those who are simply looking for respite,and forthosewho Demonstration gardens,mitigation+restoration landscapes Nature parks,interpretive gardens+wilderness camps pursue recreation and competitive athletic endeavors on Streetscape development+redevelopment the playing field. Ourfirm capitalizes on whatthe site and Community,neighborhood+mini-parks nature has to offer. For all of our commissions, we work Facility master plans+feasibility studies to enhance the site's use,working within environmentally School fields+campus planning Irrigation renovation+redesign r sound parameters while taking full advantage of the site Design guidelines+standards and its surroundings to best service the community's Sports parks+stadiums needs. Grant applications I EED Ever mindful of our role as stewards of the land, DVD's "DVD continues to build design philosophy includes careful consideration for its reputation on creativity realistic maintenance requirements and construction and service in the design qJ' LEED Accredited cost parameters. Our company understands the and service inpublicthdesigns. We srri: importance of protecting the environment, protecting outthe highest quality environments for our clients' our resources and the health future generations. DVD is proud to be a LEED Accredited and a Qualified communities and neighborhoods. We work with Stormwater company.SD Designer . We understand 9 4 p Y public agencies and the people they.serve to the commitment we have to the public to deliver quality develop innovative landscapes of outstanding projects that offer a high return for the public funds beauty." invested: projects that can be maintained and deliver a David Volz,President lifetime of service to the communities they are built for. LA, LEED AP,QSD/QSP N Our philosophy also embraces any opportunity to interact r' with the public to create environments that meet their needs. DVD's proven outreach approach has often been ys wy �mosm the catalyst for our most successful projects. Our proven approach and input we receive provides the inspiration - Wc+twY In that leads to creative and innovative solutions. Parks and greenspaces designed by our firm have received awards and accolades from community groups, civic organizations, the American Public Works Association, the California Parks and Recreation Society Highway 111,Chy of tnmo and the National Recreation and Park's Society. In fact, last year two of our park projects won Award of Excellence honors from CPRS — the highest award given in their categories. www.dvolzdesign.com I Founded in 1997 1 SBE - - - _ Corporation 78060 Calle Estado David Volz,President La Qunita,CA 92253 Landscape Architectural Design Phone:76D-580-5165 Years of business:18 info@dvolzdesign.com Point Happy Median Improvements,City of La Quima Designing landscape that create community... C.2 PROJECT TEAM Our creative designers have the background City of Palm Springs and expertise to deliver outstanding landscape "On-Call" Landscape Architectural architecture services for your city's project. For this Services work, we have assembled a highly qualified team of landscape architects and specialized design consultants.The team will deliver: David Volz Design Landscape Architects, Inc CRI-ATlVI1Y - We will provide you with unique and Landscape Architecture innovative solutions which will meet and exceed the expectations of the city. The project designs we put David Volz forward will creatively address the sites'development ALA#2375,LEED AP, QSD/P requirements,sustainability,the unique relationship to Principal in charge the nearby neighbors, program priorities, accessibility Gary Vasquez and recreation balance. ALA#3883 Senior Project Manager/Director ofdesign COMMUNICA HON - DVD will continually keep you and your staff informed from the start and Paul Cassar throughout all the projects' phases. Communication Project Manager will be consistent and clear with all parties through Angela Lee completion of project. Project Designer f XPF RIF DICE - DVD will provide a design team that Larry Poindexter has a history of working successfully with cities as an Architect extension of Staff and providing project design and Spencer Knight coordination in the development of dozens of award Landscape Manager/Arborist winning projects. INTEREST IN YOUR PROJECT - DVD is ready to take on your projects and bring them to successful MSA Consulting, Inc. completion. DVD is focused on delivering outstanding Civil, Environmental,and Survey public facilities to communities throughout California. Paul R. Sepulveda Donald L.Shulze Our team is dedicated to the success of your projects! Director of Design Services Senior Project Engineer David Volz Design looks forward to a long relationship Marco Celedon, P.E. NikolasA.Boas,P.E. with your City. We are committed to delivering high Project Manager Project Engineer quality services, designs, reports, documents, and Joe Baiza Charles R.Harris,P.L.S. support to the city. The DVD key team members are Project Manager Director ofsurvey&Mapping experienced and talented professionals and they will be supported by a team of licensed landscape Rodney Reed,P.E. Jack Fox architects, several very capable designers, sub Senior Project Engineer Director of Utility Services consultants, and support staff. Electrical Engineer Leo Maya,P.E. Roy Morales,P.E. E19480 Project Manager/Senior Senior Electrical Engineer Electrical Designer 1/` IN ....................................................................................................................................I.......................... Designing landscape that create community... C.2 PROJECT TEAM DAVID VOLZ (DVD), Principal in Charge, has over 30 years of EDUCATION experience in the design of successful public landscapes and MLA, Landscape Architecture, 1989 parks. He will be the director of this project. He has managed the California Polytechnical University, master planning of hundreds of parks and recreational facilities. Pomona He has experience in the process from inception through master plan development, construction document preparation, contract BS, Ornamental Horticulture, 1986 administration, and on-site inspection. A strong asset to Mr. Volz's California Polytechnical University, San management style is his approach to community outreach. He Luis Obispo has a proven method of bringing the community into the design process where fostering sense of ownership is integral to DVD's REGISTRATION park design program. His past experience includes numerous Landscape Architect, California community defining park developments in dozens of cities. This #2375, 1983 work includes the CPRS Award winning Bell Gardens Sports Park, LEED Certified, 2008 the Laguna Hills Community Center Park, Los Rios Park in San QSD/QSP, 2011 Juan Capistrano, Stanton's Veteran's Memorial and several other award winning park projects in cities and counties statewide. GARY VASQUEZ (DVD), Director of Design, has more than 20 EDUCATION years of experience in landscape architecture. He will work under MLA, Landscape Architecture, 1989 the direction of David Volz providing creative design solutions to California Polytechnical University, the challenges and opportunities that arise. His innovative and Pomona thoughtful designs will prove to be a great asset for your project. Mr. Vasquez has provided high quality project management on BS, Ornamental Horticulture, 1986 many of our firms' most successful and highly acclaimed park California Polytechnical University, San projects. His recent projects include project management, design, Luis Obispo construction drawings and construction oversight for George Washington Park in Anaheim, Ford Park in Bell Gardens, Bryant REGISTRATION Ranch Park in Yorba Linda, Dateland Park and Bagdouma Park in Landscape Architect, California Coachella, and landscape plans for several projects including the #3883, 1992 APWA/CPRS award winning Bell Gardens Sports Park. In addition, the Los Rios Park he designed in San Juan Capistrano won the CPRS Award of Excellence along with the 2010 APWA Planning Excellence Award. PAUL CASSAR(DVD), Project Manger, has more than 13 years of EDUCATION experience in landscape architecture working on projectsfor public BS, Landscape Architecture, 2005 agencies. His design expertise ranges from recreational parks to California Polytechnical University, streetscapes, school sites, as well as city design guidelines. A Pomona benefit to Mr.Cassars design ability is his attention to detail and his knowledge of playground design,the latest construction practices and materials,ADA accessibility concerns, and he has experience in the installation of hardscape, softscape, and irrigation systems. Also, he brings field investigation, research, and communication experience to each of our projects. Mr. Cassar has been a key figure at DVD in coordinating design development plans and carrying them through construction drawings. His recent parks include Hicks Canyon Park in Irvine, Harry M. Dotson Park in Stanton, Admiral Kidd Park in Long Beach, Balboa Boulevard in Newport Beach and El Cariso Regional Park in the County of Los Angeles. De. s'i .......gning .....landscape............that.......create..... c...om.....m ..unit..........................................................................................................._ y C.2 PROJECT TEAM ANGELA LEE (DVD), Project Designer, has been with the David EDUCATION Volz Design team since 2013. She has gained experience in BA, Cinematic Arts, 2003 many aspects of the public landscapes design process including University of Southern California conceptual planning, planting design, irrigation design, and community presentation techniques. Her abilities include her MLA, Landscape Architecture, 2010 computer graphic skills, writing and composition, and an aptitude School of Natural Resources, for tackling challenging tasks with timely completion of duties. University of Michigan Noteworthy projects which she has had the pleasure to work on include El Cariso Regional Park of Los Angeles, Harbor Avenue in Costa Mesa, and many more projects approaching construction. LARRY POINDEXTER (DVD), Building Designer, has over 30 EDUCADON years experience in architectural and structural design, and BS, Architecture, 1970 working drawing development for a large variety of building types, California Polytechnical University, including medical, commercial, public works, and residential. Pomona He possesses a strong mechanical background in the area of building construction and project management. Mr. Poindexter Architectural Technology, Orange has provided creative, sustainable and economic design plans Coast College, 1968 for dozens of beautiful park buildings and hands on concept- Urban Planning, Orange Coast Col- to-construction services. He has provided his commercial and lege, 1968 municipal clients with new building designs for commercial and medical facilities, tenant improvement packages and scores of park service buildings for the past four decades. His work has also included offices, pump house buildings, corporate yards and storage facilities, tenant improvements and community meeting facilities. SPENCER KNIGHT(DVD), Landscape Manager, now serves the 17DIWA I ION landscape industry in the Coachella Valley as a consulting arborist. BS, Soils Science, Mr. Knight has also provided horticultural and agrarian therapy California Polytechnical University, programs for a drug rehabilitation facility and juvenile group home. San Luis Obispo Mr. Knight teaches irrigation classes for the University of California Agronomy, Ohio State University, at Riverside Extension Education Program. He has presented on Columbus, Ohio. various landscape and irrigation topics at professional seminars, trainings, and conferences including the California Cooperative CFRF11 CA-1 IONS Extension Turf and Landscape Symposium, California Landscape International Society of Arboriculture Contractors' Association, the Coachella Valley Water District Certified Arborist Annual Landscape Workshop, municipal government entities, and Municipal Specialist Certification local homeowner associations. Designing landscape that create community-. C.3 SUBCONSULTANTS FIRM PROFILES MSA CONSULTING, INC. (Civil, Survey, and Environmental), is a full service planning, environmental, civil engineering and land surveying firm in Rancho Mirage. For nearly four decades, MSA has provided professional services to cities, agencies and private developers in Southern California. The firm initially represented primarily public agency clients in the late '70's and early '80's. As Southern California experienced periods of explosive growth, the firm's land development services were in increasing demand over the ensuing decades. Residential, commercial and resort projects became a significant portion of the company's work, while the agency and institutional clientele continued to broaden the firm's public works portfolio. In the early 1990's the firm expanded by adding Planning to both the public and private development services Rancho o Mirage,CA 92270 3 Bob Hope Drive offered to clients. In 2000, an Environmental Services division and a Tel: 760-320-9811 Utility Coordination and Construction Support division were added www.rnsaconsultinginc.com to the firm's core Civil Engineering and Surveying services. In recent years, the firm has continued to provide clients with an expanded menu of services by offering GIS services in-house. As a result of maintaining high standards in work product, MSA has been consistently able to attract new projects from its solid client core and their referrals. Included in the current staff of 52 are ten registered civil engineers and land surveyors, LEED Accredited Professional certifications and a highly qualified supportstaff of CADD designers, land planners, GIS technicians, field personnel and administrative staff. Over the past 38 years, the firm has successfully completed over 2,200 projects and studies, involving the planning, design, surveying or construction administration of public works,residential, institutional, resort, or commercial developments. MSA is actively involved in assisting local community groups through participation in organizations such as Urban Land Institute (ULI), Desert Valleys Builders Association (DVBA), American Planning Association (APA), U.S. Green Building Council, American Public Works Association (APWA), and Desert Roundtable, among others. DLSIGN .1;LST ENGINEERS (Electrical) is a full-service Mechanical, Electrical, Plumbing and Energy Consulting Firm. We are founded on the philosophies of second-to-none service, environmental sensibility, and commitment to forward-thinking innovation. Established in 2000 and centered on these ideas, we have quickly grown to become one of Southern California's most DESIGN WEST ENGINEERING prominent and the Inland Empire's largest MEP firms. Our office currently maintains 30 employees. We offer a diversified range 275 Hospitality Lane,Suite 100 of practical experience in municipal, educational, green-building, San Bernardino,Ca92a08 transportation, medical, commercial, and residential building Tel: 909-890-3700 sectors. Our highly qualified and innovative engineers work in a www.designwesteng.com multi-disciplined environment, each familiar with overall project SBE#47289 requirements in addition to their specific area of expertise. We offer you the most up-to-date expertise in the latest technologies to maximize your project's potential. Together, we approach your project and its difficult challenges using well-designed,efficient,cost effective solutions that are tailored to your environment concerns, longevity, and constructability. W`T11 ..................................... ................................................................................................................ —�.....+..�— Designing landscape that create community CA REFERENCES Bruce Harry Mr. Shahen Begoumian Director of Public Works Park Development Manager City of Rancho Mirage City of Glendale 69-825 Highway 111 613 East Broadway, Suite 120 Rancho Mirage, CA 92270 Glendale, CA 91206 (760) 770-3224 (818) 548-3796 bruceh@ci.rancho-mirage.ca.us Sbegoumian@ci.glendale.ca.us Mr.Tim Jonasson Mr. Michael Estes Public Works Director/City Engineer Director of Community Services City of La Quinta City of Lawndale PO Box 1504 14717 Burin Avenue 78-495 Callle Tampico Lawndale, CA 90260 La Quinta, CA 92253-1504 (310) 973-3272 (760) 777-7042 MEstes@lawndalecity.org TJonasson@La-Quinta.org Mr. Rudy Acosta Mr. Sean Crumby Redevelopment Director Director of Public Works City of Desert Hot Springs City of Seal Beach 65-950 Pierson Blvd. 211 8th Street- 2nd Floor Desert Hot Springs, CA 92240 Seal Beach, CA 90740 (760) 329-6411 (714) 431-2527 racosta@cityofdhs.org Scrumby@ci.seal-beach.ca.us Mr. Gabriel Perez Mr. Nick Guilliams Associate Planner Engineering Manager City of Coachella City of Anaheim 1515 Sixth Street 200 S.Anaheim Blvd Coachella, CA 92236 Anaheim, CA 92805 (706) 398-3102 (714)765-5066 gperez@coachella.org nguilliams@Anaheim.net Ms. Cora Gaugush Mr. Khoon Tan Project Engineer Project Engineer City of Palm Desert City of San Juan Capistrano 73-510 Fred Waring Drive 32400 Paseo Adelanto Palm Desert, CA 92260 San Juan Capistrano, CA 92675 (760) 346-0611 (949)443-6353 csales@ci.palm-desert.ca.us KTan@sanjuancapistrano.org Mr. Bob Rose Mr. Kirk Streets Parks and Recreation Director Senior Project Manager City of Diamond Bar City of Irvine 21825 Copley Dr 6467 Oak Canyon Diamond Bar, CA 91765 Irvine, CA 92618 (760) 346-0611 (714) 724-7554 Los Rios Park,City of San Juan Capistrano brose@diamondbarca.gov KStreets@ci.irvine.ca.us .................................................................................................................................................. IMP Designing landscape that create community... C.5 PROJECT EXPERIENCE DVD is proud of our many completed projects and our reputation in public sector work. Projects we have designed ON-CALL CONTRACTS,PRE-SELECTED CONSULTANT for Palm Springs and other cities in Coachella Valley are all LISTS&MULTIPLE PROJECT DELIVERY CLIENTS City of Anaheim public works projects. In fact, we have specifically limited our City of Coachella business to include only public agency clients! Our public city of corona works portfolio includes thousands of projects from city wide City of El Monte ark master plans to construction documents for multi-million City n Fullerton P P City of Huntington Beach dollar sports complexes. The following projects are just a few City of twine examples of the facilities we have recently designed. As you City of La Quinta will see, arks and green spaces designed b our firm have City of Lake Forest P 9 P 9 Y City of Lawndale received awards and accolades from community groups,civic City of Los Angeles organizations, the California Parks and Recreation Society, City of Lynwood American Public Works Association, Southern California City of Newport Beach Ciry of Orange Municipal Athletic Association and several other state and City of Pomona national organizations. We currently provide dozens of cities City of Palm Desert of in Southern California with on-call and on staff services. We City City Rancho Mirage of Seal Beach are active and supporting members of several professional City of South Gate organizations. Below is a sampling of our recent experience City of Stanton which demonstrates our expertise and experience. city of Yorba Linda ..................................................................................................................................................................................... DOWNTOWN ALLEYWAY City of Palm Springs •- r The dramatic and artistic solutions put forward by the David Volz Design tam creatively addressed this projects many challenges. Before construction the connection between the city parking garage and the restaurants and retail corridor of Southern Palm Canyon Drive was obscure and ugly. DVD put forward ideas for sculptural art pieces new lighting schemes and a much friendlier pedestrian corridor that clearly connected the street to the parking facility. The beautifully executed plan included utilizing the back wall of a back as a canvas for a dramatic cor-ten steel sculpture. The accent and street edge lighting make this a safe and interesting corridor that is easy to fins and memorable. The design work included closely with the downtown business groups, City staff and City Council. The project has garnered rave reviews from the local restaurateurs and patron of the downtown district r Designing landscape that create community... C.5 PROJECT EXPERIENCE HISTORIC DISTRICT ROUND-A-BOUT AND ART PIECE City of La Quinta i A cherished kinetic sculptures titled "Air-in-Motion"finds a new home as the main attraction in a 30'diameter traffic roundabout or as what those in the industry refer to as a"traffic-calming-circle". Located in the La Quinta's Historic Downtown the art piece showcases the City's commitment to provide and encourage art in public spaces. Working with key City personnel, DVD developed a beautiful design that respects the desert climate, • ' ; compliments the 12' tall sculpture and requires little resources ay to maintain. DVD's solution was to keep it simple by minimizing the planting area and incorporating three separate terraced rings of rock and cobble. Each ring displays a different type, color and size of rock material that rises in height as the rings move closer to the sculpture. The restrained use of succulents provides a nice contrast to the rocks and functions as a soft/ green visual transition between the sculpture and the rockbed. The combinations of organic and inorganic colors and textures made this project successful and attractive. i y_ y ;4a ..................................................... ............................................................................................................... HIGHWAY 111 City of Indio Palms Clustered in Groups • Decorative rock Mulch • "Desert Oasis" theme • Columns to support accent lighting, flags or --- — II banners Seating nodes for pedestrians • Drought tolerant plantings Implementation is currently underway Where Highway 111 curves through the Indio downtown district, the City leaders envisioned a vibrant and beautiful streetscape 1 s�E"� „ to enhance the burgeoning commercial and retail development. David Volz Design was commissioned to develop an exciting and interesting landscape scheme that would complement and enliven this important corridor. The approved concept plans included clusters of date palms reminiscent of the City's farming culture and a "desert oasis" planting scheme that concentrated colorful and interesting desert plants juxtaposed with decorative rock mulch accents. The street right of ways include pedestrian nodes with benches and shade structures. Architectural elements, decorative sculptural columns, accent lighting, banner and flag poles, and city identifying signage were included as integral pieces of this dynamic development scheme. The envisioned streetscape is beginning to take shape across the heart if Indio's downtown. This multi-phase project will continue to be implemented over the next several years. ............................................................... ................................... ............................................................ .....�..�� Designing landscape that create community... C.5 PROJECT EXPERIENCE DATELAND PARK City ofCoachetla 11 „� Community Input • Master Plan • Skate Park• Splash pad Amphitheater • Restrooms • Play Area • Community Center Dateland Park received a much needed renovation and restoration to meet the needs of the community. This park now boasts a skate park, splash pad, covered play equipment and shaded picnic areas. The beauty of the park now meets the q vision of the community connecting the park, nearby school, Boys and Girls Club and visitors alike making this a recreational hub in this part of town. fiwt A 1- M1TOM _ __. . . . _._ . ._ . _. . . . . ............................. ....... ..._............................................. FRED WARING SOUND WALL ENHANCEMENT PROJECT City of Pahn Desert ---- __-. Once upon a time, not long ago, Fred Waring Drive, in the City of Palm Desert was a collector street in need of a face lift. _ The mile long stretch consisted of a mish-mash collection of y privacy walls made of block and wooden fences of several types and colors. The projects main challenge was to create an -4L&__ attractive sound wall for the residents and a pleasant parkway setting along the street right of way. The City of Palm Desert commissioned David Volz Design to provide an unique solution to address the project challenges. The new sound wall would be constructed as the rear yard wall separating residences from Fred Waring Drive. DVD explored many wall designs that focused on the decorative wall treatment on the Fred Waring Drive side and an attractive yet neutral design in the side on the side facing the neighbors. DVD generated five separate wall treatment concepts illustrating decorative columns, pre-cast wall caps,and various placements of block and stone to achieve a pleasing appearance. The City approved a decorative wall treatment that utilized natural "dry-stacked" stone placed on a vertical wall surface to achieve a mountain ridge appearance. The 'ridge line' symbolizes the surrounding ridgelines seen throughout the City. The CMU block that was selected and would be used as a canvas to accept the stone material would have a "shot blast" texture. The pre-cast wall and pilaster cap f was custom designed and is repeated throughout the project. ~ The significant coordination efforts by public works staff with —" - - the Desert Breezes homeowner association, designers, and constructioncontractor, resulted in construction of a stunning desert streetscape and one-of-a-kind sound wall that blends ""' beautifully into the community. NOVID ...... .. . . . . . . .. .... . ... .............................. .............................................................................- Designing.. ....landscape.. .. .... ..that.. ..creat.. e co.. mmunity.. ... C.5 PROJECT EXPERIENCE DOWNTOWN PARKING LOT �Yp Client: City of LaQuinta "1hh ay City of La Quinta i I The city has installed what it had hoped to be a fj Tim Jonasson "green"parking lot. The turf lot is not performing Public Works Director/City Engineer as intended. DVD was commissioned to identify (760)777-7042 alternatives and propose new solutions for this __ Y T.lonasson@La-Quinta.org important city property. Our report detailed alternatives to beautify this pivotal downtown Elements: lot and to meet the original "green' vision. New City beautification project Turfblock installation turf block installation, structural soils sections, Structural soils installation upgraded landscape enhancements and other Upgraded landscape ideaswere included in this comprehensive study enhancements for the city's decision makers. The council took Environmentally friendly action,approved our report and to directed staff Low maintenance Drought tolerabblele plantings to follow our recommended alternative. DVD provided construction documents to implement Services provided: the beautiful new improvements that now grace Concept Design the City's old town shopping district. Construction Documents Bidding Assistance - Construction Period Services ..................................................................................................................................................................................... PALM AND PIERSON Client: City of Desert Hot Springs City of Desert Hot Springs This project was developed as a city wide Rudy Acosta "vortex' concept radiating from the natural Redevelopment Director energy that converges at this intersection. / (76o) @ racosta@cityofdhs.org These natural energies include extreme heat, 1 o - wind, water, and seismic activity. The design Elements: included materials and forms derived from Low maintenance this vortex energy concept. They include Drought tolerant plantings chunk glass representing water and large Sculptural rocks rustic boulders protruding from the medians Services provided: as well as grouped diamond forms signifying Concept Design the San Andreas Fault which passes directly Construction Documents below the intersection. Radiating out, new Bidding Assistance pedestrian friendly sidewalks filled with pavers �. Construction Period Services are garnished with desert appropriate trees and staff: a landscape filled with textures and color. The David Volz,Gary Vasquez medians are accented by a meandering stream flowing through large boulders and regimented date palms and the median noses are filled with "Our experience with the striking blue chunk glass which are illuminated firm was a fine example of at night along with the palm trees. Different their creative and innovative sized rocks and cobbles fill the medians and talents....their professional and provide contrast to the groundcovers and collaborative approach to the barrel cacti. In the evening, the sidewalks are process made their team a joy to work with." illuminated with pedestrian scale refracted light poles. Intended to revitalize the downtown, the - Rudy Acosta renovation achieves its purpose by creating / Redevelopment Director a pedestrian friendly downtown with street f City of Desert Hot springs parking and interesting landscapes. IMP ..............................................................................................................................................................Designing landscape landscape that create community... C.5 PROJECT EXPERIENCE BALBOA BOULEVARD ofNe Newport Client City � City of Newport Beach David Volz Design was commissioned by the City of Newport Beach Iris Lee to lead a Citizen's Advisory Panel (CAP) to design new and improved Senior Civil Engineer western gateway landscapes for the city. The panel included the mayor tlee®newportbeach.gov pro-tem and a select committee of local residents and business owners. The project included 5 miles of arterial streets and the critical intersection Elements: of West Coast Highway and Balboa Boulevard. Through a series of Entry monuments public meetings, the ideas for a new aesthetic treatment along these New bus stops streets emerged. A new major gateway with entry monuments, walls, Pedestrian oriented thoroughfare upgraded sidewalks, and beautiful new landscape enhancements were Colorful plantings roved. The two mile stretch of West Coast Highway Green walls envisioned and approved. g y Storm water retention is to receive all new landscape treatments with new medians, and right- of-way plantings. The planned scheme calls for palm trees to define the services provided: intersections,flowering trees to accent the medians and street edges with Community Outreach,Master Plan, Design waves of colorful shrubs rolling through the landscape. Innovative storm Development,Construction Documents, water retention and cleaning strategies will be a part of the envisioned low Bidding Assistance,Construction Period impact design implementation. The intersection of West Coast Highway Services at Balboa will be accented with new bus stops, landscaped screen Awards: walls and new monument signage. Balboa Boulevard will be designed APWA Project of the Year to provide a more pedestrian oriented thoroughfare.Traffic calming and ASCE Community Enhancement Project of sidewalk improvements are paramount in this more intimate landscape. the Year The trees selected are in scale with the pedestrian ambiance.The plant Date of completion: material has detail and texture. In addition, there will be planted "green' January 2015 walls to screen unwanted views and curbside plantings to separate pedestrians from street traffic. The tall iconic fan palms that can be Cost of Design: seen from the uphill streets will be retained. New medians and street $279,000 edge landscapes and pavement will greet bus riders and the residents Cost of Construction: of this seaside neighborhood. Superior Avenue will also be upgraded $2 million with new and interesting traffic barrier walls that replace the Caltrans style "K" rail. New plantings will be reminiscent of the seaside location Staff., while respecting views of the ocean. At this point in time, the CAP has David volz,Gary Vasquez,Paul Cassar, recommended this multimillion dollar improvement package to the city Angela tee council and initial stages of this phased project could begin construction later this year. Project Update: September 2014. DVD completed the first phase of Balboa Boulevard Improvement Project. This 2 mile, $2 million enhancement has just been constructed and the beautiful new landscape is starting to bloom! ,n s IMP D ... ....... . .... ..landscape.. .. ....that.........create...... ...munit—u'n—k........................................................................................................... �.--- esigning.. .. com.. y C.5 PROJECT EXPERIENCE MARYLAND AVENUE PARK Client: City of Glendale City of Glendale This special park is one of the hundred parks funded through the state Shahen Begoumian competitive grant program Proposition 84. Maryland Avenue Park Park Development Manager is located in the historic Tropico District. The design team conducted Sbeg umian6 extensive community outreach to develop a ark program including Sbegoumian@ci.glendale.ca.us Y P P P 9 9 opportunities for public art, historical and educational interpretive Dvo: pieces, and a partnership with the local grade school to co-manage a Landscape Architect of Record neighborhood garden. Murals depicting historic Tropico fruit box labels, Facility and uses: plaques with history lessons, and beautiful artistic metal gates adorn the Community Park new park. Built-in benches along a central boardwalk, an exercise area Play structure with workout stations, a picnic pavilion, and a raised bed community Historic Tropico District theme garden offer a great breadth of uses for this high-density, multi-ethnic Shaded picnic area Chess tables neighborhood tract. Neighbors of the community are meeting each other Public art forthefirsttime in this wonderful park strengthening the community image Neighborhood garden and defining a new Tropico District in the City of Glendale. Residents feel Drought-tolerant plantings safe with the park's beautiful entry gate and energy-efficient night lighting. Stormwater run-off basin Environmental conservation practices are demonstrated in this half-acre Services provided: space. The formerly flat site has been graded to enhance visual interest Community outreach and guide water run-off to the new storm water collection basin below Master Plan the central boardwalk. Drought-tolerant plantings and sophisticated Design Development irrigation systems keep the park's water use low despite the small patch Construction Documents Bidding Assistance of luxurious grass. Construction Period Services �w Awards: CPRS Award of Excellence ~ APWA Project of the Year Acreage:1 Date of completion: August 2014 Cost of Design: $200,000 Cost of Construction: $1.5 million 'f Staff. David Volz Gary Vasquez Paul Cassar Angela Lee 1 "DVD and their team... have provided leadership for community outreach, have designed creative and fun play _ spaces and have prepared high quality construction documents." - George Balteria City of Glendale Letter of Recommendation IMP D.........esigning................landscape......that.......create.....c.om.......m ...unity............................................................................................................ -.nil► C.5 PROJECT EXPERIENCE ADMIRAL KIDD PARK Client: City of Long Beach City of Long Beach Anna Mendiola In 2011, the City of Long Beach rededicated the newly renovated and Park Development Officer expanded Admiral Kidd Park.The park,which is named after Naval Rear (562)570-3165 Admiral Isaac C. Kidd, features two play structures themed after two anna.mendiola@longbeach.gov naval destroyers which carried Admiral Kidd's namesake. A perimeter trail connects the park's amenities,which include themed raised planter DVD: areas and iconic tile in stone pilasters. This trail allows park visitors to Landscape Architect of Record circumvent the park in a beautiful setting either on bikes or walking and Facility and uses: the pilasters frame the view into the park and draw inspiration from the Community Park community's"plaza"vision for the park. Designed with maintenance and Two play structures operational costs in mind, the existing irrigation system was expanded Navytheme and upgraded utilizing the city's existing standard smart controllers. In Exercise equipment Chess tables addition, Admiral Kidd demonstrates a beautiful design approach to Stormwater detention:bio-swales& storm water management. The undulating arroyos (bio-swales) move riparian corridor like water through the park even when they are dry. This bio-swales Climate sensitive plantings system collects and cleans water before it is allowed to percolate or Basketball court with volleyball overlay run-off from the site. The native trees, shrubs and meadow grasses New and updated soccer fields reminiscent of a riparian creek add to the character of the park. Services provided: Community Outreach Master Plan Design Development Construction Documents Bidding Assistance _ Construction Period Services Awards CPRS Award of Excellence .. APWA Project of the Year Acreage: 11.5 T Date of completion: - March 2011 Cost of Design: - $271,340 Cost of Construction: $2.6 million Staff: David Volz,Gary Vasquez, Paul Cassar rim" "DVD has provided high quality design and consulting services to the City of Long Beach for over twelve years...they - have provided park planning,leadership - at public outreach meetings,creative park design,developed construction documents and provided construction period services on dozens of large and small park projects." - Anna Mendiola City of Long Beach Letter of Recommendation - ��`��� Designing landscape that create community... D. I LOCAL EXPERTISE DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS, INC. CITY OF RANCHO MIRAGE BUSINESS LICENSE TAX CERTIFICATE CITY OF R NC O MIRAGE Tni:n w owledges Inad mm p rson,rrn nr cosnnraunn aamm low naa Paia m=n axadm �um o[maney an a am of eusmevs liwnsc pxas uvppncaNc m cnggeg`m,curry an, ® pmiimducl in IM Gdy of Honcho Mieagq Caltfornm,�M 0usiness,traac, nlling, ese;on,oan;ntliou or omupneon aescriew Udow eor IM1e vedoe Inei<adee,icsunna erc,b, s nod moils¢IAe THE CITY oVerase or IO MIin a E DOM�¢NOT WA of anY m Alaw or ordinance. THE CITY OF RANCHO M[RAGF DOPS NOT WARRANT TFIE QLAI,I FICA IONS OF PEf250N5 UH DU5INLSSCS TAXED. Issue Date: 0810 6/2 0 13 Expiration Date: 07/31/2014 Business 111: 16444 Business Address: Business Name: 151 KALMUS DRIVE#VI-8 COSTA MESA,CA 92626 DAVID VOLZ DESIGN 151 KALMUS DRIVE LICENSE FEE: $ 58.00 SUITE M-8 BALANCE DUE: $ .00 COSTA MESA,CA 92626 BUSINESS CATEGORY: 28P PROFESSIONAL Di—Lok of Ae imdsnaa.=.Serv,t MSA CONSULTING, INC. CITY OF PALM SPRINGS BUSINESS LICENSE 3200 E TAHQUITZ CANYON WAY,PALM SPRINGS,CA 92262(76W 323-8289 PLEASE NOTE THAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. BUSINESS NUMBER: 00002798 EXPIRATION TAX/ADMIN.FEE CERT NO BUSINESS TYPE: ENGINEERS 10/3112015 18.00 2011 OWNER NAME: SMITH(PRESIDENT),ROBERT S 10/31/2015 200.00 2012 10/31/2015 1.00 61890 BUSINESS NAME: MSA CONSULTING INC BUSINESS ADDRESS: 34200 BOB HOPE DR RANCHO MIRAGE,CA 92270 MSA CONSULTING INC ISSUANCE OF THIS LICENSE DOES NOT EMME 34200 BOB HOPE DRIVE THE LICENSEE TO OPERATE OR MAINTAIN A BUSINESS IN VIOLATION OF ANY OTHER W W RANCHO MIRAGE CA 92270 OR ORDINANCE. THIS IS NOT AN ENDORSEMENT OF THE ACTIVITY NOR OF THE APPLICANT'S QUALIFICATIONS MUST BE POSTED IN A CONSPICUOUS PLACE City of Coachella BUSINESS LICENSE EXPIRATION DATE 275 W HOSPITALITY LN '1213U2015 100 DATE ISSUED LICENSE NUMBER SAN BERNARDINO.CA 9240E 11112015 B-1001830 LOCATION OF BUSINESS THIS CERTIFIES NW the Welnese a If10N+tluel doedb IS hIFMy Ilcenaedl to do BoaMesa*"'p the CRy d Caechelle.CA, DESIGN WEST ENGINEERING,INC. 275 W HOSPITALITY EN ,- , 100 FINANCE DIRECTOR SAN BERNARDINO,CA 92408 rnrs,,' is oba posretlbeconWbwus bcarbn,ar-urrofIr'St of eoreaass9n_ Lxnnse frecvmas EeRl9d.6n!C Iwf rerbsaoN be/are Fala�%Y faf of axpi'ation yaBr Designing landscape that create community... D.2 LOCAL EXPERTISE DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS, INC. David Volz Angela Lee ALA#2375, LEED AP, QSD/P Project Designer Principal in charge Gary Vasquez Larry Poindexter ALA#3883 Architect Senior Project Manager/Director of design Paul Cassar Spencer Knight Project Manager Landscape Manager/Arborist MSA CONSULTING, INC. Paul R. Sepulveda Donald L. Shulze Director of Design Services Senior Project Engineer Marco Celedon, P.E. Nikolas A. Boas, P.E. Project Manager Project Engineer Joe Baiza Charles R. Harris, P.L.S. Project Manager Director of Survey&Mapping Rodney Reed, P.E. Jack Fox Senior Project Engineer Director of Utility Services Leo Maya, P.E. E19480 Senior Electrical Engineer Roy Moralas, P.E. Project Manager/Senior Electrical Designer 1/11TIP ............................................................................................................................................................... Designing landscape thatcreate community-. i I ATTACHMENT "A" 'NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED INSIDE ENVELOPE #1, "QUALIFICATIONSIWORK PROPOSAL"* REQUESTS FOR PROPOSALS (RFP) #07-15 FOR "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES SIGNATURE AUTHORIZATION PROPOSER: A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the above listed in ;dual or company. I certify that I have the authority to bind myself/this company in a contract ould I be successful in my proposal. SIGNATURE B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful,the contract language should refer to me/my company as: _An individual; A partnership, Partners' names: S company; A corporation If applicable, please check below and provide the required license: 1. N,/ My firm is a Local Business (Licensed within the jurisdiction of the Coachella Valley). Copy of current business license is required to be attached to this document. 2. My tax identification number is: 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) # li t ' islare hereby acknowledged. Page 13 of36 RFP#07-15 CITY OF RANCHO MIRAGE BUSINESS LICENSE TAX CERTIFICATE CITY OF R NC O f`yIIRA GE This acknowledges that ou person,firm or ease[axes named below has paid the indicated amount of money on account of business license taxes applicable to engage in,parry on, or conduct in the City of Rancho Mirage, California, the business,tract,calling, Profession,exhibition or occupation described below for the period indicated, issuance,ereof does not entitle the licensee to operate or maintain a business in violation of tiny other law or ordinancx. THC CITY OF RANCHO MIRAGE DOES NOT WARRANT THE QUAI.I FICATIONS OF PERSONS OR BUSINESSES TAXED. LV Issue Date: 08/06/2013 Expiration Date: 07/31/2014 Business Id: 16444 Business Address: Business Name: 151 KALMUS DRIVE NM-8 COSTA MESA, CA 92626 DAVID VOLZ DESIGN 151 KALMUS DRIVE LICENSE FEE: $ 58.00 SUITE M-8 BALANCE DUE. $ .00 COSTA MESA, CA 92626 AY'� �- BUSINESS CATEGORY: 28P PROFESSIONAL Dircctok of Ad inistrative Services i �i ATTACHMENT "B" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR OUALIFICATIONSAIVORK 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, depQses and says that he or she is of . e 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. l a By: Title: Subscribed and sworn to before me this day of 2015 Page 14 of36 RFP#07-15 DAVID VOLZ PRINCIPAL IN CHARGE / PRESIDENT AWARD WINNING AND NOTABLE PROJECT .............................................................................................. EXPERIENCE EDUCATION Maryland Avenue Park, City of Glendale MLA, Landscape Architecture, 1989 CPRS AWARD OF EXCELLENCE, March 2015 California Polytechnical University, Pomona El Cariso Regional Park, County of Los Angeles EIS, Ornamental Horticulture, 1986 California Polytechnical University, San Luis Obispo South Gate Park, City of South Gate L( I S I(>PJ Admiral Kidd Park, City of Long Beach Landscape Architect, California#2375, 1983 CPRS AWARD OF EXCELLENCE Landscape Architect, Nevada#499, 1996 Atlantis Park Splash Pad, Garden Grove LEED Accredited Professional, 2008 Qualified Stormwater Professional, QSD/QSP, 2011 Washington Street Mini Park,City of Diamond Bar CPRS AWARD OF EXCELLENCE DAVID VOLZ (DVD) is a LEED Accredited, registered Veteran's Park, City of Stanton landscape architect and has more than 30 years APWA PROJECT OF THE YEAR experience designing public projects. He has managed public design projects including the master planning, Harry M. Dotson Park,City of Stanton design, and construction of municipal projects for more CPRS AWARD OF EXCELLENCE than 100 public agencies in California. Los Rios Park, City of San Juan Capistrano Mr.Volz has experience in the development process from CPRS AWARD OF EXCELLENCE inception through masterplan development,construction APWA PLANNING EXCELLENCE AWARD document preparation, contract administration, and on- APA AWARD OF EXCELLENCE site inspection. His extensive knowledge of landscaping Pioneer Road Park,City of Tustin materials and vegetation is often called for at commission OC PLAYGROUND OF THE YEAR in meetings and in council reports for agencies he has 2012 NRPA PARK DESIGN AWARD served. He has extensive experience in stormwater APWA PROJECT AWARD treatments, habitat restoration, walking trails and water conservation. Cerritos School Park,Glendale CPRS AWARD OF EXCELLENCE He has an excellent reputation for facilitating community APWA PROJECT OF THE YEAR outreach programs for park design through the public input process. The public workshop process for park Sigler Park Splash Pad,Westminster design is a concept that he always encourages. The opportunity to get first hand insights from users, George Washington Park,City of Anaheim neighbors, and the public in general is always beneficial CPRS AWARD OF EXCELLENCE in the design of public projects. Several of Mr.Volz's most successful park projects have benefited from the ideas Heritage Island Park Rehabilitation Project, and energy that were put forth at public input sessions. City of Cerritos CPRS AWARD OF MERIT Park project experience, encompassing neighborhood and community parks, is Mr.Volz's design focus. Serving Laguna Hills Community Center, in various capacities from principal-in-charge to designer, City of Laguna Hills he has overseen scores of award winning parks for CPRS AWARD OF EXCELLENCE cities, school districts and public agencies throughout Martin Luther King Jr., Park, City of Oceanside California. CPRS AWARD OF EXCELLENCE 110`TIN ............................................................................................................................................................... -...�� Designing landscape that create community... GARY VASQUEZ SENIOR PROJECT MANAGER/ AWARD WINNING AND NOTAr;_L : „_;_ ._ : DIRECTOR OF DESIGN EXPERIENCE ........................................................................................ Maryland Avenue Park, City of Glendale EDUCATION CPRS AWARD OF EXCELLENCE, March 2015 MLA, Landscape Architecture, 1989 California Polytechnical University, El Cariso Regional Park,County of Los Angeles Pomona South Gate Park,City of South Gate BS, Ornamental Horticulture, 1986 California Polytechnical University, Hopper Park,City of Lawndale San Luis Obispo CPRS PARK OPERATIONS TOUR REGISTRATION Admiral Kidd Park, City of Long Beach Landscape Architect, California CPRS AWARD OF EXCELLENCE #3883, 1992 Washington Street Mini Park, City of Diamond Bar CPRS AWARD OF EXCELLENCE GARY VASQUEZ (DVD), Senior Project Manager, Veteran's Park, City of Stanton has more than 20 years of experience in landscape APWA PROJECT OF THE YEAR architecture. He will work under the direction of David Volz providing creative design solutions to the Harry M. Dotson Park, City of Stanton challenges and opportunities that arise.His innovative CPRS AWARD OF EXCELLENCE and thoughtful designs will prove to be a great asset for your project. Mr. Vasquez has provided high Los Rios Park,City of San Juan Capistrano quality project management on many of our firms' CPRS AWARD OF EXCELLENCE most successful and highly acclaimed park projects. APWA PLANNING EXCELLENCE AWARD APA AWARD OF EXCELLENCE His recent projects include project management, design, construction drawings and construction Pioneer Road Park, City of Tustin oversight for George Washington Park in Anaheim, OC PLAYGROUND OF THE YEAR 2012 Ford Park in Bell Gardens, Bryant Ranch Park in NRPA PARK DESIGN AWARD Yorba Linda, Dateland Park and Bagdouma Park in APWA PROJECT AWARD Coachella, and landscape plans for several projects including the APWA/CPRS award winning Bell Cerritos School Park, Glendale Gardens Sports Park. In addition, the Los Rios Park CPRS AWARD OF EXCELLENCE he designed in San Juan Capistrano won the CPRS APWA PROJECT OF THE YEAR Award of Excellence along with the 2010 APWA George Washington Park, City of Anaheim Planning Excellence Award. CPRS AWARD OF EXCELLENCE - Heritage Island Park Rehabilitation Project, City of Cerritos CPRS AWARD OF MERIT Laguna Hills Community Center, City of Laguna Hills CPRS AWARD OF EXCELLENCE Martin Luther King Jr., Park, City of Oceanside CPRS AWARD OF EXCELLENCE Laguna Hills Community Center,City of Laguna Hills „V„ D ...esi.. ....gning.. ... .landscape.. .. ..... . .that....... .....c.o..... .uni..ty.y" ...................................................................................................._ .. create.. mm.. .. ' PAUL CASSAR PROJECT MANAGER ....................................................................................... AWARD WINNING AND NOTABLE EDUCATION PROJECT EXPERIENCE BS, Landscape Architecture, 2005 California Polytechnical University, Maryland Avenue Park,City of Glendale Pomona CPRS AWARD OF EXCELLENCE, March 2015 PAUL CASSAR (DVD), Project Manger, has El Cariso Regional Park,County of Los Angeles more than 13 years of experience in landscape architecture working on projects for public agencies. Admiral Kidd Park, City of Long Beach His design expertise ranges from recreational CPRS AWARD OF EXCELLENCE parks to streetscapes, school sites, as well as city Hopper Park, City of Lawndale design guidelines. A benefit to Mr. Cassar's design CPRS PARK OPERATIONS TOUR ability is his attention to detail and his knowledge of playground design, the latest construction practices Smallwood Park Renovations (CDBG funded), and materials. ADA accessibility concerns, and he City of Costa Mesa has experience in the installation of hardscape, softscape, and irrigation systems. Also, he brings Washington Street Mini Park, City of Diamond Bar field investigation, research, and communication CPRS AWARD OF EXCELLENCE experience to each of our projects. Mr. Cassar has been a key figure at DVD in coordinating design Veteran's Park, City of Stanton development plans and carrying them through APWA PROJECT OF THE YEAR construction drawings. His recent parks include Hicks Canyon Park in Irvine, Harry M. Dotson Park in Harry M. Dotson Park, City of Stanton Stanton, Admiral Kidd Park in Long Beach, Balboa CPRS AWARD OF EXCELLENCE Boulevard in Newport Beach and El Cariso Regional Park in the County of Los Angeles. Los Rios Park, City of San Juan Capistrano CPRS AWARD OF EXCELLENCE APWA PLANNING EXCELLENCE AWARD APA AWARD OF EXCELLENCE Hicks Canyon Park Rehabilitation, City of Irvine Hogan Park, City of Lawndale State Street Park, City of South Gate Seal Beach Memorial,City of Seal Beach All American Park, City of Paramount Hicks Canyon Park Rehabilitation,City of Irvine South Gate Park, City of South Gate Hurless Barton Park, City of Yorba Linda Hawaiian Gardens Memorial, City of Hawaiian Gardens Veteran's Memonal,City of Stanton D .....esigning.. ... .... . .landscape.. .. ..... ....that....... .....c. .......unity............................................................................................................. create.. om.. m ANGELA LEE PROJECT DESIGNER AWARD WINNING AND NOTABLE .................................................................................. PROJECT EXPERIENCE EDUCATION Maryland Avenue Park, City of Glendale BA, Cinematic Arts, 2003 CPRS AWARD OF EXCELLENCE, March 2015 University of Southern California Balboa Boulevard Enhancements, MLA, Landscape Architecture, 2010 City of Newport Beach School of Natural Resources, CPRS AWARD OF EXCELLENCE University of Michigan APWA COMMUNITY IMPROVEMENT PROJECT OF THE YEAR, February 2015 El Cariso Regional Park, County of Los Angeles ANGELA LEE (DVD), Project Designer, has been with the David Volz Design team since 2013. She Pacific Park Artificial Turf Fields, City of Glendale has gained experience in many aspects of the public landscapes design process including conceptual South Gate Park, City of South Gate planning, planting design, irrigation design, and community presentation techniques. Her abilities Hogan Park, City of Lawndale include her computer graphic skills, writing and composition, and an aptitude for tackling challenging State Street Park, City of South Gate tasks with timely completion of duties. Noteworthy projects which she has had the pleasure to work Seal Beach Memorial, City of Seal Beach on include El Cariso Regional Park of Los Angeles, Harbor Avenue in Costa Mesa, and many more projects approaching construction. yY s`i PAolic Palk ARi(inial TLO FBIdS CrY Of G I E,,:l,il Gale 4 Balboa Boulevard Enhancements,City of Newpoit Beach El Cariso Regional Park,County of Las Angeles Designing landscape that create community LARRY POINDEXTER BUILDING DESIGNER AWARD WINNING AND NOTABLE ............................................................. PROJECT EXPERIENCE EDUCATION BS,Architecture, 1970 EL CARISO COMMUNITY REGIONAL PARK, California Polytechnical University, Pomona COUNTY OF LOS ANGELES restroom facility, concession building, group picnic Architectural Technology, structure Orange Coast College, 1968 VISTA SPORTS PARK, CITY OF VISTA Urban Planning, Concession building, picnic area structure, Orange Coast College, 1968 Restroom MARTIN LUTHER KING JR. PARK, CITY OF LARRY POINDEXTER (DVD), Building Designer, OCEANSIDE has over 30 years experience in architectural and restroom facility, group picnic structure, and storage structural design, and working drawing development and electrical utility building. for a large variety of building types, including medical, commercial, public works, and residential. LA PAZ PARK, LAGUNA HILLS He possesses a strong mechanical background restroom/storage/utility room using concrete blocks in the area of building construction and project of various textures. management. Mr. Poindexter has provided creative, sustainable and economic design plans for dozens EL CONEJO PARK, LAGUNA HILLS of beautiful park buildings and hands on concept- tilt-up storage structure for construction materials to-construction services. He has provided his with easy access and ventilation. commercial and municipal clients with new building designs for commercial and medical facilities, tenant HERITAGE PARK, CITY OF CERRITOS improvement packages and scores of park service currently designing architecture for early colonial- buildings for the past four decades. His work has also themed play village. included offices, pump house buildings, corporate yards and storage facilities, tenant improvements and community meeting facilities. Angeles, Harbor Avenue in Costa Mesa, and many more projects approaching construction. s iir+'e:�s.un' to n Pioneer Park,City of Tustin El Canso Perk,County of Los Angeles b e"s,i...gni n.....g .land..........scape......that. . ....... ... m..un..ity.... . ........................ ........................................................................ ....._ ��� Desi ..create.. com.. . SPENCER KNIGHT LANDSCAPE MANAGER /ARBORIST :ATION BS, Soils Science, California Polytechnical University, San Luis Obispo Agronomy, Ohio State University, Columbus, Ohio yr;d CERTIFICATIONS International Society of Arboriculture Certified Arborist ' Municipal Specialist Certification -� SPENCER KNIGHT (DVD), Landscape Manager, has an extensive background in public landscape '" • development. For three decades he managed the design and development of parks,medians,gardens, and green space for the City of Palm Desert as the Public Works Landscape Manager. Mr. Knight has provided insight and expertise to assist in landscape development throughout the Coachella Valley. He has presented on landscape topics before local and state wide associations. And, he is often sought out for advice and guidance on plantings, irrigation, water conservation, and city standard plans and planting specifications. Mr. Knight is an LA Certified Landscape Irrigation Auditor and Water Manager. He is also an I.S.A. Certified Arborist. His consulting practice includes extensive work in Coachella Valley and locations throughout California. Mr. Knightteaches irrigation classes forthe University of California at Riverside Extension Education ,FV 77 Program. He has presented on various landscape and irrigation topics at professional seminars, trainings, and conferences including the California Cooperative Extension Turf and Landscape Symposium,California v" Landscape Contractors' Association, the Coachella Valley Water District Annual Landscape Workshop, • a municipal government entities,and local homeowner associations. Mr. Knight holds a Bachelor's degree , .+ in Soil Science from California Polytechnic State University at San Luis Obispo, and did graduate work in Agronomy at Ohio State University in Columbus, Ohio. He is a member of the International Society of Arboriculture and is a Certified Arborist with an additional Municipal Specialist Certification. x "VIP Designing landscape that create community... Paul R. Sepulveda Director of Design Services Mr.Sepulveda joined MSA as a senior designer in 1978 with an Associate of Science degree from West Hills College and previous experience from other professional service firms. He has overseen the design and production of the majority of the MSA production projects over the firm's history. His responsibilities as Director of Design/Senior Project Manager have included engineering design, project management and construction support services for golf/residential developments, community water system expansions, wastewater treatment plant expansions, airport expansions, and commercial and institutional developments including schools, medical facilities and museums. He not only has extensive experience in the preparation of Grading, Street, Sewer, Water and Storm Drain Improvement Plans, but also in the approval process with various cities and agencies in the Coachella Valley and beyond. Mr. Sepulveda's experience also extends to construction support and utility company requirements for residential and commercial land developments, together with the design of water and wastewater treatment facilities, wastewater pumping stations and water supply systems. Marco Celedon, P.E. Project Manager Marco Celedon, who was born in Indio and raised in Coachella and Thermal, received his Bachelor of Arts degree from St. Mary's College and his Bachelor of Science degree in Civil Engineering from USC.As a Project Manager with MSA, he has particular expertise in water,sewer and storm drain applications. He has served as Project Manager for a wide variety of projects including the Valley Sanitary District Requa Interceptor Sewer Alignment project, Yucca Valley Wal Mart, Borrego Springs Water District sewer lift station and multiple CVWD water and sewer design and construction projects.Appointed by Riverside County Supervisor Roy Wilson and reaffirmed by Supervisor John Benoit, he serves as a member of the Thermal Community Council. He also served as a Mentor for the ACE Mentorship Program, assisting high school students with careers in architecture and engineering and is a board member of D.A.C.E. Mr.Celedon joined MSA Consulting,Inc.in 1999 and is a Registered Civil Engineer. Joe Baiza Project Manager Mr.Baiza joined MSA in 1989 as a CADD technician.Promoted to Project Resources Manager in zoos and then to Project Manager in 2007, his responsibilities consist of project management, the supervision of CADD designers and technicians, project scheduling and plan quality control. He has over aq years of design experience and has managed a variety of unique projects including Trilogy at La Quinta (golf course/active adult residential), Palm Springs Unified School District (elementary school improvements), and The Fellowship Center (specialty care center.) Mr. Baiza is closely involved in the hiring of key Engineering staff and works to uphold the accuracy,care and timeliness that MSA is known for. WAD, Rodney Reed, P.E. Senior Project Manager Mr. Reed's first foray into the engineering field was in concrete and soil testing, where the daily construction site presence brought valuable insight into the practical realities of construction that inform his design and management efforts to this day.After earning degrees in Civil Engineering and English from the University of Tennessee, Mr. Reed began a career in general civil design that has a encompassed the design and management of a variety of residential, commercial, ' municipal and institutional projects for both public and private entities, including roadways, utilities, grading, hydrology, flood control and general site design. Mr. Reed originally joined MSA in 2003 as a Project Engineer, focusing primarily on hydrology and flood control while continuing to keep his skills honed with design efforts in other areas. In his present role of Senior Project Manager at MSA, he brings his broader experience to bear on a range of residential, commercial and infrastructure projects. Mr. Reed is a registered civil engineer in California,Tennessee,Georgia and North Carolina. Donald L. Schulze Senior Project Engineer Mr.Schulze graduated with honors from NMSU Engineering Department in May of 1994 and is a registered EIT. Mr.Schulze's extensive and varied design engineering experience is exemplified in Coachella Valley projects that include the Lake Cahuilla Water Reservoir, Highway iii Street Widening Project in Rancho Mirage, Shadow Hills Plaza in Indio, Tradition Golf Course in La Quinta, The Reserve for Lowe Development in Palm Desert/Indian Wells, preparation of Geometric Approval Drawings for the Vista Chino Bridge Project in Palm Springs and Cathedral City,and extensive hydrology analysis for the Desert Palisades Tentative Map approval. Since joining MSA in 2007, he has assumed a prominent role in the firm's Engineering/Production Department handling many of the more complex design assignments. Nikolas A. Boas, P.E. Project Engineer Mr. Boas joined MSA Consulting, Inc. as a California Registered Professional Engineer. Having graduated from the University of California, Irvine with a Bachelor of Science degree in Civil Engineering,Mr.Boas assumes a prominent role in the firm's Engineering/Production Department providing civil design engineering for all aspects of land development engineering including hydrology, sewerage, water systems, streets,storm drains, grading and site layout. In addition, Mr. Boas prepares engineering reports and analyses, such as earthwork calculations, hydrology and hydraulic reports and calculations. His strong technical skills coupled with his strong communication and interpersonal relationship skills make Mr. Boas a great MSA team member. Charles R. Harris, P.L.S. Director of Survey and Mapping Mr. Harris joined MSA Consulting in 1983. He received his license as a California Land Surveyor in 198i. As Survey Director, his responsibilities include the supervision of projects that involve establishing alignment surveys, topographic mapping, and right of way surveys for agencies that include the City of Palm Springs, City of Cathedral City, Valley Sanitary District, Coachella Valley Water District, City of Indio, City of Rancho Mirage, City of Coachella, and private development in the town of Yucca Valley, City of Twentynine Palms, Joshua Tree and Morongo Valley. He has a strong working knowledge of the Subdivision Map Act, ACSM A.L.T.A. standard requirements, boundary and topographic (photogrammetric and field data collector) surveying, A.L.T.A. surveys and construction staking, including extensive experience on road and highway projects and right-of-way engineering. Mr. Harris directs a survey department at MSA that includes y survey crews, 3 licensed surveyors and CADD support staff. He is past president and an active member of both the Desert and Riverside chapters of the California Land Surveyors Association. Mr. Harris'expertise in surveying and mapping, along with his leadership skills,has earned the firm a solid reputation as the Valley's leading land surveyors. Jack Fox Director of Utility Services Mr. Fox joined the firm in 2999 assuming a variety of roles including management of the utilities group. Mr. Fox supervises a staff dedicated to utility research and coordination along with construction administration and management services. His related responsibilities include preparation of electronic base plans, design coordination services and on-site construction supervision and inspection services for projects of various complexities. Additionally, Mr. Fox does construction cost estimating, prepares job specific technical specifications, performs utility conflict studies, pothole coordination and other specialty needs. As Utilities Coordinator and Construction Administrator, Mr. Fox works directly with many public agency clients and private developers alike, providing support services. He has good communication skills and enjoys an excellent working relationship with all the local public utility agencies. Consulting,IVISA - . Projects City of Palm Springs As-Needed Civil Engineering Services I Palm Springs: CA In 2013, the City of Palm Springs entered into an agreement with MSA Consulting, Inc. to provide "As-Needed", "On-Call" Civil Engineering services for a variety of public works projects for up to a five year period. To date services have included preparation of specifications and field engineering work related to the City's swim center renovation; PS&E for City Hall and Police Department parking lots;CMAQ Grant Applications preparation;survey of Palm Canyon Drive from Baristo to Tamarisk; design of a 550 space temporary parking lot for the Palm Springs Convention Center; Boundary/Topographic survey for Sunny Dunes to Tahquitz Creek Channel parcel; and engineering design for a preliminary concept plan forthe Tahquitz Creek Master Plan Improvements. Contact: Allen Smoot,Construction Project Administrator, City of Palm Springs 760.323.8253 City of Cathedra:As-Needed Surveying Services I Cathedral City, CA In 2012, the City of Cathedral City entered into an agreement with MSA Consulting, Inc. to provide "As-Needed", "On-Call" Survey and Construction Staking services for a variety of public works projects in the City. To date services have included field survey, monumentation, and filing of a County of Riverside corner record for the East Palm Canyon Drive and Canyon Plaza Drive intersection and survey of Ortega Road and Via DeAnza culminating in an AutoCAD file of completed information including centerlines, ROW, parcel lines, aerial mapping and survey points. In addition, to date, MSA has provided construction staking for various projects including the Date Palm Drive and Vista Chino intersection; De Anza storm drain staking; Moreno and Ocotillo curb and gutter and inlet staking;and curb and gutter staking on Olancha Street. Contact Bill Simons,City Engineer,City of Cathedral City 760.770.0360 Annenberg Center at Sun:ryiands I Rancho Mirage, CA MSA provided pre-design surveying, utility research/coordination, entitlement, preliminary and final civil design engineering, storm water pollution and dust mitigation plans and construction staking services for the education center with a solar energy field situated on 15 acres adjacent to the Sunnylands estate (former estate of philanthropist Walter Annenberg). The project included the renovation of both the Sunnylands estate and the existing golf course. The new Annenberg Center, with its interpretive exhibitions and its educational programs, offers visitors an understanding of the history of Sunnylands including its place in the midcentury modern architecture story of the desert. Contact: Dr.Janice Lyle, Director,Sunnylands Center&Gardens,The Annenberg Retreat at Sunnylands 760.328.2829 John Berley,Associate, Frederick Fisher and Partners Architects 310.820.6680 Date Palm Drive Extension I Cathedral City, CA, MSA Consulting, Inc., on behalf of the City of Cathedral City, provided design services required to prepare plans, specifications and estimates (PS&E) for the widening of Date Palm Drive from two to six lanes from north of Interstate 10 to Varner Road.The project included segments of raised center median and box culverts at the Long Canyon Wash,just south of Varner Road. Professional services included design survey and topographic mapping; utility research and coordination; soils and gectechnical services; CEQA compliance; PS&E; Traffic Warrant Analyses;and bid phase assistance. Contact. Bill Simons,City Engineer,City of Cathedral City 760.770.0360 College of the Desert Visual Arls Kilding I Pah,n Deser!. CA MSA Consulting, Inc. is responsible for the civil design engineering and construction administration of a new Visual Arts Building on the Main Campus of the College of the Desert bounded by Magnesia Falls on the north, Fred Waring Drive on the south, San Pablo Avenue on the east, and Monterey Avenue on the west. The approximate 15,000 s.f. building consists mainly of art lab spaces and classrooms along with supporting office, workroom, storage,and display areas. Programmed exterior work areas will supplement the assignable building area. Contact. Christopher Waight,Associate, Perkins+Will Architects 213.270-8454 Palm Springs Unified School District District Operations Center I Palm Springs CA MSA Consulting, Inc.was responsible for the full menu of civil engineering services including pre design survey and utility services, onsite and offsite improvement plans, environmental services, and construction administration for the 99,000 sq. ft. District Operations Center facility on approximately 20-acres in Palm Springs, California. The facility consists of a main building(housing offices, a central kitchen, warehouse, reproduction center, lounge, and maintenance and operations shop), a mechanics shop, storage yard, and associated parking, utilities, and landscaping. Contact. Julie Arthur, Executive Director, Facilities Planning and Development, Palm Springs Unified School District 760.416,6113 CVAG "CV fink" I County of Riverslde'/Coachella Valley, CA In association with ALTA Planning + Design, MSA is responsible for providing master planning, field survey, utility/right-of way research services as well as facilitating public outreach. In addition, MSA provided all GIS mapping to the planning team including obtaining spatial data for preparing baseline exhibits that depict adjacent land ownership, key stakeholders, existing and proposed rights-of-way, easements, and other constraints to characterize alternative routes and assist in determining an optimal alignment for the 52-mile regional multipurpose trail project that follows the Whitewater River from Palm Springs to the Salton Sea. This project highlights MSA's ability to provide a full range of survey, planning and mapping services for large-scale, complex, high-profile projects. It also showcases the working relationships we have established with every city up and down the Coachella Valley. Contact. John Liesw n PTP MET Associate,Alta Planning+Design 530.750.9342 La Qtllntd Fire Station 32 ana Corporate Yard I La Quinta, CA MSA Consulting, Inc. provided the Surveying, Preliminary and Final Civil Design, Dry Utility Coordination, Cost Estimating, Bidding and Negotiation and Construction phases of the new 7,700 sq. ft. single story fire station and corporate yard located on Frances Hack Lane in the city of La Quinta. Contact. Wayne Holtan, Principal, Dominy+Associates Architects 619.692.9393 Tim Jonasson, Director of Public Works,City of La Quinta 760.777.7042 Heath a^,d Wellness Center I Desert Hot Springs, CA, MSA Consulting, Inc. provided survey, utility, design development, final design engineering, environmental services, construction staking, and construction administration services for the new Desert Hot Springs Health and Wellness Center including the Boys&Girls Club/Aquatic Center facility. Contact: Rudy Acosta, Redevelopment Director,City of Desert Hot Springs 760.329.6411 Escena/Gene ktry Trail (SR-11',) Palm Spings, CA The MSA project team was responsible for the infrastructure design from raw land to development for Escena, a 450 acre± master planned development in Palm Springs comprised of 1,450 attached and detached homes, commercial and resort hotel project sites combined with a Jack Nicklaus design resort golf course.The scope of the work includes the engineering and design for street and grading, sewer and water systems, storm water drainage systems, electrical distribution, telephone fiber distributions systems, cable television pathways and entry roads into the project site and all interior roadway systems. Civil Design Engineering services were provided for the improvements to State Route ill (Gene Autry Trail). Caltrans "design exceptions' and multiple agency coordination were required throughout the approval process. Relevant Project requirements included topographic surveys, geotechnical analysis and reports, schematic and design development, construction contract development, value engineering, specification preparation, survey and mapping, construction observation, inspection, submittal review, site visits, as-built drawing preparation, field surveys and investigations, and roadway,site lighting,and electrical. Contact. Jeff Clemens,Vice President of Operations, Lennar Communities, Inc. 951.817.3600 College of the Desert Visual Arts Building Palm Desert, CA Palm Springs Unified School District District Operations Center Palm Springs, CA CVAG TV Link" County of Riverside/Coachella Valley, CA i La Quinta Fire Station and Corporate Yard La Quinta, CA Health and Wellness Center Desert Hot Springs, DESIGN WEST ENGINEERING - FIRM PROFILE Company History and Culture Design West Engineering is a full-service Mechanical, Electrical, Plumbing and Energy Consulting Firm.We are founded on the philosophies of second-to-none service,environmental sensibility,and commitment to forward-thinking innovation. Established in 2000 and centered on these ideas,we have quickly grown to become one of Southern California's most prominent and the Inland Empire's largest MEP firms. Our office currently maintains 30 employees. We offer a diversified range of practical experience in municipal,educational,green-building,transportation,medical. commercial,and residential building sectors.Our highly qualified and innovative engineers work in a multi-disciplined environment, each familiar with overall project requirements in addition to their specific area of expertise.We offer you the most up-to-date expertise In the latest technologies to maximize your project's potential. Together,we approach your project and its difficult challenges using well-designed,efficient, cost effective solutions that are tailored to your environment concerns,longevity, and constructability. Resumes for Key Personnel Leo Maya Senior Electrical Engineer With over a decade of electrical design and project management experience prior to joining Design West in 2005, Leo Maya has worked on a wide array of projects including large commercial and industrial buildings, health care and institutional facilities, sports field lighting, street and area lighting, golf course electrical systems, custom residences, and various dry utility designs. In 2009, Mr. Maya took over the responsibility of running the electrical production. Apart from standard electrical and lighting design, he oversees the electrical BIM design team; solar photovoltaic design; specialized analyses including arc flash, coordination studies and load flow evaluation; all low voltage applications including fire alarm, security, data and signal, and A/V Education systems. His continuing education in the field of the electrical engineering and lighting design, BS Electrical Engineering along with his membership and board position for the IESNA (Illuminating Engineers Society of Cal Poly Pomona North America) keep him up to date with the latest lighting and energy efficient technologies. Beyond his technical prowess, it is Mr. Maya's dedication to maintaining long-term client Active Registrations relationships and his diverse background that have made him such a valuable asset to the Design P.E. License#E19480 West team. This dedication to customer service is evident in the work ethic and the character IESNA Board Member displayed by his whole team. Roy Morales Project Manager&Senior Electrical Designer Roy as both project manager and senior electrical designer is in charge in developing the preliminary one line diagram for utilities submittal,review the 100%DO for compliance with NEC and local code. Roy joined the Design West team after working several years with Dream Engineering when the company was bought out In 2009. Roy brought with him expertise and relationships with many of the local Parks and Recreation agencies after providing years of reliable design and service to this clientele. His experience includes design for buildings,sports field lighting,street and median lighting,electrical distribution,communications distribution (copper&fiber optic),commercial buildings,industrial buildings,large residential units and energy conservation projects. Small Business Certification Design West Engineering is a certified Small Business Enterprise(SBE)with the state Department of General Services, reference number 47289. i W DESIGN WEST ENGINEERING DESIGN WEST ENGINEERING - RELATIVE EXPERIENCE Featured Projects South Gate Park Joanne Street Bike Trail Complete electrical design for a new park that utilized Complete electrical design of new Bike Trait with 7,700 used LED and induction lighting along 2.5 miles of linear feet of low level lighting. Scope also included walkways. Park also included band shelters and picnic lighting for trail signs and sitting areas along with shelters. electrical service. Paul Adams. Director for City of South Gate Bart Mejia. Public Works Engineering for City of Costa 4900 Southern Avenue, South Gate. CA 90280 Mesa (323) 563-5478;padams4sogate.org 77 Fair Drive Fourth Floor, Costa Mesa,CA 92626 (714) 754-5291: BMejia�ci.costa-mesa.ca.us Vista Hermosa Park Complete Electrical design for a new aquatic center and Bagdouma Park sports lighting, design for 3 baseball fields. 6 soccer fields. Sports lighting design for 4 baseball fields. 4 soccer fields. and 1 football field. Additionally, design included a and 4 tennis courts. with 1 additional football field project 147kW solar photovoltaic system. still in progress. Scope also included 2,800 square feet of Tim Shaw, Landscape Architect for City of San Clemente pathway lighting. 910 Calle Negocio,Ste, 100,San Clemente,CA 92673 Gordon Fisher. Project Manager for City of Coachella (949)361-8267:ShawT�Cxsan-clemente.org 1515 Sixth Street.Coachella. CA 92236 (760)501-8100;gfisheriscoachella.org Additional Experience with Parks and Similar Projects La Paz Park in Laguna Niguel New park complete with 6 baseball fields. pathway Dotson Park in Stanton lighting and various parking lot lighting. Security Lighting for Walkway and Restroom Building Yucaipa Regional Soccer Complex Ruben Ayala Park in Chino Sports lighting design for 4 soccer fields. New park complete with 3 baseball fields. 2 soccer fields, and a skate park Vista Sports Complex Sports lighting design for 3 baseball and 4 soccer fields. Miles Park In Indio Security lighting for walkway and shelter areas. Temecula Sports Complex Sports lighting design for 10 baseball and 2 soccer fields. Tamarind Parkin Fontana All park walkway lighting systems. Ford Park In Bell Gardens Sports lighting design for 6 soccer fields. 2 baseball fields. Apple Valley BMX Park in Apple Valley and additional walkway and parking lot lighting Lighting design for a new BMX and skate park including a restroom building. Arroyo Park in Thousand Palms New park complete with 2 baseball fields. 3,000 linear Hacienda Park in Desert Hot Springs feet of pathway lighting and 3 restroom buildings, Security lighting for walkway, parking lot and skate park San Sevaine Park in Fontana Live Oak Park in Temple City Basketball court and walkway lighting. Complete MEP design for 2.200 square foot concession building remodel and new site lighting throughout park. Costa Mesa Farm Sports Complex Sports lighting design for 4 soccer fields. Carlson Park In Riverside Complete electrical design for the addition of security Dateland Park In Coachella lighting to the existing walkway trail and dog park Security lighting for walkway and shelter areas, Villegas Park in Riverside Dr.Carreon Park in Indio Lighting for Walkways, Basketball Court and Stage Area Security lighting for walkway and shelter areas. DAVID VOLZ DESIGN SBE CERTIFICATION California Certification Report-p.1-Generated on Mar 9.2015 Califomia Certification Report DAVID VOLZ Legal Business Name DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS INC Doing Business As DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS INC Address 151 KALMUS DR M-8 Phone (714)641-1300 COSTA MESA,CA 92626 FAX (714)641-1323 Email dvolz Elvolzdesign.com Web Page http://www.dvolzdesign.00m Active CeNfca6ons SB(micro)Feb 24,2015-Feb 29,2D17 Business Types Servioa; Classifications 17013M Land and soil management )771016)Environmental planning 1811015/Civil engineering Keywords PARK DESIGN NEIGHBORHOOD COMMUNITY PARK SPORT SCHOOL FIELDS CAMPUS PLANNING TRAIL NATURE FACILITY MASTER PLANS FEASIBILITY STUDIES URBAN OPEN SPACE STREETSCAPE DEVELOPMENT MITIGATION RESTORATION SUSTAINABLE LANDSCAPE ARCHITECT PLANTING DESIGN DAVID VOLZ LEED CERTIFICATION BCI GREEN BUILDING CERTIFICATION INSTITUTE riEVtBI :,.y„=1i:Y 7!1-.F David Volz 9,A,ri I I V IC-HI DFSI G JA TIO PI OF LEED' ACCREDITED PROFESSIONAL 6Y DEMC)4S1 Ik L O PC4 dl "I/F Iki E FFQI t f i_C lV Cr'C - I. .NI Lr It { [G] Cr F M HE I fJl '+ kYER4: I A V.1E.r1K ,IM I� AL CJI IL] ,LEI J I .,RL=.AeI ! 0 1 111 tll ��FL'c�--�S 7to✓+`, March 28.2008 Designing landscape that create community... DAVID VOLZ QSD/P CERTIFICATION CERTIFICATE OF COMPLETION i i .11aaid ?l�Gi Approved Training for Qualified SWPPP Developer (QSD) i PRC{6NTCG BY A E I - C A S C C O N S U L T I N G uwaf[feuiea ysxpeMmn v.41aS tD[�[mM Nr�ael Rwnwe[eM�¢Au,vEse w<oppmeebaleeagamu sum.mw wwryawaw.ar rusW mPmeba e/MemN(perili+p Dsomeusp rro;.;noasmneeare.ea.:.ew.nnel�wema•'ron�e�w.nw.�rcvr:oo>awowa. AEI rCASC 21.2ati C O N S U L T I N G MIX-FUR DATE 1f1�U3[ toesou,ng . 037 S_ 91a "la. Sore 111 [olla n, [t 9ri11 909.783.0101 909.183.0101 fa. ....o el.(al Cfaw A. XNS-fkrt UNIVERSITY SAC O F OFFICE OF WATER PROGRAMS ti1/,"— V This is to certify that DAVID VOLZ Has completed a program in Stormwater Best Management Practice-Municipal Eaming 2.0 CEUs,January 2012 o E1n COLLEGE Of CO,ni,N E,O EDVUT1pN DIRECTOR,QTFICE OF M'nTi PFOGMMS ............................................................................................................................................................... Designing landscape that create community AC"D® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDONM) 3/11/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsemenl(s). PRODUCER CONTACT Aimee La Rue NAME: Cornerstone Specialty Insurance Services, Inc. PHONE - (714)731-7700 FAX No, (T14)731-775D 14252 Culver Drive, A299 "MAIL aimee@cornerstones ecialt com ADDR_E55: P 1r' _INSURER'S)AFFORDING COV_ER_AG_E_ NAIC# Irvine CA 92604 INSURERARLI Insurance Com an 13056 INSURED INSURER B.Liberty Insurance Underwriters 19917 DAVID VOLZ DESIGN LANDSCAPE ARCHITECTURE, INC. INSURER C: 151 Ealmus Drive, Ste. M-8 INSURER D: INSURER E: Costa Mesa CA 92626 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL UBR POLICY NUMBER MMpCY� POLICYEYY LIMITS TRJUL WVD X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DA A TO REN D 1,000,000 A CLAIMS-MADE X OCCUR PREMISES Ea occurrence $ X ADDT'L INSURED/PRIMARY PS20001408 3/14/2015 3/14/2016 MED EXP(My one person) $ 10,000 X I BLNXT NVR OF SUBRO PER FORM #PP83040610 PERSONAL B AW INJURY $ INCLUDED GEHL AGGREGATE LIMIT APPLIES PER: AS REQUIRE➢ BY WRITTEN GENERAL AGGREGATE $ 2,000,000 POLICY JECT1:1 LOC CONTRACT PRODUCTS.COMPIOP AGO $ 2,000,000 OTHER: CONTRACTUAL LIAB ZNCLD S AUTOMOBILE LIABILITY COMBINED IN L LIMIT $ 1,000,000 Ea accident _ A ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED PSB0001408 3/14/2015 3/14/2016 BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE $ DEO I i RETENTION $ WORKERS COMPENSATION X ER O AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETOR)PARTNEIVEXECUTIVE F— NIA (Mandatory E.L.EACH ACCIDENT $ 1,000�00 WE A tory In EXCLUDED? _ (Meede NH)H) PSW0001346 3/14/2015 3/14/2016 1 E.L.DISEASE-FA EMPLOYE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 B PROFESSIONAL LIABILITY AEA100668-0003 3/14/2015 3/14/2016 1 EACH CLAIM $2,000,000 Claims Made ANNUAL AGGREGATE $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached R more space is required) Evidence of coverage in force. Contractual insurance requirements will be addressed at the time the contract is awarded. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES Be CANCELLED BEFORE FOR PROPOSAL PURPOSES ONLY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PLEASE CONTACT CORNERSTONE SPECIALTY ACCORDANCE WITH THE POLICY PROVISIONS. TO VERIFY COVERAGE IN FORCE AUTHORIZED REPRESENTATIVE Aimee La Rue/AIMEEL ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025 n0140n LETTERS OF RECOMMENDATION "DVD has... led design " workshops and solicited input from local youth and community groups and presented the conceptual design to our... officials.Their creative design work and interactive approach to Deiber e.2030 the design process has received high praise from the community." -Greg Johnson,Community Services Town°.nit MayC.CC,rn ,�.�L� [ Director,City of Westminster The City of then Gardni commissioned David boll Deslgo to provide senones far our awa,d nning Bell Gardens Spans fence.This firm provided 1 t11 Garden,why Creative a,with as ,onlesuisnal design s—ires on 91 v ponam Civic project.Our Sports(yrter has no,word To: ProspeQrv'epaMera for arddechilral assign servos, thirty-;.1361 awards from various proressionai societies and has boom,a e,,A some,,aition ourctmmonty. Pave Vole Design tee provided the parkrlmay awmmuMaoutreachand constructionofthdotumenb m the City of Westrmnala far the dlya raw spray pent at Sigler Pak,one of the obbat I would highly recommend Dead vWc De9gn to any agvncy lhat 6 In need or park panning or munidpai parks in orange County.CA. The landscape arehireehxal l mincluded ma public bnd,upe unpruvammm for hia,sipame w inaormal;on,please contact me at dwgn concept plans and final wruevdpn. David Volz Design has,through the wume of this 15621806 165o Monday chicory;rriday,9:ooam S:wMm. III led dedogn workshops and ad cabod Miss from Ideal ypM Yrrd raanmurMy groups and presented she odme ial desigra Id our appdMed and slacked officals. Their crostvo daslgn work and interactive approach to the design process has received high praise ham fire community. The firm always conduces themselves in a pmRa mi manner and Otey are Sno:cru, extremely afienavo and easy to dark wah. 1' I would highly recommand David Vda Omgn to any client ar agency for Pak and landscape demign. I cen the readed d my office re provide specific doUpIs of their services to the dly and Pamela L.wasse..au to confirm my recarrmndeYon in suppwl of David Vock Desgn. Diui of A...eodious a C.—Chy service, Grr87okatn' b G u.i.ish cc John 0..Pua.he it wade Dheemr "Our Sports Center has received 36 awards from tp various professional societies and has become a great success within our community. I would highly recommend DVD to any agency that is in need of park planning or public landscape C91 / B�o[�YOY[CE�RIe improvement" umre.hMw..•t«rr.cslme•prawl.Im•rRlaa6ra+sss -Pamela Wasserman, Director of Recreation & Community Services, City of Bell Gardens Nsv.m►er]6,g0f0 fi@ IlrlumamMedauIdpypaKefpavM Ysh pMpsProprnl bloc Anavlas CrImN br Asaaeded P.aM1esloa W Serrlm. Ta trhsm lltnryuarern "These [DVD's] services ,,a aty of Lmadale has mom4doad David Vas Design,b potable services to have included communitystrasal pant deep)pr°bds Thaa.mdms k°ve kMudM whammy hare°dale ,process public wtrvad mama pocanbdam be ft m" a and aoundl.ad based design processes, �°�°�fiat hark,wdan.a any wmmmtgr mw& Dar rarefy wmpl l Mapper Park Is As twbbpd g DVD dMryed Piet The Pak has public outreach meetings, rree..d amdlba frrh the oomoaady and dri awards hide C1si In oldli DVD k eumwely warring on th.DIV.Dow park exp.mdan/nmvsaan Indial,a presentations to wiasth.deaipeef.alusyy Paid war fidAMdI J-*M&M PxtI he-always commissions and council exparkrD wthe profmtltul m their dmxeama and praki In that,work and creative solutions that Sir aAddllfitmlmfamaWnbregocrel,plenadonorkwwbwwatacrred (310)91 or vm umll at otgm@J adls LLt" 1 aaogi preachment] have addressed many DeckereVch,Deep m ad,x,rd,lad aYfararaaveandpnfealoull.ndsapt community needs. ... I sincerely recommend DVD tof"ynb�nad any agency -- -Mike Estes,Community cammrakysa.ioc,a4aym Services Manager t3�'r9»x'n City of Lawndale ghat ockafilgascialgarLam DIVID ................................................................_............................................................................................ ..r..ra�a'•.i Desiymng landscape that create community... LETTERS OF RECOMMENDATION City of Anaheim CITY OF LONG BEACH COMMUNITY SERVICES DEPARTMENT Pallsol ion OEIANSaKNf OF PANnS.PEDREAiWN t 4MWE '.. ¢IW N$IWe1gW ibae•Lmp BsdL G W316.IL9Y IYOVemba 39,l61 Q eyOJIWFA%'�)SiUINB Mw1YAMYb oq r owfti,V.2010 To whom h Noy Ca,rav: rP wimm n nYv Cm,mm, :,ax:Pemmmrb,im m s.lmerl aD..4 veY Ilmp I RE_ Raaemmtnolbnt 8upppld Davk VaYOaayn prig VMs onw hu pwtlm met a�elieid®®we.w,wmgimNu m,le c,h a, David Voli Do.&how p wAiW high am4Y dmpn and cowma"eenkse b l4 CW d Laq few--hoot ft loo ooM.L�ndnav to esded� n dodx uo ft*v. li br."W yrut loft,anSa.wdedbn oe•oalmal pay Noo P,DY4ad WM l qe&m ba paand bmvmive CwaPlammd WemiP•LdeoANu P,blk parawq,p�0 ftol badpldp a pull,wim poo,sw,ium onoo m M,n daal(ML ��wwliew.pewmamw,.de.eo.,mm,a,ofl peaedaommvW wrvkm on dnwtpe f c;;Z; n dminw,p and poi o,wawotloe Wriod aeMoa at dopes d waft',00 pmk PNuu.k,dvdu4,be CPR3 AwW afFuaemmwinema try,ardaawe MA pdadt. �F v4wn M. Qt rauNe Mftoo pojWloneply n defip,kVw rtnovw4e MW Cher%doan Twos W pro"ounaWy,P,danvq koAL a hid,loud al diii fad a rem of mD IFW.Thk mewwodim of a ftiftWtMWl aMlm,f toe aN#,kval or&oV WmdtnY mW,1i Vda Dmwwcone4tl. mip lDrtl Poll is t Yrye mWiroor l 'wdar®ofaaNWewam Wdn Vold Volt Dvopo'maamt Cma m.*,K Jurcw and nv%aaai*koiw" DieWiChvotvotpmh"loe,a Oftot ory 1axim ladd4on mWUPfPPw a3afmk Wf%dd rillhaM odditiesmtlw CYp%a tm,wvemry. taw Vat Ppnanw,fa,Y. tioifpre PernwY"cofolli1 l,omo,ia WMI ttr bm faaMp poadee ids ChydAmhafmvAYmea VmlaY P^f'avl xe ie.l Davq YOR Dmb,end/wb bem or pdmtbrwl wb ooWYma I,avn Ova,nan a p,t%d I N ,ermo,m,d df uovkm dDm4 Volt aueeeW Pmoa+trlha gfkl mmb,p4ndmbprwM. tldY DadFoo Ynhe y.lrm 0a,4WUMo ()la)165�31l3,amM aq 6mbfely,wd infoeeadm aero ro ge,al m aappnr my Tht f m hm Wayt p000 ui Pw Gy of Lo%eted,wnh Nph pWgy P,.ti aarvkm for 'won 'evb'. nwa pm gm0gftnYdhen. The%Iwl H. in,hio till awq aWw wbdly fell I dlpmwwa 000et wall a%w rmaf Va 1N aY N.ab%am w,Y mTanaN'a uq vM dDPenpYbmeal vbry lna edrodabewanneomary. ,�y I hV*not i VPk Debpl to y far Yaopt a&" nd n ddettlwN swims. n . �v/�/ � you Iwo " ryos6ao mipi " loom, i tm ae IW hesibb t"Wit mat "David Volz n Desig(sezJ 6TW1%e. �Priaipi P,ajw Pkem sYmwy cmmmnsmam owmmkroar has provided high Lwdw+Ye A,ea4xg969 lxasmen A,wwt,%mYYwls,um al quality design and ��� DmmnloTeseLdl consulting services Pa,n ,0Nkw F<nrnrasw, innovative park Pbl,,,,a,o and Dawlaprweltl earau E—' m planning and design, "DVD has provided high quality design and leadership at public consulting services to the City of Long Beach outreach meetings..." for over twelve years...they have provided park -Pamela Calera, LEED planning, leadership at public outreach meetings, AP,AS LA creative park design, developed construction City of Anaheim documents and provided construction period services on dozens of large and small park AdIMIlloCity of Desert Hot Springs projects." 0-9511 esrvaon%f rl•ekae,I 11W 5,11•CA•V2740 -Anna Mendiola, Park Development Officer naY 119- it City of Long Beach *,^,�n FfA.r.an Deameam x.M10 M: RMWI1%40ATIWp54PPWT"MWDV0UDWM TeWnmahMaYCaxem- Thw Ym,,Ill ply d Oeaad Hm Spmpa canmkatoned the m0eeum dauaa flm,d Dwm Vtli Dawpn m prwW emaoe br our aeeaDul ItxAwm Revunulnn Pmpd. TM fm pavped Pp rwy vAN P.Jo dmabpntm.mrminR9lan CamlmeM Pmpmsdm,tk,mnmaaw nd,rlakvaear,mnsea b,,,r "Our experience with the r °uri°ma a.raW aN,aNa,�na om�al ma„ Ilo�1 tlpi aMha Isnn a Iw m ran,van. firm was a fine example of rawuA)made !whit my,lr mtwomerm Dead vat rmlpn tar mn Ppoo 4. n,poromy papal. Tmf their creative and innovative aammisaMM i✓aremu,awm.ad a,.t,eW,awa a or mmuc magma w pemY ePp,«bme him Ro.w Inasoo a allv e "iwb ,I„apcl forho G d Dmmt him Si talents. .., their professional %and collaborative approach MYe MaMNgW nb &q "o" w expme,ua MP, oo Vu o"` 1 m w to the process made their team ajoy to work with." -Rudy Acosta, Redevelopment Director "C"ya'0 l' S W' eN 0.ecb City of Desert Hot Springs Si� pbeppp,p •-..ate.-- Designing landscape that create community LETTERS OF RECOMMENDATION Joao (MHaa3,aane� � �j�ll{I u.uwa�W "DVD's ... construction oversight played an hnvamber 33.2010 important role to maintain Los Rios Park's to whruld maY,..: unique historic character without impacting the construction schedule or sacrificing the The city or san loan C'apiatnm selected David vor>nonita to design nd raepre,hc intended design appearance." conahon en drawings and provide eaoxa ueden period cervices for lux Rini Park. g pP Dan,the peck's eananrlron, David vai:Design rovicwed,Inen1ed.m`clam`,+ -Khoon Tan, Project Engineer Ril'a and mbniru6 in a timely manner. Thry made themselves available u albwer City of San Juan Capistrano ii.iinns old Brae in lavolva,my caul iota dun may have mien dining cnnslruchon. Y P David Vdn Design's weekly sec visio a Vocral conaructbn ovenighl plercd an impanant role W maimain lea Ri.Pork's unique bsmric chmcm whhnu impacting sho conatnMi.schedule or samificing the inlelded design appaararwn. David Vol' Deal,has dnlivarei servieea in a pmfnsoon!and timely manrx,aid 1 am amPddn they will Pcefarm well in Ynar uprcaring palace.should you have sntmtions. plena,Feel fine m contact me at(W)443L353. sincerely. Rhmn T.,P.e. Cityos Junac pPtgat Memyer City ofsan Icon f`wpimneo Sen �S 1.�.___w _. Aniablst Public Workv Dir or 4'iey of San)wan capiauna November 16,2010 "This firm has provided Stanton with To Whomlt May Cacem; creative and professional design services on several municipal The City of Stanton has a long standing relationship With David Vulz Design. This firm projects.The Dotson Park Project has proWded Stanton with creative and pmfesslonal design services on several and our new Veteran's Memorial municipal prollectic The Dotson Park Projeit and our new Veteran's Mena Park are Park are two of the award winning projects DVD has designed for the two of the awardwnningprojaotsDVD has designed for the City otStanton City of Stanton." —James Box,Assistant City Manager I highly mounnrnand David Volz Design to any agency, for park planning or any public City of Stanton landscape improvement projects. For additional Information and comments in support of this 9rm please contact my office at 714-8904277. Respectfully,,�`�y(� L?,, ox Assistant city Manager City of Stanton 11111`VI/ ....................................................................................... ....................................................................... Designing landscape that create community_. LETTERS OF RECOMMENDATION CITY OF RANCRO MIRAGE v Decanber6,2010 To W It.It May Condor: xowsonti,Win NE: Reeomnrml6Boe WSopport of➢arM Yala DealgoL David Volz Design hea boo on Ne city s I nealeaad consui tut for mom than Ion yIi They laws pmvidd saviors Po d..or ledscal Bmd,ilooi pmjau with tlm City of RE: Rxammodmbn M Sui d Dwd Voh Desia, Ra,d,o A4rage. The Innderape ambiteaural se ica love Indudd We design of new ad refurbished strew madiw,oni plane for major akriai highways and the dongs of public Deer rn Daxdy leodscapas and pakwaya. Ora reoml major pi was a new aaaa aahte tadvi for dty Tho City d saw Bad1 cemmwekxwtl DavW Vale Daapn to D,alde 1 onsoaa br ow WE Their amave design work has racgvd awade hoot pmflwsioral organl alum And high aaN wMranp Seel Bsoch Boubwrd eriw,oment aryaal.Tlw am Me p,avldad Bad panda form the..ity. David Vols Deaign ha,through the course of their work far ua, Bead, •dh oor.0 davonno d ronni onivi and anMwlbn doaamale lad dell wodghop and pr vtd door longs to IwmmuoitY Mops ad ImMm our p,epa,wwn ss,vkea Maevaal years.I hwe pasonah worked win orb firm on sewrsi appointed said dried orHuds. The firm always wduW thonso Yes in a prokaioml manna addli Mnova va hrishwe kp ad pork knpmemas prplxb. David Veh Design and Ihey assay b work with hen aovidd a desiprwkaae,od oW Its,fined soon M,egaaa wort aaaB1 wdelhenhba. aewomn,ad Doke Vole Daupn for Pak Pkni a Puhb i wdWd Pe rot P hi g y gmcy uhlic Perk and!highly radmmewd David Volt Dal ,w an rddem ar e ladecgwdesignsaviays. 1awbercWdothe shywpPovdaspodflcda lsofdmrse m Plsuelsal heebcdltlyo+wound Bebdecw me bw dry Mna. and W mnfimr my rtcanmmdaYen in supgm of David Voiz Design. BNcari "The firm has provided Si"°ryryry"dn Seal Beach with concept "DVD has been It the list BaY,pwnM,P,E development, community B Nary preselected consultant list for p, or A' K'ery more than ten years. ... DVD has, 2c4y or11E res«m outreach and construction Director of Public Works City of Rancho Mirap through the course of their work $add 801 so" Citydocument preparation g 582tli.2W7aaL 1318 services... DVD has `' David Voa Diii for t.ls, lead design workshops provided creative design/ and presented their designs to ideas, and met the agreed community groups and before our upon schedule with quality appointed and elected officials. ... deliverables." always conducts themselves in a -Sean Crumby, P.E., Director of profession manner and they are Public Works, City of Seal Beach easy to work with." -Bruce Harry, Director of Public Works City of Rancho Mirage Riverside Unified School District Operations Division—Planning and Development ,,,Y,u-.M1„nn.n 5n�1.Pn,+•M.r\ :\vnAw,q'n„'y,.•i'n,.,tii„')W51•,n Fur Nuik, bnu,.n.tNunv..mu mlllry.nerv• Dmmhm 2,21011 1e WMm,It Nan Conan RP R.onni claim in S,, of Doom Vole Di,,,, the Ric rside IEnifid Sehi.l Di I,a%s lung amNlmp relari(,,Wnp u'dh I)i Yob Um,gn. IM1is ban,ha.pnwidal,he Disl.,l with ereahec and p,r,!'ereinwl desigi n so,oi of ampuN rncr the pm, fiver ve s. R, mOy D.md \'n1a Dmip, pn,vrdpl a„cmwai.d d,umm p ,,mrc far m0,puc im„ nni•pnyau a, Kin,k,mb and Raa„nor rh,'L, Sdaule. n,e "The firm has provided the District with w,nk inched.hnmbali finds,vrflhdl fiddc.(rcNrail cui ium fidds and an all weather i nark Through tins work d,a, he\<prcrenld project aaigc,to staff.ul cw,rrnarc\,and creative and professional design services on M1ebne,„rc elrLhN.uux,lb,wd.,Tay hn.,xwan pnmdW high yualin pn,fiss;r„col,er,;cn,n several of our campuses over the past four the Damn.Ihmr work and Ihal of IM1eir soh conxuhnnq hn,vet our o,mrxi rey,.iremu+rs fur ,,q t vcte laandmnumwenlosit,m years. ...They have always provided high l would highly rncwmna,d Dodd vol,D,, ,I,,dry pdenhal htns.J;n Www. exo,hi"vti quality professional services to the District. u pudic lendscapc impnxcmcnl proials. I can br rurchd in des DId,. a a,r Nii Their work and that of their sub-consultants a' ,y m.o"'t,ine.mrnnMthi,hm,. has met our contract requirements for project T1.1,/ran,, schedules and construction budgets." ILL, -Ken Mueller, Director, Riverside Unified School District Ken Melia City of Riverside Dir trot.Mxinawntt d`.Opaxmmc Designing landscape that create community... LETTERS OF RECOMMENDATION Pasadena Unified School District tan nPDtmMr$CJLr9aay. arma..e..Y,w District Service Center Facilities Department ..err Umr&Ir D,2nlo To Ydmm a My Conamm� R.Oavdd Vow Dealpn vwmma•v.zplp n tpa EY&1 nw Ob na b wvtk wW Iha h is ev Dm Vale 11IDwign.IND(OW)br owr eve 7h Va.h May C.: m kvo PW*(JW04mm FW .TneareaMr'm^Wkan,awed.1rining CetrOm Pak,wnlr a kM.Clly&dry fflre bmeAMY, y albWeb add0bn b fin CAY.*view*pnnwy,IND and pab Iwn a aon.W&b bw Pocked MOM* RE:Late alhmea.md.tlm In snppert aD..w Voh D.4. oommudry paenoL,viva d Iarw weave arm fun Pb"ap.un and hew Praparbd ho 9u W ly wnsbuoibn dmmenb. The a Psudms Ubified Gaboal Di.aiabepm a rdad&vhip with David Vow Omgb b Oa�ba of In my pasMan W em Gr.Pmod Mmap&weh em QV a Gknmam.Cmlmualy GwAm arm Part Dap&mwa.I l burin DSW Vo4 b pwaaM dnnwd Rm A*IJW a a 2009.Irk DVD Lbmbea pn Mad me Dim.cl with Pv[essioad dedar m ..Wald Pm fa eklh rim Mplendnp end m.Wakp Perin an0 publa peas.Dw ed erdr iaerpwxlmlabiIm DvpdmpW eathwl Gd&aP..adeoapizh Gdmbi.od7aho MwH%b sw M an earapaa lob In rapamnWW eM aymer,aknsw ing cab needs end S Loot,with vaplmtanum ormpl a by SMY bw of2009.7bey bave mfa pavidml derip MD*wn p sin an.knd rnpb.They m awry creslM vim am pm wWue deabn .mviamfe.sofPodi A"a PMWms 7Ggh Gdmol,with impb...aim o>mphbd by Mar.L aduOnr nth wkaMl kxlMkarb. 2010 and dhe gp&al a.mpm mpbv®ad pro 1 fee Davin Vaw Dadpn we prevan yeul npmq wa earonenl and hgMy abeve tleeipn l wvdd luedy momm&a In my Wp ,fa lmdeaapn rehit&Mam mypubpa lvoieape Mearvlwa and haw mfwlxr ldowmnnww mWin VD In wo*ft In Vas wWIWrapmr.Y improvrmm4 David V'ow Desiar Imbete.abeda 626396.SBSOae9t89 for fivlae mmmao P6e dfn#t W.mTW b mad me a (M) b 421 v 911G) M452. b DWPaa otlhis film. Gbwdy, 9kaady, "DVD and their team ... 3Gu � GOW0.MhWW have provided leadership 0 for community outreach,au PPjy„yWy D a av&prnsn, abdr ewrm hw "The DVD firm has provided the Owoc7tpramWuw District with professional design have designed creative services on several campus and fun play spaces and improvement projects. ... I would have prepared high quality highly recommend to any agency, construction documents." for landscape architecture or any -George Balteria, Sr. Project public landscape improvement, Manager DVD." or A4 City of Glendale SO -Shirly Barrett,Owner Representative, Pasadena Unified School District City of Pasadena Yla&I.lf2d,aaa enki.ak D.vM Vea D.sipn L+Ird.aaMArdNlsas.bin To YMvm N MBCarre.Im 01s W WW pWm.brmwrmwk DW V&x D.19.LadMpe AxMab.10tarparebd P" kb ov edly a Si,m&Rplpa MM.e&b ar C.y d hwrn PUMe vN.ka Dp r.arrod e.awd inn ew pa.aa m y/&It dtbey wNOVD.under Mplpra0.ad Vaw Pwcq.I.m pa tabrParr,6 wan K*" 0* Mpalm ar&mci L.W pa P A ha.WbaWtlbnb rIaan awuWmeam&araaYa).Y,IYgmaI~ R.ndq I&IIn Jqun 3nGkn2IIm4 PaM6 am L&m.cp.bbepsYtlorr(marpnetlY'b sddsslml pa.an owe pre liawtle Year.. N AmJ&ar d bond,Ow Wbnn.d IniMw d..Mlrr malpatWA.rm Mn blrWorr.ypalkx aw W*ft OVOs wet&tl bdraWnbtlrn awwmprmn Rk an&IWlm h&Mwe.nrY& "DVD's work and dedication to the &�°m "m.0u%iiIIIft wmrin.aa,a"p, "°mdpaad&° development and construction teams wltl,ovD'sapause.Ow CRY bae.Wmin^+a baPq.nlxb.=IIhI ,n•.w bwla'" b ew aaWhWon aea Clry.rd b rwmntl.. was a major factor in the project's own..a.mmnaa n a.ma.wYPam.awWamaanm.awnppmW.m., .yww tremendous success. DVD consistently provided superior knowledge of b�k.e .I pMy.mm .mD&mvawwy7 ...p. ,I mmnadm&,. design and constructability experiencerbl for these landscape rehabilitation , ILL projects." JJI/-A� -Kirk Streets,Sr. Project Manager TJ City of Irvine besi..........ndsc.............*eat .roni.........,...,.,....,.......................................................................................... Desiynlny landscape the[create community_. EXHIBIT "D" SCHEDULE OF COMPENSATION CONSULTANT'S SCHEDULE OF FEES FOLLOWS THIS PAGE Exhibit "D" ............................................................................................... LA'KdscApe RroKtect5 anti ParP,PWKn tm April 14, 2015 Home Office 1S1 Kalmus Drive.Score M8 Costa Mesa.CA 92626 Craig Gladders, C.P.M. Nhune 714 641 1300 Procurement& Contracting Manager fax 114641 132.3 City of Palm Springs Coachella Valley Office 78o60 Cane Estado Procurement& Contracting Manager La Qulnta CA 9z253 3200 E. Tahquitz Canyon Way tax i�,ose40369 Palm Springs, Ca 92262 1tF� PR( POS_111OR 0 ILL" IRCHI/I HR11 1 1) 1,. 11A.1( IPI: LNCHIIT( 111t. 11S1 1I(/A, Dear Mr. Gladders, We are looking forward to working with the City of Palm Springs. Our team of professionals has what it takes—expertise, enthusiasm, and exceptional service—to plan, design, and see to the successful completion of your projects. Thank you for your consideration in selecting our team as your consultant. Very truly yours, 1111l"Ili/ V40LWA Ii1BSit6N David J. Volz, L.A. #2375 LEED Accredited Professional, QSD/QSP ,> y� . A DAVID VOLZ DESIGN HOURLY RATE SCHEDULE Effective Date 2015 PRINCIPAL IN CHARGE $220/hour DIRECTOR OF DESIGN $193/hour LICENSED PROFESSIONALS $155/hour PROJECT MANAGERS $135/hour L PROJECT DESIGNERS $121/hour ADMINISTRATORS $110/hour k 4r L: David Volz Design hourly rates are inclusive of direct costs such as vehicle usage and mileage, equipment usage (including computers). Printing, copying, and sub- consultant expenses will be billed at cost plus fifteen percent. Printing prepared in- house will be provided at market rates plus mark-up. City Hall,City of Rancho Mirage 1,r„ ..............ing ...........landscape......that.......create.....co....m.m.......unity.............................. ................................................ ............................ . Design HOURLY RATES D MSA CONSULTING. INC. PLANNING•CIVII.ENGINEERING•LAND SURVEYING CURRENT HOURL YBILLING RATES April 1, 2015 CLASSIFICATION HOURLY RATES Princlyal Engineering Services Engineering Services Principal Engineer $225.00 Planning/Environmental Services Director of Design Development 205.00 Director of Planning 205.00 Director of Environmental Services 170.00 Principal Planner 205.00 Design Development Coordinator 135.00 Environmental Planner 120.00 Planner 100.00 CADD Technician 90.00 Survey Services Director of Surveying and Mapping 205.00 Survey Manager 170.00 Senior Surveyor 150.00 Senior Surveying Technician 135.00 CADD Designer 115.00 CADD Technician 90.00 One-Man Survey Crew(Field) 140.00 One-Man Survey Crew(Prevailing Wage) 155.00 Two-Man Survey Crew 225.00 Two-Man Survey Crew(Prevailing Wage) 250.00 Three-Man Survey Crew 285.00 Three-Man Survey Crew(Prevailing Wage) 320.00 Utility Services/Construction Administration Director of Utility Services 155.00 Utility Project Manager 155.00 Construction Manager 115.00 CADD Technician 90.00 Design Engineering Services Directorof Design Services 205.00 Senior Project Manager 205.00 Project Manager 170.00 Assistant Project Manager 95.00 Senior Project Engineer 155.00 Project Engineer 145.00 Senior Designer 140.00 Assistant Project Engineer 105.00 CADD Designer 115.00 CADD Technician 90.00 Administrative Services Administrative Assistant 75.00 The above rates include all labor, materials and incidental expenses such as vehicle mileage, postage, toll calls, and survey materials. Not included are reproduction costs,title company charges,special mailing charges,application,filing or permit fees or survey monuments. HOURLY RATES 1 L r-',7 Pl r .Soil -5 1 'Re � Iy A `u 1 . S� i .� .[ v JJV -� 6en u7r� A95h < 9 4 0- (v3 r 609 F9 r For- v S ,S rn u l _i dd d si n HeA r i.corn roil.in u a it wo ng c�i DESIGN WEST ENGINEERING 2015 SCHEDULE OF HOURLY RATES Principal Engineering..............................................................$180.00 per hour Mechanical&Plumbing En2ineerinE Senior Engineer, Mechanical.................................................$160.00 per hour Mechanical Project Manager $125.00 per hour Mechanical Designer................................................................ $95.00 per hour Mechanical CAD Draftsperson................................................. $75.00 per hour Electrical Engineering Senior Engineer, Electrical.....................................................$160.00 per hour Electrical Project Manager.....................................................$125.00 per hour Electrical Designer....................................................................$95.00 per hour Electrical CAD Draftsperson.....................................................$75.00 per hour Commissioning Services Director of Commissioning Services.......................................$160.00 per hour Commissioning Agent..............................................................$125.00 per hour Commissioning Engineer...........................................................$95.00 per hour Energy Services Director of Energy Services Engineering...............................$160.00 per hour Energy Services Engineer...... ........ ......... .......................$125.00 per hour Energy Services Designer......................................................... $95.00 per hour Fire Protection En ineering Senior Engineer, Mechanical.................................................$160.00 per hour Fire Protection Project Manager............................................$125.00 per hour Fire Protection Designer...........................................................$95.00 per hour Low Voltage Engineering Senior Engineering, Electrical................................................$160.00 per hour Low Voltage Project Manager................................................$125.00 per hour Low Voltage Designer............................................................... $95.00 per hour Clerical Support........................................................................ $60.00 per hour • • • MECHANICAL ELECTRICAL PLUMBING ENERGY • 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" 7 IV DATE(M M/DDIYYYY) 05/30/2024 ACOR ® CERTIFICATE OF LIABILITY INSURANCE L _ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Cornerstone Specialty Insurance Services, Inc. 14252 Culver Drive, A299 Irvine CA 92604 CONTACT Tina Cowie NAME: FX PHGNE (714) 731-7700 AIC No): (714) 731-7750 AIC No Ext : E-MAIL tina@cornerstonespecialty.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: RLI Insurance Company 13056 INSURED DAVID VOLZ DESIGN LANDSCAPE ARCHITECTURE, INC. 151 Kalmus Drive, Ste. M-B Costa Mesa CA 92626 INSURER B : Travelers Casualty & Surety Co. of America 31194 INSURER C : INSURER D : INSURER E : INSURER F : v THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM ODNYYY MM DDl1Y(YY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 © $ 1,000,000 CLAIMS -MADE OCCUR PREMISES Ea occurrence X MED EXP (Any one person) $ 10,000 ADDTL INSURED/P & NC A Y PSB0001408 03/14/2024 03/14/2025 X BLANKET WVR OF SUBRO PERSONAL &ADV INJURY $ INCLUDED GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 4, 000,000 PRODUCTS -COMP/OPAGG $ 4,000,000 POLICY ® JPO- ECT LOC OTHER: COMNED SINGLE LIMIT $ 2,000,000 AUTOMOBILE LIABILITY EaacciBIdem BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ A OWNED SCHEDULED PSB0001408 03/14/2024 03/14/2025 AUTOS ONLY AS UTO HIRED NON -OWNED PROPERTY DAMAGE Per accident $ X AUTOS ONLY AUTOS ONLY(Par. $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ HCLAIMS-MADE AGGREGATE $ EXCESS LIAB DED I I RETENTION $ $ WORKERS COMPENSATION PER H X STATUTE ER AND EMPLOYERS' LIABILITY YIN E.L. EACH ACCIDENT 1,000,000 $ A ANY PROPRIETOR/PARTNER/EXECUTIVE NIA PSW0001346 03/14/2024 03l14/2025 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE - POLICY LIMIT 1,000,000 $ If yes, describe under DESCRIPTION OF OPERATIONS below Each Claim $2,000,000 B Professional Liability 108013639 03/14/2024 03/14/2025 Annual aggregate $2,000,000 Claims Made DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: On -Call Landscape Architectural Professional Services The City of Palm Springs, its officials, employees, and agents are Additional Insured for General Liability but only if required by written contract with the Named Insured prior to an occurrence and as per attached endorsement. Coverage is subject to all policy terms and conditions. *30 days notice of Cancellation, except for 10 days notice for non-payment of premium. For Professional Liability coverage, the aggregate limit is the total insurance available for all covered claims reported within the policy period. RECEIVED OFFICE OF THE CITY LANY OF THE AOVE DESCRIBED POLICIES BE THE PIRATION DATE BHEREOF, NOTICE WILL BE DELIVERED INED BEFORE City of Palm Springs ACCORDANCE WITH THE POLICY PROVISIONS. 3200 E. Tahquitz Canyon Way AUTHORIZED REPRESENTATIVE Palm Springs CA 92262/lt�tiJ �•' 11l`J3C-LU-1.7 Al.VRU IiVRrvrwrrvr�. r+n nyuw ,wc•c... ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Policy Number: PSB0001408 RLI Insurance Company Named Insured: David Volz Design Landscape Architects, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. RLIPack° FOR PROFESSIONALS BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM - SECTION II — LIABILITY 1. C. WHO IS AN INSURED is amended to include as an additional insured any person or organization that you agree in a contract or agreement requiring insurance to include as an additional insured on this policy, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused in whole or in part by you or those acting on your behalf: a. In the performance of your ongoing operations, b. In connection with premises owned by or rented to you, or c. In connection with "your work" and included within the "product -completed operations hazard". 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. This insurance does not apply on any basis to any person or organization for which coverage as an additional insured specifically is added by another endorsement to this policy. b. This insurance does not apply to the rendering of or failure to render any "professional services". c. This endorsement does not increase any of the limits of insurance stated in D. Liability And Medical Expenses Limits of Insurance. 3. The following is added to SECTION III H.2. Other Insurance — COMMON POLICY CONDITIONS (BUT APPLICABLE ONLY TO SECTION II — LIABILITY) However, if you specifically agree in a contract or agreement that the insurance provided to an additional insured under this policy must apply on a primary basis, or a primary and non-contributory basis, this insurance is primary to other insurance that is available to such additional insured which covers such additional insured as a named insured, and we will not share with that other insurance, provided that: a. The "bodily injury" or "property damage" for which coverage is sought occurs after you have entered into that contract or agreement; or b. The "personal and advertising injury" for which coverage is sought arises out of an offense committed after you have entered into that contract or agreement. 4. The following is added to SECTION III K. 2. Transfer of Rights of Recovery Against Others to Us — COMMON POLICY CONDITIONS (BUT APPLICABLE TO ONLY TO SECTION II — LIABILITY) We waive any rights of recovery we may have against any person or organization because of payments we make for "bodily injury', "property damage" or "personal and advertising injury" arising out of "your work" performed by you, or on your behalf, under a contract or agreement with that person or organization. We waive these rights only where you have agreed to do so as part of a contract or agreement with such person or organization entered into by you before the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" offense is committed. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPB 304 02 12 Page 1 of 1 -�;r WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA (Ed. 04-84) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be % of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization All persons or organizations that are party to a contract that requires you to obtain this agreement, provided you executed the contract before a loss Job Description Job performed for any person or organization that you have agreed with in a written contract to provide this agreement. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 03-14-2024 Policy No. PSW0001346 Insured David Volz Design Landscape Architects, Insurance Company RLI Insurance Company Inc. Endorsement No. 1 --ZP