Loading...
HomeMy WebLinkAboutA6788 - RJM DESIGN GROUP INC - ON-CALL LANDSCAPE ARCHITECTURAL SVCS CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT ON-CALL LANDSCAPE ARCHITECTURAL SERVICES THIS PROFESSIONAL SE VICES AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this day of , 2015, by and between the CITY OF PALM SPRINGS. a California charter city and municipal corporation, (hereinafter referred to as "City") and RJM DESIGN GROUP, 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 that this Agreement requires specialized skills and abilities and is consistent with this understanding, Consultant is a provider of 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 industry accepted professional standards in performing the Work and Services required hereunder. For purposes of this Agreement, the phrase "industry accepted professional standards" shall mean those standards of practice recognized as industry accepted 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: Its)the terms of this Agreement; (2nd) the provisions of the Scope of Services (Exhibit "A"); as may be amended from time to time; (3 d) the provisions of the City's Request for Proposal (Exhibit "B°); and, (4'h)the provisions of the Consultant's Proposal (Exhibit"C'). 1.3 Compliance with Law. Consultant represents 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 represents 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 represents that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Performance of Services. City Manager or the City Engineer, as provided in Section 2.1 of this Agreement, shall have the right at any time during the term of this Agreement to order the performance of services as generally described in the Scope of Services to perform extra or additional work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No Work may be undertaken unless a written order is first given by the City Manager or the City Engineer to the Consultant, incorporating therein the identification and description of the Work to be performed, a maximum or not to exceed amount for such Work, and the time to perform this Agreement. Page 2 of 17 1.9 Unauthorized Aliens. Consultant hereby represents and warrants that it will comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§1101, et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of any work and/or services under this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to reimburse City for any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, or penalties which arise out of or are related to such employment, together with any and all costs, including attorneys'fees, incurred by City. 2.0 COMPENSATION 2.1 Maximum Contract Amount. City and Consultant hereby acknowledge and agree that the scope of services required by this Agreement will vary dependent upon the number, type, and extent of the services or work the Consultant shall provide; and no guarantee of the extent or the type of services required of Consultant under the terms of this Agreement is made by the City. The annual level of services required by this Agreement is unknown, and may significantly increase or decrease from year to year. In acknowledgement of the fact that the number and type of City projects requiring the Consultant's services has not been identified for this contract, City and Consultant hereby acknowledge and agree that a specific "Maximum Contract Sum" shall be imposed on each separate project that the City may assign Consultant as provided in Section 1.8 and in this Section 2.1. Each such separate project shall be identified as a Task Order or a Purchase Order authorized by the City Engineer or the City Manager as provided in this Section 2.1. For the services rendered pursuant to this Agreement, the Consultant shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit"D"and incorporated herein by this reference. The method of compensation may include: (i) a lump sum payment upon completion, (ii) payment for time and materials based upon the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "D", or(iii) such other methods as may be specked 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 V') 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 Aporopriations. 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 Reoresentative 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: Larry Ryan. 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 Tvoes of Insurance. Consultant shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Consultant, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which Page 6 of 17 may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00)for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of$10,000, and the City Page 7 of 17 Manager may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. 5.3.8 Consultant shall provide proof that policies of insurance required herein expiring during Page 8 of 17 the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coveraae. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured..." ("as respects City of Palm Springs Contract No.—. or "for any and all work performed with the City"may be included in this statement). Page 9 of 17 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract No._" or "for any and all work performed with the City' may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice (or ten (10) days' notice if due to non- payment of premium) 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 bared 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 Design 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, 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 (Consultant's employees included) and damage to property, which Page 10 of 17 Claims arise out of, pertain to, or are related to the negligence, recklessness or wrongful 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. 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 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 Page 11 of 17 risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. B. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such notice, City shall pay Consultant for Services performed through the date of termination. Upon receipt of such notice, Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. Thereafter, Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. In addition, the Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (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. Page 12 of 17 A. Consultant's failure to comply with any provision of this Agreement shall constitute a default. B. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for any and all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 8.3. C. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.4.B, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein. 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Legal Action. In addition to any other rights or remedies, either Parry 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 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 Parry in such litigation or proceeding. Page 13 of 17 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 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. Page 14 of 17 10.2 Notices. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission, and shall be deemed received upon the earlier of (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii)five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To City: City of Palm springs Attention: City Manager 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: RJM Design Group, Inc. Attention: Larry Ryan 31591 Camino Capistrano San Juan Capistrano, CA 92675 Telephone: (949) 493-2600 Facsimile: (949)493-2690 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. 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. Page 15 of 17 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 is Date: f 1 /f€3 I Z By. David H. Read r City Manager APPROVED BY CITY COUNCIL Laat•t5 aF Ab��_ APPROVED AS TO FORM: ATTEST By: Dou I C. Holland, James Thompson, City Attorney (((/// City Clerk APPROVED BY CITY COUNCIL: Date: Agreement No. Corporations require two notarized signatures. One signature must he from Chairman of Board, President,or any Vice President. The second signature must he from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer. CONSULTANT NAME: RJM Design Group, Inc. 31591 Camino Capistrano San Juan Capistrano, CA 92675 By By ft/�ILJ Ll ti`lJ 1 Si na r (N to ed) Signature (Notarized) Page 17 of 17 i CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of On before me, ��CfJe��� ��/aria L,arooi4n a Here iil serf Name and Title /of the icer personally appeared Lct rr ct 1�, ucr� Names)at Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)Xare subscribed to the within instrument and acknowledged to me that y,a, X/skbithey executed the same in 04t r/their authorized JAEM RIICNEILE MAW Cf NSM ornia I capacity(ies), and that b ,Xs!Vr/their signature(s) on the Commission I20Q422 instrument the person(s), or the entity upon behalf of Notary Orange Coupnty which the person(s) acted, executed the instrument. Comm.Wries Oct 19 Z017 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 45fCteyue Place Notary Seal Above r Signature of Notary Public cj OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): I— Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General _ ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact • ❑ Attorney in Fact ❑ Trustee Tap of thumb here ❑Trustee Top al thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02007Natbnal Notary Amodation•9350 De Soto Ave.,PO.Bcx2402•Chaasorth,CA 91313-2402-v NmonalNotar,mg lamk5907 Reorder:Call Toll-Free 1A00-8]6-682] EXHIBIT "A" SCOPE OF SERVICES General Scope of Services for "On-Call' Landscape Architectural Services — Consultant shall provide first class as-needed licensed on-call landscape architectural services for various City Projects as assigned. Responsibilities may include, but are not limited to, the following: (`all services may or may not be necessary on each assigned project) 1. Facilities requirements and utilization studies. 2. Feasibility studies for new, renovation, and alteration projects. 3. Facility studies and audits to determine compliance with various federal, state, and local regulations. 4. Facility assessments. 5. Conceptual drawings and plans as may be requested by the City for projects being contemplated. 6. Attend meetings and prepare presentations and Staff Reports for city advisory boards, commissions and the City Council when said meetings relate to projects covered by this contract, and as warranted and directed by the City Manager or his designee. 7. Move assigned projects through all City entitlement processes, including but not limited to, architectural review, planning approval, building & safety, and engineering, including Council award if applicable. 8. Preparation of reports, phase and construction phase schedules, preliminary documents, working drawings, construction drawings, specifications, bid documents and construction cost estimates. 9. Provide value engineering, construction management, coordinate and conduct meetings with city staff, contractors, and other stake holders as may be required. 10. Perform construction phase services, provide CADD documentation, assist in warranty review and participate in project close-out phase of projects as may be required. 11. Submit invoices monthly with detailed account of staff hours attributed to specific project billings with all staff hours attributed to project. Use City provided project numbers or identifiers so that each project can be separately accounted for. 12. Cooperate, coordinate and communicate with all internal City departments as necessary. It will be the responsibility of the Consultant to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. All assigned projects must be completed on the basis of the requirements contained herein. Individual projects may require supervision, consultants, materials, equipment and supplies necessary to complete any services required. All services shall be performed in compliance with industry and professional standards and all applicable federal, state, and local laws, ordinances and regulations including Americans with Disabilities Act (ADA), 2010 (or most applicable current at the time of assigned project) Edition of the California Building Code, and the rules and ordinances of the County of Riverside and the City of Palm Springs. Exhibit"A" Page 1 of 2 EXHIBIT "A" SCOPE OF SERVICES The City further reserves the right, when applicable and in the best interests of the City, to require the Landscape Architect to engage sub-consultants with special expertise when the unique circumstances of a particular project warrants such additional services. The City may provide recommendations to the Landscape Architect of sub-consultants for consideration and reserves the right of approval of any sub- consultant selected by the Landscape Architect on any assigned project. END OF EXHIBIT "A" Exhibit"A" Page 2 of 2 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS CITY'S REQUEST FOR PROPOSALS FOLLOWS THIS PAGE Exhibit"B" CITY OF PALM SPRINGS, CA NOTICE INVITING PROPOSALS FOR RFP#07-15 "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals from qualified licensed professional firms to provide the City with "on-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.paimspringsca.gov (go to Departments, Procurement, Open Bids & Proposals), or by calling the Office of Procurement and Contracting, (760) 322-8373. Upon downloading the RFP via the internet, contact Marina Williams, Procurement Specialist I, via email at Marina.WilliamsCcttpalmspringsca.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 V . CITY OF PALM SPRINGS, CA REQUEST FOR PROPOSALS (RFP)#07-15 "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES Requests for Proposals (RFP #07-15), for "on-calf' Architectural and/or Landscape Architectural Services for various City projects for the City of Palm Springs, CA, (hereinafter the 'RFP") will be received at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. LOCAL TIME, TUESDAY, APRIL 14, 2015. It is the responsibility of the respondent to see that any proposal sent through the mail, or by any other delivery method, shall have sufficient time to be received by this specified date and time. The receiving time in the Procurement Office will be the governing time for acceptability of proposals. Telegraphic, telephonic, faxed or emailed proposals will not be accepted. Late proposals will be returned unopened. Failure to register as a Proposer to this RFP process per the instructions in the Notice Inviting Requests for Proposals (under "Obtaining RFP Documents") may result in not receiving Addenda or other important information pertaining to this process. Failure to acknowledge Addenda may render a proposal as being non-responsive. We strongly advise that interested firms officially register per the instructions. 1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting proposals from qualified licensed professional architect or landscape architect firms to provide the City with "on- calf' Architectural and/or Landscape Architectural Services for a variety of City projects as may be assigned, (hereinafter the 'Project"). The objective of this solicitation is to hire multiple on- call firms to provide such services to the City. The City may contract with firms that offer only Architectural Services, only Landscape Architectural Services, or firms that provide both services and may assign projects at its sole discretion. There is no promise or guarantee of work, made or implied, by the City and all work that may be assigned is subject to approval and funding of each project. SCHEDULE: Notice requesting Proposals posted and issued ..................................................March 11, 2015 Deadline for receipt of Questions.......................................Tuesday, April 7, 2015, 3:00 P.M. Deadline for receipt of Proposals.....................................Tuesday, April 14, 2015, 3:00 P.M. Short List/ Interviews/, *if desired by City .........................................................to be determined Contract awarded by City Council..................................................................... to be determined NOTE. There will NOT be a pre-proposal conference for this procurement. *Dates above are subject to change. "KEY" TO RFP ATTACHMENTS: ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment. *Must be completed and included with Qualifications/Work Proposal envelope. RFP#07-15 Page 2 of 12 ATTACHMENT "B" — Non Collusion Affidavit Form. 'Must be completed and included with 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 upgradeslimprovements. 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, fines 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. Finns 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 POINTSI: The firm's proposal adequately demonstrates an understanding of, and familiarity with, providing on-call architectural and/or landscape architectural services to a municipal government or other public agency including work process plan and methodolgy, and the issues that may be unique to providing such services in the Coachella Valley. B. Scope of Work (25 POINTS): Proposed scope of work for architectural and/or landscape architectural on-call services for the types of projects that may be assigned by a municipal government including resource allocation, technical scope identifying tasks and sub-tasks, and example of specific completed project. RFP#07-15 Page 5 of 12 C. Firm and Staff Qualifications (40 POINTS): Qualifications of the firm and the staff assigned to manage and provide architectural and/or landscape architectural services. This includes relevant and specific experience of both the firm and of the individual assigned staff members, technical expertise, licenses, sub-consultants, and references. D. Local Expertise Demonstrated on the Team (5 POINTS): Firms that qualify as a Local Business, or employ local sub-consultants, and submit a valid business license as more fully set forth in Section E.1 below, pursuant to the City of Palm Springs Local Preference Ordinance 1756). The full local preference, five (5) points, may be awarded to those that qualify as a Local Business. Two (2) points may be awarded to a non-local business that employs or retains local residents and/or firms for this project. Non-local firms that do not employ or retain any local residents and/or firms for this project shall earn zero (0) points for this criteria. 7. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses correspond directly to, and are identified with, the evaluation criteria stated in Section 6 above. The proposals must be in an 8 '/z X 11 format, may be no more than a total of thirty (30) SHEETS OF PAPER (double-sided is OKI, 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 (*.doe) (Word is preferred, although other software programs are acceptable), and Adobe Acrobat (*.pdf) formats. Envelope #2, clearly marked "Cost Proposal/Hourly Rates", shall include the following item: RFP#07-15 Page 6 of 12 • Cost Proposal/Hourly Rates — provide a Cost Proposal that identifies a schedule of hourly rates for each person and/or position assigned to perform the requested services, and include any other rates or costs that may apply or that the City may incur in conjunction with the performance of the on-call architectural and/or landscape architectural services. In addition to the items above, at a minimum, firms must provide the information identified below. All such information shall be presented in a format that directly corresponds to the numbering scheme identified here: SECTION A: PROJECT UNDERSTANDING A.1 State your firm's complete name, type of firm (individual, partnership, corporation or other), telephone number, FAX number, contact person and E-mail address. If a corporation, indicate the state the corporation was organized under. State the name and title of the firm's principal officer with the authority to bind your company in a contractual agreement. A.2 Demonstrate your understanding of, and familiarity with, providing on-call architectural and/or landscape architectural services to a municipal government or other public agency and the various processes, approvals, and procedures associated with providing such services. Identify and discuss your understanding of, and familiarity with, the unique issues of providing such services in the Coachella Valley. Include your work plan process and methodology. A.3 Identify any key or critical issues that may be encountered and your ability to ensure that projects are delivered on time and within your client's budget and the measures taken in successfully completing all phases of a project. AA Identify the project management tools you propose to use to keep both your own staff on track and the City staff cognizant of current project status. SECTION B: SCOPE OF WORK B.1 Generally identify the methodology of how the firm will propose to budget and best allocate its resources for an on-call assignment. B.2 Provide a detailed technical scope of work identifying all tasks and sub-tasks that may be required to successfully implement architectural or landscape architectural services for a City Project if assigned to your firm. B.3 Identify at least one construction project, carried out in a desert environment, for which your firm and the staff proposed for this contract provided architectural and/or landscape architectural services, and describe how you applied your firm's skills and abilities in the following areas: (a) Responsiveness and attentiveness to client needs; (b) Creative ability; (c) Knowledge and understanding of the latest architectural and construction trends, including LEED, etc. or if applicable, the latest landscape design trends including water conservation, drought-tolerant plant materials, etc. (d) Analytical capability; (e) Oral and written communication skills, including Staff or Council Reports; (f) Interaction with client's organization, i.e., other divisions and personnel, Boards, Commissions, and Councils. (g) Sensitivity to funding constraints; RFP#07-15 Page 7 of 12 (h) Sensitivity to historically designated public buildings and sites; sensitivity to use of native plants, sustainability issues and water conservation. SECTION C: FIRM AND STAFF QUALIFICATIONS CA Specifically describe your firms architectural services and/or landscape architectural services background and experience and also your firms experience with municipal government or other public agencies, including entitlement processes, architectural review, planning approval, building and safety, engineering, and Council or Board award. Include information on your firm's management skills and technical expertise, including LEED certification, Construction Estimating, ADA requirements for public buildings, or other expertise if applicable. C.2 List the name, qualifications and availability of the key staff/team members that will be assigned to this project and their credentials. Provide the name and detailed qualifications of the lead Architect and/or Landscape Architect that will be assigned to this contract. Also include the current valid 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 DA Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding contracts for services, including consultant services, preference to a Local Business shall be given whenever practicable and to the extent consistent with the law and interests of the public. The term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or proposal opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley" RFP#07-15 Page 8 of 12 includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. The consultant will also, to the extent legally possible, solicit applications for employment and proposals for subcontractors and subconsultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. In order for a business to be eligible to claim the preference, the business MUST request the preference in the Solicitation response (see Attachment A) and provide a copy of its current business license (or of those it employs for this project) from a jurisdiction in the Coachella Valley. A non-local business that requests the preference based on employing local residents must provide proof of full-time primary residency from a jurisdiction in the Coachella Valley with the proposal. The City reserves the right to determine eligibility. D.2 List all team members with local expertise. Clearly define what their role would be if assigned a city project. Envelope #2, clearly marked "Cost Proposal/Hourly Rates", shall include the following item: • Cost Proposal/Hourly Rates — provide a Cost Proposal that identifies a Schedule of Hourly Rates for each person and/or position assigned to perform the requested services, and include any other rates or costs that may apply or that the City may incur in conjunction with the performance of the on-call architectural and/or landscape architectural services. Do NOT include Attachments "A" or "B" in the Cost Proposal, Envelope#2. Attachments "A" and "B" are to be included in Envelope #1, "Qua lifications/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: Crain.Gladders(dpalmsi)ringsca.00v 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 at 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 parry submitting such information with reasonable notice to allow the parry 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 NOW 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 Proposers 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 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 fines 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 I" 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 firs that offer only Architectural Services, only Landscape Architectural Services, or firms that provide both services and may assign projects at its sole discretion. " BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement& Contracting Manager DATE: March 19, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. t\ S 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 1F a local sub consultant is on the team and a copy of the local sub consultant's valid business license from a jurisdiction within the Coachella Valley, as more fully defined on pages 8 and 9 "Section D", is included with Attachment A. Q 4: On page 6, fifth bullet under Envelope #1 required items, the RFP states that a thumb or flash drive containing the proposal as a Microsoft Word doc (Word is preferred, although other software programs are acceptable) and an Adobe pdf are required. Is just the pdf acceptable? If not, is Adobe InDesign acceptable? Is submitting the file on a CD rather than a thumb or flash drive acceptable? A 4: Yes, a pdf is acceptable and Yes, a CD is acceptable. Q 5: For Section D: Local Expertise Demonstrated on the Team: D2 asks for list of all team members with local expertise. How is this line different to C.3? A 5: Section "C" pertains to the evaluation criteria and associated points for the overall Firm and Staff Qualifications (which would include sub consultants that may make up a firm's team, if applicable). "C.3" is asking firms to identify their sub-consultants, if applicable, and their qualifications. Section "D" pertains specifically to the Local Preference criteria and associated points and is asking firms to identify any local expertise and sub consultants that may make up a Hrm'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 Finn 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" City of Palm Springs Statement of Qualifications for s On Call Architectural and Landscape Architectural Servi es RFP #07-15rP i E /� ✓�- 41 April 14, 2015 n ,.., '- - - � �'-�— +•_ � T,�T'_"�,.8°+1�-21. .34 �5. �y 44. �:�` ,=. • _ �• _ =,.,' r;; ---:'x�r.�..`,,,ter •- _.. ��• '`�� `i�r-.. r• � - -ti � _ ilk Gay c`Pc.hm Sunres R P n07-15 O^-Or � �.c� dscooe Aruni,ec l_rol o vices L'auununity hwpued Spaces Cover Letter R J MGROUP1 81i0UP kt April 14,2015 Craig Gladders,C.P.M. Procurement and Contracting Department City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs,CA 92262 Re: Statement of Qualifications for On-Call Landscape Architecture Design Services Dear Mr.Gladders: RIM Design Group, Inc. is pleased to submit our qualifications to the City of Palm Springs for On-Call Landscape Architecture Design Services. We are excited about the possibility of being selected for this very important position,and to be given the opportunity to commence a long-term relationship with the City. RJM Design Group is a multi-disciplinary landscape architectural design and planning firm committed to "building communities" through serving the needs and meeting the goals of Palm Springs. RJM Design Group and our subconsultant team is comprised of a staff of professional individuals who have experience with cities throughout Riverside County and Coachella Valley, with expertise in park design and planning, building adaptive re-use, sustainable design, storm water management and water quality. We have a clear understanding of the On-Call Landscape Architecture Design Services as identified in the RFQ and are committed to assist the City to meet your workload demands, project schedules, and commitments for implementation of capital improvement and rehabilitation projects. RJM Design Group will be responsible to coordinate and manage each of the design disciplines for any given project, monitor the work schedule, quality control and quality assurance,and adhere to the project budget. RJM Design Group is proud to celebrate our 28th year in business this year,and the key to our stability and success is our many clients with which we have developed long-term relationships. Throughout the years, we have had the good fortune to be selected as a pre-qualified"on-call" consultant to numerous cities and agencies. We would be proud to be associated with Palm Springs and stand ready to provide the personal service required for any assigned task. On behalf of our design team,we submit this proposal for your consideration. Should you have any questions or comments,please feel free to contact us anytime. Thank you for this opportunity. ,Respectfully submitted, RJM Design Group,Inc. V Larry P. an,L , Principal i Ilk City of Pala Springs • la P a0/-IS On-Call Landscape Architectural Service; " Gommumry Inspired Spaces r., J DESIGN Table of Contents R MGRauP Cover Letter Section A: Project Understanding................................. 1 01, A.l: Firm Profile A.2: Understanding A.3: On Time & In Budget A.4: Project Management Section B: Scope of Work .............................................. 3 B.1: Methodology B.2: Detailed Technical Scope (sample) B.3: Construction Project in Desert Environment Section C: Firm and Staff Qualifications....................... 9 C.1: Background and Experience C.2: Team Organizational Chart C.3: Resumes of Key Personnel CA: References C.5: Project Experience C.6: Summary of Qualifications Section D: Local Expertise............................................21 D.1: Attachment A D.2: Team Members Local Experience ;•.,a I' Appendix ......................................................................25 Contract Review Attachment B Cost Proposal/Hourly Rates (submitted under separate cover) SAN JUAN CAPISTRANO•SACRAMENTO w w.RJMdesigngroup.com•[9491493-2600 O Giving Back to the Community: Over our 28-year history we have developed many long-lasting relationships with clients and communities. We apply expertise to each assignment, helping cities adjust to changing demographics,economics,use patterns and operational strategies. We dedicate ourselves as partners to lead the profession of landscape architecture into the future. Our experienced staff volunteers their time leading group panel discussions, lecturing, focus group training and mentoring at industry conferences for planning, design, and maintenance professionals. We focus on our areas of expertise and strive to teach as well as learn from the experiences of other professionals. 110 P a��i4grl Coennsunrty Inspired Spaces ' DESIGN RJ M GROUP GROUP City of Palm Springs • RFP#07-15 On-Call Landscape Architectural Services Section A: Project Understanding i FAM . ►L The City of Palm Springs Entry Signage Welcomes Residents and Visitors SAN JUAN CAPISTRANO•SACRAMENTO www.RJMdesigngroup.com•[949]493-2600 C y o' ''_Im Spnr g5 2i�,4uT 15 n . 1' c, A,chi r „I Sew,2s h Community Inspired SpG iff R,j M DESIGN Section A: Project Understanding GR°UP A.' Firm Profile/A 2 Understanding A.1: FIRM PROFILE A.2: UNDERSTANDING OF ON-CALL SERVICES Firm Legal Name: WN Design Group,hie. Our firm was founded 28 years ago on the principles Established in 1987,RJM Design Group has evolved into of integrity, quality design, and active stewardship of a multi-disciplinary landscape architectural, planning natural and constructed resources. We understand the and design firm committed to serving the needs of responsibility for public agencies to act in the best interest public agencies and o of the public, so we apply our skills to make that happen. cities, p g organizations throughout We have provided on-call services for many counties,cities, California. RIM is comprised of talented individuals and private associations including the Desert Recreation with varied backgrounds and interests. Among District.We have completed projects and maintain excellent these dynamic professionals are licensed landscape client relationships throughout Riverside County and architects, architects and planners, most of whom are Coachella Valley. LEED Accredited Professionals. Each person brings a unique,yet complementary experience and passion to Our team specializes in the planning and design of the firm. environments that enhance the quality of life for the Type of Firm: California Corporation,SSE entire community. We are proud to make it our job to be Year Established: 1987 an extension of your staff, delivering high quality, durable, unique, maintainable and sustainable sites, facilities, and Principal Contact: Larry P.Ryan LLA,ASIA landscapes. Our objective is to collaborate with the City Email: harr"rimdesigngroup.com staff, stakeholders, and other design team members to Telephone NO.: (949)493.2600 apply our expertise effectively and efficiently to accomplish the specific goals for the City of Palm Springs. Facsimile No.: (949)493-2690 RJM Design Group has extensive experience and our firm Office Locations: San Juan Capishdno,CA is qualified to provide the following services for the City of Sacramento CA Palm Springs: Firm Size: 18 Personnel Preliminary Site Design Site Planning Principal Landscape Architects 3 Program Verification Licensed Landscape Architects/ Schematic Design Project Managers 8 Design Development Technical Support 3 Construction Documents Administrative Support/Accounting 4 Specifications Constructability Review LEED AP with specialties 7 Bidding Assistance Firms Primary Disciplines, Resources. & Services: Urban Construction Administration Design, Streetscape Master Planning & Design; Park Commissioning and Recreation Facility Master Planning&Design;Site Close Out and Record Drawings Planning; Parks and Recreation Master Planning; Cost Estimating, Plan Check and Site Inspection Services; Design Services Landscape Architecture; Environmental Sustainability We collaborate with City staff, members of the community and Conservation, Community Facilitation, Landscape and our design team to provide innovative and technically Guidelines, Construction Documents, & Construction proficient strategic design plans, construction documents, Administration. specifications and estimates. In order to make your job easier,our firm has researched and is currently applying the new CALGreen addition to the California Code of Regulations, SAN JNAN CAPISTRANO•SACRAMENTO www.RJMdesigngroup.com•[949]493-2600 -y II, jr iI -d,rvi Community msPired Spoos lip J M DESIGN Section A Project Understanding GROUP A.3 On Time & In Budget/A.4: Projec+ Manageme_R Title 24, Part 11 to all our projects as required by law. We is exchanged. Our approach to this project endeavor is to are also well versed in the new ADA requirements that are make decisions on a timely basis during all phases of the affecting many aspects of our projects. project. Our objective is to define the problem, gather all pertinent facts, analyze the information, develop the Good design is inherent when it is verbally and graphically best alternatives, and select the most viable solutions communicated. We employ a combination of hand-drawn for implementation. It is the responsibility of our Project sketches and computer generated 2-D and 3-D images Manager to ensure that the team is efficiently moving in the as well as digital modeling and animation. Motion video right direction in accordance with the project and the City. visualizations are now not only affordable but becoming standard as a presentation technique, especially for high- A.4: PROJECT MANAGEMENT profile or controversial projects where character and Our project management starts with the basic building atmosphere are key. These tools have been developed block of good communication. We provide an excellent by RJM with the express purpose of public presentation, method of tracking project progress by keeping the scope gathering comments and ultimately approval by the general of work integrated with the project schedule. The City's public and governing boards. project manager can see the accomplishments made, milestones met, and concise consultant invoices match up Construction Services with completed elements of the project schedule. These Our firm provides outstanding landscape architectural updates are made monthly with the invoices and can be construction administration and observation that has been provided more often if requested. gained from decades of on-site practical experience. We can Our clients often become our friends, and in many cases facilitate weekly on-site project meetings and administration this results in future collaboration. Therefore we look of construction related communications. The proof is in forward to opportunities to meet and discuss the work in the projects we have completed on time and with minimal progress. We believe in creating a better environment for change orders. Our specialization in complex public spaces future generations to come.Therefore we also utilize video and facilities require that we prepare very accurate plans, conferencing during portions of the workwhencoordination specifications and estimates, and then observe carefully is important; this technology helps in reducing emissions during construction implementation. We interpret plans causing pollution. Meetings are certainly not fully eliminated judiciously so that if change orders are warranted,they are by the technology, but we have found that it works to our fair and appropriate. advantage to hold virtual meetings with less environmental A.3: ON TIME AND WITHIN BUDGET impact and road time. We maintain a sophisticated FTP device on our website with a well-designed filing system All projects, large or small, will require an organizational so that clients have access to the exhibits and drawings for framework, which breaks the work down into manageable convenient recall,review,and storage. product-oriented phases.The Principal Landscape Architect will be ultimately responsible for all work produced under Teamwork his direction.A constant review process is implemented in We select subconsultants who have proven qualifications all phases of the work.Team meetings will be held at regular in their specialty and project type. We hold high standards intervals during the early phases of the project and then for ourselves and high expectations of subconsultants. on an as-needed basis thereafter. Constant review plays a Relationships with our subconsultants are long-term with central role in our quality assurance effort. clear coordination and collaboration. Our approach to your project will be based on developing a strong relationship of the team members with the City and a thorough understanding of each specific project requirement. A single representative from the City could be designated as the Project Director.The Project Director would then form the conduit through which all information 'z SAN JNAN CAPISTRANO-SACRAMENTO www.PJMdesigngfoup.com-(9491493-2600 Cammuniry Inspired Spaces ;, R,j ESIGN M GROUP GROUP City of Palm Springs - RFP#07-15 On-Call Landscape Architectural Services Section B: Scope of Work 4 T Palm Springs is a famous resort destination SAN JUAN CAPISTRANO•SACRAMENTO www.RJM6esigngroup.com•(949]493-2600 City of Polt Springs • RI P#M-15 On-Call I andscape Architectural Services communrryinspired spaces �� DESIGN Section B�; Scope of Work GROUP �e-i A B.1 : Methodology Aogy - Summary and Schedule Phase Approach Deliverables Kick-Off O Kick Off Meeting with City Preliminary scoping budget Onsite Review Obtain survey Schematic Design Plans Overlay project base with existing utilities Statement of Probable Preliminary 3 Prepare Schematic Design Plans Construction Costs Design Prepare for and facilitate an in-house design workshop Meet with Clty's Project Manager for review Meet with City Project Manager for review Prepare refined Schematic Design Plans Refined consensus plan color Design 3 Prepare product cut sheets and color samples graphics,refined preliminary .a construction cost estimate Development v Meet with City Project Manager for review Product cut sheets and color samples Prepare drawings and specifications based on Construction Drawings approved Design Development Documents,setting Statement of Probable Construction forth in detail the landscape requirements for the Construction Costs Documents project Technical Specifications Prepare final Statement of Probable Construction Costs Develop and prepare technical specifications Submit plans,specifications and cost estimate to City Final approved plans, for plan check,review and final approval specifications and cost Submit project documentation for approval estimate Agency Revise plans and specifications in response to City, Approval and other agency comments,resubmit for review and approval Assist Me City with questions,clarifications,or conflicts Addenda as a result of bid Bidding y that arise during the Bidding Phase clarifications m Conduct pre-construction conference Request for information, Construction ^ 3 Review submittals and shop drawings change order requests and Administration Conduct lob site meetings other related communications Final walk-through and punch Prepare final punch list list Conduct final job site meeting and review of the entire As-built record drawings facility shall be conducted Close-Out 3 Conduct a second walk-through when all punch list items have been corrected,at which time a Final Notice of Completion shall be filed by the City. Prepare As-built record drawings SAN JUAN CAPISTRANO•SACRAMENTO 3 www.RJMilesigngrouri.com•[9491493-2600 C:iIy(7 I";In) Sr)flr S • 2:i irr" "I� ! :rtC75f,.'F t`nrt,'I ( I,f(]I SO ,'.:( - Communiry Tnspiretl Spaces h J DESIGN Section B Scope of Work GROUP B 2 Detailed Technical Scope (sample) The following Draft Scope of Services outlines the various tasks associated with the preparation of improvement plans for a variety of community projects. We have included a public workshop process that we have utilized successfully for numerous community projects. Tasks and methodology below are based upon our experience with similar projects. The scenario described below is flexible and shall be modified to better meet the needs of the City of Palm Springs based on individual project parameters. Our proposed scope of work is general in nature to give you some idea of the design process we envision. We shall refine our scope of services and provide a fee schedule that reflects the specific needs and desires of the City of Palm Springs. In collaboration with City staff, our Design Team shall review, elaborate upon,and clarify the overall objectives for the development of your project. We shall also verify the expected goals and criteria to be met within each phase of our services. During this review, we shall determine appropriate procedures to promote efficient working relationships and communication among all participants who need to interactwith the Design Team. PHASE 1.0-PRELIMINARY DESIGN 1. PROJECT FAMILIARIZATION 2. PRELIMINARY DESIGN 3. During our Community Participation and Master Plan Design Phase,a design workshop will be conducted involving a site awareness tour,site element discussions and a design charette for the Master Plan.The workshop will involve various community groups, the Park&Recreation Commission,Sports Associations,City staff,City Council,neighboring property owners,citizen groups,and special interest representatives.The Community Participation and Master Plan Design Phase is an intensive and concentrated scenario of site planning,area projections,and functional relationships. This phase is one of the most important aspects of the entire project in that it shall establish the immediate foundation and relationships for all Master Plan components. PHASE 2.0-DESIGN DEVELOPMENT 1. Based upon approved Revised Master Plan, prepare Design Development Plans indicating the proposed site components. Provide Plan Enlargements and Catalog Cut Sheets to clearly define all site elements. 2. Identify design/construction alternatives that may reduce project costs and minimize conflicts between proposed improvements and existing site conditions. 3. Update Opinion of Probable Construction Cost based upon the refined Design Development Plan. 4. Meet with City Staff to review Design Development Plans,Plan Enlargements,and Catalog Cut Sheets,to evaluate project goals, budget,and long term maintenance considerations. PHASE 3.0 - CONSTRUCTION DOCUMENTS 1. Landscape Design/Documentation Services during the Construction Documents Phase consist of preparation of drawings and specifications based on approved Design Development Documents,Setting forth in detail the landscape requirements for the project including: a. Site construction/layout plans b. Planting plans c. Irrigation plans d. Details 4 SAN JUAN CAPISTRANO•SACRAMENTO www.RJMdesigngroup.com•[949]493-2600 i:v r ";PT SFam 1. 2i h b :)n ndsc.,r,�, v(cri I Sc v.:::` commumry Inspired Spaces low R,J M DESIGN Section B Scope of Work GR°gyp 2. Civil Design/Documentation (if needed) Services during the Construction Documents Phase consist of preparation of final civil engineering calculations,Drawings and Specifications based on approved Design Development Documents,setting forth in detail the civil construction requirements for the Project. a. Prepare precise grading/site plan. b. Prepare on-site area drain plans. c. Prepare quantity and cost estimate for items shown on grading/site plan. d. Review and edit project specifications for site development and site utility construction items. 3. Electrical Design/Documentation (if needed) Final drawings and specifications shall be completed at the contract documents phase.All power,lighting and control schemes,complete with diagrams and details shall be finalized. 4. Materials Research/Specifications S. Statement of Probable Construction Cost. 6. Submit plans to the City at 100%.Completeness for review. 7. Meet with City to review Plan Check comments at 100%. 8. Revise plans per Plan Check comments. 9. Provide original Plans and Specifications to the City for printing and distribution to prospective bidders. PHASE 4.0- BIDDING AND NEGOTIATION The Bidding or Negotiations Phase,following the City's approval of the Construction Documents and of the most recent Statement of Probable Construction Cost,we shall provide those services necessary to assist the City in obtaining bids or negotiated proposals and in awarding and preparing contracts for construction. PHASE 4.0-CONSTRUCTION SERVICES The Construction Contract Administration Phase shall provide those services necessary for the administration of the construction contract. 1. Office Construction Administration 2, Construction Field Observation: Services consisting of six (6) visits to the project site at intervals appropriate to the stage of construction or as otherwise agreed in writing to become generally familiar with the progress and quality of the Work and to determine in general if the Work is proceeding in accordance with the Contract Documents,and preparing related reports and communications. 3. Supplemental Documents Services consist of: a. Preparation,reproduction and distribution of supplemental Drawings,Specifications and interpretations in response to requests for clarifications by Contractor(s) or the City. SAN JUAN CAPISTRANO•SACRAMENTO 5 www.RJMdesigngroup.com•[949]493-2600 City of Palrti Springs • RFP#07-15 On-Call I ondscape Architectural Services Community Inspired Spaces DESIGN Suction B Scope of Work RJ '\Y/IGROUP B.3 Construction Project in Desert Environment r T� a � i r . Y _ Indian Wells Tennis Garden Irla ur, Wells, C, • Project Summ= ---77 acres --- --- - - -The Indian Wells Tennis Garden,home of the BNP Paribas Open,underwent an Design __ expansion in 2014 to include a new stadium that seats over 8,000 spectators $530,700.00(not including designed by Architect Gary Wiggle with Keisker&Wiggle Architects,Inc., •• In addition to the new stadium, RIM Design Group assisted in the design of a new main entrance off of Washington Street,which will establish a"Front Construction Cost Door" to the complex. The new entrance included a promenade for visitors ' and event traffic complete with new shade structures and over 500 palms. With the increase in event traffic,new taxi,bus,valet lanes and drop-off zones Client Referenre have been incorporated into the design. Steve Simon View the fly through video of this projects at: Indian Wells Tennis Garden ,, 200-8407„ http://www.youtube.com/watch?v=C4clGaWVOgA&feature=youtu.be ssimon@iwtg.net USTA Featured Facility of the Year Award 6 SAN JUAN CAPISTRANO•SACRAMENTO www.RJMdesigngroup.com•[949]493-2600 y rJ[I�-,I7 `C'r �5 �. .' ih �.? lJrl- _, .SSC'..Je A,Cr) , -� :;I S:; :(;:: Community lnsPired Space hk R,j M DESIGN Section B Scope of Work GROUP INDIAN WELLS TENNIS GARDEN EXPANSION- 1NDIAN WELLS, CA Responsiveness/Capability Having less than a year to not only design and build the Tennis Garden's stadium and expansion area project, RIM was also tasked with getting both the City's approval and the Water District's approval. The first task was obviously gaining design approval from the Client. Design solutions needed to be thoughtful, quick, and precise as the ultimate client was not only one of the wealthiest in the world, but one of the most demanding. Every associate at RIM Design Group was tasked with taking a pass at the design solution. Each design was presented to the client and from the responses a final conceptual plan was formulated to gain buy in form the Tennis Garden. Knowledge of Trends and Creativity Once the conceptual plan was approved, the race was on to gain City and Water District approval. Knowing the latest trend to conserve resources and push for water conservation,the goal was to attain every conceivable LEED requirement from drip irrigation to underground stormwater storage. In order to gain approval from local government a unique PowerPoint presentation was created to not only show how the project could look but to show all the positive influences the project would have to the Coachella Valley. From low impact design to water recharge and cooling the heat island affect, the project team listed the many positive things that the Tennis Garden from revenue generation to International recognition for the City of Indian Wells. Communication Skills The project had to go through the Planning and Parks Commission as well as City Council where the project team presented various graphics,lists of positive influences the expansion would bring. There was a weekly meeting in the Tennis Garden board room that had all the consultants,members of the Tennis Garden staff,and CEO,as well as the City and Fire Department officials. Ability and Sensitivity to Schedule and Budget Since the project was a design-build endeavor there were many members of the construction team present. Budget and scheduling were always at the forefront. Value engineering was always a hot topic and RJM was able to adjust design details to find alternative cost solutions. Over five hundred (500)palms were planted as an ode to the history of the Valley. Drip irrigation was implemented to conserve water. The mandate from the owner was to make all the new improvements including the new stadium feel like it has always been there. So blending the old with the new meant material selection was critical. Construction needed to take place between the tennis tournaments so both design and construction needed to work together closely to pull off the ten (10) month construction schedule. SAN JUAN CAPISTRANO•SACRAMENTO 7 www.RJMdesigngroup.com•[9491493-2600 Community Inspired Spaces ;, R,J ESIGN M GROUP GROUP City of Palm Springs • RFP a07-15 On-Call Landscape Architectural Services Section C: Firm and Staff Qualifications r. •f ,�'. tip �?i S � — a , I Palm Springs unique desert environment SAN JUAN CAPISTRANO•SACRAMENTO www.RJMdesigngroupxom•[949]493-2600 UCA,C 1 -:I SC v i:.,' Community Inspired Spacea R,J M DESIGN Section C Firm and Staff Qualifications GROUP C - Bac<grocnd and Experience RIM Design Group's design team will strive to develop the strategies to meet the goals of the City of Palm Springs in creating a balance in the protection for the natural,cultural,and historic resources,while providing opportunities for recreation, education and public awareness, public access and connection, public safety and community engagement.RIM has an outstanding history of park planning and design,and open space development throughout the County of Riverside. RIM has been associated with project types of varying scope to include ADA retrofit, Trails and Trailhead Development,Park Master Planning,General Development Plan Preparation,Schematic Design/Feasibility Studies, Design Development,Construction Documents and Cost Estimation.Through this experience we strive to: • Work closely with our clients to develop a clear understanding of project goals; • Develop a comprehensive scope and fee summary with the necessary specialty consultants; • Develop a project schedule that identifies all important project milestones(plan submittals,review periods, public presentations,other agency interactions/review,approvals,etc.);and • Exceed your expectations in providing comprehensive and well-coordinated design services. Along with our highly qualified staff of talented and experienced personnel and LEED accredited professionals, our association and long-term relationships with specialty consultants provide a design team of experienced recreational planners, landscape architects, architects, engineers, and environmental specialists that will exceed the City's expectations. Our projects are state-of-the-art relative to safety, function, aesthetics, energy and water conservation and low maintenance practices.But most importantly,they are thoroughly enjoyed by the communities in which they are located. RIM can provide analysis of irrigation system efficiency and water budgeting. Central control governed by weather and environmental conditions is critical to getting the most efficient utilization of precious water resources. We usually recommend looping mainline systems to balance pressures and if booster pumps are necessary they should have variable speed drives with 3-phase power to optimize efficiency of power resources. But before the irrigation system comes into play,the landscape must be designed for maximum effect and efficiency. We apply a strategy of combining beauty with practicality. We utilize native plant species wherever the specific site,location or design intent warrant. Sometimes non-natives are more appropriate if they are a drought tolerant and non-invasive species. The California climate is amenable to a broad palette of plant materials and so there is no reason to select high water demanding plant materials. RIM Design Group believes in the engagement of the public in a "hands-on" manner in order to build strong consensus,to creatively and enthusiastically solicit from users and stakeholders programming desires and identify any underlying conflicts and site issues.Our design approach develops a conduit to provide creative solutions that are functional, accessible, sustainable, hospitable, and enrich the lives of those who participate and animate the space. It evolves from careful evaluation of existing site character, program needs, maintenance practices, safety, sustainability,and budget.We create places that people value,places where they love to play,and places that respect and contribute to cultural and natural environments. Our process will engage the energy, creativity and vision of stakeholders and staff through personal observations,writing, model building and brainstorming to help develop a common language and create buy-in of the project. SAN JUAN CAPISTRANO•SACRAMENTO 9 www.RJMdesigngroup.cum•[949]493-2600 y TY, Sr w ("s . ;I )r7 III I ;nTis..r c., A,,:-i JI Sc, Community Inspired 8pmea DESIGN R,J M GROUP Section C. Firm and Staff E�uallficatlons GROUP C.2/C.3 Team Organizotiond Char RJM Design Group is committed to the principle of"teamwork"with the ability to take a project from start to finish. With this objective in mind, we have assembled the most qualified team of confident, competent, and caring individuals who will provide strong leadership and standards of excellence. City of Palm Springs DesignRJM • • projectRJM Design Group, Inc. will provide project management, professional planning and landscape architectural services, overall . and ad RBF Consulting ADS Consulting--� 10 SAN JUAN CAPISTRANO•SACRAMENTO www.RJMdesigngroup.com•[9491 C93-2600 City of Palt Springs • RI P#07-15 On-Call Landscape ArchiTectural Services Community Inspired Spaces RJ M GEROUP SIGN Section C. Firm and Staff qualifications C.2/C.3: Resumes of Key Personnel Larry P. Ryan LLA ASLA -� San Marcos Training Tower Facility,San Marcos WLC Architects,Inc. L ichr i-Chc, - Santa Monica Fire Station,Santa Monica,WLC RSA Design Group, Inc. Architects,Inc. Larry P. Ryan is a founding principal of > Santa Ana Fire Station,Santa Ana,WLC Architects,Inc. RIM Design Group,Inc. Duringhis twenty- PARKS eight years of experience, Mr. Ryan has Ayala Park Master Plan,Chino,CA been involved with a wide variety of Cedar Grove Park,Tustin,CA planning and landscape architectural 4 Cesar E.Chavez Park,Long Beach,CA projects that range from master planned Elijah"Lige"Morris Memorial Park,Tehachapi,CA communities to neighborhood parks. -> Florence Joyner Olympiad Park,Mission Viejo,CA His project involvement encompasses 4 Holifield Park,Norwalk,CA all phases of site development, Nature Park,Lake Forest,CA including concept formulation, agency processing, design 4 Park at River Walk,Bakersfield,CA development, and construction implementation. He has SPORTS FACILITIES worked with numerous communities in the evaluation Anteater Recreation Center Playing Fields,University of accessibility issues and the design of appropriate cost- of California,Irvine effective solutions. + Chino Hills Community Park,Chino Hills,CA Lake Forest Sports Park,Lake Forest,CA Registrations 4 Long Beach Sports Park,Long Beach,CA - Landscape Architect/CA 2502 -3 Patricia H.Birdsall Sports Park,Temecula,CA -+ Landscape Architect/AZ 25241 Quakes Stadium,Rancho Cucamonga,CA -a Landscape Architect/NV 366 Santa Clarita Skate Park,Santa Clarita,CA ES]ucation SPECIALTY Marriott Desert Hot Springs Golf Course,Palm Desert, Bachelor of Science,Landscape Architecture CA Polytechnic.State University Pomona 4 McCoy Equestrian Center Expansion,Chino Hills,CA Mission Viejo Animal Shelter,Mission Viejo,CA Professional f+ttlliations ____-.___—_—______ Trabuco Canyon Equestrian Center,Trabuco Canyon -; American Society of Landscape Architects Water District California Parks and Recreation Society STREETSCAPES League of California Cities -Y Lakeside Promenade,Mission Viejo,CA -> National Recreation and Parks Association a Main Street Revitalization,Lake Elsinore,CA Related Project_Experlence, 1-15 Freeway Landscape Beautification Master Plan, AQUATIC FACILITIES Rancho Cucamonga,CA -} Temecula Community Recreation Center/Rancho TRAILS AND OPEN SPACE California Sports Park,Temecula,CA 4 Colonies Open Space Specific Plan Amendment, -+ The Cove Waterpark,Riverside County Parks District, Upland,CA CA Irvine Ranch Land Reserve Trail Enhancement and COMMUNITY BUILDINGS Staging Area Studies,The Irvine Company -> Coral Mountain Interpretive Center Concepts,Desert Oso Creek Kiosk and Signage Program,Mission Viejo, CA Recreation District -4 Cabazon Sheriff Facility.Cabazon,WLC Architects,Inc. Norman P.Murry Community and Senior Center, Mission Viejo,CA > Rancho Cucamonga Fire Station#176, Rancho Cucamonga,WLC Architects,Inc. SAN JUAN CAPISTRANO•SACRAMENTO www.RJMdesigngrauP.com-I949]493-2600 ,.�y ri ;J'n7,S R '�� ih v i irr-" ,� US<.i.r i(:r�r:' J L. �(;'GI ;r?: community Inspired 5baul^d R,J M DESIGN Section G Firm and Staff Cualificafions GROUP Eric Chastain LLA LEEDAP(BD+C) Michael S. Sutton PE ASSUCIule Landscape Archilecl/Manager Civil Engineering RJM Design Gro_o, Inc. RBA Consulting/Nilchael Baker Interna+onal Eric Chastain, Project Manager for RJM Design Group, is Michael Sutton is a registered engineer in the State of experienced inallphasesofthedesignprocessfromprogram California with a broad range of experience covering many development and site analysis, to conceptual design, types of land development and public works projects. His construction documentation and construction observation. strengths are in on- and off-site planning and design, and Mr. Chastain's experience in planning and landscape street widening projects. As a Project Manager, he has architecture includes; urban design and rehabilitation, worked on several public works improvement projects streetscape master planning and final development, park for agencies throughout the Coachella Valley, as well as, design, multi-density residential housing, and commercial managed design teams on large commercial and residential development. Mr.Chastain also conducts site observations projects, including coordination with the client, governing and inspections at constructed development projects. agencies,various sub-consultants and utility purveyors.He has also acted in the capacity of inspector/Construction Related Project Experience Manager. Mr. Sutton's vast, multi-faceted experience Indian Wells Tennis Garden,Indian Wells,CA has made him an invaluable asset to the Michael Baker Thousand Palms Fire Station and Training Facility International Palm Desert Management team. Cabazon Fire Station La Quinta Fire Station Related Project Experience with RJM Coachella Valley Water District Admin.Offices,Indio, Cherry Avenue Channel Improvements,Beaumont,CA CA Las Montanas Multi-Use Project Master Plan and EIR, Yucca Valley Community Park,Desert Recreation Palm Desert,CA District,CA Indian Wells Town Center,Indian Wells,CA Coral Mountain Discovery Park Concepts in La Quinta, Eisenhower George and Julia Argyros Health Center,La Desert Recreation District Quinta,CA Colonies Crossroads Open Space Network,Upland,CA Crowne Hill Streetscape and Entry Monuments, Whitewater Channel Slope Protection,Coachella,CA Temecula,CA Bob Hope Drive and Dinah Shore Drive Street Estancia/Mission Grove Apartments Entry and Improvements,Rancho Mirage,CA Recreation Areas,Riverside,CA Marriott Shadow Ridge,Palm Desert,CA Foster Road Greenbelt,Norwalk,CA Garden of Champions Tennis Stadium Complex,Indian Ridegate Communities Streetscape and Models,La Wells,CA Jolla,CA San Gabriel Riverview Park, Bellflower,CA Registrations Sea Terrace Park,Dana Point,CA Registered Civil Engineer/CA#57667 Registrations Education Landscape Architect/CA 3411 BS Civil Engineering/California State Polytechnic LEED Accredited Professional University,Pomona Education Bachelor of Science/Landscape Architecture/ California Polytechnic State University/Pomona,CA; Minor/Irrigation Design 12 SAN JNAN CAPISTRANO•SACRAMENTO www.RJMdesigngroup.com•[949]493-2600 y of m Springs • ,r :i a . � vi ;:,. commmayImpreaspa VIF R,J M DESIGN Section C Firm and Staff C�ualificatlons GROUP Greg Pursley Mostafa Oloumi LNeclricul Lnglnee,ing Slruciurul Engineer '<lsc ADS Consull ng Fngineers Greg Pursley is a Project Manager at tklsc, Mr. Pursley Mostafa Oloumi has over thirty years of technical is involved in all engineering decisions and is responsible and managerial experience in structural design of for the day-to-day management of projects from the initial residential, commercial, institutional and industrial planning stages to the final construction support services. facilities, office buildings, brick and block buildings, Mr. Pursley is involved in all phases of construction tilt-up construction,steel and concrete structures and document preparation, including schematic and design addition to,or modification of existing structures. development services, energy compliance documentation, comprehensive electrical specifications, estimating and Related Project Experience with RJM construction field support. Anaheim Convention Center Grand Plaza,Anaheim,CA In addition, Mr. Pursley assists in the lighting design of Fullerton Community Center,Fullerton,CA various specialty projects and is a key individual in tkisc's Irvine Valley College Amphitheatre,South Orange expanding lighting consulting capabilities. County Community College District,CA jurupa Aquatic Center,Riverside County EDA,CA Related Project Experience with RJM Oregon Park, Long Beach,CA Venta Spur Trail,Irvine,CA Yorba Linda Park,Yorba Linda,CA Campus El Segundo,El Segundo,CA Education Colonel Bill Barber Marine Corps Memorial Park, University of Southern California/Master of Science in Irvine,CA Civil Engineering Irvine Valley College Open Space,Irvine,CA California State University Long Beach/Bachelor of Santa Clarita Central Park,Santa Clarita,CA Science in Civil Engineering Todd Longshore Park,Santa Clarita,CA Patricia H.Birdsall Sports Park,Temecula,CA Registrations Citrus Ranch Park,Tustin,CA Registered Structural and Civil Engineer/State of California S-2827,C-35224/State of Nevada S-8122, El Dorado Park,Mission Viejo,CA C-8122/State of Arizona S-21825 Sea Terrace Community Park,Dana Point,CA Anaheim Convention Center Streetscape,Anaheim,CA Professional Affiliations Belmont Temporary Swimming Pool,Long Beach,CA Structural Engineers Association of Southern California American Society of Civil Engineers International Conference of Building Officials SAN JUAN CAPISTRANO-SAC RAM ENTO 13 www.RJMdesigngroup.com-[9491 493-2600 City of Pclrh Sprinos, • A P #01-lb On-Call I ondscape Archiieclural Sewices CommunirylnspiredSpaces V� J DESIGN Section C. Firm and Staff Qualifications R MGROUP CA/C.5: References and Project Descriptions The Cove Waterpark „t Project Summary-Issues &Challenges-.-_.__ t •�fa Soon after the decision was made to proceed with the development of the Jurupa Aquatics Facility, it was decided that sustainability was of + paramount importance for the long term success of the project For this project, sustainability encompassed all aspects of the decision making process. This included not only the typical building and site sustainability topics (building efficiency, energy efficiency, water quality and conservation, etc.), but more importantly the project's - - economic sustainability. The goal was to create a facility responsive - • > to community needs while creating every imaginable opportunity to w generate revenue that would help to offset the long term operation and maintenance costs associated with a facility of this magnitude. The goal of economic sustainability is the primary influence behind the resulting +M design of the facility. Very early in the process,this allowed for a careful evaluation and ultimate reduction in the size of the competitive pool from 50 meters, as originally envisioned, to 33 meters. The reduced size while still providing for the needs of the community would reduce operating and maintenance costs associated for that element by 35%. i Other creative considerations that maximize opportunities for revenue generation include the following: joint Use Agreement with High School, resort atmosphere,rental areas,concessions,and deck/lounge areas. In addition to the projects economic sustainability"The Cove Waterpark" incorporates sustainable design considerations relative to both the _ project's building and site development.These techniques include both LEED and CalGreen inspired design solutions. - - - -- _- CPRS Award of Excellence-Facility Design/Aquatics — — —— roiect Size 9 acres I Design Cliant Reference tr ManagerScoff Bangle, General Riverside County Regional Park and Open Space District f'- � ` 14 SAN JUAN CAPISTRANO•SACRAMENTO www.RJM6esigngraUPXDM•[949]493-2600 Ciiy%Tf I';Irrr RI P#0/-1b On-Coll Landscape Archi?ectural Services Cisir,a,,,,,,ty Inspired Spnrre DESIGN Section C. Firm and- Staff Qualifications R,J MGROUP Patricia H. Birdsall Sports Park � I � • Project Summary-Issues & Challenges _ I . RJM DesignGroup,Inc.was selected to facilitate a masterplan design process and prepare plans and specifications for the construction. A preliminary recreation demand analysis was prepared to identify demographic trends and a facility needs analysis including sports organization surveys. A site analysis was also prepared including opportunities and constraints The planning process included a design committee which led a series of community workshops and tours of other facilities to develop a concept for the sports park master plan.The committee consisted of Council Members, Community Services Commissioners, Presidents of Little League, Pony Colt, Pop Warner Football, Youth Soccer and City Staff. The goals of the design committee were to provide a functional,aesthetic design; create a unique park character and emphasize active park uses. Design for this park includes program development and design alternatives arrived at through a comprehensive community workshop process. Through these community meetings and workshops,participants determined specific community needs. The design of this site, focused upon an environmentally sensitive approach including the best management practices. Site grading of the relatively flat site was designed to created landforms that worked in harmony with the recreational elements and developed special interests. The facility includes 4 lighted ball fields, 4 lighted artificial turf soccer fields (one with a football overlay), 4 lighted full court basketball courts, concession stand, two restrooms, office, maintenance building, sports themed tot lot/playground;individual and group picnic areas,barbecues; benches,drinking fountains,walkways,parking lots and security lighting CPRS Award of Excellence i Facility&Park Planning/Sports Fields/Complexes 43 acres . E- ClientReference Herman Parker, Parks & Rec.Director SAN JUAN CAPISTRANO-SACRAMENTO 15 www.RJMdesigngroup.com•(9491493-2600 City Of Palm Springs • Rf P a07-1b On-Call Landscape Architectural Services Communi[y Inspired Spaces DESIGN Section Firm and Staff Qualifications RJ GROUP Lz Oil —----- - 4 �t LJ \a ., Coral Mountain Discovery Park - Conceptual Exhibits • - Project Summary-Issues & Challenges123 acres The 600 acre Coral Mountain Discovery Park is located at the foot of Coral Mountain. Interpretive features include a discovery center,a shaded outdoor �" installation with exhibits and displays, an amphitheater, fire pit, water $15,500.00 feature, picnic tables, and seating. In addition a loop trail with orientation, plant identification,and interpretive signs around 123-acres of the park Ciment Reference The scope of work for the project included the preparation of Community KalmanKevin Participation Workshops to guide the development of a comprehensive General D_ - •nagerrt Recreation Master Plan Document. This document will serve to guide the subsequent r development and insure that it meets the needs of the Community, while serving to protect the unique ecological environment. 16 SAN JUAN CAPISTRANO•SACRAMENTO w".RJMdesigngroup.cam•[949]493-2600 City of Palrti Springs •RFP#07-15 On-Call Landscape Architectural Services Co iryrnsp,,d spaces DESIGN SlOction Firm and Staff Qualifications RJ M GROUP 1000 Palms Community Park ousand Palms, CA • Project summary-lnues & Challenges 8 acres Thousand Palms Community Park is an expansion project to an existing park in the Design - community of Thousand Palms. Getting community buy in was the key to gaining approval for this project. RJM Design Group orchestrated a series of workshops inviting the community to join in the planning process. Construction Cost A series of three (3) workshops were conducted over the course of several months ' and a final consensus plan was arrived at by taking all the workshop participants ideas,designs,and putting them on one final master plan. Chant referann Budgeting was the next step and the project had to be split into phases so that it could KalmanKevin be started. Phase one of the project currently awaits final grant funding approval. General Manager Desert RecreationDistrict •1 kevin@cvrpd.ca.gov SAN JUAN CAPISTRANO•SACRAMENTO 1 www.RJMdesipngroup.00m•(9491493-2600 City of Palrh Springs • R[P 00/-15 On-Call Landscape Archifectural Sorvicas Community msptred spaces Socfion C Firm and Staff Qualifications RJ M�ROUP r. Ontario Town Square Cnt ano, CA Project Summary-_issues& Challenges-- Ye2LDa1jY0feCL The City of Ontario celebrated the grand opening of Ontario Town Square in September 2014 2014 to correspond with the Annual Route 66 Cruisin' Reunion on historic Euclid Avenue.Town Square is a next generation concept born out of the City's effort over the past eight years to transform and revitalize downtown Ontario into a model of • ' sustainable living. The project will provide the City's oldest,most densely populated 1.77 acres and economically underserved neighborhood with its first dedicated green space. DeMgn Fee The City has worked diligently to create a destination in the downtown area that $850 K will provide multiple benefits for residents and area merchants. Some of the first steps in the planning process were to make way for the Town Square Apartments Construction and Townhomes,and Senior Housing adjacent to Town Square. These developments $5.3 million comprise of just under 400 housing units in close proximity to transit systems. The renovated library and LEED Silver City Hall have also helped to enhance the downtown Client Reference core. The creation of Town Square will be another stepping stone to the revitalization Mark Chose of a livable,walkable downtown. CommunityTown Square's park-like open space setting with an open-air amphitheater,iconic clock Services Director tower, palm court, art in the park, wedding garden, children's interactive play area City • • • and garden,and flexible open space for community events,festivals,farmer's market, ' outdoor performing arts,movies in the park,and live music concerts will"Make Life Better"for the community of Ontario. CPRS Award of Excellence/ Park Planning 18 SAN JUAN CAPISTRANO•SACRAMENTO www.RJMdesigngioup.com•[9491493-2600 Cily of Palrti Springs - RFP#0/-15 On-Call Landscape Archilectural Services CammunityInspiredSpaces j DESIGN Section C: Firm and Staff qualifications GROUP C Redhawk Community Park (Dog Park) Tcrnccula, CA • Project Summary-Issues&Challenges 1.6 acres The Redhawk Dog Park is a 1.6 acre park designed for large and small dog use with Design _ the fencing designed to allow the City to close-off sections for turf recovery. The dog park is located within a larger community park. The park amenities include separated entry/exit gates, shaded seating areas, Construction perimeter fencing,drinking fountains for pets and owners,and waste disposal units. 00 011antRefeLeAcp— Kevin Hawkins Director of Community Services City of Temecula (951) 694-6480 kevin.hawkinse cityoftemeculo.org SAN JUAN CAPISTRANO-SACRAMENTO 19 www.RJMdesigngroup.com-[949]493.2600 City of Palm Springs • Pf P#07-15 On-Call I_ondscape Archroclu,al Servces community Inspired Spaces DESIGN Section C: Firm and Staff Qualifications RJ '\Y/'GROUP C.6. Summary of Qualifications The City of Palm Springs should hire RJM Design Group for On-Call Landscape Architectural Services because: ► We have over 25 years of experience providing landscape architectural services to municipal agencies throughout Riverside County including the Desert Recreation District,City of La Quinta, Coachella Valley Water District,City of Thousand Palms,City of Palm Desert,City of Banning,City of Murrieta,City of Temecula,City of Menifee,and City of Yucaipa, No. We are sensitive to political interface. We have experience leading presentations to stakeholders and the public with excellent graphics and communication skills. ► We have over 15 years of project experience in the Coachella Valley and are familar with the ecology and environment in Palm Springs.We understand the laws and ordinances with public projects including ADA Compliance,AB 1881,Cal Green,and LEED specific projects. No. We have seven (7) LEED certified landscape architects on staff specializing in new construction. RJM is well versed in all aspects of LEED design and implementation. We have been the lead consultant for many LEED projects and have achieved the highest Platinum level for a pool and pool building project in the City of Glendale,California. ► We have completed dozens of projects in Southern California over the past few decades. These projects have started from property procurement(that includes master plan designs including costs)giving the client the tools to gain funding,fostering commuity buy-in (through our community workshop process)to gaining all agencies approval be it Parks Commission,Planning Department,City Council,Water Districts,etc. Please visit our website rjm@dmdesigngroup.com for a complete overview of all the projects we have developed. ► The ADA laws and requirements are well known at RJM due to the fact that we have done and are doing so many projects that are currently in the planning process or under construction. This also results in very accurate cost estimating as we have projects that have recently gone out to public bid and have a databse for current bid results. dki ZD SAN JUAN CAPISTRANO•SACRAMENTO www.RJMdesipnproupmm•[9491 493-2600 Community Inspired Spaces ;, DESIGN R,J M GROUP GROUP City of Palm Springs • RFP #07-15 On-Call Landscape Architectural Services Section D: Local Expertise 1 �r �i Jl r i r i F 1 Wind Turbines in Palm Springs SAN JNAN CAPISTRANO•SACRAMENTO www.RJM6esigngrouP.com•r9491493-2600 C ly rr Sr;,r os ire- Community inspired Spo R,j M DESIGN Section D: Local Expertise GROUP D.1 Attoc-]mentA ATTACHMENT "A" `NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED INSIDE ENVELOPE 01, "QUALIFICATIONS/WORK PROPOSAL" REQUESTS FOR PROPOSALS (RFP)N07-15 FOR "ON-CALL"ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES SIGNATURE AUTHORIZATION PROPOSER. RJM Design Group, Inc. A I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the above listed individual or company. I certify that I have the autnority to bind myself4hls company in a contract shouo I be sucoassf I in n proposal / ZS f IAT RB. The following information retales l gal contr r listed above, whether an individual at a company. Place check marks as appropriate t. If successful, the contract language should refer to me/my company as _An Individual, A pannersnlp, Partners' names: A company; x A corporation If applicable, please check below and provide the required license: 1 My firm is a Local Business (Licensed within the Jurisdiction of the Coachella Valley) Copy of current busrnese 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(a)k t ^ .a Is/are hereby acknowledged. SAN JUAN CAPISTRANO-SACRAMENTO 21 www.RJMdesigngfoup.com•[949]493-2600 City of Palrh Springs • RPP#01-lb On-Call Landscape Architectural Services Co=miryfnspUed Spaces JDESIGN Section D Local Expertise M GROUP D 2:Team Members Local Experience Eric Chastain, RJM Project Manager, was the lead consultant/project manager for: > Indian Wells Tennis Garden,Indian Wells,CA Thousand Palms Fire Station and Training Facility Cabazon Fire Station La Quinta Fire Station Coachella Valley Water District Admin.Offices,Palm Desert CA Yucca Valley Community Park,Desert Recreation District,CA 4 Coral Mountain Discovery Park Concepts in La Quinta,Desert Recreation District,CA -4 Desert Recreation District's On-Call Services -i Additional Client References in Coachella Valley: Tom Hartung,Director of Building and Safety,City of La Quinta(760) 777-7013 Leah Rodriguez,Senior Development Specialists,Riverside County EDA(760) 863-2534 Andre Schmidt,Cal Fire/Riverside County Fire Department(951)940-6804 � A r� 22 SAN JUAN CAPISTRANO•SACRAMENTO www.RJMdesigngroup.cum•[9491 493-2600 City of Palm Springs - RI P n0/-15 On-Call Landscape Architectural Seeviccs Nk Community Inspired Spaces R,J M DESIGN Section D: Local Expertise GROUP Michael Sutton, Civil Engineer at RBF Consulting/Michael Baker International, was the lead consultant/project manager for: Cherry Avenue Channel Improvements,Beaumont,CA Las Montanas Multi-Use Project Master Plan and EIR, Palm Desert,CA Indian Wells Town Center,Indian Wells,CA - Eisenhower George and Julia Argyros Health Center, La Quinta,CA Whitewater Channel Slope Protection,Coachella,CA Bob Hope Drive and Dinah Shore Drive Street Improvements,Rancho Mirage,CA Marriott Shadow Ridge, Palm Desert,CA Garden of Champions Tennis Stadium Complex,Indian Wells,CA Michael Baker International dba RBF Consulting is a local consultant with offices in Palm Desert (business license below): Michael Baker I N T E R N A T I O N A L City of Palm Desert 93-5101 wa.g o m.Palm o ..M CA W2W (710)346-0611 CERTIFICATE NOT TRANSFEggBL[ fI 6USINE55 NAME: f a B F C0,4s r.NC 6ua iLOCATION: APS7121 ENGINEERING SERVICES 74130 COUNTRY CLUB DR i PL60? 6UswESS OWNER R 8 F CONSULTrur I 1545 i4-009plfi 9 i R R F CONSUL71MG E O BOX 57057 .RVINE CA 92619-705-1 12/31!IS b+�orMo�orces a M a�Trll.a SAN JUAN CAPISTRANO•SACRAMENTO 23 www.RJMdesigngfoup.com•[9491493-2600 Community Inspired Spaces ;, R,J M DESIGN GROUP City of Palm Springs • RFP#07-15 On-Call Landscape Architectural Services Section E : Appendix yl ti . 4 r Aerial View of Palm Springs, California SAN JUAN CAPISTRANO•SACRAMENTO www.RJMdesigngroup.com•[9491493-2600 C r� �f ' ,I ��;n^os • :I I' � i)�, " I' ;nds�,c:�;c re;h ( ?JI �cv ;c, commm tyrnspimdspmss Q J DESIGN Appendix R MGROUP Contract Review RIM DESIGN GROUP, INc. has established a reputation of integrity and professionalism within our industry. Our due diligence in performing client services begins with our proposal preparation,contract review and negotiation, and carries through to project completion. We have reviewed the Professional Services Agreement for the On-Call Architectural and Landscape Architectural Services for the City of Palm Springs. As part of this review, we identify items which may not conform to the terms of our insurance coverage and/or to California Civil Code section 2782.8 which regulates contracts between public agencies and design professionals. Upon selection of this project, we would like to discuss the following requested changes pertaining to the Professional Services Agreement. All suggested additions and/or deletions to the contract language are in blue. Page 15-1.0 Services of Contractor, 1.1 Scope of Services;lines 5-6, ......Consultant represents and warrants that this Agreement requires specialized skills and abilities and is consistent with this understanding,Consultant is a provider of first elasswork and professional services... Page 15-1.0 Services of Contractor;1.1 Scope of Services;line 8; .....light of such status and experience, Consultant covenants that it shall follow the highest industry accepted professional... Pages 15-16 -1.0 Services of Contractor;1.1.Scope of Services;line 10,page 15 and line 1,page 16; .....the phrase "highese industry accepted professional standards' shall mean those standards of practice recognized as industry accented quality among well-qualified and experienced professionals... Page 16-1.0 Services of Contractor;1.3 Compliance with Law;lines 1.2, Consultant cnarranfsrenresents that all Services rendered hereunder shall be performed in accordance with all currently applicable federal,state,and local laws... Page 16-1.0 Services of Contractor,•1.5 Familiarity with Work-line 1; By executing this Agreement, Consultant warrants-represents that Consultant ... Page 16-1.0 Services of Contractor;1.5 Familiarity with Work;line 5, .....Services involve work upon any site,Consultant warrants_represents that Consultant has or will... Page 24-5. Insurance,5.5. Verification of Coverage;3.;line 2; .....thereof,the issuing company will mail 30 days written notice(or ten(t 0)days'notice if due to non-payment of premium)to the Certificate Holder... Page 25 - 6. Indemnification; 6.2 Design Professional Services Indemnification and Reimbursement,A.; lines 1 and 2, To the fullest extent permitted by law,Consultant shall indemnify defend (at Constiltant's sole cost and expense), protect and hold harmless... Page 25 - 6. Indemnification, 6.2 Design Professional Services Indemnification and Reimbursement,•A.; line 9; ....from Consultant's negligent,reckless or wiH€ul wrongful performance of or failure to perform... Page 25 - 6. Indemnification; 6.2 Design Professional Services Indemnification and Reimbursement, B., lines 3-6; ....Party may incur by reason of Indemnified Claims. defend with legal Counsel reasonably aeceptable to the Indemnified Party all Clainas against the indenmiked Par ty that may arise out cF,pertain to,or relate to Indemnified Claims,whedle! ot not 6onsultant is named as_9 pa"ty to the Claim pruceeding. SAN JUAN CAPISTRANO-SACRAMENTO 25 www.RJMdesigngmup.com-[9491493-2600 y r)I I +l, Seri' C,s • 21 I) n I ;­u75cr il: c /ArOh ( :'I Commwiry Inspired Spaces R,j M DESIGN Appendix GROUP Attachment B ATTACHMENT"B" 'THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS/WORK PROPOSAL(Envelope#1)a NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL STATE OF CALIFORNIA) ss COUNTY OF RIVERSIDE) The undersigned, being first duly sworn, deposes and says that he or she is Larry P.Ryan.Principal M RJM Design croup,IM the party making the foregoing Proposal. That the Proposal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Proposal is genuine and not collusive or sham; that the Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham Proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Proposal, or that anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Proposal price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Proposal price, or of that of any other Proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Proposal are true; and, further, that the Proposer has not, directly or indirectly, submitted his or her Proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization. Proposal depository, or any other member or agent thereof to effectuate a collusive or sham Proposal. B : "- XA �- Title: Principal Subscribed and sworn to before me this 10 day of April 2015 26 SAN JUAN CAPISTRANO•SACRAMENTO www.RJMdesigngroupxcm•[949]493-2600 ,7ry,) _;iri, Sr>nnrj • I:I P ;Iil It)- )r, '.,dI `nr ir nu; r, _rrJl tic vI_;o:- Community Inspired Spozas j DESIGN Appendix GROUP CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT r,:`.nu'sv-.v�r "=f+.'GCC.?iG�r".0.�'..�c[rYX.NG�Sl:G.A± `aT:-�::ti�':u.::Yz��.�...�:�.L�n..ii'<•^i.`=ea. .. 'Slate 11 California Cnumy of On Defnre me, rC,oU :,ersonally apwalsd L4l1'n._ 1�. who proved to no an the bass ul satr fudury uva)rncc In be Ulu piuncri eA'hosd namp.(y'f AtV 9uhsrntled to the within instrument and acknowledged to ma tllut helsy(e/t*exewted Ule Sams In NS4 441thgelr out 1onved rapacity(pk), and thrill Ivy hia4*411dir slgnalure(Aon the Imrtnlmem the perscriM, 01 the entity upon half Of ruhlch the personQO acted,lame tod the. nshtnndht PL%GMLE im NE v20 4n I certify under PLNALI Y OF PERJURY under the tawu C*IanYsMon�211124p= PRIMP public-CYMauu al 010 Sid%of California that the loregoing pamgrnph Is ova"I County Imo and rnnnrT Gann1.FA res Oct f9 2017 WITNESS my Irarld and ofldal seal it Signature ' / LG.r /gist ems •. , OPTIONAL 7mu9n fM NFANnIlIIKaI UNMw a:.il eyvNW try dart;N rl(J)'nrd'o ViANIb'C M pCraaLa mll'/47 fwr in,O(Y]rmA.r arU rau4l lrrmwrf hN[NIINf:r/ Gm01!nf•3ltd r4R:lflm[VN^r nr;e Orm M rttnNror-dr-ulurM Description of Attached Documant TWO ul Tim of,'lucuntow 0lR.9r11e11t Wa11f. N';mtt M 1 ageC SivnerlNl Oipal Than Nan1ed Auam. Capaclty(li Claimed by Signer(*) SIGHTS Namr.� __ 9iuner's Nurne, If gYVldllai II1l11VW1111 _. Carparate 011,m. _. rlllalaf _.. Gnrpmalo o0,wr._.-fille(s) Par,ur— Linmod Gamial Pmtncv tJm.ind i:enern• nncmny r Fact Atlarley n Fax,! IInAIPY '�Yu� nn� in n,Ir Hr ♦ � .na. ..i GuaJlarl ur Currservnlor Conservator Cnhel OO oI. 5'9nur to Etupreaen4ng- _—_ Signor Is 7WIesWlbnu _. 1'4T�.R'iRVw'`CiRWCTr»♦ZFZiSR�f'�T$C�11'�'/!PI,YYV•))'N?:.fv Cfl;A-."l',Y��:.c',K^v.r}•yr.�P.}LgZ'�:lY%'�x Aw'�. O:[P N6.w MYq Mryey.n.qY'."�ioM Va M1.wpa]nee....dal lllsi.......rr.p�Jpy.ry 4-.rsl.: rbum•C+I Atirar lA 4a N:• SAN JUAN CAPISTRANO•SACRAMENTO 27 www.RJMdes,gngroup.com•[949]493-2600 Knowledge inspires us to create spaces in natural harmony with our environment. Upon analyzing the sequence of numbers 1, 2, 3, 5, 8, 13, 21, 34, 55, 89, 144, 233, the 13th-century Italian mathematician Fibonacci realized that each number was the sum of the two preceding numbers. Divide a Fibonacci number after the 14th number in the sequence by the next highest number, and the quotient is .618034 times as large as the number that follows. This natural equation is used in art and architecture and is the basis for the shape of I' playing cards, The Parthenon, sunflowers, nautilus shells, and the great spiral galaxies of outer space. The Greeks called it "The Divine Proportion". 1 Community Inspired Spaces i %�`' ,',�'�•n�' =R� i RJM Design Group, Inc. .618034 31591 Camino Capistrano San Juan Capistrano, CA 92675 13, i'. 34, 44, )33 rjm@rjmdeslgngrolip.com www.RJ M designgroap.com [9491493-2690 fax\ [9491 493-2600 phone EXHIBIT "D" SCHEDULE OF COMPENSATION CONSULTANT'S SCHEDULE OF FEES FOLLOWS THIS PAGE Exhibit"D" y n.'PUIT Sprug[ ?�q g(1 1,,-��F 'CSDI E �7r.�hdP E.rO JBf;r;g5 t iry, d MI Cost Proposal/Hourly Rates RJ Ms�P CONSIHMANTS'HOHRIN RAMS The client agrees to pay Consultant as compensation for all authorized work included in the scope of work heretofore stated,at the hourly rates*below: RIM DF I rN rROUP, INC. Principal Landscape Architect $145 -$165 per hour Associate Landscape Architect $130-$140 per hour Landscape Architect $115-$125 per hour job Captain/Landscape Designer $100-$110 per hour Irrigation Designer $ 95-$105 per hour CADD Technician $ 85-$ 95 per hour Draftsperson $ 70-$ 80 per hour Word Processor $ 55-S 65 per hour MICHAE.L.BAKER INTERNATIONAL(civil engineering) Principal $250 per hour Senior Project Manager $200 per hour Project Manager $195 per hour Senior Engineer $168 per hour Project Engineer $152 per hour Design Engineer/Senior Designer/Mapper $139 per hour Design Technician $100 per hour Assistant Engineer/Planner $ 96 per hour Engineering Aid/Planning Aid $ 77 per hour Office Support/Clerical $ 65 per hour 2-Person Survey Crew $250 per hour 1-Person Survey Crew $165 per hour Licensed Surveyor $185 per hour Field Supervisor $175 per hour tk]<_c(electrical engineering) Principal $210 per hour Sr.Associate $195 per hour Associate $185 per hour Sr.project manger/Sr. Lighting Design/Sr.System Engineer $175 per hour Project Manager/Lighting Designer/System Engineer $150 per hour Engineer/Assistant Lighting Design/Assistant System Engineer $130 per hour Designer $110 per hour CAD/ BIM Specialist $90 per hour Clerical $ 75 per hour ADS CONSI I .TIN G ENGINEERS(structural engine,prin¢) Principal $150 per hour Project Engineer $135 per hour CADD Operator/Drafter $ 95 per hour Technical Typing and Reproduction $ 85 per hour Site Visit $135 per hour *charges for subconsultant services are billed at cost plus a 15%coordination fee. SAN JUAN CAPISTRANO•SACRAMENTO www RJMd"ipngrmp can•19491493-2600 _ 'y _I -o rn Jpring5 . Qr, CmmumNYlnsplraG Spars �� DESIGN Cost Proposal/Hourly Rates RJ MtiltouP Billings for all time and materials and contract extension work shall be in accordance with the level of work performed based on the categories listed above. Hourly rates will be escalated each August 1st in accordance with any increase in the Consumer Price Index or other mutually agreed upon cost index, beginning with August 1, 2015. Provisions for fee escalation pertain to all contract extensions and additional work REIMBURSABLE EXPENSES(Estimated Allowance) When incurred,the following project expenses will be billed at cost plus 15%administrative fee in addition to the above fee proposal: • Printing,plotting,copying,scanning,photography,graphic expenses • Delivery and handling of documents,shipping • Permits,plan check,and inspection fees • City business license • Soils testing PAYMENTS Payments are due and payable on a monthly basis following the completion of any substantial phase of work Carrying charges for overdue accounts beyond 30 days of billing date are charged at 1.5% of the amount due,compounded monthly. ADDITIONAL.SERVICES Professional services not specifically identified in the scope of work will be considered additional services and may be performed at Client's request, reimbursable at consultant's standard hourly rates. Additional services may include,but are not limited to: • Additional meetings,presentations,or site visits beyond those identified in the scope of work • Exhibit preparation beyond that identified in the scope of work- Revisions to documents required as a result of changes in Client's direction;changes subsequent to Client's approval; or changes in governmental codes or regulations. • Design of improvements beyond the designated project site,or due to changes in project phasing schedule. • Engagement of other consultants not specifically identified below. SAN JUAN CAPISTRANO•SACRAMENTO 2 www RJMd"1gngmup.=-[9491490-2600 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"