Loading...
HomeMy WebLinkAboutA6783 - URRUTIA A.I.A. & ASSOC INC. - ON-CALL ARCHITECTURAL SERVICES OF PALv' Sp City of Palm Springs Marcus Fuller Assistant City Manager-Engineer 3200 E.Tahquin Canyon Way,Palm Springs,CA 92262 Tel 760.322.8380 • Fax 760.323.8207 •TDD 760,864.9527 Slarcus.Fuller@pelmspringsca.gov • w palmspingsca.gov March 2, 2020 Urrutia Architects ATTN: Francisco J.Urrutia 165 Luring Drive Palm Springs,CA 92262 Re: On-Call Architectural Services Agreement No. 6783 Dear Mr.Urrutia: The referenced agreement expired on December 31, 2018 and in accordance with Section 3.4 of said Agreement may be extended at the discretion of the City Manager. This is to inform you that we wish to extend the Agreement for an additional year to December 31, 2020. This is the second of 2 one year extensions provided for in said agreement. If you have any questions or concerns regarding the extension of this agreement, please contact me at your earliest convenience. Sincerely, Marcus L. Fuller Assistant City Manager/City Engineer Approved by: aJ .3 eZ•� David H. Ready, ger Date Please sign and return to the City of Palm Springs to agree to extending Agreement 6783 for one 'ng Dec ber 31,2020. 3/9 /Zoao Urrutia Architects Date 01fV'(D w c4AAKe" 51WR- cc: Engineering File APPROVE)BY crry COUNCa PO Box 2743, Palm Springs, California 92263 LI IE ±4l T II LM:S C 1 ®f Palm S it _11 -- S Marcus Fuller ��oRPo� o�q' Assistant City Manager-Engineer ! 3200 E.Tahquitz Canyon Way, Palm Springs,CA 92262 Tel 760.322.8380,• FSLx 760.323.8207 • TDD 760.864.9527 MarCLIS.FUIler@pa l ms pri n gsca.gov • ww�,v.palmspingsca.gov June 10, 2019 Urrutia Architects ATTN: Francisco J. Urrutia 165 Luring Drive Palm Springs, CA 92262 Re: On-Call Architectural Services Agreement No. 6783 Dear Mr.Urrutia: The referenced agreement expired on December 31, 2018 and in accordance with Section 3.4 of said Agreement may be extended at the discretion of the City Manager. This is to inform you that we wish to extend the Agreement for an additional year to December 31, 2019. This is the first of 2 one year extensions provided for in said agreement. If you have any questions or concerns regarding the extension of this agreement, please contact me at your earliest convenience. cerely, i arcus L.Fuller Assistant City Manager/City Engineer Approved by: David H. Ready, Ci ager Date Please sibn and return to the City of Palm Springs to agree to extending Agreement 6783 for one (1) year endVig December 31, 2019. July 1,2019 i UUrrutifYchitects Datecc: g File _ PO Box 2743, Palm Springs, California 92263 CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT ON-CALL ARCHITECTURAL SERVICES THIS PROFESSIONAL SERVICES AGE MENT (hereinafter "Agreement") is made and entered into, to be effective this _V6M day of W 2015, by and between the CITY OF PALM SPRINGS. a California cliarfer city and municipal corporation, (hereinafter referred to as "City") and URRUTIA A.I.A. & ASSOCIATES, 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" 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" Architectural Services for a variety of future City projects pursuant to the terms of this Agreement. C. Consultant is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided herein. D. City desires to retain Consultant to provide such professional services. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit 'A" which is attached hereto and is incorporated herein by reference (hereinafter referred to as the "Services" or "Work"). As a material inducement to the City entering into this Agreement, Consultant represents and warrants that this Agreement requires specialized skills and abilities and is consistent with this understanding, Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work and Services contemplated herein and, in light of such status and experience, Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required hereunder. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2)the Scope of Services; (3) the City's Request for Proposals; and, (4) the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"). (collectively referred to as the "Contract Documents"). The City's Request for Proposals and the Consultant's Proposal, which are both attached as Exhibits "B" and "C", respectively, are incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Consultant's Proposal. All provisions of the Scope of Services, the City's Request for Proposals and the Consultant's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest Page 1 of 17 priority document, which shall be determined in the following order of priority: (15) 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"') the provisions of the Consultant's Proposal (Exhibit "C"). 1.3 Compliance with Law. Consultant warrants that all Services rendered hereunder shall be performed in accordance with all applicable federal, state, and local laws, statutes, and ordinances and all lawful orders, rules, and regulations promulgated thereunder, including without limitation all applicable Cal/OSHA requirements. 1.4 Licenses, Permits, Fees and Assessments. Consultant represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work and Services under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the Work and Services required by this Agreement, and shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Performance of Services. City Manager or the City Engineer, as provided in Section 2.1 of this Agreement, shall have the right at any time during the term of this Agreement to order the performance of services as generally described in the Scope of Services to perform extra or additional work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No Work may be undertaken unless a written order is first given by the City Manager or the City Engineer to the Consultant, incorporating therein the identification and description of the Work to be performed, a maximum or not to exceed amount for such Work, and the time to perform this Agreement. Page 2 of 17 1.9 Unauthorized Aliens. Consultant hereby represents and warrants that it will comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§1101, et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of any work and/or services under this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to reimburse City for any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, or penalties which arise out of or are related to such employment, together with any and all costs, including attorneys' fees, incurred by City. 2.0 COMPENSATION 2.1 Maximum Contract Amount. City and Consultant hereby acknowledge and agree that the scope of services required by this Agreement will vary dependent upon the number, type, and extent of the services or work the Consultant shall provide; and no guarantee of the extent or the type of services required of Consultant under the terms of this Agreement is made by the City. The annual level of services required by this Agreement is unknown, and may significantly increase or decrease from year to year. In acknowledgement of the fact that the number and type of City projects requiring the Consultant's services has not been identified for this contract, City and Consultant hereby acknowledge and agree that a specific "Maximum Contract Sum" shall be imposed on each separate project that the City may assign Consultant as provided in Section 1.8 and in this Section 2.1 . Each such separate project shall be identified as a Task Order or a Purchase Order authorized by the City Engineer or the City Manager as provided in this Section 2.1. For the services rendered pursuant to this Agreement, the Consultant shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "D" and incorporated herein by this reference. The method of compensation may include: (i) a lump sum payment upon completion, (ii) payment for time and materials based upon the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "D", or (iii) such other methods as may be specified in the Schedule of Compensation. Compensation shall include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense, and all other necessary expenditures required to perform the professional services under this Agreement. Compensation shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City; Consultant shall not be entitled to any additional compensation for attending said meetings. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates, and that Consultant shall not be entitled to additional compensation therefore. It is expressly agreed that the maximum contract amount of this Agreement is undefined, and is subject to the number and type of City projects requiring the Consultant's services throughout the duration of the term of this Agreement, if any. Consultant shall be entitled to compensation in accordance with separate City authorized "Task Orders" (Purchase Orders) with corresponding Not-to-Exceed payment amounts established pursuant to the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "D". Consultant's compensation shall be limited to the amount identified on each separate, individually authorized Task Order corresponding to a City project requiring the services of the Consultant. By approval of this Agreement, the City Council hereby authorizes the subsequent approval of individual Task Orders (Purchase Orders) in those amounts sufficient to cover the cost of required services (pursuant to Schedule "D") necessary for City projects, subject to existing cost limits established by municipal code. Page 3 of 17 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation (Exhibit "D"), in any month in which Consultant wishes to receive payment, no later than the tenth (10) working day of such month, Consultant shall submit to the City, in a form approved by the City's Finance Director, an invoice for services rendered prior to the date of the invoice. Such requests shall be based upon the amount and value of the services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt of the invoice or a soon thereafter as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Changes in Scope. In the event any change or changes in the Scope of Services is requested by the City, the Parties shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to, any additional professional fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or (b) to provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement. If such appropriations are not made, the City Manager may terminate this Agreement as provided in Section 8.3 of this Agreement; otherwise, there shall be no funding for any work or services and Consultant shall not be entitled to payment for any work or services that Consultant may provide. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon Schedule of Performance for each Task Order. 3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty(180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant (financial inability excepted), including, but not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City, if Consultant, within ten (10) days of the commencement of such delay, notifies the City Manager in writing of the causes of the delay. The City Manager shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the City Manager such delay is justified. The City Manager's determination shall be final and conclusive upon the Parties to this Agreement. In no event shall Consultant be entitled to recover damages Page 4 of 17 against the City for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement pursuant to this section. 3.4 Term. Unless earlier terminated under the terms of this Agreement, this Agreement shall continue in full force and effect for an initial term through December 31, 2018, At the sole discretion of the City Manager, upon written notice to Consultant and mutual agreement, the term of this Agreement may be extended for two (2) additional one (1) year terms. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is hereby designated as being the principal and representative of Consultant authorized to act in its behalf with respect to the Services to be performed under this Agreement and make all decisions in connection therewith: Frank Urrutia. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. 4.4 Independent Contractor. A. The legal relationship between the Parties is that of an independent contractor, and nothing herein shall be deemed to make Consultant a City employee. During the performance of Page 5 of 17 this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services hereunder. If for any reason any court or governmental agency determines that the City has financial obligations, other than pursuant to Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subcontractors, or agents, Consultant shall indemnify City for all such financial obligations. 5. INSURANCE 5.1 Types of Insurance. Consultant shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Consultant, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which Page 6 of 17 may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims made' basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence' basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of $10,000, and the City Page 7 of 17 Manager may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. 5.3.8 Consultant shall provide proof that policies of insurance required herein expiring during Page 8 of 17 the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured..." ("as respects City of Palm Springs Contract No._" or "for any and all work performed with the City"may be included in this statement). Page 9 of 17 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract No._" or "for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6. INDEMNIFICATION 6.1 To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties'), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims'), including but not limited to Claims arising from injuries to or death of persons (Consultant's employees included), for damage to property, including property owned by City, from any violation of any federal, state, or local law or ordinance, and from errors and omissions committed by Consultant, its officers, employees, representatives, and agents, that arise out of or relate to Consultant's performance under this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Consultant's indemnification obligation or other liability under this Agreement. Consultant's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 6.2 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, defend (at Consultant's sole cost and expense), protect and hold harmless City and its elected officials, officers, employees, agents and volunteers and all other public agencies whose approval of the project is required, (individually "Indemnified Party", collectively "Indemnified Parties') against any and all liabilities, claims, judgments, arbitration awards, settlements, costs, demands, orders and penalties (collectively "Claims'), including but not limited to Claims arising from injuries or death of persons Page 10 of 17 (Consultant's employees included) and damage to property, which Claims arise out of, pertain to, or are related to the negligence, recklessness or willful misconduct of Consultant, its agents, employees, or subcontractors, or arise from Consultant's negligent, reckless or willful performance of or failure to perform any term, provision, covenant or condition of this Agreement ("Indemnified Claims"), but Consultant's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or willful misconduct of the City and its elected officials. Officers, employees, agents and volunteers. B. Consultant shall reimburse the Indemnified Parties for any reasonable expenditures, including reasonable attorneys' fees, expert fees, litigation costs, and expenses that each Indemnified Party may incur by reason of Indemnified Claims. Upon request by an Indemnified Party, Consultant shall defend with legal counsel reasonably acceptable to the Indemnified Party all Claims against the Indemnified Party that may arise out of, pertain to, or relate to Indemnified Claims, whether or not Consultant is named as a party to the Claim proceeding. The determination whether a Claim "may arise out of, pertain to, or relate to Indemnified Claims' shall be based on the allegations made in the Claim and the facts known or subsequently discovered by the Parties. Consultant's indemnification obligation hereunder shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified hereunder are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. C. The Consultant shall require all non-design-profession sub-contractors, used or sub- contracted by Consultant to perform the Services or Work required under this Agreement, to execute an Indemnification Agreement adopting the indemnity provisions in sub-section 6.1 in favor of the Indemnified Parties. In additions, Consultant shall require all non-design-professional sub-contractors, used or sub-contracted by Consultant to perform the Services or Work required under this Agreement, to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement, as well as any other insurance that may be required by Contract Officer. 7. REPORTS AND RECORDS 7.1 Accountinn Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed pursuant to this Agreement. For this reason. Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work or Services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination Page 11 of 17 of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of Califomia. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such notice. City shall pay Consultant for Services performed through the date of termination. Upon receipt of such notice, Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. Thereafter, Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. In addition, the Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty Page 12 of 17 (60) days written notice to the City, except that where termination is due to material default by the City, the period of notice may be such shorter time as the Consultant may determine. 8.4 Default of Consultant. A. Consultant's failure to comply with any provision of this Agreement shall constitute a default. B. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for any and all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 8.3. C. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.4.13, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein. 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.8 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non-judicial proceeding, the prevailing Party shall be entitled, in Page 13 of 17 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 Party in such litigation or proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership, or association in which he/she is, directly or indirectly, interested in violation of any state statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. A. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any settlement made without Consultant's consent or in the event City fails to cooperate in the defense of Page 14 of 17 any suit or claim, provided, however, that such defense shall be at Consultant's expense. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notices. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission, and shall be deemed received upon the earlier of (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To Citv: City of Palm springs Attention: City Manager 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: Urrutia A.I.A &Associates, Inc. Attention: Frank Urrutia 165 N. Luring Way Palm Springs, CA 92262 Telephone: (760) 327-6800 Facsimile: (760) 327-6813 10.3 Entire Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter hereof. No amendments or other modifications of this Agreement shall be binding unless executed in writing by both Parties hereto, or their respective successors, assigns, or grantees. 10.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for herein, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party hereto. Page 15 of 17 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. (SIGNATURES ON FOLLOWING PAGE) Page 16 of 17 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated herein. "CITY„ City of Palm Springs Date: David H. Rea City Managedy APPROVED BY CITY COUNCIL �oa116 2F Ab��� APPROVED AS TO FORM: ATTEST By: Bey �Jame Dou as C. Holland, s Thompson, City Attorney City Clerk APPROVED BY CITY COUNCIL: Date: Agreement No. Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer. CONSULTANT NAME: Urrutia A.I.A&Associates, Inc. 165 N. Luring Way Palm Springs, CA 92262 By i d) Signature (Notarized) Page 17 of 17 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy, or validity of that document. State of California ) County of Riverside ) On 0&- 2co/S before me, Angel Mendez Notary Public Date Here Insert Name and Title of the Officer personally appeared ,7- 64 i/zza Name(4 of Signer(t) who proved to me on the basis of satisfactory evidence to be the person(srwhose name($) is/W& subscribed to the within instrument and acknowledged to me that he/sbe they executed the same A his/herkheir authorized capacity(iae),and that by his/herltkeir signatureM on the instrument the person(s), or the entity upon behalf of which the person(9) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ANGEL MENDEZ Commission#2028913 WITNESS my hand and official seal. Notary Public- California Z Riverside County 9My Comm.Expires Jun 14,2017 r Slgn turel..� - Sig attire of Notary blic Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: _L7_ — Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association -www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 EXHIBIT "A" SCOPE OF SERVICES General Scope of Services for "On-Call' Architectural Services — Consultant shall provide first class as-needed licensed on-call architectural services for various City Projects as assigned. Responsibilities may include, but are not limited to, the following: ('all services may or may not be necessary on each assigned project) 1. Facilities requirements and utilization studies. 2. Feasibility studies for new, renovation, and alteration projects. 3. Facility studies and audits to determine compliance with various federal, state, and local regulations. 4. Facility assessments. 5. Space allocation for HVAC, plumbing, electrical, cabling, safety systems and other infrastructure upgrades/improvements. 6. Conceptual drawings and plans as may be requested by the City for projects being contemplated. 7. Attend meetings and prepare presentations and Staff Reports for city advisory boards, commissions and the City Council when said meetings relate to projects covered by this contract, and as warranted and directed by the City Manager or his designee. S. 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 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 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. Exhibit "A" Page 1 of 2 EXHIBIT "A" SCOPE OF SERVICES 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 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 of sub-consultants for consideration and reserves the right of approval of any sub-consultant selected by the Architect on any assigned project. END OF EXHIBIT "A" Exhibit "A" Page 2 of 2 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS CITY'S REQUEST FOR PROPOSALS FOLLOWS THIS PAGE Exhibit "B" CITY OF PALM SPRINGS, CA NOTICE INVITING PROPOSALS FOR RFP#07-15 "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals from qualified licensed professional firms to provide the City with "on-calf' Architectural and/or Landscape Architectural Services for various City projects (hereinafter the "Project'). PROJECT LOCATION: Various locations within the City of Palm Springs, to be assigned on a case-by-case basis, as projects are approved, funded and required by the City. SCOPE OF SERVICES: The scope of work will consist of providing "on-call' professional Architectural and/or Landscape Architectural Services as more fully set forth and described in the RFP documents, for various City projects assigned. OBTAINING RFP DOCUMENTS AND ADDENDA: The RFP document may be downloaded via the internet at www.palmspringsca.gov (go to Departments, Procurement, Open Bids & Proposals), or by calling the Office of Procurement and Contracting, (760) 322-8373. Upon downloading the RFP via the internet, contact Marina Williams, Procurement Specialist I, via email at Marina.Williams(o�palmspringsca.gov to register as a firm interested in this project. Failure to register may result in not receiving addenda to the RFP. EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been developed in the Request for Proposals (RFP) format for Professional Services. Accordingly, firms should take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee to determine which proposal best meets the qualifications and requirements set forth in the RFP document. PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council. The selected firm will be required to comply with all insurance and license requirements of the City. DEADLINE: All proposals must be received in the Procurement and Contracting Office, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, TUESDAY, APRIL 14, 2015. The receiving time in the Procurement Office will be the governing time for acceptability of Proposals. Telegraphic and telephonic Proposals will not be accepted. Reference the RFP document for additional dates and deadlines. Late proposals will not be accepted and shall be returned unopened. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. Craig L. Gladders, C.P.M. Procurement and Contracting Manager March 11, 2015 RFP#07-15 Page 1 of 12 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 QualificationslWork Proposal envelope. RFP#07-15 Page 2 of 12 ATTACHMENT "B" — Non Collusion Affidavit Form. *Must be completed and included with QualificationsiWork Proposal envelope. ATTACHMENT "C" — Sample boilerplate Contract Services Agreement (for reference only) 2. BACKGROUND: The City of Palm Springs is a Charter City in eastern Riverside County, CA with a population of over 48,000. The City owns and operates Palm Springs International Airport (PSP) as well as many other public facilities within the community such as the City Hall, the Fire Stations, Police Headquarters, Pavilion and Leisure Center, Convention Center, Visitors Center, Animal Shelter, Plaza Theater, Waste Water Treatment Plant, Downtown Parking Structure, and main Library Center, to name a few. The City has on-going requirements for professional architectural and landscape architectural services to support various projects that may be required to maintain, improve, or expand its facilities and infrastructure over the next five (5) years. The types of projects that may be contemplated under this contract for on-call architectural and landscape architectural services include, but are not limited to, remodeling, repurposing, and refurbishing existing public facilities; restoration, repurpose and refurbishment of designated historic public structures; design of completely new public municipal government structures or facilities; space allocation planning; infrastructure upgrades; demolition plans for unused facilities; signage design; landscape design for public parks, parkways, medians and public buildings; conversion of existing public landscape to drought tolerant desert landscape; and artificial turf landscape. The selected consultant(s) shall be required to demonstrate successful experience and capacity to provide architectural and landscape architectural services to a municipal government agency for the types of projects named above. Note that projects with Federal or State grant funds may be excluded from this contract pursuant to the applicable terms and conditions of the grant requirements. The City intends to award one or more contracts for on-call Architectural and Landscape Architectural Services with an initial term of three years, with two one-year extensions upon approval of the City Manager and mutual consent of the selected Consultant(s), for a total maximum term of five years, unless mutually extend by the parties. The assignment of projects to the on-call firms is not guaranteed and is at the sole discretion of the City. 3. SCOPE OF WORK: The selected Consultant(s) shall provide first class as-needed licensed on-call architectural and/or landscape architectural services for various City Projects as assigned. Responsibilities may include, but are not limited to, the following: (*all services may or may not be necessary on each assigned project) 1. Facilities requirements and utilization studies. 2. Feasibility studies for new, renovation, and alteration projects. 3. Facility studies and audits to determine compliance with various federal, state, and local regulations. 4. Facility assessments. 5. Space allocation for HVAC, plumbing, electrical, cabling, safety systems and other infrastructure upgrades/improvements. 6. Conceptual drawings and plans as may be requested by the City for projects being contemplated. 7. Attend meetings and prepare presentations and Staff Reports for city advisory boards, commissions and the City Council when said meetings relate to projects covered by this contract, and as warranted and directed by the City Manager or his designee. RFP#07-15 Page 3 of 12 8. Move assigned projects through all City entitlement processes, including but not limited to, architectural review, planning approval, building & safety, and engineering, including Council award if applicable. 9. Architectural and/or Landscape Architectural services for designated historic buildings and sites , as well as completely new construction, alteration, and renovation projects to include project design, evaluation, planning, handicapped accessibility, and engineering services (civil, structural, MEP, land surveying, etc.) incidental to the project. 10. Preparation of reports, phase and construction phase schedules, preliminary documents, working drawings, construction drawings, specifications, bid documents and construction cost estimates. 11. Provide value engineering, construction management, coordinate and conduct meetings with city staff, contractors, and other stake holders as may be required. 12. Perform construction phase services, provide CADD documentation, assist in warranty review and participate in project close-out phase of projects as may be required. 13. Submit invoices monthly with detailed account of staff hours attributed to specific project billings with all staff hours attributed to project. Use City provided project numbers or identifiers so that each project can be separately accounted for. 14. Cooperate, coordinate and communicate with all internal City departments as necessary. It will be the responsibility of the successful firm(s) to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. All proposals must be made on the basis of the requirements contained herein. Individual tasks may require supervision, consultants, materials, equipment and supplies necessary to complete any services required. All services shall be performed in compliance with industry and professional standards and all applicable federal, state, and local laws, ordinances and regulations including Americans with Disabilities Act (ADA), 2010 (or most applicable current at the time of assigned project) Edition of the California Building Code, and the rules and ordinances of the County of Riverside and the City of Palm Springs. The City further reserves the right, when applicable and in the best interests of the City, to require the Architect or Landscape Architect to engage sub-consultants with special expertise when the unique circumstances of a particular project warrants such additional services. The City may provide recommendations to the Architect or Landscape Architect of sub-consultants for consideration and reserves the right of approval of any sub-consultant selected by the Architect or Landscape Architect on any assigned project. 4. PROPOSAL REQUIREMENTS: Please note: this RFP cannot identify each specific, individual task required to successfully and completely implement the projects that may be assigned. The City of Palm Springs relies on the professionalism and competence of the selected firms to be knowledgeable of the general areas identified in the scope of work and to include in its proposal the required tasks and subtasks, personnel commitments, direct and indirect costs, etc. The City of Palm Springs will not approve addenda to the selected firm's agreement which do not involve a substantial change from the general scope of work identified in this RFP. Firms submitting a proposal shall follow RFP#07-15 Page 4 of 12 all proposal requirements and respond to all of the information requested as more fully described below. 5. SELECTION PROCESS: The City of Palm Springs is utilizing a Qualifications Based Selection process to select a firm to provide the services requested by this RFP. The City shall review the proposals submitted in reply to this RFP, and a limited number of firms may be invited to make a formal presentation at a future date. The format, selection criteria and date of the presentation will be established at the time of short listing. Preparation of proposals in reply to this RFP, and participation in any future presentation is at the sole expense of the firms responding to this RFP. 6. PROPOSAL EVALUATION CRITERIA: This solicitation has been developed in the "Request for Proposals" (RFP) format. Accordingly, firms should take note that the City will consider multiple criteria in selecting the most qualified firm. Consistent with Federal, State and Local laws for the acquisition of Professional Services, price is NOT an evaluation criteria. Cost Proposals/Hourly Rates submitted in separate sealed envelopes are not opened, nor considered during proposal evaluations. Upon selection of the most qualified firm, the associated cost proposal will be used as a basis for contract negotiations. A contract shall be negotiated on the basis of the submitted Cost Proposal/Hourly Rates, and in consideration of reasonable and mutually agreed project costs and time requirements. Should successful negotiations not occur with the highest ranked firm, the City may, at its sole discretion, choose to enter into negotiations with the second highest ranked firm, and so on. The City reserves the right, and intends to enter into agreements with more than one firm. PRIOR CITY WORK If your firm has prior experience working with the City DO NOT assume this prior work is known to the evaluation committee. All firms are evaluated solely on the information contained in their proposal, information obtained from references, and presentations if requested. All proposals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. An evaluation committee, using the following evaluation criteria for this RFP, will evaluate all responsive proposals to this RFP. The evaluation committee may request, if desired by City, formal presentations/interviews from short listed firms at a future date of which the format and presentation evaluation criteria shall be provided at the time of short listing. Participation in any phase of this RFP process, including the interview phase if conducted, is at the sole expense of the firms replying to this RFP. The City shall NOT be responsible for any costs incurred by any firm in response to, or participation in, this RFP. Firms are requested to submit their proposals so that they correspond to and are identified with the following evaluation criteria, which are more fully detailed in Section 7: A. Project Understanding (30 POINTS): The firm's proposal adequately demonstrates an understanding of, and familiarity with, providing on-call architectural and/or landscape architectural services to a municipal government or other public agency including work process plan and methodolgy, and the issues that may be unique to providing such services in the Coachella Valley. B. Scope of Work (25 POINTS): Proposed scope of work for architectural and/or landscape architectural on-call services for the types of projects that may be assigned by a municipal government including resource allocation, technical scope identifying tasks and sub-tasks, and example of specific completed project. RFP#07-15 Page 5 of 12 C. Firm and Staff Qualifications (40 POINTS): Qualifications of the firm and the staff assigned to manage and provide architectural and/or landscape architectural services. This includes relevant and specific experience of both the firm and of the individual assigned staff members, technical expertise, licenses, sub-consultants, and references. D. Local Expertise Demonstrated on the Team (5 POINTS): Firms that qualify as a Local Business, or employ local sub-consultants, and submit a valid business license as more fully set forth in Section E.1 below, pursuant to the City of Palm Springs Local Preference Ordinance 1756). The full local preference, five (5) points, may be awarded to those that qualify as a Local Business. Two (2) points may be awarded to a non-local business that employs or retains local residents and/or firms for this project. Non-local firms that do not employ or retain any local residents and/or firms for this project shall earn zero (0) points for this criteria. 7. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses correspond directly to, and are identified with, the evaluation criteria stated in Section 6 above. The proposals must be in an 8 % X 11 format, may be no more than a total of thirty (30) SHEETS OF PAPER (double-sided is 0& which shall include a cover letter, an organization chart, staff resumes and anv 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 "Qua I ifications/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. • QualificationsNVork Proposal (Items A thru D below) — Project Understanding, Scope of Work, Firm and Staff Qualifications including References, and Local Expertise as more fully set forth below. • A thumb drive or flash drive containing the QualificationslWork Proposal in Microsoft Word (*.doc) (Word is preferred, although other software programs are acceptable), and Adobe Acrobat (*.pdf) formats. Envelope #2, clearly marked "Cost Proposal/Hourly Rates", shall include the following item: RFP#07-15 Page 6 of 12 • Cost Proposal/Hourly Rates — provide a Cost Proposal that identifies a schedule of hourly rates for each person and/or position assigned to perform the requested services, and include any other rates or costs that may apply or that the City may incur in conjunction with the performance of the on-call architectural and/or landscape architectural services. In addition to the items above, at a minimum, firms must provide the information identified below. All such information shall be presented in a format that directly corresponds to the numbering scheme identified here: SECTION A: PROJECT UNDERSTANDING A.1 State your firm's complete name, type of firm (individual, partnership, corporation or other), telephone number, FAX number, contact person and E-mail address. If a corporation, indicate the state the corporation was organized under. State the name and title of the firm's principal officer with the authority to bind your company in a contractual agreement. A.2 Demonstrate your understanding of, and familiarity with, providing on-call architectural and/or landscape architectural services to a municipal government or other public agency and the various processes, approvals, and procedures associated with providing such services. Identify and discuss your understanding of, and familiarity with, the unique issues of providing such services in the Coachella Valley. Include your work plan process and methodology. A.3 Identify any key or critical issues that may be encountered and your ability to ensure that projects are delivered on time and within your client's budget and the measures taken in successfully completing all phases of a project. AA Identify the project management tools you propose to use to keep both your own staff on track and the City staff cognizant of current project status. SECTION B: SCOPE OF WORK B.1 Generally identify the methodology of how the firm will propose to budget and best allocate its resources for an on-call assignment. B.2 Provide a detailed technical scope of work identifying all tasks and sub-tasks that may be required to successfully implement architectural or landscape architectural services for a City Project if assigned to your firm. B.3 Identify at least one construction project, carried out in a desert environment, for which your firm and the staff proposed for this contract provided architectural and/or landscape architectural services, and describe how you applied your firm's skills and abilities in the following areas: (a) Responsiveness and attentiveness to client needs; (b) Creative ability; (c) Knowledge and understanding of the latest architectural and construction trends, including LEED, etc. or if applicable, the latest landscape design trends including water conservation, drought-tolerant plant materials, etc. (d) Analytical capability; (e) Oral and written communication skills, including Staff or Council Reports; (f) Interaction with client's organization, i.e., other divisions and personnel, Boards, Commissions, and Councils. (g) Sensitivity to funding constraints; RFP#07-15 Page 7 of 12 (h) Sensitivity to historically designated public buildings and sites; sensitivity to use of native plants, sustainability issues and water conservation. SECTION C: FIRM AND STAFF QUALIFICATIONS CA Specifically describe your firms architectural services and/or landscape architectural services background and experience and also your firms experience with municipal government or other public agencies, including entitlement processes, architectural review, planning approval, building and safety, engineering, and Council or Board award. Include information on your firm's management skills and technical expertise, including LEED certification, Construction Estimating, ADA requirements for public buildings, or other expertise if applicable. C.2 List the name, qualifications and availability of the key staff/team members that will be assigned to this project and their credentials. Provide the name and detailed qualifications of the lead Architect and/or Landscape Architect that will be assigned to this contract. Also include the current valid California Architect License (CAB) or California Landscape Architect License (CLARB) numbers for the lead Architect and/or Landscape Architect, and the license numbers of any other Architects or Landscape Architects that may be assigned to work under this contract. C.3 If applicable, indicate the name of any sub-consultant firms that will be utilized to make up your team. Describe each sub-consultant's background and specific expertise that they bring to this project. Include any applicable License numbers for sub-consultants. The City reserves the right to reject the successful firm's selection of any sub-consultants or contractors. CA Provide a minimum of four (4) references for recently completed architectural or landscape architectural services where the key personnel identified above provided the professional services required. At least two (2) of the references shall be for municipal government or other public agency projects, preferably in a desert climate. Provide contact information, including full name, email address, and a current phone number, for each project identified. C.5 For your referenced projects above, briefly explain what key issues/challenges you faced and how you solved them. Also, please comment on the project budgeting for each (contractual architectural or landscape architectural services vs. actual; construction cost estimate vs. actual). C.6 Summarize why the firm is the most qualified firm to provide "on-call" architectural or landscape architectural services to the City of Palm Springs. SECTION D: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM D.1 Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding contracts for services, including consultant services, preference to a Local Business shall be given whenever practicable and to the extent consistent with the law and interests of the public. The term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or proposal opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley" RFP#07-15 Page 8 of 12 includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. The consultant will also, to the extent legally possible, solicit applications for employment and proposals for subcontractors and subconsultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. In order for a business to be eligible to claim the preference, the business MUST request the preference in the Solicitation response (see Attachment Al 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. D2 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 lificationsM/ork Proposal'. DEADLINE FOR SUBMISSION OF PROPOSALS: Proposals will be received in the City of Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, APRIL 14, 2015. Proof of receipt before the deadline is a City of Palm Springs, Office of Procurement and Contracting time/date stamp. It is the responsibility of the firms replying to this RFP to see that any proposal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Late proposals will be returned to the firm unopened. Proposals shall be clearly marked and identified and must be submitted to: City of Palm Springs Procurement and Contracting Department 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Craig Gladders, C.P.M., Procurement & Contracting Manager QUESTIONS: Firms, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this RFP other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a proposal. RFP#07-15 Page 9 of 12 Any questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING and directed ONLY to: Craig Gladders, C.P.M. Procurement & Contracting Manager 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Craig.Giadders onpalmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the RFP. The deadline for all questions is 3:00 P.M., Local Time, Thursday, April 7, 2015. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. FORM OF AGREEMENT: The selected firms will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance with the standard on-call Professional Services Agreement (see Attachment "C"). Please note that Exhibits A, B, C. D and E are intentionally not complete in the attached document. These exhibits will be negotiated with the selected firms, and will appear in the final Professional Services Agreement executed between the parties. Requested changes to the Professional Services Agreement may not be approved, and the selected firms must ensure that the attached document will be executed. Failure or refusal to enter into an Agreement or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide all of the services identified in the RFP document. However, the City reserves the right to award a contract to multiple Respondents or to a single Respondent, or to make no award, whichever is in the best interest of the City. It is anticipated that award of the contract will occur at the next regularly scheduled City Council meeting after the evaluation committee has made its final selection of the firm to be recommended for award and a contract has been negotiated and agendized for consideration. The decision of the City Council will be final. RIGHT TO ACCEPT OR REJECT PROPOSALS: The City of Palm Springs reserves the right to waive any informality or technical defect in a proposal and to accept or reject, in whole or in part, any or all proposals and to cancel all or part of this RFP and seek new proposals, as best serves the interests of the City. The City furthermore reserves the right to contract separately with others certain tasks if deemed in the best interest of the City. INSURANCE: Insurance provisions are contained in the Standard Contract Services sample agreement included in the RFP. The successful Proposer will be required to comply with these provisions. It is recommended that Proposers have their insurance provider review the insurance provisions BEFORE they submit their proposal. RESPONSIBILITY OF PROPOSER: All firms responding to this RFP shall be responsible. If it is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an RFP without an authorized signature, falsified any information in the proposal package, etc.), the proposal shall be rejected. RFP#07-15 Page 10 of 12 PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, pursuant to CA Government Code 6255 during the negotiation process, may be made public after the City's negotiations are completed, and staff has recommended to the City Council the award of a contract to a specific firm, but before final action is taken by the City Council to award the contract. Although the California Public Records Act ("CPRA") recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information submitted in a proposal is a trade secret. If a request is made for information marked "Confidential," "Trade Secret," Proprietary," or any other similar designation, the City will provide the party submitting such information with reasonable notice to allow the party to seek protection from disclosure by a court of competent jurisdiction. If a submitting party contends that a portion of the proposal is confidential even under the CPRA, the party: 1) must clearly label each document and/or page deemed a confidential document 2) the legal rationale supporting such contention including specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has determined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a proposal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the proposal or other information or documents submitted to the City as part of this RFP process. NOTE THAT THE CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY INFORMATION OR A TRADE SECRET. SUCH PROPOSALS MAY BE FOUND NON- RESPONSIVE. COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this RFP in the preparation of their proposal or participation in any presentation if requested, or any other aspects of the entire RFP process. COMPLIANCE WITH LAW. Proposer warrants that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. LICENSES. PERMITS, FEES, AND ASSESSMENTS. Proposer represents and warrants to City that it will obtain all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services requested in this RFP. Proposer represents and warrants to City that Proposer shall, at its sole cost and expense, keep in effect at all times during the term of the Agreement if so awarded, any license, permit, qualification, or approval that is legally required for Proposer to perform the Work and Services under the Agreement if so awarded. Proposer shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Proposer's performance of the Work and Services required under the Agreement if so awarded. Proposer shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. RFP#07-15 Page 11 of 12 BUSINESS LICENSE: The selected firm will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled `Business Tax". INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the firms responding to this RFP to perform the Work and the firm shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any proposal if the evidence submitted by or investigation of such firm fails to satisfy the City that such firm is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted to mean that the firm responding to this RFP has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request for Proposals, and any attached sample agreement. Exceptions to any of the language in either the RFP documents or attached sample agreement, including the insurance requirements, must be included in the proposal and clearly defined. Exceptions to the City's RFP document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process; however, the City makes no guarantee that any exceptions will be approved. RFP#07-15 Page 12 of 12 'rvi.0 t REQUEST FOR PROPOSALS (RFP 07-15) FOR "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. DELIVERY OF PROPOSALS - NOTIFICATION OF PARKING LOT CONSTRUCTION AT CITY HALL- Proposers are hereby notified that there will be construction in progress at the Palm Springs City Hall parking lot on the day that Proposals are due. Proposers shall take this into account in the delivery of their proposals, as neither the City nor the parking lot contractor shall be liable or responsible for the late delivery of a proposal due to the construction in progress at City Hall. It is the responsibility of the proposer to see that any proposal that is hand delivered, sent through the mail, or by any other delivery method, shall have sufficient time to be received by the Office of Procurement &Contracting by the due date and time. Late proposals will not be accepted and shall be returned unopened. The City has received the following questions and is hereby providing answers thereto: Q 1: Did the City have an on-call list of firms previous to this request for a new list? Would it be possible to release the previous list and the projects that were serviced as a part of that on-call list? A 1: Yes. The three on-calf firms are Urrutia Architects, Interactive Design Corporation, and William G. Kleindienst. A sampling of the projects serviced are: • Airport Security Checkpoint area remodel • Airport Baggage Claim area remodel • Airport USO remodel • Airport main parking lot landscape re-design • Airport TSA wall removal and reconfiguration • Desert Highland Unity Center HVAC and electrical upgrades • Police Department Lobby and Records remodel • Plaza Theater architectural assessment • DeMuth Community Center Gymnasium floor replacement • Cornelia Whitehouse improvements • New Fire Station site planning • Skate Park building improvements • Welwood Memorial Library remodel Q 2: Is there a list of projects that could be awarded through this on-call list? If yes, would it be possible to make this list available for review? A 2: No, not at this time. Each project must first be budgeted and approved by the City Council and funds allocated during the Fiscal Year budgeting process prior to starting the design phase. Our next fiscal year begins July 1" and that budget has not yet been approved by the City Council. As such, a very general description of the types of projects that may be contemplated is provided on page 3, under item 2, `Background". Q 3: Is there an estimated size of individual projects or an overall contract value estimate? This would be helpful for us to know in order to show projects that are a similar size. A 3: No, see answer to Question#2 above. Q 4: How many firms does the City anticipate selecting? Once those firms are selected, how will the projects be awarded? Will the top ranking firm have the priority or will all firms on the list compete for the work? A 4: The City is unable to estimate at this time how many firms will be selected as we do not yet know how many proposals we will receive or how many will be recommended for award. As the economy and the City's budget improves the City anticipates having a greater need for on-call architectural and landscape architectural services in the future. The successful firms will have hourly rates established under a Master Agreement for on-call services as a result of this process. As the City contemplates a project it may solicit fully developed project specific proposals, based upon the Master agreement hourly rates, from one or more of the firms and, at its sole discretion, award a specific project on a case by case (project) basis. There is no guarantee of award, no rotation of project awards, and no priority of assignments based upon ranking from this RFP process. Q 5: 1 noticed that local expertise is worth 5 points, to be allocated depending on if the prime is local or if local subconsultants are used. Local participation is mentioned again in Section D stating that "preference to a Local Business shall be given whenever practicable to the extent consistent with the laws and interests of the public". Is it possible that local consideration will affect overall scoring or scoring in other areas? Or is local consideration scoring restricted to strictly the five points for local expertise? A 5: As provided in the RFP, only up to 5 points may be awarded if a firm meets the criteria set forth and as defined under Local Preference. As with any of the criteria, the points earned for Local Preference could affect overall scoring. However, as provided in the other selection criteria (regardless of the location of the prime firm or subconsultants used) is the understanding of, and experience with, the issues that may be unique to providing such services in the Coachella Valley, and our desert environment. Q 6: We would like to clarification regarding how you would like us to propose. We are a landscape architecture firm; should we team up with an architect for that side of things, or propose solely on the aspects that pertain to landscape architecture? From how the RFP reads, it appears that we could go in on our own merit, but just want to make sure what the City prefers. A 6: Yes, you may propose solely as a Landscape Architecture firm. As stated in the RFP document on page 2 under section 1 "Purpose and Schedule" : "The City of Palm Springs is requesting proposals from qualified licensed professional architect or landscape architect firms to provide the City with "on-call' Architectural and/or Landscape Architectural Services for a variety of City projects as may be assigned, (hereinafter the "Project"). The objective of this solicitation is to hire multiple on-call firms to provide such services to the City. The City may contract with firms that offer only Architectural Services, only Landscape Architectural Services, or firms that provide both services and may assign projects at its sole discretion. " BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement & Contracting Manager DATE: March 19, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. i 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 firm's team, if applicable. If a prime firm or a sub-consultant is a local firm and meets the definition of local, then a copy of the prime firm or sub consultant's business license from a local jurisdiction (as more fully set forth in the RFP document) is to be submitted with the proposal. *Note, it is possible, if using a local sub consultant, that they would be listed in both Section C.3 and Section D. Q 6: Could Civil Engineers submit separate response to RFP? Similar to landscape as your Addendum No. 1 question 6. A 6: No. This RFP is not seeking separate Civil Engineering design services. Q 7: Will the response to RFP be considered incomplete if the architect does not include landscape or civil engineer? A 7: While the response would not be considered incomplete, the City is requesting that you indicate any sub-consultants that will be utilized to make up your team. Please refer to page 8, C.3. Q 8: As part of the submittal, a Word file version is asked of the response. We will be working with Acrobat InDesign Software. IF turning to World file, the formatting will be completely lost and response will be unrecognizable. Will a PDF version suffice? A 8: Yes. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement & Contracting Manager DATE: April 7, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. EXHIBIT "C" CONSULTANT'S PROPOSAL CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE Exhibit "C" City of Palm Springs, California Notice Inviting Proposals for RFP #07-15 "On -call" Architectural and Landscape Architectural Services U«UTI11 flrc INCTO 165 Luting Drive A Palm Springs.CA 92262 Uf rUT18 760 727.6860 76b,327.6813 fax 1P_ 6_Rlyl,a:urrut�adrehetecls.cum April 14, 2015 Mr. Craig L. Gladders, C.P.M., Procurement & Contracting Manager City of Palm Springs Division of Procurement& Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Re: Request for Proposals for"On-call"Architectural and Landscape Architectural Services (RFP 07-15) Dear Mr. Gladders, In response to your Request for Proposals for "On-call' Architectural and Landscape Architectural Services (RFP 07-15), we are submitting our qualifications package for your review and consideration. Based on our experience in similar projects, we feel we are very qualified to provide the City of Palm Springs Division of Procurement and Contracting with the finest professional services available in the county. We ask that you consider our firm to be retained for future city projects based on the following important points: Service. The Principal will provide a hands-on relationship with the Division of Procurement and Contracting. Working directly with the Principal will minimize the steps required under normal design schedules to ensure timeliness and completeness of the project. All contacts will be through the Principal. Closeness to Project and Client. Due to our office location in Palm Springs, we are particularly suited for all City related projects and will provide quick response for all meetings or job site reviews. • We are a local firm, our interests are local. Almost all of our work is in the Coachella Valley, and we have had an established firm in the Coachella Valley since 1973. • We have the best architectural office facility in the desert with state-of-the-art equipment. • We have the staff and manpower to complete any project the City may have large or small. • Award winning innovative design solutions to desert projects. Being familiar with desert climate conditions, knowing what materials work best, and how to implement the quickest construction techniques are only a few of the many benefits in retaining our firm. • We have the resources to provide consulting services as needed. This includes all aspects of engineering and specialty design. Urrutia Architects will be the lead firm providing all necessary coordination and project representation. Francisco J. Urrutia as principal in charge will be responsible for attending all meetings. Urrutia Architects will work in conjunction with our consultant team as follows: Structural Engineer: W-T Structural Engineering Mechanical, Electrical, and Plumbing Fngineers: TTG Engineers Civil Engineer: MSA Consulting, Inc. urrutiu Landscape Architect: Wayne Connor& Associates Cost Consultant: Cumming Urrutia Architects has been designing public projects since 1973 starting with the Palm Desert Community Park. Since then we have completed several projects including: • Palm Springs Airport - Parking Lot Space Expansion • Palm Springs Airport - Security Checkpoint Lane Expansion • Palm Springs Airport - Baggage Claim Area Expansion • Palm Springs Airport- Roofing Analysis and Modifications • P.S. Desert Highland Unity Center HVAC Replacement (currently going Lhru the bidding process) Riverside County Administrative Center Design Concept- Blythe, CA. Riverside County Housing Authority- Jackson Street Apartment Complex, Riverside, CA. Riverside County Housing Authority-Gloria Street Apartment Complex, Moreno Valley, CA. Rancho Mirage Post Office Palm Desert Sports Complex • Palm Desert Mesa View Fire Station (original design in 1978 and expansion/addition completed in 2007). • Bus Stop Shelters -City of Palm Desert • Palm Desert Civic Center Carports and Photovoltaic Project • Tenuity Wildlife Hospital and Conservation Center at the Living Desert • College of the Desert-Central Plant &Alumni Street Fair Restrooms • Riverside County Volunteers in Medicine Clinic - Indio, CA. • Desert Meadows Family Housing Project- Indio, CA. We welcome the opportunity to discuss our qualifications further. We look forward to hearing from you. SinNJ, rr FraPre urrutie fl °C 165 luring drive • Palm Springs • CA • 92262 760.327.6800 • 760.327.6813 Fax designoumrtlaarchltecta.com Section A Project Understanding - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - SECTION A PRO IEC: I UNDERSTANDING A.1 - Firm Information familiar with public bidding process and construction administration requirements. Urrutia A.I.A. and Associates, Inc. A California Corporation The quality of the professional design and services dba Urrutia Architects completed is of utmost importance to the firm. Since public projects require open public bidding and many times Office Location prevailing wage restrictions, we are very familiar with the 165 N. Luring Drive, Palm Srpings, CA 92262 process and bidding requirements. Since there is always a 760,327.6800 - 760.327.6813 fax chance the contractor awarded the bid may be unknown to design@urrutiaarchitects.com us, it is very important to complete the construction documents with the utmost accuracy and as comprehensive Contact as possible to avoid construction change orders, disputes, or Francisco J. Urrutia, Principal low quality workmanship. 760.327.6800 -760.327.6813 fax frank@urrutiaarchitects.com A.3 - SCheCjujln7 and Qud-etjtlti A.2 - Demonstrate UnderSta(ldin- of In order to meet specific time milestones and ensure providing on-call servlceS budgets are met, it is most important to commence the project with a full understanding of the project scope. This By definition, "on-call" implies being ready to entails meeting with the client to jointly arrive at a respond immediately when requested WE have several program/scope that will define the project needs. Once a clients that require"on-call"services, including clients such as definitive scope and program is established the Architect can Eisenhower Medical Center, Hi Desert Medical Center, establish a proposed cost in professional fees as well as a National CORE, Redlands Community Hospital, Valley proposed time for delivery of all aspects or phases of the professional services. Internally, the principal Architect will Sanitary District, Pa kview Hospital, and the City of Palm S rings, Most of these c have been clients o ours lients h blf for meet with the project manager assigned to the project and p support personnel to collectively review and establish a the last 5he t 18 years. We are very accustomed to providing delivery time frame for the services proposed. We will tcall" services t these clients. Below are listed some of the salient points that support our knowledge of "on-call" establish milestones with dates and we will monitor those services and well as how we respond to those requests. dates as the project moves forward. Any adjustments in the dates will be made and reviewed with the Client to ensure • When contacted for a new project or services, they receive schedules do not impactspecific dates that are critical to the immediate response. The Principal meets with the client to City. discuss the project program requirements, scheduling, budgets, and completion dates. Based on this information a A the project moves forward the Architect shall proposal is prepared and delivered to the client for review modify the schedule if necessary due to project scope and approval. Once an agreement is signed, the project is changes or program changes. assumed to staff members and consultants for a Budget; are determined with Client input and in commencement of the project and tasked with completion many cases a pre-established budget is provided to the per a schedule agreed on by all parties. A site meeting is set LIP to meet with the user group and facility project manager Architect In other cases, the Architect will prepare a budget to discuss and finalize and c onfirm the scope of work, time based on the established scope and program. Either way, the schedule and budget. Architect will revisit the budget at the end of each approved design phase and provide the City with a modified budget • User meetings are scheduled as the project progresses to that reflects the specific design phase. By providing a revised ensure we are meeting the desires of the users and revisions budget at the end of each phase of work that the City can are incorporated during this process to make sure at the agree to, any adjustments that need to be made to the design completion of the project, all user requests have been met. or construction documents can be made without making major revisions, which otherwise may result in time delays. • Our firm has been located in the Coachella Valley since Most budgets for small projects may be sufficiently simple 1913 and in Palm Springs for [he last 12 years. We are very that they can be established using historical data, while other familiar with the local jurisdiction and agency requirements; more complicated projects may require the expertise of our familiar with planning, fire, and building officials; and very consultants and possibly a professional cost consultant. A.T - Project Management Tools The firm of Urrutia Architects functions on a Principal/Project Manager format which we feel provides the client with effective and responsive project management, while allowing our firm to produce consistently high quality architectural services within established schedules and budgets. Under this approach, the Principal works closely on all phases of the work to assure maximum efficiency and a thorough understanding of the project. The Project Manager is responsible for the coordination required internally with lob Captains and Draftsmen, and externally with the Consultants. Weekly contact is made with the Principal/Project Manager and Consultants to insure that all involved parties are kept apprised of the status of design development, that input may be received and given prompt response, and that production schedules are met. All communications are made through the Principal. The Principal is responsible for all decision-making and correspondence on a daily basis and attends client meetings with the Project Manager to insure continuity of decisions throughout the project. Section B Scope of Work - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - SECTION g S C O P E OF WORK $.I - Bud-et and Resource Allocation sustainability goals for the project. This process involves the development of a complete profile of the project's needs and A number of our present clients are repeat clients, desires for the project by using the input gathered during the some of which we have had relationships with for 15 years. visit. After this visit, we will prepare a concise Needs Because of this ongoing relationship, we have given those Assessment, Feasibility and Building Program Study clients priority status, which includes responding to "on-call" identifying the final requirements for the project. services. We are very accustomed to "shifting' our in house workloads, staff, and outside consulting resources to Depending on the nature of the project, in some accommodate "on-call" services. If we have to adjust our cases we will also meet with members of the community to schedules to include additional work hours to achieve the address any questions or concerns that they may have in goals and deadlines of our priority clients, we do that. It is not regards to the project. unusual to "multi-task" within our office to achieve the goals of our clients. Preliminary Schematic Plan In addition, we have the ability to bring in additional staff Based on the approved Needs Assessment, Feasibility support on a temporary basis if necessary to pick up any and Building Program Study recommendations, a schematic potential added work load. In addition to our staff flexibility, plan will be developed by Urrutia Architects. This is a single because of our long standing relationship with our consulting line drawing showing the size and layout of the facility and all engineers, we are able to bring them on board as a team the room locations. Following approval of this plan, the next working toward the same goals and schedules. phase will develop the CAD Preliminary Floor Plan, an architecturally accurate plan drawn to scale and showing Usually when we are asked to provide services for one of our layout details such as windows, doors, plumbing fixtures, clients that falls within "on-call' services, we identify the equipment, cabinets etc. This step doesn't include elevations schedule and determine our resources quickly, which but will form the basis for the working drawings and includes discussions with our consultants to firm up the scope specifications. of work and services, thus enabling us to provide a workable schedule and fee proposal. Schematic Design Ri.2 - Scope of Work Once a site is selected, development site assessments will be conducted by the architect, civil engineer, and Development of a Feasibility/Building Program Study landscape architect for the proposed project.This will involve s the first step in the project. This study is designed to reviewing existing site data and boundaries, title search for document the specific requirements for the project. Once the easements and other information,zoning, previously planned or existing adjacencies, topography, wind and solar exposure, Study has been approved, the schematic and preliminary planning stage is undertaken by Urrutia Architects. Our goal possible utility corridors and existing utilities search, is to achieve, within a budget, a project that is pleasant to preparation of boundary survey and topography map and work in, easy to maintain, healthy for its occupants, and sustainability goals. enjoyable for the public to visit: all trying to honor our responsibility to incorporate green building practices Through consultation with the City staff and other appropriate agencies, all applicable regulatory constrains, whenever possible. including those of the City Zoning Ordinance, City Design Issues to Consider environmental constraints, CBC, City Fire Marshall, Public Works requirements, FEED certification requirements and Any specify design issues will be identified and utility providers shall be established. Their impacts on project addressed early on in the design process to assure a complete planning and design shall be incorporated into each design and cohesive design solution. component. Need, Assessments. Feasibility, and Buildin Pro- am Schematic Design shall include the development ofa site plan, floor plan, exterior elevations, building sections, Whenever a project demands it, we will spend the color and material scheme, landscape plan, and preliminary necessary amount of time with the owner/user to assess their grading plan. needs and requirements for the project including any The schematic design will be refined and cost estimates developed, evaluated and refined upon approval of room size and use, sustainability goals, etc. the schematic design. Final documentation including plans, cost estimates and supporting data (goals and objectives, site ...n.0 analysis and program) will be prepared. • Single line plan indicating room relationships and Presentation shall be made of the site plan and its size of the building presented in a graphic illustrative format components in an illustrative graphic form depicting all key with color for visual clarity (when needed). plan elements. In addition, larger scaled floor plans of each component shall cletail the adjacent space requirements. Final Schematic floor plan in CADD format drawn to scale and rendered in color for visual clarity. De>ign Development Refinement of the plan concept shall include establishing structural systems, electrical systems-, mechanical Schematic site plan, floor plans, building cross systems, landscape design, preliminary grading and drainage sections, and exterior elevations presented in a colored design, lighting techniques, building materials, and horizontal illustrative format. Rooms and/or grouped functions will be features. The vertical systems shall be studied to include the colored to indicate function and how the spaces relate. exterior architectural character of the building. An integrated Accompanying this presentation will be a Schematic 3D design character will unify all components of the building with model rendering of the building and site. Included will be a the use of materials, color and texture. We will prepare a suggested color and materials board of the exterior materials statement of probable construction cost based on area unit for review. prices and preliminary LEED certification checklist. • Schematic Landscape plan indicating key Construction Document Pha,e components of the landscape design as they relate to the site plan and building. Presentations shall be in color. Upon approval of the design development phase, the team shall prepare complete construction do(uments. Preliminary grading and drainage plan. Documents shall include all drawings and specifications required for the construction of each system and component , _• )arc o of the building, including structural, mechanical, electrical, plumbing, landscaping, and site grading and drainage. The Design development shall include more refined team shall establish meetings with the owner/user and any design components including site plan, floor plan, exterior other necessary agency or department at different completion elevations, roof plan, reflected ceiling plans, building sections, stages Q5%, 50%, 75%, etc. as prior agreed upon) to review mechanical system plan, structural framing and foundation the progress of the drawings along with sustainability plan, plumbing plan, electrical plan, landscape plan, and requirements and address any issues or comments that may grading plan. arise. • Refined 3D building model will be prepared for ConilYne Lion Admin Utratlon Pha,e visual purposes. This will be in the form of a computer generated 3D rendering of various angles of the building and During the construction phase, the team will administer the site. We can prepare a physical building model if required. construction contract and strive to ensure that the work performed by the contractors is in accordance with the Interior design suggestions (colors, materials, construction drawings and specifications. The architect shall furniture, etc.) in the form of colored material board review applications for payments and assist with the presentations linked to each room as well as a detailed finish development of a consistent project record. schedule of each room indicating where each material/color is proposed. In addition, a breakdown of proposed costs for Presentation Material; Pro(es,e, System, furnishings will be provided. The project is expected to generate several work products Preliminary LEFD checklist and sustainability and deliverables, which will include concrete products and evaluation. services. Each prod ucddeliverable is briefly described below:. • During this phase, the Architect shall meet with the • This will be in the form of a report that will owner/user to review interior materials, material incorporate all of the needs and requirement for the project, specifications, plumbing/electrical/HVAC systems, and including overall building size needed, space requirements, specific details that will need to be an integral part of the construction documents. This will be presented in the form of identity that addressed each of the departments' plans, equipment cut sheets, interior material cut sheets, requirements. Each waiting area was designed to lighting/plumbing fixture cut sheets, door and window accommodate individual needs and color requirements. Most specifications, etc. Every effort will be made to explain every often patients that come to these facilities have had a aspect of the building design and to discuss various methods traumatic: experience or are under emotional stress and the or materials to select from in order to get the best possible interior colors, materials, and artwork were designed to quality design. provide a calming, relaxing, and healing environment. For this reason, the artwork chosen was photography of nature 0.3 - Construction Project elements that reflect the desert environment and offer a healing and spiritual mood while at the facility. Eisenho,,wr Medical Center — Palm Springs Health Care Center located on Sunrise The interior architecture is a contemporary design that incorporates indirect LED lighting, flush door details with The Eisenhower Medical Center Palm Springs Health hidden hinges, LED signage, unique ceiling designs and cove Center is an outpatient services facility located in Palm lighting, glass partitions, up-scale cabinetry (each department Springs, California. This project is the first outpatient services was designed with a different wood species), unique facility built by Eisenhower Medical Center in Palm Springs bathroom designs (recessed mirror lighting, wall mounted and is a part of their future plans for reaching out to the toilets with in wall tanks, and cove lighting), healthcare neighboring communities to offer excellent outpatient furniture designed for elderly patients, and ergonomically services. Eisenhower Medical Center desired to build a facility designed exam room counters. The lab blood draw area was that would complement the Palm Springs modern designed to provide visual privacy with large obscure glass architectural heritage of the community as well as provide an partitions and each blood draw table and cabinet was custom interior space that would simulate an "up-scale" hospitality designed for these areas. center rather than a healthcare facility. The client contracted with the developer of the site to lease one of two buildings The project was designed to comply with the current master planned and pre-designed for this site. The second California Green Code requirements and also submitted for building is a new pharmacy and compliments the Eisenhower LEED certification in the "Commercial Interior" category and Medical Center Palm Springs Health Center. The basic is currently in the certification review process with USGBC. program requirements included providing spaces for five The project as submitted is intended to achieve LEED gold separate outpatient healthcare services......Primary Care certification. Services; Laboratory and Blood Draw Services; Immediate Care Services; Imaging Services; and Women's Breast Center. Basic LEED design features include: The Eisenhower Medical Center Palm Springs Health •LED recessed down lighting, cove lighting, under cabinet Center was designed to be the sole tenant of a stand-alone lighting. building of 20,000 SF that was not yet cinder construction at the time the design of the interior space was commissioned. •Indirect energy efficient fluorescent lighting in all suspended This allowed for more freedom of design within the space as ceilings. well as opportunities to incorporate building revisions to fit the interior design. One such opportunity was to open up the -Solar hot water heating package located on the roof for all interior space with natural light. This was accomplished with hot water heating in the building. the integration of a large rectangular skylight (8' wide x 33' long) that commences at the building entry and terminates at •Beat California Title 24 Energy requirements by 25%. a '12'x 12' skylight at the end of the Lobby. Under the 12' x 12' skylight is the centerpiece of the Lobby; a water feature -All wood used in the facility (cabinets and doors) is FSC that holds three large basalt stone monoliths (12', 15' and 17' Certified. high) with water spilling out from the tops. It was important to create a tranquil setting in the entry lobby while creating an •Integration of light sensor management system to raise or "open" space that all department services would have lower light levels in the lobby area due to sunlight levels. visibility to and have an entrance from. By designing full height glass facades with automatic glass entrance doors for •AII water faucets are automatic sensor type to conserve on each of the five departments, the visual barrier between each water usage (.5 gpm), space was eliminated and patients in each of the waiting areas have visual connections to the centerpiece water feature and •AII toilets are 1.5 gp flush type fixtures with double actuators skylights, bringing some of the "outdoor" in. to regulate flushes for liquids verses solids. Each department was designed to have a unique •AII flooring materials contain recycled products and use only organic materials(linoleum products). d) With regard to interior finishes, some specific flooring materials were custom fabricated which required intervention -All materials used on site were separated in containers on by the Architect/Interior Designer at times to make sure site and recycled during construction. delivery dates were met. -Furniture fabrics contain recycled materials. e) The Architect reviewed all change orders submitted by the contractor with recommendations as to acceptance or not in -Countertops consist of reconstituted quartz materials. each case. This project, from the initial inception, was a "fast Although this project had no significant historical sensitivity, track" project. The Architect was given three months to Urrutia Architect has proven we can be sensitive to historical design and prepare construction documents for the project. buildings as is evidenced with the completion of the This schedule included meetings with the user groups, restoration to The Horizon Hotel in Palm Springs. In addition obtaining sign-offs from the user groups and facility project restoration work was also competed at the Movie Colony manager, and submittal to the City of Palm Springs Building Hotel in Palm Springs. Department for plan review and Building Permit. -Meetings were held with the Architect and Fire Marshal; Architect and Plans Examiner; and Architect and utility agencies such as the Gas Company and SCE to coordinate f utility requirements. Meetings were documented with distribution to all parties directly involved including the developer and shell builder. -Coordination was required between the Architect and shell builder to integrate revisions to the shell building while under construction. Revisions necessitated plan revisions to the original building permit that required additional plan checking. -Another 30 days was set aside for bidding which included three general contractors. Full bid packages including drawings and specifications were prepared. RFI's during the bid period were returned to the contractors with responses prepared by the Architect. Addenda were prepared and sent to contractors for bid purposes. At the end of the bid period, bids were reviewed and one contractor was selected. -Construction was also scheduled as a "fast track" project. The contractor was given 90 days to complete the interior improvements. During this time period the Architect completed the following tasks: a)Weekly site visits which included project minutes. Meetings . included the facility project manager, Architect/Interior Designer, general contractor, (2) superintendents (one for each of two shifts since the work was completed over a 24 hour period), consulting engineers, developer representative, ;r:, _ .1 and key subcontractors. Eisenhower Medical Center-Palm Springs b) Review of shop drawings and submittals (review turn- Health Center around time was and average of two days). c) Review and response to RFI's prepared by the contractor. Review and response was on an average less than one day....many times returned the same day. Section C Firm & Staff Qualifications - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - SECTION C FIRM & STAFF QUALIFICATION' S C.1 - Firm JTack-mitind Urrutia Architects is committed to and has been implementing sustainable design into our projects long before Urrutia Architects is a full service architectural design LEED certification became an industry, standard. Now that firm located in Palm Springs, California and founded in 1973 certification is requested by most of our clients, we have by Francisco J. Urrutia, FARA, AIN providing design, seamlessly incorporated LEED into our design process. It planning, pre-design studies, construction documents, starts at the beginning with identifying the sustainable goals of construction administration services, and interior design. We the project based on site conditions, building use, client are currently licensed to practice architecture in the states of priorities and energy efficiency. Once these priorities have California, Nevada, Arizona, New Mexico, and Hawaii. been identified, every stage of the design process will be evaluated to make sure the final design meets every one of Because we are always striving for excellence, we are the sustainable goals. Collaboration among all the team open to new approaches to design, practice up-to-date players including the client, Engineers, Architect, Contractor, business methods, and are aware of the need to take Commissioning Agent and reviewing agencies play a vital role advantage of the latest advances in technology. Our in the sustainable success of the project, and Urrutia production techniques are state-of-the-art and include Architects has effectively managed this process for numerous Computer Aided Design and Drafting (CADD) and 3-D projects. Modeling, providing us with a high level of efficiency; but more importantly, assuring completeness of documentation at Having practiced in Riverside County for the past 39 every level of the design process. Our drawings are precise, years, we are familiar with the climatic conditions of the concise, and complete. You need only call our references for Southern California region. We have an excellent reputation verification. with major contractors in and around the region and have a track record of being quality and service oriented. Mr. Urrutia has made numerous contributions to the desert communities, including serving on the Palm Desert We are accustomed to working within the budgetary Architectural Review Board, Palm Desert Art in Public Places constraints and demanding schedule requirements of our Commission, City of Palm Springs Design Review, clients. What we have learned by our previous experiences is and Board of Appeals. Our strong commitment to our enhanced by our cledication to continually improve our community has provided us with a wealth of information, delivery methods and, therefore, the quality of the finished important valley contacts, earned respect within the design product. We are dedicated to offering our clients the best community and public sector, and confidence to provide a quality service possible, thereby, creating a technically sound, winning project aesthetically pleasing, and economically feasible project. Much of our success comes from the fact that we The firm of Urrutia Architects functions on a Principal/Project believe very strongly in preparing the foundation for a Manager format which we feel provides the client with complete program where the user is completely involved in effective and responsive project management, while allowing establishing their needs. This involves very specific our firm to produce consistently high quality architectural programming. We have developed very concise programming services within established schedules and budgets. methods which facilitate the management and development of design. We feel a concise program will evolve a more Under this approach, the Principal and Project complete and effective design which the user will be satisfied Manager work closely on all phases of the work to assure with. maximum efficiency and a thorough understanding of the project. All initial design is established by the Principal. Throughout the entire design process,we will involve Additionally, design coordination is assured by the direct the user to make certain their needs are met. Through involvement of the Principal. The Project Manager is innovative design and the most current engineering practices, thereafter responsible for the coordination required internally we will evolve a design which will result in: a very with lob Captains and Draftsmen, and externally with the aesthetically pleasing project; the efficient use of space and Consultants. Weekly contact is made with the materials; energy management techniques resulting in energy Principal,-Project Manager and Consultants to insure that all savings to the Owner; and value engineering also resulting in involved parties are kept apprised of the status of design cost savings to the Owner. development, that input may be received and given prompt response, and that production schedules are met. All communications are made through the Principal. of transportations and private organizations. The Principal is responsible for all decision-making and correspondence on a daily basis and attends client meetings Our engineers know that no challenge is too with the Project Manager to insure continuity of decisions difficult. With total access to the skillful staff in the W T throughout the project. Engineering, Inc. Family of Companies, clients are assured that project answers are furnished in an expedient and cost- This system allows for maximum possible managerial effective manner. W-T Structural Engineering project continuity and flexibility, as all project data and decision managers and engineers work to fully understand a client's making is channeled through a competent professional goals and objectives to ensure sound plans from the start. To Architect who maintains a flexihle approach to the also ensure complete project compliance, we carefully management function and keeps all parties coordinated and evaluate state and federal jurisdictions as well as local codes informed of the most recent and up-to-date project and ordinances. information. As a full-service structural engineering firm, W T C.2 - Kev Personnel Structrual Engineering provides the necessary administrative leadership to make sure every aspect of a project is The present staff totals six, consisting of a licensed accomplished. From an initial schematic site plan to securing architect; project manager; CADD operators (AutoCad the final certificate of occupancy, W-T Structural Engineering Architecture 2013); interior designer and administrative guides each individual design through every stage of personnel. Our office has the potential to add more support development. personeel when workloads demand it. What distinguishes us from our competitors is that Fr.mjc -u J, I rulia, Printip,ii-in-Charge we are a mid-size structural engineering firm with ample 760.327.6800 - 760.327.6813 fax resources to complete the large projects; yet small enough so frank@urrutiaarchitects.com that each team member is hands on and has an impact on every product. We operate the newest office software: Auto C.3 - Desi-n Team CAD Civil 3D, SiteOps, Revit and Agtek to aid us in delivering our clients with the industry's most advanced solutions. The lead firm on this team, Urrutia Architects will provide all project coordination, primary project W-T Structural Engineering, LLC is part of the W-T representation with the owner, all architectural and interior Engineering, Inc. Family of Companies. The Family operates design elements and exhibits. Also included will be as a group offering stability and support; yet is an construction documents and specifications, representation independent company thus avoiding professional influences. during the bidding process, and construction observation The Family may be utilized as subcontractors or as the lead services during the construction phase. on projects when appropriate. Principal-in.charge: Francisco J. Urrutia, A.I.A., EA.R.A. Quality Control Process - The design staff at WT As principal-in-charge he will be the lead person responsible Structural Engineering provide weekly quality control checks for architectural design as well as attend all meetings. of the plans, specifications and calculations during the preliminary and final engineering phases of your project. Staff Support Preparation of CADD drawings, 3D models Once a final set of bidding drawings is compiled, senior staff & support documentation. at W=F Structural Engineering review the overall set of construction documents for quality, constructability and accuracy. Senior staff members have extensive experience in 4b-7 structural Engineering solution design. Jeffery S. Cutowsky, PE, SE, LEED AP, President Cost Estimation Techniques - W=f Structural W T Structural Engineering is a structural engineering Engineering has current, up-to-date bid databases for firm with 30+ years of engineering experience. The firm individual line items for small and large projects. WT provides professional design services for architects, Structural Engineering requires that contractors provide unit commercial and residential developers, park districts, prices and total costs for individual line items for proposed municipalities, school districts, higher education, department improvements on projects. Unit prices are constantly updated within our databases depending on bid results of recent projects. Our databases include various types of ! _ ,• projects that range in size and complexity from large-scale & Asociale; sports complexes and high schools to small-scale drainage Wayne Connor, Landscape Architect projects and commercial developments. Established in 1976 as a professional consulting Key Personnel Availability - At WT Structural service for design firms in California, Wayne Carlton Connor Engineering we pride ourselves at putting the customer first, & Associates was incorporated and based in Palm Desert in and promise that someone from our staff will -always be 1982. The firm provides full scale landscape available for correspondence with our client. architectural and land planning services for residential, resort, commercial, public and urban design projects. TTG Engineers Honored for professional accomplishment in garden Kerry Parker, Managing Principal design by the Landscape Architecture Foundation, the firm Nestor Ignacio, Electrical Engineer also won top honors in a National Awards Competition Ryan Shaw, Plumbing Engineer sponsored by the American Society of Landscape Architects. Josh Massey, Mechanical Engineer WCCA is committed to environmentally sensitive Established in 1955, TTG (TMAD TAYLOR & and cost effective planning, attractive and durable design, GAINES) is a full service engineering and management firm utilizing water-efficient plant material and irrigation with 13 office locations including: Anaheim, Austin, Bellevue, techniques. Landscape plans reflecting superior aesthetic Dallas, Los Angeles, Ontario, Pasadena, Phoenix, San design value are solidly based on accurate data, knowledge Antonio, San Diego, San Francisco, Thousand Oaks, and of use patterns, safety concerns, and long-term maintenance Walnut Creek. Our firm has a Lola[ staff of about 450, ease. including technical professionals and administrative staff,with a total of 83 registered engineers, and 33 HEED Accredited As strong proponents of not only excellent design Professionals, but also careful, correct installation and on-going proper maintenance to retain the original design concept, the firm With comprehensive structural, mechanical, offers observation services as well as comprehensive electrical and civil engineering and construction management maintenance guidelines covering all aspects of plant material resources, our firm works with a cohesive team of used on a particular project. experienced engineers, designers and technical professionals, all committed to providing personalized and quality It is a policy of the firm to stay abreast of current engineering services. trends in landscape architecture, particularly as they relate to Southern California, the current drought situation, and Our services cover the full spectrum of engineering related governmental mandates. Recently WCCA was and management needs, ranging from the design of contracted by the Coachella Valley Water District to review mechanical, electrical, plumbing, fire protection, structural their design guidelines prior to publication. and civil systems to the study and implementation of cogeneration, thermal energy storage, LEED project The firm is also proud of its accomplishments as certification, solar energy and commissioning for health care, consultants for numerous projects at the widely acclaimed educational, governmental, commercial, and industrial Living Desert, as well as its role in producing the first facilities. Water-Efficient Symposium in Palm Springs in 1986. Additionally, WCCA's expertise has contributed to the design In more than 55 years as a consulting engineering review boards of Palm Desert, Cathedral City and the firm, we have acquired experience from a vast array of committee for Art-in-Public Places of Palm Desert. projects, numbering more than 40,000 with an aggregate construction cost of over $40 billion of engineered systems. It Wayne Carlton Connor & Associates continues to is this experience, together with an uncompromising seek opportunities for its landscape architectural practice to dedication to serving clients through superior engineering and create dynamic designs which are environmentally management that sets us apart. responsible and cost effective for the client. Below is a representative list of relevant projects: x1SA Cnn;u!hn„ Inc. Brentwood Civic Center, New City Hall/Community Marvin Roos, Director of Planning Center/Library w- LEED Goal Julian DeLa Torre, Civil Engineer Chino Hills Government Center, New City Hall-Library- Sheriff%Fire Admin. Offices MSA Consulting Inc. was founded in Palm Springs in City of Arcadia, Cily Hall Energy Efficiency Retrofit Project 1976 as a Civil Engineering firm providing consulting services City of Cypress, Recreational Infrastructure Study to municipalities and special districts. The firm has grown to City of Del Mar, New City Hall Programming Phase a staff of 56 and now includes Planning, Surveying, City of El Cajon, City Hall ADA Improvements Environmental Analysis, and Utility Coordination. MSA has City of Indio, Police Headquarters engaged in over 1800 projects including municipal City of Indio, Sports Complex including Aquatics infrastructure design, private development, City and County CenteoWater Park General Planning, Land Use and Site Planning, City of Irvine, Civic Center, Police Department and Animal Environmental Impact Reports, Environmental Permitting, Services Remodel Utility Coordination and Landscape Architecture. Projects City of Laguna Niguel, New City Hall with Council have ranged up to 9,000 acres in size and nearly all have Chambers/Community Room/EOC been located in the Coachella Valley. City of Lake Forest - New Lake Forest Sports Park w-Fields, Play Courts City of Lynwood, New John Ham Park Cumming City of Monrovia, Station Square Transit Village Planned Ashok K. Patel, MRICS - Managing Director Development Area City of Moreno Valley, Emergency Operations Center Established in 1996, Cumming is a leader in providing City of Murrieta, Police Station Expansion project control services, including cost and project City of Palm Springs, Library Renovation management, planning and scheduling, and construction City of Redondo Beach, North Branch Library litigat support. In fact, Cumming's 350 expert City of San Juan Capistrano, City Hall Complex Condition professionals—located in 24 offices across the United Assessment Stales, as well as in Abu Dhabi — have provided these and City of Santa Barbara, Parking Lots Improvements other related services to clients in more than 25 countries City of Santee, New Maintenance/Corporate Yard Facilities around the world. City of Westminster, Corp. Yard-Admin.-Garage-Work Shop Co. of San Diego, Fletcher Hills Library- El Cajon, HVAC Throughout its history, the company has remained focused Equipment and Roof Replacement on one goal: to assist its clients in managing the critical Compton Community Center, Compton, CA issues of time and cost from conception through closeout. County of Riverside- New Animal Shelter With an understanding of your goals and expectations, a County of Riverside- New Mead Valley Community Center suite of solution-oriented services are provided to meet your Laguna Hills Civic Center, Ground Floor Tenant unique needs. Improvement Mills Water Treatment Plant- Riverside, Administration Cumming's core cost management services include Building Addition budgeting, milestone cost estimating, value analysis, cost New Escondido Fire and Police Facility validation, peer review, and change order evaluation. Our Rialto Waste Water Treatment Plant- System Upgrades & cost management group is one of the largest providers of Modifications cost estimating and management services in the U.S. San Diego County Administration Center Reno/Reuse- Option 1 Update Tustin City Council Chambers Renovation Project experience includes the completion of more than 9,000 assignments in support of architects, engineers, owners, and others. Cumming has completed more than C.4 - References 650 projects for city- and county-operated facilities. These projects have involved civic centers, community centers, Please refer to the sample projects provided, they all libraries, offices, public safety buildings, parks, animal include the reference information that corresponds to that shelters, visitor centers, public works, and maintenance specific project. facilities, among others. C.i - Referenced Projects Key Issues Baggage Claim Area Expansion Challenges New Automatic Entrance Door System Roofing Analysis and Modifications Please refer to the sample projects provided. In the HVAC Air Handler Replacement Study description of each specific project we have incorporated the key issues/challenges that we faced and how we attempted to Palm Spr:ngs Police Department Project,: solved them. Records and Lobby Remodel Detective Bureau Remodel Trainin- Center Remodel C.6 - WhUs?y Basement Men's&Women's Locker Rooms Clients such as Eisenhower Medical Center, Hi Remodel Desert Medical Center, and National CORE have been our City of Palm sprin, HVAC Sv;tem Upgrade Projects: clients for the last 12 to 18 years. In addition, we have been PS. City Ball Data Center HVAC Replacement providing "on-call" services to the City of Palm Springs since PS. Desert Highland Unity Center HVAC 2012 and have been involved in several projects, which are Replacement listed below. We are very accustomed to being"on-call"with PS. Fire Station No. 2 HVAC Chiller Replacement these clients. There are several reasons why they are repeat clients: • When contacted for a new project, [hey receive immediate response. A project manager is immediately assigned to [he project (in most cases, it becomes the same project manager for continuity purposed and a site meeting is set up to meet with the user group and facility project manager to establish the scope of work and assess the time schedule and budget. • A definitive time schedule is given for the completion of the project, and the facility project manager is kept informed of any changes and when the project will be submitted to the governing agency for plan review. • The project manager follows the project through the review process, including monitoring the review agency to obtain updates- on review comments. • The quality of the professional work completed is of utmost importance. It is important to complete the project with accuracy and as comprehensive as possible. Finally, we have extensive experience working with the City of Palm Springs. Below is a list of some of the City projects that we have recently completed or are currently working on: Palm Springs International Airport Projects: Landscape Renovation Landscape Renovation— Phasing Plans One-way Airport Revolving Doors Security Wall Opening/ Door Parking Lot Space Expansion Parking Lot Expansion - Alternate 1 Security Checkpoint Lane Expansion DESERT MEADOWS FAMILY HOUSING 80 UNIT PROJECT FOR THE RIVERSIDE COUNTY ECONOMIC DEVELOPMENT AGENCY JNDIO, CALIFORNIA CLIENT: NATIONAL COMMUNITY RENAISSANCE OF CALIFORNIA, NATIONAL CORE CONTACTS: f ULIE MUNGAI 909.291.1400 & SPERRY MA3'.`• g09.291.1400 Overall Site Entry to Complex r �" Y cmm • J:L�r...�..r. Pool& Playground Areas Apartment Building Side View T 4 € 1 , 6i nJi.�g In,c�ior(i�urti.�rtl A" is 4 R 5:.. j Apartment Building Side View Overall Site Design Philosophy: The existing site is about 4.15 acres in size and is presently occupied by a mobile home park that has been on this site for over 40 years. Over time the surrounding areas have been improved with residential, mobile home parks, and some commercial development. The site is located on the corner of Fred Waring Drive and Clinton Avenue. Years ago this site was considered "outside 'the city of Indio and this corner intersection was not very traveled. Today this site is on the corner of a very busy intersection that brings traffic from the cities of Palm Desert, Indian Wells,and Bermuda Dunes area. It is also a favorite route to the Indio High School and two other schools located on Clinton Avenue. With this historic and present conditions, the site has been designed to accommodate affordable housing units with the following key points: Open Space: The minimum open space requirement under the R2 zone is 40%. This site is designed for almost 80%open space. All buildings have been located toward the center of the site leaving open space areas around the perimeter of the site, as well as an open common area on the center that is shared by all occupants. Buffer: With the housing elements located toward the center of the site, there is a minimum setback on the south side of 55 ft and average of 75 ft. since the building stagers away from the property line. On the west side which is also adjacent to residential, the setback is a minimum of 60 ft and 120 ft. as the building steps back toward the center of the site. There is a substantial buffer between the existing residential units and the proposed new buildings. On the north and east sides, the setbacks are 60 ft. (The minimum setback from the property line is 20 ft.) This buffer on the north and east sides also provides a substantial noise buffer from the adjacent traffic,which has increased over the recent years. Orientation: The buildings are oriented in a north/south direction to take advantage of the shading on the north side as well as partial shading on the south side during the summer months when the sun is mostly directly overhead. In the east and west directions, solar shading devices are designed to help shade any glazing elements on those walls. Amenities: The site has been designed to allow for maximum use of the site as open space and has incorporated several features for recreational uses. They include picnic and BBQ areas, playground areas, sport court for controlled activities on a hard surface, pool and spa, pool side bathrooms, exercise room, and a large community center for indoor activities. In addition there will be a large laundry room for the use of the residents. Buildings: There are four residential buildings on site. The A-1 and B-1 are essentially two story buildings with one duplex on each end as a three story element. The A-2 and B-2 buildings are three stories and located toward the center of the site creating a stepped design as the buildings become lower toward the perimeter. All other buildings in the center of the site, i.e. the community center, leasing office, and laundry are all one story. Landscaping: The landscape concept is a desert landscape theme, with drought tolerant planting and drip irrigation systems throughout. There will be shade trees provided within and around the site in strategic locations to assist in providing shade on the east and west sides. There will be palms located adjacent to the three and two story buildings to provide some scale to the buildings. Shade trees have been located around the sport court to isolate this area from sounds during activities. In addition several areas have been landscaped with shade trees to create small BBQ and picnic areas which are distributed throughout the site to allow use in various areas. Entry: The site is designed to allow for a gated entrance which will provide security to the site as well as discourage vehicular traffic within the site. The entry design also creates a monumental entrance statement for the site making it very clear this is the entrance. The m back of the entry will be lined with palms to provide a vertical element visible to traffic passing by. The entry are will be enhanced with colored concrete and pavers to prove this project with an upscale look that is typically found only in country club projects. Carports: The minimum requirement is for one covered parking space per unit. This project has 1.2 parking spaces covered per unit. LEED: This project will be Gold LEED Certified as descrived in the Green Building Standards outlined in the following page. RIVER CANYON HOUSING 60 UNIT AFFORDABLE HOUSING PROJECT FOR CATHEDRAL CITY CATHEDRAL CITY, CALIFORNIA CLIENT: NATIONAL COMMUNITY RENAISSANCE OF CALIFORNIA, NATIONAL CORE CONTACTS: LORNA CONTRERAS 909.291.1400, SPERRY MAXW'ELL 909.291.1400 & WARREN BRADSHAW, CATHEDRAL CITY HOUSING PROGRAMS MANAGER 760.770.0376 Entry to Housing Complex .; ...rh. Overall Site Y V l.- Community Center Yd.Ir e �Y fi _---- a a Playground Area u � \� \ . : \ =c - � � \ 1 . "` k �� � � \ \ . \ �� ° ■ ` . 1 d2 , ( r�Fla , w. } - Project Description & D,,,: n Philo, )ph *: The project proposal involves the merging of five parcels totaling 4,55 acres for construction of a 60-unit, multiple- family residential work-force housing apartment complex. The project would be constructed with passive and active recreation areas that would include on-site amenities such as picnic and barbeque areas and a children's playground. The project proposes a community center and a leasing office coupled with on-site management of the overall project site. Typical hardscape elements such as parking areas, walking paths, and drive aisles would be included with the project. The site would be served by a single, main entry at Corregidor Drive, with an emergency vehicle access gate located off of Marcia Road. Surruundinq Development Multiple-family residential developments are located on the north, south and west of the project site in the R-2 District. A few single-family residences exist adjacent to the east side of Corregidor Drive. These residences are located in the R-2 District. A single, vacant lot is located directly east of the project site with other single-family residences located in various directions of this vacant lot. The lot and these residences are located within an R-1 (Single-Family Residential) District. Vaquero Road is the transition line between these R-2 and R-1 Districts. Properties to the north, south, and west have been previously developed with similar multiple-family projects. These multiple-family projects are a buffer between the single-family uses and existing commercial uses located further to the west. The proposed multiple- family project is logical and desirable in this location as the project fills in the last remaining property within this R- 2 zoned area, and insulates the single-family residences to the east from the more intense uses to the west. Si',e Development This workforce housing project is designed as a multiple-family apartment development consisting of 11 total buildings. The project would contain a total of 41, 2-bedroom units and 19, 3-bedroom units. Each building would typically have either six or eight living units; however, the manager's building would have a total of only two living units. The buildings are designed as two-story structures. Buildings located on the east adjacent to Vaquero Road have a step-down feature with only a single story fronting the street to aid in the transition between building heights on this eastern side and create a better pedestrian scale. The project site is rectangular with a single interior drive aisle that allows access to the entire site and provides for two-way travel. The project site is designed to be self-contained and meet resident needs within the property boundaries through features such as open recreational areas, a community center, and laundry facilities thereby reducing the potential impacts on surrounding developments and their associated facilities.Also, the project location allows future residents to have pedestrian access to community facilities including local parks, schools, and shopping centers. On-site Amenities - A common recreation area is proposed at the center of the property and is clustered among six of the proposed 11 buildings. This common area will contain a swimming pool, a children's playground, barbeque and picnic areas, and a large turf area. A large, open turf, passive recreational area will also be located at the eastern property line. Open-space areas surrounding each of the proposed buildings are also proposed and will be connected with informal walk ways to provide connectivity throughout the site. An approximate 1,800 square-foot on-site community center and a 750 square foot leasing office with common laundry facility are proposed near the center of the project site. A 400 square-foot on-site maintenance building is located at the southeast end of the property. Access, Parking and Circulation -A traffic impact analysis was completed for the project by Urban Crossroads. The analysis found that no conflicts would arise from traffic generated by the project, and that the surrounding roadway network would be adequate to handle the additional traffic load. A single access point to the project site would be provided from Corregidor Drive. This access point will be divided by a median and will have separate ingress and egress lanes to accommodate two vehicles in either direction. This main entry point will have a coded access gate for residents. Internal access would be provided by a single, connected, two-way drive aisle that allows for full access to all on-site parking. This single, internal drive aisle is 25 feet wide and can accommodate emergency vehicles. An emergency access gate will be located off of Marcia Road (a small dead-end street terminating at the project's southern boundary). This gate will be fitted with metal privacy mesh to obscure any outside views into the site. No access will be provided from Vaquero Road, other than pedestrian access. Parking is required at a rate of 1.5 parking spaces per unit with one space per unit required to be covered. This results in a requirement for 60 covered spaces and 30 uncovered spaces. The applicant has provided a total of 120 spaces on-site with 60 spaces being covered in assigned carports, and the remaining 60 parking stalls in open parking stalls located throughout the site. Parking is located at the front of all buildings and is accessed from the internal connected drive aisle. The proposed project would be pedestrian-friendly, Informal, decomposed granite, pedestrian pathways and concrete sidewalks will provide connectivity throughout the site and provide off-site access to surrounding facilities such as nearby parks, the post office, schools, and shopping centers. Architecture - The two-story buildings have a modern architectural design using various building materials to provide a decorative appearance and visual appeal. The buildings will incorporate both rough and smooth finishes, offset building lines, and alternating score lines to give the buildings a distinctive architectural style while remaining compatible with residential feel of the surrounding neighborhood. Proposed architectural elements include a stucco plaster finish,spilt-faced block, precision block, and metal standing seam roofs. Architecture within the surrounding area incorporates typical elements from residential construction such as stucco finishes and clay roof tiles and the other multiple-family projects in the area all were constructed with two-story structures. The proposed development will have its own style, but will compliment other surrounding buildings by incorporating pieces of the existing surrounding architecture. Landscaping and Lighting - Landscaping and lighting will be provided throughout the interior of the site and along the perimeter of the property as shown on the Landscape Plan (reference the full-size Landscape Plan within Planning Commission packet). The project will have two, large turf areas for active recreation with the remaining areas containing typical desertscape elements, such as drought-tolerant species and decomposed granite. The project will incorporate wrought iron fencing along the westerly and easterly boundaries to allow views into the site. This will enhance safety and also will eliminate the institutional appearance a solid block wall can create when viewed by passers-by. A decorative six-foot masonry wall would be installed along the north and south property lines and a wrought- iron fence will be located at the emergency entrance off of Marcia Road. The applicant submitted a photometric lighting plan for initial review. The plan demonstrates that lighting would not be cast onto adjoining residences. A final photometric lighting plan will be required prior to the issuance of building permits to verify that light and glare do not affect adjoining residential uses . Drainage and Utilities - The property will be graded to allow all 1 on-site flows, including storm waters, to be captured on-site in underground detention basins. The basins will allow urban pollutants to be removed and remaining waters to percolate into underlying soils. Existing overhead power lines are required to be undergrounded throughout the project site. Water and sewer service will be established by connecting to lines located within Corregidor Drive. Entry to Housing Complex CIMARRON HEIGHTS WORKFORCE HOUSING 84 UNIT AFFORDABLE HOUSING PROJECT FOR CATHEDRAL CITY CATHEDRAL CITY, CALIFORNIA CLIENT: NATIONAL COMMUNITY RENAISSANCE OF CALIFORNIA, NATIONAL CORE CONTACTS: LORNA CONTRERAS 909.291.1 400, SPERRY MAXWELL 909.291.1400 Bt WARREN BRADSHAVb, CATHEDRAL CITY H.... PROGRAMS MANAGER 760.770.0376 �y 1 1 f e Apartment Buildings & Pool Area .F Overall Site Apartment Buildings Apartment Building Parking& Covered Carports i 3 fir_ c V y r4. All gg uh 3 v u Q W c v Project De+iriptiun & De,i,,n Philo,ophy: The project includes three parcels totaling 8.17 acres for residential and recreational purposes. Assessor Parcel 677-410- 009, located between Chia and Mia Places and west of the Whitewater Wash, is 7.45 gross acres and is the site of the proposed 84 multiple family workforce housing units. Assessor Parcel 677-331-003, located between San Gabriel Circle and San Diego Drive, is 0.42 acres and is the proposed site of a public recreation center that would include a community center and multi-purpose room. Assessor Parcel 677-332-003, located east of San Diego Drive and situated between the other referenced parcels, contains 0.26 acres and would be developed as a parking lot to serve [he public: recreation uses and overflow residential parking needs. %VorlJorce Housin,< The workforce housing is designed as multiple family buildings containing either 10 or 18 units per building. A mix of two and three bedroom plans are proposed. The buildings are designed as two-story structures with step-down one story units at each end. The center of the property is the widest point of the project site and in this area the units have been clustered to avoid a row-house appearance. The overall shape of the parcel constrains the number of site plan options. On-site Amenities -A common active recreation area is proposed at the center of the property among the clustered units. The area is anchored by a swimming pool and children's playground area. A restroom facility will be located in an adjoining cabana. An active recreation area consisting of ball courts is also proposed at the north end of the project site in the 84- unit proposal. Additional barbeque and picnic areas are proposed within landscaped areas throughout the property. Conditions have been included that require a minimum number of features and design details be provided within these areas. A 1,486 square-foot leasing office and a 600 square-foot common laundry facility are proposed generally in the center of the project area. External mail boxes will be provided at the leasing office building. A 760 square-foot on-site maintenance building is provided at the north end of the property. Access, Parking and Circulation -Access to the project area would be provided from the south via San Luis Rey Drive and from the west via Mission Drive. Crossley Road, when constructed, would provide a third point of access to the site. Internal access would be provided from the northerly and southerly ends of the property extending from Chia Place and Mia Place. Both of these entry points would be gated. Each gated entry would have two 24-foot inbound travel lanes and one 16-foot outbound lane. Both entries, as designed, would provide a sufficient turn-around area for those vehicles that may inadvertently enter the entrance area. Emergency vehicles accessing the site from the south would use the emergency access gate located north of Chia Place. A 24-foot internal driveway runs the full length of the property from north to south. Concrete speed tables (a modified version of speed bumps measuring 6 feet long, 20 feet wide, and 6 inches high) are proposed throughout the internal driveway area as a traffic-calming device. At a rate of 1.75 parking spaces per unit, 164 spaces would be provided for 94 units; 147 parking spaces would be provided for 84 units, with on-site parking is shown to the east of the internal drive. There is one covered space proposed each dwelling unit. Additional overflow parking is provided at the southern end of the project site. The proposed project is designed as a pedestrian-oriented community.An extensive network of walking trails and sidewalks are provided within the residential portion to link living spaces to internal amenities, common laundry and postal facilities, and parking. A sidewalk is provided within the on-site and off-site parking areas to connect the proposed residential area with the proposed public community center. Crosswalks are provided on San Diego Drive between the proposed public parking lot and proposed public community center, and on San Gabriel Circle East between Agua Caliente Park and the community center, Speed tables will be located at all access approaches to the community center for enhanced pedestrian safety. Architecture - All buildings are proposed to have a contemporary design and feature an earth-tone color scheme that will serve to unify the overall project design. Landscaping - Landscaping and lighting will be provided throughout the interior and perimeter of the property as shown on the Landscape Plan . Staff has conditioned the project for wrought iron fencing along the easterly boundary. A decorative six-foot masonry wall is required along the westerly boundary, with wrought iron fencing required south of the entry access to integrate the southerly tip as passive open space.A final landscape plan will be required prior to the issuance of building permits. Community Center and �lulli-Purpu:e itu•:mi The public community center and multi-purpose room are proposed on a parcel bound to the east by San Diego Drive, to the west and San Cabriel Circle East, and to the north and south by existing single family development. The 5.020 square- foot community center will anchor the parcel. with the 1,920 square-foot multi-purpose room located to the back of the center. Shade structures are proposed for both sides of the multi-purpose room to provide for additional outdoor enjoyment. A roofed outdoor plaza will provide a connection between the center and multi-purpose room. Access, Parking, and Circulation -Access to the site would be provided from San Diego Drive and San Gabriel Circle East. At the location of the community center, the connecting road between these two streets would provide direct access to the center, as well as center parking. Additional parking would he located within a public parking lot across San Diego Drive between the facility and the proposed mulli-family housing. Two handicap parking spaces are provided adjacent to the public recreation area. Public Parking Lot - The proposed public parking lot located between the proposed community center and the proposed workforce housing is designed for 15 parking spaces to accommodate community center visitors and an additional five spaces for workforce housing guest parking. A six-foot wrought iron fence is designed to separate the two parking areas. The fence would include a gated access for workforce housing residents walking to the community center, Agua Caliente Park and the elementary school. The sidewalk is proposed along the southerly boundary of the parking lot. Six-foot decoralive masonry walls would be constructed along the north and south boundaries of the parking lot for the privacy of the single-family residences. Architecture - The proposed architecture is consistent in style and design with the proposed workforce housing development and features a modern design with Southwest Pueblo accents. Landscaping and Lighting - Drought tolerant landscaping is proposed around the public recreation center and within the center parking lot. Shade trees are proposed along the pedestrian walkways linking the parking lot to the center. A decorative six-foot masonry wall is required along the rear of the recreation center property adjacent to the existing residential units. A four-foot rail fence is proposed at the front setback. A final landscape plan will be required prior to the issuance of building permits. Proposed lighting includes pole lights within the parking lots, wall-mounted lights on the buildings, and bollard lights along pedestrian walkways. VOLUNTEERS IN MEDICINE CLINIC INDIO, CALIFORNIA CLIENT: RIVERSIDE COUNTY ECONomic DEVELOPMENT AGENCY CONTACT: SERGM PFNa , F:1f II ITIFS PROIFFT :kl (-, R . III . 951 . 955 . 2809 i s• I � ti sei G R4, 4" FA , I IT qq f v I Volunteers In Medicine Clinic Indio, CA The 6,000 S.F. facility will provide affordable outpatient services for the surrounding community. It contains six exam rooms,two dental rooms, two consultation rooms, one mental health room, reception area, administrative offices, indoor and outdoor waiting areas, child play area, and education and community rooms and other support areas. Clearstory windows , bring natural light into the building. This project will be LEED Centified. Estimated Construction Cost: $1,600,000 Estimated Completion Date: November, 2012 AIRPORT PARK PLAZA PROFESSIONAL OFFICE BUILDING PALM SPRINGS, CALIFORNIA CLIENT: THE ABBEY COMPANY - CONTACT: PAhI ROGERS 760 . 250 . 0906 ya Airport Park Plaza + . Palm Springs, CA The proposed project consists of 2 -2 story buildings that are identical and sited across from each other ^ creating a large open courtyard with water features, seating areas and textured surfaces. The new buildings provide a total of 29,740 SF of leasable area, much of which will become medical offices. This is a ?+-. LEED Silver certified building. '. LA Estimated Construction Cost: $7,000,000 Completion Date: August, 2009 n ti• f COLLEGE OF THE DESERT CENTRAL PLANT & ALUMNI STREET FAIR RESTROOMS PALM DESERT, CALIFORNIA CLIENT: COLLEGE OF THE DESERT - CONTACT: STEVE RENEW 760 . 773 . 2552 Fes' r ' 'w A i. ty y k 1 College of the Desert Central Plant & Street Fair Restrooms Palm Desert, CA The program requirements for the Central Plant include a Boiler Room, Chiller Room, Control Room, and Storage rooms. In addition to the Mechanical requirements, the College needed to provide public restrooms for the College Street Fair. To accomplish the program requirements, the building was designed in a radial pattern that transcends between the two existing structures to create a more fluid connection between them. In addition the circular shape of the large storage tank played heavily in influencing the curved walls. Basic materials include split faced masonry in two complimentary colors to accentuate the massing of the curved walls; curved metal panels in a black zinc finish; stucco in locations to contrast with the masonry, and reflective glass to provide day lighting into the Mechanical Rooms. Desert landscaping compliments the building materials and colors. The project construction cost after bids came in were nearly 50% under the estimated costs budgeted for this project. Construction Cost: 9,600,000 Construction Completion Date: December, 2008 Section D Local Expertise Demonstrated on the Team - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - SECTION D L O C A L E X P E R T I S E ❑ E X1 0 IN S T R X T L D U N T IT E T E -A X1 DA - Local Business - " " Wavne Connor & -As" cia'." We are a local firm, our interests are local. Almost all of our Wayne Connor, Landscape Architect work is in the Coachella Valley, and we have had an established firm in the Coachella Valley since 1973. Wayne Connor & Associates will provide all landscape design elements and exhibits. Also included will be Please refer to Attachment A for copy of the Signature construction documents and specifications. Authoorization form and a copy of the Business License. 1\LSA Cons.dtin,, Inc. Marvin Roos, Director of Planning D,2 - Team Members Local Expertise Julian DeLa Torre, Civil Engineer All of our design team members have many years of MSA Consulting, Inc. will provide all civil engineering design experience and local expertise. Please refer to Section C for elements and exhibits. Also included will be construction more detail information on each firm, documents and specifications. Architect ­1 C ,, J! .u- Urrutia Architect, Cunnnin4 Francisco]. Urrutia, Principal-in-Charge Ashok K. Patel, MRICS - Managing Director 760.327.6800 - 760,327.6813 fax frank@urrutiaarchitects.com urrutiaarchitects.com Cumming will provide all cost estimating elements and exhibits. Also included will be construction documents and The Lead firm on this team, Urrutia Architects will provide all specifications. project coordination, primary project representation with the owner, all architectural and interior design elements and exhibits. Also included will be construction documents and specifications, representation during the bidding process, and construction observation services during the construction phase. W-T Structura} Engineering Jeffery S. Gutowsky, PE, SE, LEED AP President W T Engineering will provide all structural design elements and exhibits. Also included will be construction documents and specifications. T I G En-ineers Kerry Parker, Managing Principal Nestor Ignacio, Electrical Engineer Ryan Shaw, Plumbing Engineer Josh Massey, Mechanical Engineer TTG Engineers will provide all mechanical, electrical and Plumbing design elements and exhibits. Also included will be construction documents and specifications. Organizational Chart coordination,The Lead firm on this team, Urrutia Architects will provide all project observationproject representation with the owner, all architectural and interior design elements and exhibits. Also included will be construction documents and specifications, representation during the bidding process, and construction `' V'1/T SEructuraf Engineering Structural Engineers Contact:Jeffery S. Gutowsky, President 760.285.3033 TTG - MPE Engineers eantact: Kerry Parker;' Managing Partner 90g.942.5548 Urrutia intierior MSA �onsul�in Architects Designer {nc. Lead i`irm Civit Engineers Contact: Frank}. tlrrutia, FARA ' Contact: Marvin Roos, Principai-in-Charge support staff Diredoi-of Planning 760.327.6800 760.320.9811 W�yrie C. Connor &' associates Landscape Architect Contact.:Wayne C. Connar, Principal 76U.340.4277 et�rr,� rn� Cost Estimating Contact:Ashok K. Pate{ Managing Director 949.334.8862 ADDITIONAL REFERENCES PUBLIC AGENCY PROJECTS County of Riverside Sergio Pena, Economic Development Agency- Facilities Project Manager III 951.955.2809 1 - 14 City of Palm Springs Marcus Fuller, City Engineer& Assistant City United States Post ice Manager- 760.322.8380 Rancho Mirage, CA Patrick J. Sweeney, Director of Maintenance _ ' Doug Wall Construction, Inc. & Facilities - 760.323.8167 Doug Wall, Owner ^a 760.772.8446 City of Rancho Mirage IVO D.W.Johnston Construction, Inc. Bud Koff- Planning Manager - Dave Johnston, Owner 760.324.9851 760.416.1144 Hi-Desert Medical Center,Joshua Tree, CA Office of Statewide Health Planning and Robert Baker, Director of Facilities Development Management- 760,366.4369 Mike Marrs, Area Compliance Office Eisenhower Medical Center 213.897.0166 Liz Siino, Project Manager Mike Hatswell, Inspector of Record 760.837.8570 909.664.7391 Institute of Critical Care Medicine Palm Springs Police Department Dr. Wanchun Tang, CEO Sandee Bosler, Senior Secretary 760.778.4911 760.323.8101 Pacific Premier Bank, Palm Springs, CA Kathi Hallock, VP/Branch Manager PRIVATE PROJECTS 760.969.4601 Watermark Retirement Communities Franconia Investments James Goebel, Nat'l Director of Design & Katrina Heinrich, Owner Construction - 520.797.4000 760.318.4415 Palm Springs Airport P &s P Tom Nolan, Executive Director 760.318.3901 White Brothers Investments Co. John Burke, General Manager 760.341.8684 ,ln port Park Professional Office Building-Palm Springs, CA Attachments Attachment A — Addenda Acknowledgement Attachment B Business License - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ATTACHMENT "A" *NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED INSIDE ENVELOPE #1, "QUALIFICATIONS/WORK PROPOSAL"* REQUESTS FOR PROPOSALS (RFP) #07-15 FOR "ON-CALL" ARCHITECTURAL AND LANDSCAPE ARCHITECTURAL SERVICES SIGNATURE AUTHORIZATION PROPOSER: Urrutia Architects 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 authority to bind myself/this company in a contract should I be successful in my proposal. SIGNATURE B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful, the contract language should refer to me/my company as: An individual; A partnership, Partners' names: A company; x A corporation If applicable, please check below and provide the required license: 1. x My firm is a Local Business (Licensed within the jurisdiction of the Coachella Valley). Copy of current business license is required to be attached to this document. 2. My tax identification number is: 95 - 3730619 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your proposal being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s) # 1 & 2 is/are hereby acknowledged. Page 13 of 36 RFP#07-15 BUSINESS LICENSE CITY OF PALNI SPRINGS BUSINESS LICENSE 3200 E TAHQUIT7 CANYON WAY, PALM SPRINGS, CA 92262 (760) 323-8289 PLEASL NOTE THA r IT 15 YOUR R-ESPONSIBILITY TO RENEW AND UPDA"IF. Tlfl$ LICENSF.ANNUALLY. BUSI.YFSS NUNWER: 20005112 EXPIRATION TAXIAIMUN. F'EE CERT NO BLkSIA'E,SS TYPE: ARCHH CH SVCS 10i3112015 18.00 1500 OWNER NAINW: URRUTIA, PRANCISCO J 10;'31i2015 I00.00 15003 14.31/2015 133.00 .5004 BI;SI_NfiSS NA:ti[E: URRUTIA ARCHITECTS V01:2015 1.00 62238 B[ SlNESS ADDRESS: 16.1 LURING DR PAI-M SPRNCS.CA 92?62 URRUTIA ARCHITECTS ISSLANCE Or'THIN LICENSE I)OFS NOT ENTITLE 165 LURING DR 'FHE LICENSEE TOOPr&%TE OR MAINTAIN A RLSLNESS IN VIOLATION OF ANY OTHRR LAW PALM SPRINGS CA 92262 OR ORDINANCE. T"HIS IS NOT ANESDORSWEN I OF THE ACTIN ItY NOR OF IHE APPLICANT'S QL ALD ICATIONS. MUST BE POSTED IN'A CONSPICUOUS PLACE, ATTACHMENT "B" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS[WORK PROPOSAL (Envelope#1)* NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL STATE OF CALIFORNIA) ss COUNTY OF RIVERSIDE) The unders fined, being first duly sworn, depose and says that he or she is dU✓.t �C3'Urrr�%� ofcrka- 11rtt�e�r . the party making the f regoing 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 ther divulged information or data relative thereof, or paid, and will not pay, any fee to any corporate pa ers tip, company, association, organization, Proposal depository, or any other member or agen ere f to effectuate a collusive or sham Proposal. B Ti L Subscribed and sworn to before me this [ day of I" t 2015. FLORENCE M.JENKINS [ 7 i Commission # 1960278 a =d �� Notary Public•California z i ' `% Riverside County My Comm.Expires Nov 12.2015! Page 14 of 36 RFP#07-15 EXHIBIT "D" SCHEDULE OF COMPENSATION CONSULTANT'S SCHEDULE OF FEES FOLLOWS THIS PAGE Exhibit "D" FEE SCHEDULE For hourly based compensation, the following is our current hourly rate schedule. Hourk Rafe J<hedulc Principal $150.00./ hr. Interior Designer $100.00/h r. Project Manager l oo.00/hr. CADD Manager 85.00/ hr. lob Captain 85.00/ hr. CADD Operator 60 00/hr. Intermediate Draftsperson 50.00/ hr. Administrative Assistant/Bookkeeper 30.00/ hr. For projects which are not suitable for hourly rates,we would prepare a fixed cost proposal which would include all required architectural and engineering fees. Fees based on a percentage of construction are not recommended by our firm. Reimbursable Expenses: (Expenses are invoiced at the Architect's cost plus 10%) Reimbursable Expenses are in addition to the Architect's compensation, and include actual expenditures made by the Architect and the Architect's employees and Consultants in the interest of the Project for the typical expenses listed below: • Long distance communications; • Fees paid in securing approvals of authorities having jurisdiction over the Project; • Reproductions of drawings, specifications and other documents; • Postage and special handling of documents; • Finish/detailed models requested by the Client; • Professional renderings of projects; Exclusions typically include the following, although they can be added to the Architect's scope of services if requested by the City: • Ceotechnical reports or field testing. 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"