Loading...
HomeMy WebLinkAboutA6262 - URRUTA ARCHITECTS AMENDMENT NO. 3 TO AGREEMENT NO. A6262 On-Call Architectural Services PALM SPRINGS INTERNATIONAL AIRPORT THIS THIRD AMENDMENT is made and entered into as of the 16th day of July, 2014 (the "effective date") by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation ("City"), and Urrutia A.I.A. and Associates, Inc., dba Urrutia Architects (herein "Consultant') as follows: RECITALS WHEREAS, the City owns and operates Palm Springs International Airport ("Air- port") located in Palm Springs, California for the convenience of the general public. WHEREAS, City and Consultant entered into that certain Consulting Services Agreement No. A6262 for Aviation Consulting ("Agreement') for On-Call Architectural Services, as duly amended from time to time; and WHEREAS, the parties wish to amend the Agreement to increase work assign- ments. NOW, THEREFORE, for good and sufficient consideration, the parties agree as follows: 1. Exhibit "A", Scope of Services, is hereby amended to add the following on-call Architectural Services for additional resident professional services for the Design and Engineering Services to the Airport Terminal heating and ventilation system and the Bono Concourse escalator replacement as described in the proposal from the Consultant dated July 7, 2014. Task 5 — Design and Engineering Services — HVAC Air Handler replacement study. Task 6— Design and Engineering Services — Escalator Replacement. 2. The agreement shall allow a total project sum up to $35,200.00 for professional services relating to the design, construction management and planning of Task 5 and Task 6. Except as previously modified herein, all other provisions of the Agreement shall remain unmodified in full force and effect. [SIGNATURE PAGE FOLLOWS] +'lD,'OK NGREFt.4F=`• , Urrutia Architects Inc. A6262 July 16, 2014— Page 2 Palm Springs International Airport IN WITNESS WHEREOF, the parties have executed and entered into this Lease as of the date first written above. CITY OF PALM SPRINGS ATTEST: a municipal corporation By: Ate-^1 g Ity Clerk City Manager APPRO D TO FORM: APPROVED BY CITY COUNCIL By: �•�b •t�k ah P.bab� City Attor ey CONTRACTOR: Check one:_Individual_Partnership XCorporation Corporations require two no nze ignatures: One from each of the following: A. Chairman o oard, resident, or any Vice President: AND B. Secretary,As istant ecretary,Treasurer,A sistant Treasurer, or Chief F ial Officer. B B ' S n�retarized) S nature(n tarized) Name: Franr-isr:n .1 Urrutia Name: Francisco J. Urrutia Title:-President nit Title: Secretary State of �7C&)FD'0E-1-y/l State of CA�! roAe 11-Q County of -r',l(,\V "�S I pe County of� 11/� ^� On 07 d4efore me, 1AKi Z PO4 EZ, Orp-7) ;oI4 before me,At16a_ WA-90 Pu Pw C__ / r C� Personally appeared proved to Personally appeared --UjWWr/Nproved to me on the basis of satisfactory evidence to be the person(s•) me on the basis of satisfactory evidence to be the person(#) whose name(orislerer subscribed to the within instrument and whose name(g)is/are-subscribed to the within instrument and acknowledged to me that he/skehtrey executed the same in acknowledged to me that he/sbeAney executed the same in his/he"reir authorized his/hwAfteir authorized capacity(iesrand that by his/har/4Wr signatureO on the in- capacity(ie�,and that by his/heNlheir signature(d)on the in- strument the person(,6),or the entity upon behalf of which the strument the person(s+, or the entity upon behalf of which the person(acted,executed the instrument. person)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signatur : Notary Signatur Notary Seal: Notary Seal: ANGEL MENDEZ ANGEL MENDEZ Commission#2028913 Commission#2028913 Notary Public-California Notary Public •California Riverside County Riverside County M Comm.Ex ires Jun 14,2017 r M Comm.Expires Jun 14,2017+ 165 Luring Drive Palm Springs, CA 92262 IN UTl11 760.327.6800 760.327.6813 fax designCa urruliaarcnrtects.com July 7, 2014 Mr. Thomas Nolan Executive Director Palm Springs International Airport 3400 E. Tahquitz Canyon Way Suite OFC Palm Springs, CA. 92262-6966 RE: Proposal for Professional Design and Engineering Services- Escalator Replacement. Dear Mr. Nolan: Urrutia Architects is pleased to provide the City of Palm Springs International Airport with our proposal for professional architectural and engineering services to include the replacement of the two existing escalators located at the Bono Terminal. Scope of Work The following summarizes our understanding of the scope of work. The Bono Terminal has two existing escalators that connect the terminal with the main terminal. Due to continued maintenance reasons, the airport would like to upgrade and modernize the existing KONE escalators. The intent will be to leave the existing metal truss in place and to replace the balance of the units with a new "modernization" package that will address better efficiency, current code requirements, upgraded safety features, and long term low maintenance. We are assuming that the project will be subject to review by only the following age ncies/de partments: o City of Palm Springs Airport o City of Palms Spring Building Department Scope of Services Based on the above Scope of Work, Urrutia Architects will provide Architectural and Engineering Services to include the following: Escalator Replacemeni Palm springs Internofonal Airport Palm Springs,CA July 7,2GI4 • Architectural • Electrical Engineering A. Pre-Design/Site Analysis Phase: a. Urrutia Architects and their consultant shall provide the following services: • Initial preparation shall include review of existing construction documents and record drawings furnished by Me City or airport. A site visit shall be conducted to verify record drawings and to obtain equipment data and specifications on the existing escalators. B. Construction Document Phase: a. For the purpose of this proposal, all construction documents created for this project shall be a part of a single set of construction drawings for this project. Urrutia Architects will prepare documents that will reflect the "modernization" package requirements for the escalators. Modernization specifications will follow recommended specifications/guidelines that can be met by any of the four major escalator companies: • OTIS • Schindler • ThyssenKrupp • Kone b. Urrutia Architects and their consultant shall prepare construction documents, which will, in general, consist of the following: • Title sheet with code cnalysis and ADA requirements. • Partial Site Plan to identify location of work in the overall building. • Demolition Plan, including temporary construction phasing. • Remodel escalator plan. • Electrical demolition plan and remodel plan. • Specifications book prepared in CSI format. • Attend meetings as required. C. Bidding Phase: a. Urrutia Architects shall assist the airport in soliciting and obtaining bids from the major escalator companies for this project as an overall single project through the public notic'ng process. During the course of the bidding process, the architect shall prepare and issue addenda as necessary to Escalator�eplccement Palm springs Intemational Airport Palm Springs,CA i July 7,2014 i the bidders, respond to bidders' RFI's, review bids, and make final recommendations to airport executive director approval D. Construction Administration Phase: a. Urrutia Architects shall provide professional services during the course of construction that shall include the following: • Provide clarification and interpretive drawings to the contractor. • Review and respond to RFI's from contractors. • Review submitted changes in construction and costs proposed by the contractor. Process any Change Orders during the construction phase. • Review Applications for Payment from the Contractor and make recommerdations for payments. • Visit the job site once a week to review the progress of work and answer any questions the contractor may have. Document the site visits with photographs and written memos which will be distrbuted. • Review and process shop drawings and submit*als. • Prepare punch lists during substantial completion and final punch lists to close out the project. • Documentation of all warranties, guarantees, and operation manuals. • All tests and state inspections will be furnished and provided by the escalator company as a part of the modernization package i I - 3 - Escalator Replacement Palm Springs International Airport - Palm Springs,CA July 7,2014 E. Proposed Compensation To provide the services described in this proposal, the following compensation is proposed: A total fixed cost of$25,800.00, plus reimbursable expenses. A. Pre-Design/Safe Analysis Phase: A fixed sum of$ 1,800.00, plus reimbursable expenses. B. Construction Document Phase: A fixed sum of$17,000.00, plus reimbursable expenses. C. Bidding Phase: A fixed sum of$ 1,000.00, plus *eirnbursable expenses. D. Construction Administration Phase: A fixed sum of$5,200.00, plus reimbursable expenses, Reimbursable Expenses: 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 expenses listed in the following Subparagraphs: • 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, We are proposing an estimated budget of$1100.00 for reimbursable expenses. I 111 4 Escalator Replacement Palm Springs Internaflonol Airpor' Pdrn Springs,CA July 7,20�4 Assumptions include the following: The City or Airport shall provide the Architect with copies of "as built" drawings, including structural, architectural, mechanical, and electrical data or any other drawings of scope related information relevant to this project that may assist the Architect in the preparation of their drawings. If our proposal is acceptable, please have the City prepare an agreement for our services. Should you have any questions, please call me. I look forward to hearing from you.. Sincerely, rrutia Architec o J u I / RA Si t California License # C7467 I _ 5 _ 165 Luring Drive T A Palm Springs, CA 92262 Uf fU ■ IR 76 760.327.68.32T.681313 fax bq- I design@urrutiaarchitects.cam July 7, 2014 Mr. Thomas Nolan Executive Director Palm Springs International Airport 3400 E. Tahquitz Canyon Way Suite OF(- Palm Springs, CA. 92262-6966 RE: Proposal for Professional Design and Engineering Services - HVAC Air Handler Replacement.Study. Dear Mr. Nolan: Urrutia Architects is pleased to provide the City of Palm Springs International Airport with our proposal for professional architectural and engineering services to include the evaluation and study of the existing HVAC Air Handlers located within the main the main airport terminal. Scope of Work The following summarizes our understanding of the scope of work. The main airport terminal contains eight air handers of various sizes in locations throughout the terminal. These units are suffering from old age and inefficiency and may need to be replaced or refurbished. A detailed evaluation will be made of each of the units. We are assuming that the project will be subject to review by only the following agencies/departments: o City of Palm Springs Airport Scope of Services Based on the above Scope of Work, Urrutia Architects will provide Architectural and Engineering Services to include the following: • Architectural • Mechanical Engineering HVAC Air Handler Replacement Study Palm springs International Airport Palm Springs,CA July 1,2014 A. Pre-Design/Site Analysis Phase: a. Urrutia Architects and their consultant shall provide the following services: • Initial preparation shall include review of existing construction documents and record drawings furnished by the City or airport. A subsequent site visit shall be conducted to document all air handler equipment, including serial numbers, make, and size, components, and maintenance record. The documentation shall Include listing of faulty components and the s�atus of each unit or component with regard to expected life. After compiling all the data for each unit, a recommendation shall be made for each unit covering replacement or refurbishment of components, or the entire unit. • The study will include recommendations for replacement or refurbishment of the units. Implementation of the recommendations are not a part of this study but can be provided if requested by the Airport as an additional service. B. Proposed Compensation To provide the services described in this proposal, the following compensation is proposed: A total fixed cost of$7,800.00, plus reimbursable expenses. A. Pre-Deslgn/Site Analysis Phase: A fixed sum of$ 7,800.00, plus reimbursable expenses. Reimbursable Expenses: Reimburscble 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 expenses listed in the following Subparagraphs: • 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, HVAC Air Handler Replacement Study Palm Springs Irterna'ional Airport Palm Springs,CA July 7.201 We are proposing an estimated budget of$500.00 for reimbursable expenses. Assumptions include the following: The City or Airport shall provide the Architect with copies of "as built' drawings, including structural, architectural, mechanical, and electrical data or any other drawings of scope related information relevant to this project that may assist the Architect in the preparation of treir drawings, If our proposal is acceptable, please have the City prepare an agreement for our services. Should you have any questions, please call me. I look forward to hearing from you. Sincerely, cc A A Presid t rnia License # C7467 I - 3 - i AMENDMENT NO. 2A TO AGREEMENT NO. A6262, On-Call Architectural Services PALM SPRINGS INTERNATIONAL AIRPORT THIS SECOND AMENDMENT is made and entered into as of the 18th day of De- cember 18, 2013 (the "effective date") by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation ("City'), and Urrutia A.I.A. and Associ- ates, Inc., dba Urrutia Architects (herein "Consultant') as follows: RECITALS WHEREAS, the City owns and operates Palm Springs International Airport ("Air- port") located in Palm Springs, California for the convenience of the general public. WHEREAS, City and Consultant entered into that certain Consulting Services Agreement No. A6262 for Aviation Consulting ("Agreement') for On-Call Architectural Services, as duly amended from time to time; and WHEREAS, the parties wish to amend the Agreement to increase work assign- ments. NOW, THEREFORE, for good and sufficient consideration, the parties agree as follows: 1. Exhibit "A", Scope of Services, is hereby amended to add the following on-call Architectural Services for additional resident professional services for the new one-way airport security revolving doors as described in the proposal from the Consultant revised December 17, 2013. Task 4 — Security Exit Area Design and Engineering Series $ 28,875.00 2. The agreement shall allow a total project sum up to $28,875.00 for professional services relating to the design, construction management and planning of Task 4. Except as previously modified herein, all other provisions of the Agreement shall remain unmodified in full force and effect. [SIGNATURE PAGE FOLLOWS] Urrutia Architects Inc. A6262 Palm Springs International Airport IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRINGS municipal corporation City Clerk City Managertel APPROVED � Tp FORM: APPROVED BY C1T(^Ofsi7Ci! " city/At orney CONTRACTOR: Check one: Individual Partnership 7s Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice Presid nt: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. By: o ized Signature (notarized) itle: Title: State of C4L,1F02Ai44 State of County of-79 k V try Sj County of On l �)'�before me, IfaF2Q[ , On before me, O.iotRYu( pt/ � personally appeared�g4nj&ggU T.ug&r/w personally appeared who proved to me on the basis of satisfactory who proved to me on basis of satisfactory evi- dence to be the person(9)whose name(,g) evidence to be the person(s)whose names (s) name(j)is/art-subscribed to the within instrument is/are subscribed to the within instrument and acknowledged to me that he/*4efthey and acknowledged to me that he/she/they exe- cuted the same in he/heFftheir authorized executed the same in his/her/their authorized capacity(ys), and that by his/ha;Atieir sigMa- capacity(is), and that by his/her/their signa- ture( on the instrument the person( ), or the tares(s) on the instrument the person(s)or the entity upon behalf of which the person( the entity upon behalf of which the person(s) acted, executed the instrument. acted, executed the instrument. I certify under PENALTY OF PERJURY I certify under PENALTY OF PERJURY under the laws of the State of California that the under the laws of the State of California that the foregoing paragraph is true and correct. a foregoing paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signat e: Notary Signature: Notary Seal: ANGEL Notary Seal: IGEZ 126n;Mm Commlesl0n#2028913 Notary Public•CalNorala Riverside County 1w.g Comm.Expires Jun 14.20f)r 165 Luring Drive Palm Springs.CA 92262 u UIR 760-327,6800 760.327.681313 fax 3 design@urrutiaarchitects.cum December3, 2013 (Revised 12/17/13) Mr. Thomas Nolan Executive Director Palm Springs International Airport 3400 E. Tahquitz Canyon Way Suite OFC Palm Springs, CA. 92262-6966 RE: Proposal for Professional Design and Engineering Services - New One Way Airport Security Revolving Doors- Revised (12.17.13) Palm Springs, CA. Dear Mr. Nolan: Urrutia Architects is pleased to provide the City of Palm Springs International Airport with our proposal for professional architectural and engineering services to include the addition of a two (2) new automatic one way airport security revolving doors manufactured by Horton Automatics. The new revolving doors shall be located within the exit areaway on the east side of the existing lobby of the Palm Springs International Airport located in Palm Springs, CA. Scope of Work The following points summarize our understanding of the scope of work. The airport is proposing to add two {2) new automatic one way airport security revolving doors in the existing exit area way on the east side of the airport lobby. Presently the exit area way consists of an enclosed vestibule area which is controlled with automatic bi-parting doors to access this area. Then there is a second set of automatic bi-parting doors that allow access into the main lobby area. This area is designed to allow egress into the terminal in a one way directional flow and due to security reasons; the intent is to prohibit egress through this passageway from the lobby. The requirement is to maintain a one-way flow from the outside into the building using two (2) new automatic revolving doors manufactured by Horton Automatics that will dictate the flow of pedestrian traffic from the exterior to the interior in a controlled flow pattern. The new revolving doors will be 12 foot in diameter and will be staggered to allow the inclusion of a new 36" wide security door between the revolving units. Each new revolving door will include sensors in the ceiling and floor mats that will detect any object in the restricted area of the door enclosure, The sensors will produce an audible alarm when detection of a foreign New Automatic One Way Revolving Secvdty Dcors 'alm Springs Intemational Airport Palm Springs,CA December 3.2013(Revised 12/17,13) object occurs. In addition, the foNowing shall be included in the scope of work as related to these new revolving doors: • New electrical required extended to each door unit. Minimum 120 VAC 15 amp service to a 20 amp dedicated circuit for each unit. • Integration of each door unit into the existing space will include replacement of existing flooring, remodeling of exiting ceiling where door unit intersects wi*h existing ceiling. • Coordination of installation details. • Standard door units are prepped for glass which is provided by others. Glass will be specified (bullet resistant is an option). + Removal:of existing automatic storefront doors:; • Evaluation;s�f existing HUAC;idistribution sysfe.m in vestr.'bule and reworking;of exist„ &obutionYdevices. We are assuming that the project will be subject to review by only the following agencies/departments: o City of Palm Springs Airport o City of Palm Springs Building Department Scope of Services Based on the above Scope of Work, Urrutia Architec's will provide Architectural and Engineering Services including Design and Construction Documents for the proposed Parking Lot Space Expansion to include the following services: • Architectural • Electrical Engineering * lvtechaniccil �n`gineering A. Pre-Design/Site Analysis Phase: a. Urrutia Architects and -heir consultants shall provide the following services: • Architectural design shall include review of existing construction documents and record drawings furnished by the City or airport, A site visit shall be conducted to verify record drawings. A final base floor plan and reflected ceiling plan shall be prepared of this area that reflects the existing conditions. • Electrical engineering shall consist of a site visit to document the existing power sources, electrical panels, and power sources for this area. An existing electrical plan of this area shall be prepared. Mechanical engineering shall consist of a site,visit tb dccument the exfsting,HVAC distribution system, HVAC�aquiprnent sources-for this area. An existing mechanical plan of thli area shall be prepared: - 2 - New Automatic One Way Revolving Security Doo,s Palm Springs International Airoort Palm Springs,CA December 3,2013(Revised 12/17/13) B. Design Development Phase: a. Urrutia Architects shall prepare design development drawings which will consist of the following: • Architectural design shall include a proposed floor plan layout, reflected ceiling plan, interior elevations, and finish material selections. The Architect shall be responsible for the coordination of all consultants work; provide the airport with delineated layouts for review and comment; attend all meetings, including City review meetings; and scheduling of all consultant's work. C. Construction Document Phase: a. For the purpose of this proposal, all construction documents created for this project shall be a part of a single set of construction drawings for this project. Urrutia Architects and their consultants shall prepare detailed construction documents based on the final design development drawings approved by the City of Palm Springs and the airport, which will, in general, consist of the following: • Title sheet with code analysis and ADA requirements. • Partial Site Plan to identify location of work in the overall building, • Demolition plans and details, including temporary construction walls and phasing of construction work. • Remodel floor plan and finish schedule. • ReEected ceiling plan and details. • Interior elevations. • Door schedule and installation details. • Glazing details. • Electrical demolition plan and remodel plan. • Mechanical HVAG demolition plan and remodel plan,; • Specifications book prepared in CSI format. • AIend user meetings when necessary. I 3 i New Automatic One Way Revolving Security Doors i Palm Springs Intematlonal Airport Palm Springs,CA December 3,2013(Reviseo 12117113J D. Bidding Phase: a. Urrutia Architects shall assist the airport in soliciting and obtaining bids from general contractors for this project as an overcll single project through the public bid process. During the course of the bidding process, the architect shall attend a pre-bid meeting, prepare and issue addenda requested by the City, and respond to RFI's. E. Construction Administration Phase: a. Urrutia Architects shall provide professional services during the course of construction that shall include the following: • Provide clarification and interpretive drawings to the contractor. • Review and respond to RFI's from the contractor. • Review submitted changes in construction costs proposed by the contractor. Process any Change Orders during the construction phase. • Review Applications for Payment from the Contractor and make recommendations for payments. • Visit the job site once a week to review the progress of work and answer any questions the contractor may have. Document the site visits with photographs and written memos which will be distributed. • Review and process shop drawings and submittals. • Prepare punch lists during substantial completion and final punch lists to close out the project. • Documentation of all warranties, guarantees, and operation manuals. - 4- New Automatic One way Revolving Security Doors Palm Springs!r-emational Airport Palm Springs,CA December 3,2013(Revised 12/17/13) F. Proposed Compensation To provide the services described in this proposal, the followng compensation is proposed: A total fixed cost,of$24,300*., plus reimbursable expenses; A. Pre-Design/Site Analysis Phase: A fixed sum of$3,300:b0; pjq�reimbursable expenses, B. Design Development Phase: A fixed sum of$2,000.00, plus reimbursable expenses. C. Construction Document Phase: A.fixed sum of'10*81M.Ob,plus reimbursable expensest D. Bidding Phase: A fixed sum of$ 900.00, plus reimbursable expenses. E. Construction Administration Phase: fixed sum of45,400,00,:plus reimbursable'expenses Reimbursable Expenses: Reimbursable Expenses are in addition to the Architect's compensation, and incude actual expenditures made by the Architect and the Architect's employees and Consultants in the interest of the Project for the expenses listed in the following Subparagraphs: • 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, We are proposing an estimated budget of$2,575.00 for reimbursable expenses. - 5 - New Automatic One Way Revolving Security Doors Palm Springs International Airport Palm Springs,CA December 3.2013(Revised 12117/13) Exclusions include the following: • Geotechnical reports or testing, to be provided by the City/Airport. • Structural engineering Assumptions include the following: • The City or Airport shall provide the Architect with copies of "as built" drawings of remodel area, including structural, architectural, mechanical, and electrical data or any other drawings of scope related information relevant to this project that may assist the Architect in the preparation of their drawings. • The City or Airport will prepare the City's "boiler plate" specifications and general conditions requirements for bid and construction purposes. If our proposal is acceptable, please have the City prepare an agreement for our services. Should you have any questions, please call me. I look forward to hearing from you. Sincerely, Architects Urrutia, AIA/FARA Presiden Califo is License # C7467 - 6 - AMENDMENT NO. 2 TO AGREEMENT NO. A6262 On-Call Architectural Services PALM SPRINGS INTERNATIONAL AIRPORT THIS SECOND AMENDMENT is made and entered into as of the 6th day of Feb- ruary, 2013 (the "effective date") by and between the CITY OF PALM SPRINGS, a Cali- fornia charter city and municipal corporation ("City"), and Urrutia A.I.A. and Associates, Inc., dba Urrutia Architects (herein "Consultant') as follows: RECITALS WHEREAS, the City owns and operates Palm Springs International Airport ("Air- port") located in Palm Springs, California for the convenience of the general public. WHEREAS, City and Consultant entered into that certain Consulting Services Agreement No. A6262 for Aviation Consulting ("Agreement') for On-Call Architectural Services, as duly amended from time to time; and WHEREAS, the parties wish to amend the Agreement to increase work assign- ments. NOW, THEREFORE, for good and sufficient consideration, the parties agree as follows: 1. Exhibit "A", Scope of Services, is hereby amended to add the following on-call Architectural Services for additional resident professional services for the Re- model and Addition to the existing Modular Building for the USO as described in the proposal from the Consultant dated December 13, 2012. Task 4 — Design and Engineering Services - Remodel/Addition for USO Modular Building. 2. The agreement shall allow a total project sum up to $31,935.00 for professional services relating to the design, construction management and planning of Task 4. Except as previously modified herein, all other provisions of the Agreement shall remain unmodified in full force and effect. [SIGNATURE PAGE FOLLOWS] Urrutia Architects Inc. A6262 February 6, 2013— Page 2 Palm Springs International Airport IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRINGS a municipal corporation Bye By. _ City Clerk bZ�Zb��oC� City Manager APPROVED AS TO FORM: n �7 APPROVED BY CITY CCt'NCI' By: IJ __ - - Poblba City Attorney CONTRACTOR: Check one: _ Individual Partnership 7C Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. By: Signa a not ized) Signature (notarized) Tit Title: State of State of County of ►Q i V G✓S t d '- 1 County of On a-V-13 before me, apvavua vm.ZcnL IS On before me, personally appeared Frar%cks e to personally appeared who proved to me on the basis of satisfactory who proved to me on basis of satisfactory evi- dence to be the person(Owhose name(s) evidence to be the person(s)whose names (s) name(s)is/are subscribed to the within instrument is/are subscribed to the within instrument and acknowledged to me that he/she/hey- and acknowledged to me that he/she/they ex- ecuted the same in he/het3fieir authorized executed the same in his/her/their authorized capacity(s), and thaTTi his/hwdtheir sigma- capacity(is), and that by his/her/their signa- ture(s)on the instrumenf'tffe—person(*,, or the tares(s) on the instrument the person(s) or the entity upon behalf of which the person(* the entity upon behalf of which the person(s) acted, executed the instrument. acted, executed the instrument. I certify under PENALTY OF PERJURY I certify under PENALTY OF PERJURY under the laws of the State of California that the under the laws of the State of California that the foregoing paragraph is true and correct. foregoing paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: ( c_� Notary Signature: LEM LORENCE M.JENKIN Notary Seal: ComoNaaioo• lowlS8 Nobly Pvmk-California Notary Seal: Riverside County Comm.=Nov 12 20Ui USO Proposed KIRK DOUGLAS PARKWAY Location i I Pmki g E, RENTAL CAR L LW - - ark ng Lot 2 L t3 •. ., ,' ,, .. ® . LONG (� .,a ® TERM Short Term Short Term — ENTRANCE CNG Parking a Parking Long Term Long Term SHORT Parking TERM Parking ' ENTFVCE SHORT 8 \V ENTRANCE TAXI T BUS Q STAGING AREA T EL CIELO ROAD W _,. o -- �FTAHQUITZ CANYON WAY _ O AIRPORT ENTRANCE "+ m i . 7 . . u o ~ : \ ( Proposed Building Layout < � \ � \ • AMENDMENT NO. 1 TO AGREEMENT NO. A6262 On-Call Architectural Services PALM SPRINGS INTERNATIONAL AIRPORT THIS FIRST AMENDMENT is made and entered into as of the 5"' day of Sep- tember, 2012 (the "effective date") by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation ("City"), and Urrutia A.I.A. and Associ- ates, Inc., dba Urrutia Architects (herein "Consultant') as follows: RECITALS WHEREAS, the City owns and operates Palm Springs International Airport ("Air- port") located in Palm Springs, California for the convenience of the general public. WHEREAS, City and Consultant entered into that certain Consulting Services Agreement No. A6262 for Aviation Consulting ("Agreement") for On-Call Architectural Services, as duly amended from time to time; and WHEREAS, the parties wish to amend the Agreement to increase work assign- ments. NOW, THEREFORE, for good and sufficient consideration, the parties agree as follows: 1. Exhibit "A", Scope of Services, is hereby amended to add the following on-call Architectural Services for additional resident professional services for the Termi- nal building and landside projects as described in the proposal from the Consult- ant dated August 27, August 20, and August 15, 2012. Task 1 -TSA Check-point Auto-door Installation $ 24,150.00 Task 2 - Parking Lot Space Reconfiguration $ 90,325.00 Task 3— Landscape Conversion Project $ 96,500.00 2. The agreement shall allow a total project sum up to $210,975.00 for professional services relating to the design, construction management and planning of Tasks 1-3. Except as previously modified herein, all other provisions of the Agreement shall remain unmodified in full force and effect. [SIGNATURE PAGE FOLLOWS] ORIGINAL BiLi AND/OR AGREEi` UN-i Urrutia Architects Inc. A6262 • Palm Springs International Airport IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRINGS a municipal corporatio 5;4=CjiyCIeoR/Zb�ZOr Z City Manage APPROVED AS TO FORM: PPROVED BY CITY COUNCIL By: City Attorney CONTRACTOR: Check one: _Individual_Partnership Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice Presi e : AND B. Secretary, Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer. B . By: n Signature(notarized) Titi Title: State of State of County of ✓C-41,S 1 ck e—, County of On'(-L-1?' before me, PtQY-eVXe M, Jcnw S On before me, personally appeared 1`146nGt5" J. L4 Yvu -1 OL personally appeared who proved to me on the basis of satisfactory who proved to me on basis of satisfactory evi- dence to be the person(e)whose name(a) evidence to be the person(s)whose names(s) name(s)is/awsubscribed to the within instrument is/are subscribed to the within instrument and acknowledged to me that he/sheHhey and acknowledged to me that he/shetthey exe- cuted the same in he/herAheir authorized executed the same in his/her/their authorized capacity(is4,and that by his/her/their sigma- capacity(is),and that by his/her/their signa- ture(Uon the instrument the person(s), or the tares(s)on the instrument the person(s)or the entity upon behalf of which the person(s) the entity upon behalf of which the person(s) acted, executed the instrument. acted,executed the instrument. I certify under PENALTY OF PERJURY I certify under PENALTY OF PERJURY under the laws of the State of California that the under the laws of the State of California that the foregoing paragraph is true and correct a foregoing paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: QA,� Notary Signature: • Nota FLOR NCE Notary Seal: com"Wi n I ism •co"Ift no so Y PROFESSIONAL SERVICES AGREEMENT for As-Needed Aviation Consulting Services THIS PROFESSIONAL SERVICES AGREEMENT("Agreement") is entered into, and effective on July 11, 2012, between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, ("City") and Urrutia A.I.A. and Associates, Inc., an architectural design firm located in Palm Springs, a California Corporation ("Consultant"). City and Consultant are individually referred to as "Party" and are collectively referred to as the "Parties". RECITALS A. City has determined that there is a need for On-Call Professional Architectural Services for as-needed aviation services for various airport projects project("Project"). B. Consultant has submitted to City a proposal to provide Architectural Services to the Airport for the Project under the terms of this Agreement. C. Consultant is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided in this Agreement. D. City desires to retain Consultant to provide such professional services. In consideration of these promises and mutual obligations, covenants, and conditions, the Parties agree as follows: AGREEMENT 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit "A" (the "Services" or "Work") , which is attached and incorporated by reference. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work and Services contemplated 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 in this Agreement. 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 Statement of Qualifications; and, (4) the Consultant's signed, original SOQ submittal to the City ("Consultant's Submittal"), (collectively referred to as the "Contract Documents"). The City's Statement of Qualifications and the Consultant's Submittal, 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 Submittal. All provisions of the Scope of Services, the City's Statement of Qualifications and the Consultant's 1 ORIGINAL AGREEMU Submittal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents,the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (V)the provisions of the Scope of Services (Exhibit "A"); (2"d)the provisions of the City's Request for Statement of Qualifications (Exhibit "B"); (3rd) the terms of this Agreement; and, (4th) the provisions of the Consultant's Submittal (Exhibit"C"). 1.3 Compliance with Law. Consultant warrants that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules,and regulations. 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. Consultant shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components to prevent losses or damages. Consultant shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Parties agree to act in good faith to 2 execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Additional Services. City shall have the right at any time during the performance of the Services,without invalidating this Agreement,to order extra work beyond that specified in the Scope of Services or make changes by altering,adding to,or deducting from such Work. No such extra work may be undertaken unless a written order is first given by the City to the Consultant, incorporating any adjustment in (i) the Maximum Contract Amount, as defined below, and/or (ii)the time to perform this Agreement. Any adjustments must also be approved in writing by the Consultant. Any increase in compensation of up to twenty-five percent (25%) of the Maximum Contract Amount or $25,000, whichever is less, or in the time to perform of up to thirty (30) days, may be approved by the City Manager, or his designee, as may be needed to perform any extra work. Any greater increases, occurring either separately or cumulatively, must be approved by the Palm Springs City Council. It is expressly understood by Consultant that the provisions of this section shall not apply to the services specifically set forth or reasonably contemplated within the Scope of Services. 2. COMPENSATION 2.1 Maximum Contract Amount. For the Services rendered under this Agreement, Consultant shall be compensated by City in accordance with the Schedule of Compensation, which is attached as Exhibit "D" and incorporated in this Agreement by reference. Compensation shall not exceed the maximum contract amount of Twenty Thousand and Twenty Five Dollars, ($20,025.00), except as may be provided under Section 1.8. The method of compensation shall be as set forth in Exhibit"D." Compensation for necessary expenditures for reproduction costs,telephone expenses, and transportation expenses must be approved in advance by the Contract Officer designated under Section 4.2 and will only be approved if such expenses are also specified in the Schedule of Compensation. The Maximum Contract Amount shall include the attendance of Consultant at all Project meetings reasonably deemed necessary by the City. Consultant shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings. Consultant accepts the risk that the services identified in the Scope of Services may be more costly and/or time-consuming than Consultant anticipates,that Consultant shall not be entitled to additional compensation, and that the provisions of Section 1.8 shall not be applicable to the services identified in the Scope of Services. The maximum amount of city's payment obligation under this section is the amount specified in this Agreement. If the City's maximum payment obligation is reached before the Consultant's Services under this Agreement are completed, Consultant shall complete the Work and City shall not be liable for payment beyond the Maximum Contract Amount. 2.2. Method of Payment. Unless another method of payment is specified in the Schedule of Compensation (Exhibit "D"), in any month in which Consultant wishes to receive payment, Consultant shall submit to the City an invoice for services rendered prior to the date of the invoice. The invoice shall be in a form approved by the City's Finance Director and must be submitted no later than the tenth (10) working day of such month. Such requests shall be based upon the amount and value of the 3 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 as soon as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Chanees in Scone. In the event any change or changes in the Scope of Services is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to,any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or work, when required by the enactment or revision of any subsequent law;or B. To provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated by the City Council for each fiscal year covered by the Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to the City. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon attached Schedule of Performance (Exhibit"E"), incorporated by reference. 3.2 Schedule of Performance. Consultant shall commence the Services under this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty(180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered under 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) if Consultant, within ten (10) days of the commencement of such delay, notifies the Contract Officer in writing of the causes of the delay. Unforeseeable causes include, but are 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. 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 4 recover damages against the City for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement under this section. 3.4 Term. Unless earlier terminated under this Agreement,this Agreement shall commence upon the effective date of this Agreement and continue in full force and effect until completion of the Services. However, the term shall not exceed five (5) years from the commencement date, except as otherwise provided in the Schedule of Performance described in Section 3.2 above. Any extension must be through mutual written agreement of the Parties. 3.5 Termination Prior to Expiration of Term. 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. Where termination is due to the fault of Consultant and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon 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 stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. Consultant may terminate this Agreement, with or without cause, upon sixty (60) days written notice to the City, except that where termination is due to material default by the City,the period of notice may be such shorter time as the Consultant may determine. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is designated as being the principal and representative of Consultant authorized to act in its behalf and make all decisions with respect to the Services to be performed under this Agreement: Mr. Francisco J. Urrutia, President and Principal-in-charge. It is expressly understood that the experience, knowledge,education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be the City Manager or his/her designee ("Contract Officer"). Consultant shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the services. Consultant shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified, any approval of City shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial 5 inducement for City to enter into this Agreement. Therefore, Consultant shall not assign full or partial performance of this Agreement, nor any monies due, 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 in this Agreement may be transferred, assigned,conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted in this Agreement shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant,taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding,this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability under this Agreement without the express written consent of City. 4.4 Independent Contractor. The legal relationship between the Parties is that of an independent contractor, and nothing shall be deemed to make Consultant a City employee. A. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act or represent themselves as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venture or a member of any joint enterprise with Consultant. B. Consultant shall not have any authority to bind City in any manner. This includes the power to incur any debt,obligation,or liability against City. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to 6 Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services. If for any reason any court or governmental agency determines that the City has financial obligations, other than under Section 2 and Subsection 1.8 in this Agreement, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, 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, the insurance described below. The insurance shall be for the duration of this Agreement and includes any extensions, unless otherwise specified in this Agreement. The insurance shall be procured in a form and content satisfactory to City. The insurance shall apply against claims which may arise from the Consultant's performance of Work under this Agreement, including Consultant's agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified in this Agreement. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided under this Agreement shall be on an occurrence basis. The minimum amount of insurance required shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or(b) if Consultant does not provide the certification under (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services under this Agreement. (2) If the policy of insurance is written on a "claims made" basis,the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for 7 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 or his/her designee prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self- 8 insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of $10,000, and the City Manager or his/her designee may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self- insured retentions proposed in excess of$10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant under this Agreement: 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance with respect to the City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 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 No required insurance coverages may include any limiting endorsement which substantially impairs the coverages set forth in this Agreement_(e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. 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 in this Agreement. 9 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 in this or any other regard. 5.3.8 Consultant shall provide proof that policies of insurance required in this Agreement, expiring during the term of this Agreement, have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. 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, or as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not 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 impair 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 10 limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII,or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 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). 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 mail30 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 11 by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6. INDEMNIFICATION 6.1 Indemnification and Reimbursement. To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Consultant's employees included), for damage to property, including property owned by City, 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 (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. 12 B. The 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 execute an Indemnification Agreement adopting the indemnity provisions in sub-section 6.1 in favor of the Indemnified Parties. In addition, Consultant shall require all non-design-professional sub- contractors, used or sub-contracted by Consultant to perform the Services or Work required under this Agreement, to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement, as well as any other insurance that may be required by Contract Officer. 7. REPORTS AND RECORDS 7.1 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect,copy,audit,and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement, or as the Contract Officer shall require. Consultant acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed under this Agreement. For this reason, Consultant agrees that Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost if Consultant becomes aware of any facts, circumstances,techniques, or events that may or will materially increase or decrease the cost of the contemplated Work or Services. If Consultant is providing design services,Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost for the project being designed if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the design services. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement. Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all resulting damages. Consultant may retain copies of such documents for their own use. Consultant shall have an unrestricted right to use the concepts embodied tin this Agreement. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them. In 13 the event Consultant fails to secure such assignment, Consultant shall indemnify City for all resulting damages. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3)years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Default of Consultant. Consultant's failure to comply with any provision of this Agreement shall constitute a default. A. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, 14 to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement,to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing shall limit City's right to terminate this Agreement without cause under Section 3.5. B. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.3A, take over the work and prosecute the same to completion by contract or otherwise. The Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages). The City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided in this Agreement. 8.4 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant,condition, or term contained in this Agreement,shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions. 8.5 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Parry. 8.6 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct, remedy or recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non-judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses. These include but are not limited to reasonable attorney fees, expert consultant 15 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 direct or indirect financial interest in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects their 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 Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of 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. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement, statutory or otherwise: A. It is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of 16 Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright;or(2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement in the event City fails to cooperate in the defense of any suit or claim, provided, however, that such defense shall be at Consultant's expense. Consultant shall not be obligated to indemnify City under any settlement that is made without Consultant's consent,which shall not be unreasonably withheld. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notice. Any notice, demand, request, consent, approval, or communication that either party desires, or is required to give to the other party or any other person shall be in writing. All notices shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission. All notices shall be deemed received upon the earlier of(i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or(iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, and instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To City: City of Palm springs Attention: City Manager&City Clerk 3200 E.Tahquitz Canyon Way Palm springs,California 92262 Telephone: (760) 323-8204 Facsimile: (760)323-8332 To Consultant: Frank Urrutia Urruitia and Associates, Inc. 165 N. Luring Drive, Palm Springs,CA 92262 Attention: Francisco J. Urrutia Telephone: 760.3 2 7.6800 Facsimile: 760.327.6813 10.3 Integrated 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 in this 17 Agreement. 10.4 Amendment. No amendments or other modifications of this Agreement shall be binding unless through written agreement by all Parties. 10.5 Severabilitv. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law. If any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity,without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest.This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for in this Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party to this Agreement. 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees that such Party is bound,for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement,and (iv)the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. 18 IN WITNESS WHEREOF,the Parties have executed this Agreement as of the dates stated below. "CITY„ City of Palm Springs APPROVED BY C11Y MMUIGER TU) 070!— NR6a Date: By. ��- David H. Ready City Manager APPROVED AS TO FORM: ATTEST By: ZBy: fir` Douglas C. Holland, James Thompson, City Attorney City Clerk APPROVED BY CITY COUNCIL: Date: Agreement No. 19 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,AIA,&Associates, Inc., dba, Urrutia Architects FranciscoJ. Urrutia, President Check one_Individual—Partnership_X_Corporation Francisco J. Urrutia,Secretary Address: 165 Luring Drive Palm Springs, CA 92262 Signat re rued) jue(*zed) 20 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California n �, County of 1 L 1 V ��C71 fJV� onMA � fAeforeme, ►IJlAIA jam 1, yWJ V ►UO-�( �1G 1 Hue4�xe TNe ai 4a IX^a personally appeared y1//.1 -1, /��Allawho proved to me on the basis of satisfactory evidence to be the persorlorwhose, namejs)Waite subscribed to the within instrument and admmowledged to me that re DSNY ER he/she!lhey executed the same in his/ker{f x autlwrized Cormmiaabn♦/gem capacttAies),and that by hisJh AKeir sfgnahrreM on the Notary Public-Cal fomis instrument roe person(e), or the entity upon behalf of Riwnide County which the personal acted,executed the Instrument. Comm.EX81fill NDv 13 211115 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Fl &MWYawlAbove Signature �s%p'aI - OP77ONAt ThDuph Me Inrwmmrion beiow is not required by iae:it may Pr valuable to persons ta"*on Me dcowtent and ootdd prevent fraudulent removal and reattachment of de's roan to anottwr ddCo vw. Description of Attach Document Title or"type of Document: Document Date: ..._._:._..............__.—Number of Pages.: Signers)Other Than Named Above: Calpacity(ient)Claimed by Signer(s) Signer's Name: __. Signers Name: r-, Individual i.,lndMdual 0 Corporate Officer—Tiae(s): O Corporate Officer—Title(s): ..._._ C Partner—O Limited ❑General •O Partner—Ci Limited O General O Attorney in Fad Attorney in Fact O Trustee roc of thumb We're n Trustee Top rn thwxa oars O Guardian or Conservator Ell Guardian or Conservator 0 Other.____.._,„ OOther: Signer Is Representing:. Signer Is Representing: oa:arr+xpwwi aowx h+eoaawe•asso n-saoo�.rn.e�aaax.a•.��n.cetnalsQisz.�rbna.wn.nw ��*x�rr ,;oe wi.r�umaarerrm 21 EXHIBIT"A" SCOPE OF SERVICES Task 1 Airport Security Checkpoint Lane Expansion Design, Construction Documents, Bidding,Construction Administration $10,975.00 Task 2 Airport Baggage Claim Area Modifications Design, Construction Documents, Bidding,Construction Administration $9,050.00 22 Exhibit "B" FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND A.1 - Firm Information community and public sector, and confidence to provide a winning project. Urrutia A.I.A. and Associates, Inc. A California Corporation Much of our success comes from the fact that we -- dba Urrutia Architects - - believe verystrongly-in-preparing-the foundation for a- - complete program where the user is completely involved in Office Location --` establishing their needs. This involves very specific 165 N. Luring Drive, Palm Srpings, CA 92262 programming. We have developed very concise 760.327.6800- 760.327.6813 fax ,' programming methods which facilitate the management and clesign@unutiaarchitects.com development of design. We feel a concise program will evolve a more complete and effective design which the user Contact will be satisfied with. Francisco]. Urrutia, Principal 760.327.6800- 760.327.6813 fax Throughout the entire design process, we will frank@urrutiaarchitects.com involve the user to make certain their needs are met Through innovative design and the most current engineering practices, A.2 - Principal In Charge we will evolve a design which will result in: a very aesthetically pleasing project; the efficient use of space and Francisco J. Urrutia, AIA, FARA, President and Principal-in- materials;energy management techniques resulting in energy charge. savings to the Owner; and value engineering also resulting in Main emphasis is on design and construction cost savings to the Owner. documents. Registered in the states of California, Nevada, Urrutia Architects is committed to and has been Arizona, New Mexico & Hawaii. implementing sustainable design into our projects long before LEED certification became an industry standard. Now that A.3 - firm Background certification is requested by most of our clients, we have Urrutia Architects is a full service architectural design seamlessly incorporated LEED into our design process. It firm located in Palm Springs, California and founded in 1973 starts at the beginning with identifying the sustainable goals of by Francisco J. Urrutia, FARA, AIA, providing design, ,- . tfie project based on site conditions, building use, client planning, pre-design studies, construction documents priorities and energy efficiency. Once these priorities have construction administration services, and interior design. We been identified, every stage of the design process will evaluated to make sure the final design meets every one of of are currently licensed practice architecture in the states of the sustainable goals. Collaboration among all the team California, Nevada,Arizona, New Mexico, and Hawaii. players including the client, Engineers,Architect, Contractor, Because we are always striving for excellence,we are Commissioning Agent and reviewing agencies play a vita(role open to new approaches to design, practice up-to-date in sustainable success of the project, and Urrutia business methods, and are aware of the need to take Architects has effectively managed this process for numerous advantage of the latest advances in technology. Our ; . projects. production techniques are state-of-the-art and include Having practiced in Riverside County for the past 39 Computer Aided Design and Drafting (CADD) and 3-D .;, years, we are familiar with the climatic conditions of the Modeling, providing us with a high level of efficiency; but Southern California region. We have an excellent reputation more importantly,assuring completeness of documentation at Ia with major contractors in and around the region and have a every level of the design process. Our drawings are precise, track record of being quality and service oriented. concise,and complete.You need only call our references for verification. We are accustomed to working within the budgetary Mr. Urrutia has made numerous contributions to the constraints and demanding schedule requirements of our desert communities, including serving on the Palm Desert clients.What we have learned by our previous experiences is Architectural Review Board, Palm Desert Art in Public Places enhanced by our dedication to continually improve our delivery methods and, therefore, the quality of the finished Commission, City of Palm Springs Design Review, `t product. We are dedicated to offering our clients the best and Board of Appeals. Our strong commitment to our quality service possible,thereby,creating a technically sound, community has provided us with a wealth of information, aesthetically pleasing, and economically feasible project important valley contacts, earned respect within the design The firm of Urrutia Architects functions on a Principal/Project Principal-in-charge: Francisco J. Urrutia,A.I.A., FA.R.A. Manager format which we feel provides the client with As principal-in-charge he will be the lead person responsible effective and responsive project management,while allowing for architectural design as well as attend all meetings. our firm to produce consistently high quality architectural services within established schedules and budgets. Staff Support: Preparation of CADD drawings, 3D models &support documentation. Under this approach, the Principal and Project Manager workclosely on all phases ofthe work to assure --Structural Engineering - -- -- - maximum efficiency and a thorough understanding of the .' K.B. Leung&Associates, Inc. project. All initial design is established by the Principal Kar Ban Leung, President Additionally, design coordination is assured by the direct '``' Peter Tran,Vice President involvement of the Principal. The Project Manager is thereafter responsible for the coordination required internally Our firm was established in 1979, and through a period of with job Captains and Draftsmen, and externally with the growth we are now staffed with 2 engineers, 2 drafters and 1 Consultants. Weekly contact is made with the office administrative assistant. In order to provide our services Principal/Project Manager and Consultants to insure that all on a professional level, all staff has a minimum of 5 years involved parties are kept apprised of the status of design experience. development, that input may be received and given prompt response,and that production schedules are met. For the past three decades, our firm has engaged primarily in public school design, municipal work and All communications are made through the Principal construction. We have completed more than 75 public The Principal is responsible for all decision-making and schools, and 21 high school campuses and 12 High School t i correspondence on a daily basis and attends client meetings campus additions. Besides public school projects, we have [EMI with the Project Manager to insure continuity of decisions also designed numerous civic centers, community centers, throughout the project. police facilities and fire stations. The types of construction vary from Type V-N to Type I structures. Because of our This system allows for maximum possible managerial broad experience in construction, we are able to assist our continuity and flexibility, as all project data and decision clients and the school districts to maximize their facilities making is channeled through a competent professional with minimal cost. We all agree that expenditure of public a Architect who maintains. a flexible approach to the facilities is constantly under scrutiny by the public. We are management function and keeps all parties coordinated and proud to say that the majority of our projects have met the informed of the most recent and up-to-date project clients' budget. information. Along with the growth in manpower, K.B.L. has AA - Key Personnel '''' implemented Computer Aided Design to include the capability of Dynamic Analysis. Computer Aided Drafting is The present staff totals seven,consisting of a licensed 5 another tool that has been employed by K.B. Leung architect; project manager; CADD operators (AutoCad &Associates to increase our quality and productivity. Our Architecture 2012); interior designer and administrative "' present staff and resources have enabled us to design personnel. Our office has the potential to add more support projects of over $150,000,000.00 in construction annually. Cpersoneel when workloads demand it. The versatility of our staff coupled with our technical Francisco J. Urrutia, Principal-in-Charge resources has enabled us to engage in a broad spectrum of 760.327.6800-760.327.6813 fax projects. Included in these are, public schools, colleges, frank@urrutiaarchitects.com universities, performing art theater developments, fire stations, public works facilities, and IocaV state and federal A.5 - Design Team " governmental public facilities. Due to the severe earthquake hazard in the state, our firm has worked extensively in The lead firm on this team, Urrutia Architects will seismic studies, and in particular has prepared seismic provide all project coordination, primary project studies for Vocal counties, cities, and for school districts. representation with the owner, all architectural and interior With our experience in public school projects, we are design elements and exhibits. Also included will be currently contracting with the Division of the State Architect construction documents and specifications, representation Office in the Southern California Regions for plan review; during the bidding process, and construction observation also we are able to render assistance to local school districts Pill services during the construction phase. in cost control of public school construction. ti a Mechanical, Plumbing, & Electrical Engineering TMAD Taylor&Gaines Engineers WCCA is committed to environmentally sensitive Kerry Parker, Managing Principal and cost effective planning, attractive and durable design, Alan Darling, Electrical Engineer utilizing water-efficient plant material and irrigation Scott Nelson, Plumbing Engineer techniques. Landscape plans reflecting superior aesthetic Chad Cisco,Mechanical Engineer design value are solidly based on accurate data, knowledge of use patterns,safety concerns,and long-term maintenance - --- Established- in 1955, TTG-(TMAD -TAYLOR & ---ease: --- -- ---- a GAINES) is a full service engineering and management firm with 13 office locations including:Anaheim,Austin,Bellevue As strong proponents of not only excellent design Dallas, Los Angeles, Ontario, Pasadena, Phoenix, San ""' but also careful, correct installation and on-going proper Antonio, San Diego, San Francisco, Thousand Oaks, and maintenance to retain the original design concept, the firm Walnut Creek. Our firm has a total staff of about 450 offers observation services as well as comprehensive including technical professionals and administrative staff,with maintenance guidelines covering all aspects of plant material a total of 83 registered engineers, and 33 LEED Accredited ``' used on a particular project. Professionals. It is a policy of the firm to stay abreast of current With comprehensive structural, mechanical trends in landscape architecture, particularly as they relate to electrical and civil engineering and construction management Southern California, the current drought situation, and resources, our firm works with a cohesive team of related governmental mandates. Recently WCCA was experienced engineers,designers and technical professionals, contracted by the Coachella Valley Water District to review all committed to providing personalized and quality r: their design guidelines prior to publication. engineering services. The firm is also proud of its accomplishments as Our services cover the full spectrum of engineering :z consultants for numerous projects at the widely acclaimed and management needs, ranging from the design of Living Desert, as well as its role in producing the first mechanical, electrical, plumbing, fire protection, structural " Water-Efficient Symposium in Palm Springs in 1986. and civil systems to the study and implementation of Additionally,WCCAs expertise has contributed to the design cogeneration, thermal energy storage, LEED project = review boards of Palm Desert, Cathedral City and the certification,solar energy and commissioning for health care committee for Art-in-Public Places of Palm Desert educational, governmental, commercial, and industrial facilities. Wayne Carlton Connor & Associates continues to seek opportunities for its landscape architectural practice to �! In more than 55 years as a consulting engineering create dynamic designs which are environmentally �j firm, we have acquired experience from a vast array of "' responsible and cost effective for the client. projects, numbering more than 40,000 with an aggregate construction cost of over$40 billion of engineered systems It Civil Engineers is this experience, together with an uncompromising MIA Consulting, Inc. dedication to serving clients through superior engineering Marvin Roos, Director of Planning {{((, and management that sets us apart. Julian DeLa Torre, Civil Engineer L..j Landscape & Irrigation Design MIA Consulting Inc.was founded in Palm Springs in Wayne Connor&Associates 1976 as a Civil Engineering firm providing consulting services Wayne Connor, Landscape Architects to municipalities and special districts. The firm has grown to a staff of 56 and now includes Planning, Surveying, C Established in 1976 as a professional consulting , ^ Environmental Analysis, and Utility Coordination. MSA has service for design firms in California,Wayne Carlton Connor engaged in over 1800 projects including municipal &Associates was incorporated and based in Palm Desert in infrastructure design, private development, City and County 1982. The firm provides full scale landscape General Planning, Land Use and Site Planning, architectural and land planning services for residential, ,.; Environmental Impact Reports, Environmental Permitting, resort, commercial, public and urban design projects Utility Coordination and Landscape Architecture. Projects have ranged up to 9,000 acres in size and nearly all have Honored for professional accomplishment in garden been located in the Coachella Valley. design by the Landscape Architecture Foundation, the firm also won top honors in a National Awards Competition �_j sponsored by the American Society of Landscape Architects. Exhibit "C urruTIN 165 luring drive • Palm Springs • CA •92262 760.327.6800 • 760.327.6813 fax deWgn@umaUaarchttects.com 16 Luring Drive pp Palm Springs,,CA 92262 760.327.6800 qUNI■■ ii�� 760.327.681313 fax di- F� A 47�1 A " �1 1; p Ir U desiiln@umtfaarchitects.com March 13, 2012 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 Professional Architectural Services (RFP 09-12) tt Dear Mr. Gladders, In response to your Request for Proposals for On-call Professional Architectural Services(RFP 09-12), 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 L 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 f 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 O 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: K.B. Leung&Associates, Inc. ° Mechanical, Electrical, and Plumbing Engineers: TMAD Taylor& Gaines ( Civil Engineer: MSA Consulting, Inc. 9 F jy Urr"Tift ss' Landscape Architect: Wayne Connor& Associates Urrutia Architects has_been designing public projects since_1973 starting with the Palm Desert Community Park.Since then we have completed several projects including: 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 1 Palm Desert Mesa View Fire Station (original design in 1978 and a expansion/addition completed t in 2007). Bus Stop Shelters—City of Palm Desert j I Palm Desert Civic Center Carports and.Photovoltaic Project - ' a Tenuity Wildlife Hospital and Conservation Center at The Living Desert a College of the Desert—Central Plant&Alumni Street Fair Restrooms Riverside County Volunteers in Medicine Clinic— Indio, CA. (Recently started construction, worked with Sergio Pena during the Design, Construction Documents, and Bidding phases and _ working with Joaquin Tijerina on the Construction Administration Phase). j Q Desert Meadows Family Housing Project—Indio, CA. Currently under construction. Working with National CORE in conjunction with Riverside County EDA (Tom Fan). We welcome the opportunity to discuss our qualifications further. We look forward to hearing from you. Sincerely, Francisco Urr ia, A/FARA President i (l. 1 , I ! j 1 r^ l I 4 9 a a 0 0 a 0 Section Firm Qualifications, Project Team' C C C C; F SECTION A FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND A.1 - Firm Information community and public sector, and confidence to provide a winning project. Urrutia A.I.A. and Associates, Inc. A California Corporation Much of our success comes from the fact that we dba-Urrutia Architects - - believe very strongly in preparing the foundation for_a-- complete program where the user is completely involved in Office Location establishing their needs. This involves very specific 165 N. Luring Drive, Palm Srpings, CA 92262 programming. We have developed very concise 760327.6800- 710.327.6813 fax programming methods which facilitate the management and design@urrutiaarchitects.com development of design. We feel a concise program will evolve a more complete and effective design which the user Contact will be satisfied with. Francisco J. Urrutia, Principal 760.327.6800- 760.327.6813 fax Throughout the entire design process, we will frank@urrutiaarchitects.com involve the user to make certain their needs are met.Through innovative design and the most current engineering practices, A.2 - Principal In Charge we will evolve a design which will result in: a very aesthetically pleasing project; the efficient use of space and Francisco t Urrutia, AIA, FARA, President and Principal in- materials;energy management techniques resulting in energy charge. savings to the Owner, and value engineering also resulting in Main emphasis is on design and construction cost savings to the Owner. documents. Registered in the states of California, Nevada, Arizona, New Mexico& Hawaii. Urrutia Architects is committed to and has been implementing sustainable design into our projects long before A.3 - Firm Background LEED certification became an industry standard. Now that certification is requested by most of our clients, we have Urrutia Architects is a full service architectural design seamlessly incorporated LEED into our design process. It starts at the beginning with identifying the sustainable goals of firm located in Palm Springs,California and founded in 1973 i by Francisco J. Urrutia, FARA, AIA, providing design, the project based on site conditions, building use, client I tannin priorities and energy efficiency. Once these priorities have planning, pre-design studies, construction documents, been identified, every stage of the design process will be i construction administration services,and interior design. We evaluated to make sure the final design meets every one of are currently licensed to practice architecture in the states of the sustainable goals. Collaboration among all the team California, Nevada,Arizona, New Mexico,and Hawaii. players including the client, Engineers,Architect, Contractor, Because we are always striving for excellence,we are Commissioning Agent and reviewing agencies play a vital role in open to new approaches to design, practice up-to-date the sustainable success of the project, and Urrutia business methods, and are aware of the need to take " Architects has effectively managed this process for numerous advantage of the latest advances in technology. Our projects. production techniques are state-of-the-art and include Having practiced in Riverside County for the past 39 Computer Aided Design and Drafting (CADD) and 3-D ? years, we are familiar with the climatic conditions of the Modeling, providing us with a high level of efficiency; but Southern California regon. We have an excellent reputation more importantly,assuring completeness of documentation at with major contractors in and around the region and have a every level of the design process. Our drawings are precise, track record of being quality and service oriented. concise, and complete.You need only call our references for , verification. We are accustomed to working within the budgetary Mr. Urrutia has made numerous contributions to the constraints and demanding schedule requirements of our desert communities, including serving on the Palm Desert - clients.What we have[earned by our previous experiences is r Architectural Review Board,Palm Desert Art in Public Places enhanced by our dedication to continually improve our Commission, City of Palm Springs Design Review, delivery methods and, therefore, the quality of the finished and Board of Appeals. Our strong commitment to our product. We are dedicated to offering our clients the best J quality service possible,thereby,creating a technically sound, community has provided us with a wealth of information, aesthetically pleasing,and economically feasible project. important valley contacts, earned respect within the design The firm of Urrutia Architects functions on a Principal/Project J'..;:j Principal-in-charge: Francisco J. Urrutia,A.IA., FA.R.A. Manager format which we feel provides the client with As principal-in-charge he will be the lead person responsible effective and responsive project management,while allowing for architectural design as well as attend all meetings. our firm to produce consistently high quality architectural services within established schedules and budgets. Staff Support: Preparation of CADD drawings, 3D models &support documentation. Under this approach, the Principal and Project Manager work closely on all phases of the work to assure Structural Engineering maximum efficiency and a thorough understanding of the K.B. Leung&Associates, Inc. project. All initial design is established by the Principal. Kar Ban Leung, President Additionally, design coordination is assured by the direct Peter Tran,Vice President involvement of the Principal. The Project Manager is thereafter responsible for the coordination required internally Our firm was established in 1979, and through a period of with Job Captains and Draftsmen, and externally with the _ growth we are now staffed with 2 engineers, 2 drafters and 1 Consultants. Weekly contact is made with the "'"" office administrative assistant. in order to provide our services Principal/Project Manager and Consultants to insure that all on a professional level, all staff has a minimum of 5 years involved parties are kept apprised of the status of design experience. development, that input may be received and given prompt response, and that production schedules are met. For the past three decades, our firm has engaged primarily in public school design, municipal work and All communications are made through the Principal. construction. We have completed more than 75 public The Principal is responsible for all decision-making and . ; schools, and 21 high school campuses and 12 High School correspondence on a daily basis and attends client meetings campus additions. Besides public school projects, we have With the Project Manager to insure continuity of decisions also designed numerous civic centers, community centers, throughout the project police facilities and fire stations. The types of construction vary from Type V-N to Type I structures. Because of our This system allows for maximum possible managerial broad experience in construction, we are able to assist our continuity and flexibility, as all project data and decision clients and the school districts to maximize their facilities making is channeled through a competent professional " with minimal cost. We all agree that expenditure of public Architect who maintains.a flexible approach to the facilities is constantly under scrutiny by the public. We are ` management function and keeps all parties coordinated and ""' proud to say that the majority of our projects have met the informed of the most recent and up-to-elate project clients' budget. information. Along with the growth in manpower, K.B.L. has A.4 - Key PBYSOOneI implemented Computer Aided Design to include the capability of Dynamic Analysis. Computer Aided Drafting is The present staff totals seven,consisting of a licensed another tool that has been employed by K.B. Leung architect; project manager; CADD operators (AutoCad &Associates to increase our quality and productivity. Our Architecture 2012); interior designer and administrative present staff and resources have enabled us to design personnel. Our office has the potential to add more support projects of over $150,000,000.00 in construction annually. personeel when workloads demand it. The versatility of our staff coupled with our technical Francisco). Urrutia,Principal-in-Charge resources has enabled us to engage in a broad spectrum of 760.327.6800-760.327.6813 fax projects. Included in these are, public schools, colleges, frank@urrutiaarchitects.com universities, performing art theater developments, fire stations, public works facilities, and local/state and federal A.$ - Design Team governmental public facilities. Due to the severe earthquake hazard in the state, our firm has worked extensively in The lead firm on this team, Urrutia Architects will seismic studies, and in particular has prepared seismic provide all project coordination, primary project studies for local counties, cities,_ and for school districts. representation with the owner, all architectural and interior `'" With our experience in public school projects, we are design elements and exhibits. Also included will be currently contracting with the Division of the State Architect construction documents and specifications, representation '.. Office in the Southern California Regions for plan review; during the bidding process, and construction observation also we are able to render assistance to local school districts services during the construction phase. in cost control of public school construction. -------- a Mechanical, Plumbing, & Electrical Engineering TMAD Taylor&Gaines Engineers WCCA is committed to environmentally sensitive Kerry Parker, Managing Principal and cost effective planning, attractive and durable design, Alan Darling, Electrical Engineer utilizing water-efficient plant material and irrigation Scott Nelson, Plumbing Engineer techniques. Landscape plans reflecting superior aesthetic Chad Cisco, Mechanical Engineer design value are solidly based on accurate data, knowledge of use patterns,safety concerns,and long-term maintenance Established in 1955,_TTG_ (TMAD TAYLOR & ease. a GAINES) is a full service engineering and management firm with 13 office locations including:Anaheim,Austin,Bellevue, As strong proponents of not only excellent design Dallas, Los Angeles, Ontario, Pasadena, Phoenix, San but also careful, correct installation and on-going proper Antonio, San Diego, San Francisco, Thousand Oaks, and maintenance to retain the original design concept, the firm Walnut Creek. Our firm has a total staff of about 450, offers observation services as well as comprehensive including technical professionals and administrative staff,with maintenance guidelines covering all aspects of plant material a total of 83 registered engineers, and 33 LEED Accredited used on a particular project. Professionals. It is a policy of the firm to stay abreast of current With comprehensive structural, mechanical, trends in landscape architecture, particularly as they relate to electrical and civil engineering and construction management Southern California, the current drought situation, and resources, our firm works with a cohesive team of related governmental mandates. Recently WCCA was experienced engineers,designers and technical professionals, -,,) contracted by the Coachella Valley Water District to review all committed to providing personalized and quality their design guidelines prior to publication. engineering services. The firm is also proud of its accomplishments as Our services cover the full spectrum of engineering .l consultants for numerous projects at the widely acclaimed and management needs, ranging from the design of Living Desert, as well as its role in producing the first mechanical, electrical, plumbing, fire protection, structural Water-Efficient Symposium in Palm Springs in 1986. and civil systems to the study and implementation of Additionally,WCCA's expertise has contributed to the design cogeneration, thermal energy storage, LEED project review boards of Palm Desert, Cathedral City and the certification,solar energy and commissioning for health care, committee for Art-in-Public Places of Palm Desert. $ educational, governmental, commercial, and industrial facilities. Wayne Carlton Connor & Associates continues to seek opportunities for its landscape architectural practice to In more than 55 years as a consulting engineering create dynamic designs which are environmentally firm, we have acquired experience from a vast array of responsible and Cost effective for the client. projects, numbering more than 40,000 with an aggregate n construction cost of over$40 billion of engineered systems It Civil Engineers fL� is this experience, together with an uncompromising MSA Consulting, Inc. dedication to serving clients through superior engineering Marvin Roos, Director of Planning and management that sets us apart. Julian DeLa Torre,Civil Engineer Landscape & Irrigation Design MSA Consulting Inc.was founded in Palm Springs in Wayne Connor&Associates 1976 as a Civil Engineering firm providing consulting services Wayne Connor, Landscape Architects to municipalities and special districts. The firm has grown to a staff of 56 and now includes Planning, Surveying, Established in 1976 as a professional consulting Environmental Analysis, and Utility Coordination. MSA has service for design firms in California,Wayne Carlton Connor engaged in over 1800 projects including municipal & Associates was incorporated and based in Palm Desert in infrastructure design, private development, City and County 1982. The firm provides full scale landscape General Planning, Land Use and Site Planning, architectural and land planning services for residential, Environmental Impact Reports, Environmental Permitting, resort, commercial, public and urban design projects. Utility Coordination and Landscape Architecture. Projects have ranged up to 9,000 acres in size and nearly all have Honored for professional accomplishment in garden been located in the Coachella Valley- design by the Landscape Architecture Foundation, the firm also won top honors in a National Awards Competition j sponsored by the American Society of Landscape Architects. 1� . ........ 1 QUALIFICATIONS & EXPERIENCE PUBLIC FACILITIES aCity of Palm Desert- Bus Stop Shelters(2001) s — City of Palm Desert- Civic Center Carport Structures and aPhotovoltaic Panels(2000) City of Palm Desert-Civic Center North Phase Carport r , OStructures(2002) City of Palm Desert-City Council Chamber Atrium (2000) City of Palm Desert-Mesa View Fire Station(2006) ce,r City of Rancho Mirage United Sates Post Office(1983) ` Riverside County-Volunteers in Medicine Clinic, India,; - a CA. (2010) w - Riverside CountyAdmin. Center- Blythe, CA. (1994) Palm Springs Convention Center(1993) Storage Yard Addition - ' Palm Desert Community Park .. �1 Palm Desert,CA seamy r RESIDENTIAL AND MODERNIZATION PROJECTS Riverside County Housing Authority Residential Tenuity Wildlife Hospital Modernization Projects(1983) and Conservation Center 1 Palm Desert CA. _.... -Mufti-family Housing Project—Riverside, CA. (1983) PARKS, AND OPEN SPACE -Multi-family Housing Project—Moreno Valley,CA.(1983) PLANNING City of Cathedral City - Dream Homes-Workforce Housing Project(Currently Palm Desert Community Park(1986) in Design Development) COD Baseball Field Lighting(1984) - River Canyon Family Housing Project C Palm Desert Sports Complex(1985) Riverside County Economic Development Agency Palm Desert High School Master Plan (1981) - Desert Meadows Housing Project, Indio, CA. E Rancho Mirage Whitewa[er Park(2001) - -Volunteers in Medicine Clinic, Indio, CA. ( -ADA Rehabilitation Project li �J Section LS Understanding of on- Call Architectural Services and Work filar - -roach / ethodolg - - - C' [ _ 3 �l' SECTION UNDERSTANDING OF ON - CALL ARCHITECTURAL SERVICES AND WORK PLAN APPROACH / METHODOLOGY B.I - Project Approach will be conducted by the architect, civil engineer, and landscape architect for the proposed project-This will involve Development of a Feasibility/Building Program Study reviewing existing site data and boundaries, title search for is the first step in the project. This study is designed to easements and other information,zoning,previously planned document the specific requirements forthe project.Once the or existing adjacencies,topography,wind and solar exposure,.... Study has been approved, the schematic and preliminary possible utility corridors and existing utilities search, planning stage is undertaken by Urruta Architects. Our goal preparation of boundary survey and topography map and is to achieve, within a budget, a project that is pleasant to sustainability goals. work in, easy to maintain, healthy for its occupants, and enjoyable for the public to visit; all trying to honor our Through consultation with the City staff and other responsibility to incorporate green building practices appropriate agencies, all applicable regulatory constraints, whenever possible. including those of the City Zoning Ordinance, City environmental constraints, CBC, City Fire Marshall, Public Design Issues to Consider Works requirements, LEED certification requirements and utility providers shall be established. Their impacts on project Any specify design issues will be identified and planning and design shall be incorporated into each design addressed early on in the design process to assure a complete < ' component. and cohesive design solution. Schematic Design shall include the development of a Needs Assessments, Feasibility, and Building Program site plan, floor plan, exterior elevations, building sections, color and material scheme, landscape plan, and preliminary Whenever a project demands it, we will spend the grading plan. necessary amount of time with the owner/user to assess then needs and requirements for the project including any The schematic design will be refined and cost sustainability goals for the project This process involves the estimates developed,evaluated and refined upon approval of development of a complete profile of the projects needs and the schematic design. Final documentation including plans, desires for the project by using the input gathered during the cost estimates and supporting data(goals and objectives,site visit. After this visit, we will prepare a concise Needs analysis and program)will be prepared. Assessment, Feasibility and Building Program Study identifying the final requirements for the project. Presentation shall be made of the site plan and its components in an illustrative graphic form depicting all key Depending on the nature of the project, in some plan elements. in addition, larger scaled floor plans of each cases we will also meet with members of the community to component shall detail the adjacent space requirements. address any questions or concerns that they may have in regards to the project. Design Development Preliminary Schematic Plan Refinement of the plan concept shall include establishing structural systems,electrical systems, mechanical l 1 Based on the approved Needs Assessment, systems, landscape design, preliminary grading and drainage Feasibility and Building Program Study recommendations, a design,lighting techniques,building materials,and horizontal schematic plan will be developed by Urrutia Architects. This features. The vertical systems shall be studied to include the is a single line drawing showing the size and layout of the exterior architectural character of the building.An integrated �( design character will unify facility and all the room locations- Following approval of this g all components of the building plan, the next phase will develop the CAD Preliminary Floor with the use of materials, color and texture. We will prepare Plan, an architecturally accurate plan drawn to scale and a statement of probable construction cost based on area unit showing layout details such as windows, doors, plumbing prices and preliminary LEED certification checklist. fixtures, equipment, cabinets etc. This step doesn't include elevations but will form the basis for the working drawings and specifications. Construction Document Phase Schematic Design fUpon approval of the design development phase, t % Once a site is selected,development site assessments ,, ' the team shall prepare complete construction documents. i C - - -- J 11 Documents shall include all drawings and specifications ; Preliminary grading and drainage plan. required for the construction of each system and component of the building, including structural, mechanical, electrical, Design Development: plumbing, landscaping, and site grading and drainage. The team shall establish meetings with the owner/user and any Design development shall include more refined other necessary agency or department at different design components including site plan, Floor plan, exterior completion stages (25%, 50%, 75%, etc. as prior agreed elevations, roof plan, reflected ceiling plans, building upon) to review the progress of the drawings along with sections, mechanical system plan, structural framing and --- sustainability requirements and address any issues or foundation plan, plumbing plan, electrical plan, landscape comments that may arise. plan,and grading plan. Construction Administration Phase Refined 3D building model will be prepared for visual purposes. This will be in the form of a computer During the construction phase, the team will administer the generated 3D rendering of various angles of the building and construction contract and strive to ensure that the work """ site.We can prepare a physical building model if required. performed by the contractors is in accordance with the construction drawings and specifications. The architect shall Interior design suggestions (colors, materials, review applications for payments and assist with the furniture, etc.) in the form of colored material board development of a consistent project record. presentations linked to each room as well as a detailed finish schedule of each room indicating where each material/color Presentation Materials/Processes/Systems is proposed. In addition, a breakdown of proposed costs for furnishings will be provided. The project is expected to generate several work products and deliverables, which will include concrete products and Preliminary LEED checklist and sustainability services. Each product/deliverable is briefly described below: evaluation. Needs Assessment, Feasibility and Building Program: `' Construction Documents: J • This will be in the form of a report that will During this phase, the Architect shall meet with the incorporate all of the needs and requirement for the project, owner/user to review interior materials, material including overall building size needed, space requirements, specifications, plumbing/electrical/HVAC systems, and room size and use,sustainability goals, etc. specific details that will need to be an integral part of the construction documents.This will be presented in the form of -1 Preliminary Schematic Plan: plans, equipment cut sheets, interior material cut sheets, J lighting/plumbing fixture cut sheets, door and window • Single line plan indicating room relationships and specifications,etc. Every effort will be made to explain every size of the building presented in a graphic illustrative format aspect of the building design and to discuss various methods With color for visual clarity(when needed). or materials to select from in order to get the best possible quality design. • Final Schematic floor plan in CADD format drawn to scale and rendered in color for visual clarity. B.2 - Scheduling and Budgeting Schematic Design: In order to meet specific time milestones and ensure budgets are met, it is most important to commence the • Schematic site plan, floor plans, building cross project with a full understanding of the project scope. This sections, and exterior elevations presented in a colored entails meeting with the client to jointly arrive at a illustrative format. Rooms and/or grouped functions will be '"' program/scope that will define the project needs. Once a colored to indicate function and how the spaces relate. definitive scope and program is established the Architect can Accompanying this presentation will be a Schematic 3D 4 establish a proposed cost in professional fees as well as a model rendering of the building and site. Included will be a proposed time for delivery of all aspects or phases of the suggested color and materials board of the exterior materials professional services. Internally, the principal Architect will for review. meet with the project manager assigned to the project and support personnel to collectively review and establish a • Schematic Landscape plan indicating key delivery time frame for the services proposed. We will components of the landscape design as they relate to the site ` establish milestones with dates and we will monitor those plan and building. Presentations shall be in color. dates as the project moves forward. Any adjustments in the l dates will be made and reviewed with the Client to ensure Center is an outpatient services facility located in Palm schedules do not impact specific dates that are critical to the Springs,California. This project is the first outpatient services City facility built by Eisenhower Medical Center in Palm Springs and is a part of their future plans for reaching out to the As the project moves forward the Architect shall neighboring communities to offer excellent outpatient a modify the schedule if necessary due to project scope services.Eisenhower Medical Center desired to build a facility changes or program changes. that would complement the Palm Springs modern architectural heritage of the.community as well as provide an a Budgets are determined with Client input and in interior space that would simulate an "up-scale" hospitality many cases a pre-established budget is provided to the center rather than a healthcare facility. The client contracted Architect. In other cases, the Architect will prepare a budget with the developer of the site to lease one of two buildings based on the established scope and program. Either way,the master planned and pre-designed for this site. The second a Architect will revisit the budget at the end of each approved building is a new pharmacy and compliments the Eisenhower design phase and provide the City with a modified budget Medical Center Palm Springs Health Center. The basic that reflects the specific design phase. By providing a revised program requirements included providing spaces for five budget at the end of each phase of work that the City can separate outpatient healthcare services......Primary Care agree to,any adjustments that need to be made to the design Services; Laboratory and Blood Draw Services; Immediate or construction documents can be made without making Care Services; Imaging Services;and Women's Breast Center. major revisions, which otherwise may result in time delays, Most budgets for small projects may be sufficiently simple The Eisenhower Medical Center Palm Springs-Health that they can be established using historical data,while other Center was designed to be the sole tenant of a stand-alone more complicated projects may require the expertise of our building of 20,000 SF that was not yet under construction at n consultants and possibly a professional cost consultant. the time the design of the interior space was commissioned. ¢Ll9 This allowed for more freedom of design within the space as B.3 - Project Management Tool .. well as opportunities to incorporate building revisions to fit the interior design. One such opportunity was to open up The firm of Urrutia Architects functions on a the interior space with natural light. This was accomplished Principal/Project Manager format which we feel provides the with the integration of a large rectangular skylight(8'wide x client with effective and responsive project management 33' long) that commences at the building entry and while allowing our firm to produce consistently high quality terminates at a 12' x 12' skylight at the end of the Lobby. architectural services within established schedules and '' Under the 12'x 12'skylight is the centerpiece of the Lobby; budgets. Under this approach,the Principal works closely on a water feature that holds three large basalt stone monoliths all phases of the work to assure maximum efficiency and a (12', 15'and 17'high)with water spilling out from the tops. thorough understanding of the project. It was important to create a tranquil setting in the entry lobby while creating an "open"space that all department services The Project Manager is responsible for the would have visibility to and have an entrance from. By coordination required internally with Job Captains and designing full height glass facades with automatic glass Draftsmen, and externally with the Consultants. Weekly entrance doors for each of the five departments, the visual contact is made with the Principal/Project Manager and barrier between each space was eliminated and patients in Consultants to insure that all involved parties are kept each of the waiting areas have visual connections to the ri apprised of the status of design development, that input may '' centerpiece water feature and skylights, bringing some of the be received and given prompt response,and that production ' '_ "outdoor"in. schedules are met. Each department was designed to have a unique All communications are made through the Principal ,. ' identity that addressed each of the departments' ' The Principal is responsible for all decision-making and requirements. Each waiting area was designed to correspondence on a daily basis and attends client meetings accommodate individual needs and color requirements.Most with the Project Manager to insure continuity of decisions often patients that come to these facilities have had a throughout the project. traumatic experience or are under emotional stress and the interior colors, materials, and artwork were designed to BA - Construction Pt provide a calming, relaxing, and healing environment. For I( ruconrojec this reason, the artwork chosen was photography of nature Eisenhower Medical Center — Palm Springs Health Care elements that reflect the desert environment and offer a Center located on Sunrise healing and spiritual mood while at the facility. ( The Eisenhower Medical Center Palm Springs Health The interior architecture is a contemporary design 0 that incorporates indirect LED lighting,flush door details with I`;` design and prepare construction documents for the project. hidden hinges, LED signage, unique ceiling designs and cove This schedule included meetings with the user groups, lighting,glass partitions, up-scale cabinetry(each department obtaining sign-offs from the user groups and facility project was designed with a different wood species), unique manager, and submittal to the City of Palm Springs Building bathroom designs (recessed mirror lighting, wall mounted Department for plan review and Building Permit. toilets with in wall tanks, and cove lighting), healthcare furniture designed for elderly patients, and ergonomically -Meetings were held with the Architect and Fire Marshal; designed exam room counters. The lab blood draw area was Architect and Plans Examiner; and Architect and utility designed to provide visual privacy with large obscure glass agencies such as the Gas Company and SCE to coordinate partitions and each blood draw table and cabinet was custom utility requirements. Meetings were documented with designed for these areas. distribution to all parties directly involved including the developer and shell builder. The project was designed to comply with the current „ California Green Code requirements and also submitted for -Coordination was required between the Architect and shell LEED certification in the"Commercial Interior"category and "'" builder to integrate revisions to the shell building while under is currently in the certification review process with USGBC. construction. Revisions necessitated plan revisions to the The project as submitted is intended to achieve LEED gold original building permit that required additional plan certification. checking. a Basic LEED design features include: -Another 30 days was set aside for bidding which included three general contractors. Full bid packages including •LED recessed down lighting, cove lighting, under cabinet drawings and specifications were prepared. RFI's during the lighting. bid period were returned to the contractors with responses prepared by the Architect Addenda were prepared and sent •Indirect energy efficient fluorescent lighting in all suspended to contractors for bid purposes. At the end of the bid period, ceilings, bids were reviewed and one contractor was selected. -Solar hot water heating package located on the roof for all -Construction was also scheduled as a 'fast track" project. hot water beating in the building. The contractor was given 90 days to complete the interior improvements. During this time period the Architect € I •Beat California Title 24 Energy requirements by 25%. completed the following tasks: iJ •AII wood used in the facility (cabinets and doors) is FSC a) Weekly site visits which included project minutes. (' Certified. Meetings included the facility project manager, (� Architect/Interior Designer, general contractor, (2) -integration of light sensor management system to raise or superintendents (one for each of two shifts since the work lower light levels in the lobby area due to sunlight levels. was completed over a 24 hour period),consulting engineers, developer representative,and key subcontractors. -All water faucets are automatic sensor type to conserve on ' water usage (.5 gpm). b) Review of shop drawings and submittals (review turn- around time was and average of two days). j •AII toilets are 1.5 gp flush type fixtures with double actuators to regulate flushes for liquids verses solids. " c) Review and response to RFI's prepared by the contractor. Review and response was on an average less than one •AII flooring materials contain recycled products and use only day.... many times returned the same day, organic materials(linoleum products). d) With regard to interior finishes, some specific flooring •All materials used on site were separated in containers on materials were custom fabricated which required site and recycled during construction. intervention by the Architect/Interior Designer at times to make sure delivery dates were met. -Furniture fabrics contain recycled materials. e)The Architect reviewed all change orders submitted by the -Countertops consist of reconstituted quartz materials. contractor with recommendations as to acceptance or not in each case. [ 1 This project, from the initial inception, was a "fast ( track" project. The Architect was given three months to Although this project had no significant historical sensitivity, Urrutia Architect has proven we can be sensitive to historical E buildings as is evidenced with the completion of the restoration to The Horizon Hotel in Palm Springs. In addition restoration work was also competed at the Movie Colony Hotel in Palm Springs. B.5 - Timely Response Clients such as Eisenhower Medical Center, Hi a Desert Medical Center, National CORE, and fFK Memorial i. Hospital have been our clients for the last 10 to 15 years.We are very much accustomed to being "on-call" with these clients. There are several reasons why they are repeat clients: D • When contacted for a new project,they receive immediate response. A project manager is immediately assigned to the project(in most cases, it becomes the same project manager for continuity purposes) 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. ) �s • Finally,the quality of the professional work completed is of x utmost importance. It is important to compete the project with accurate and as comprehensive as possible. j ' Eisenhower Medical Center-Palm Springs iJ Health Center _. i �i (Li Q Q Q Q Q Section C ref-rence-s and Experience With ejects of Similar Size and S —pe _ i u DESERT MEADOWS FAMILY HOUSING 80 UNIT PROJECT FOR THE RIVERSIDE COUNTY ECONOMIC DMI-ORYIENT AGENCY _ INDIO, CALIFORNIA .? CLIENT: NATIONAL COMMUNITY RENAISSANCE OF CALIFORNIA, NATIONAL CORE L CONTACTS: JULIE MUNGAI 909.291.1400 & SPERRY :MAXWELL 909.291.1400 - Overall Site - !j `F i 2 y Y9 r �a 4 f LL y L 3 M. 0 �~ wok Fntr�,� tom ,. x W i � r y� Pool&Playground Areas 'f l ti Apartment Building Side View Building Interior Couryard - mQ ILL L Y. a'A`y Apartment Building Side View Overall Site U, 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 n 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 comer 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•0 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 L 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. i 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. Buildin : 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 u site, i.e.the community center, leasing office, and laundry are all one story. i 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 back of the entry will be lined with palms to LJ 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. S7 f "? Carports: The minimum requirement is for one t fi f 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. •' 1' • 11 ' 1 • • 11 a a wr z d' � _ r K era Ok Am 11 11 � 3 •%vi+- f�MIY� # r( �f •�, �, j N gSq a sy, 3� � C 3 iF r� x x ti ,d t m �d�t•' x t r Y � n u 1 rt�t58Y✓gjd y /1� E fj Air P'^�S d� ♦� I y� tl3r ,Qd/ �♦ `.1 T"I » x 1 Y x! i� r ¢ �' 0 0 QProject Description&Design Philosophy: a 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 aleasing 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. {:( Surroundinq Development i 9 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 H' 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 Site 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 jaisle that allows access to the entire site and provides for two-way travel. L 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 ` I 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. tt + Access. Parking and Circulation -A traffic impact analysis was completed for the project by Urban Crossroads. The f_ analysis found that no conflicts would arise from traffic generated by the project and that the surrounding roadway j network would be adequate to handle the additional traffic load. i t , I aA single access point to the project site would be provided from Corregidor Drive. This access point will be divided by a 0 median and will have separate ingress and egress lanes to accommodate two vehicles in either direction. This main entry point wilf 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 projects 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 modem architectural design using various building materials to provide a j 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 [ i 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 w e on-site flows, including stormyt �v� " . waters, to be captured on-site in kt 4 < 7 underground detention basins. vAll :s � The basins will allow urban pollutants to be removed and remaining waters to percolate into I underlying soils. Existing overhead power lines are required to be undergrounded throughout the project site. Water and sewer I service will be established by I connecting to lines located within Corregidor Drive. I Entry to Housing Complex j rr i i J '. 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 909.291.1400, SPERRY MAXWELL 909.291.1400 & WARREN BRADSHAW, CATHEDRAL CITY HOUSING PROGRAMS MANAGER 760J70.0376 r _ _ 7 1 Apartment Buildings&Pool Area l I� VI I Overall Site �a i r.— Apartment Buildings r I Apartment Building Parking&Covered Carports g z N 1 $�Ok ir ""70 y � ,b Project Description &Design Philosophy: 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 aparking lot to serve the public recreation uses and overflow residential parking needs. Workforce Housing a 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 a 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 j 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 livingspaces 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 , t. l 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. Landscaoine- 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 i 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. 1 Community Center and Multi-Purpose Room 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 Gabriel 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 structuresare proposed for both sides of the multi-purpose room to provide for additional-outdoor -' - enjoyment. A roofed outdoor plea 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. a 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 be located within a public parking lot across San Diego Drive between the facility and the proposed multi-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 Cahente Park and the elementary school. The sidewalk is proposed along the southerly boundary of the parking lot Six-foot decorative masonry walls would be constructed along the north and south boundaries of the parking lot for the privacy of the single-family residences. LUArchitecture - The proposed architecture is consistent in style and design with the proposed workforce housing t 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 f, pedestrian walkways: L) t 1 Pf VOLUNTEERS IN MEDICINE CLINIC INDIO, CALIEORNIA �j CLIENT: RIVERSIDE COUNTY ECONOMIC DEVELOPMENT AGENCY DCONTACT: SERGIO PENA, FACILITIES PROJECT MGR . 111 , 951 .955 . 2809 ? w FIRM is.. t 4 17 4� _i §ti t � 4 y� s 3 Volunteers In Medicine Clinic al r Indio,CA � f The 6,000 S.F.facility will provide affordable outpatient services for the surrounding community. It contains six a ` exam rooms,two dental rooms, two consultation rooms, one mental health room,reception area, a administrative offices, indoor and outdoor waiting areas,child play area, and education and community q , rooms and other support areas. Clearstory windows bring natural light into the building. This project will be LEED Centified. - Estimated Construction Cost: $1,600,000 '` Estimated Completion Date: November, 2012 AIRPORT PARK PRO f- ESS IONAL iJP !' +(. F ail ) I. ]; PALM SPRINGS , AI ; l () R vl � f. 1IFNT1 ( ii - Ai£ i: EY COMPANY - CONf T S 7 1, 0 2 51) i) r) 06 � IIa i. •u. 8i�-f +`ZAli eft$ e3 f. ' f X i t Airport Park Plaza - - - - Patin Springs, CA The proposed project consists of 2 - 2 story buildings that are Identical and sited across from each other M'" "` creating a large open courtyard with water features, = seatln;areas and textured surfaces. The new i buildings provide a total of 29,740 SF of leasable area _ pk much of which will become medical offices. This is a LEED Silver certified building. Estimated Construction Cost. $7,000,000 1` Completion bate' August, 2009 ,�,. - _..+< ? `' °`t . 'y t s^ fb*' _ � I 'I COLLEGE OF THE DESERT CENTRAL PLANT & ALUMNI STREET FAIR RESTROOMS PALM DESERT, CALIFORNIA CLIENT: COLLEGE OF THE DESERT - CONTACT STEVE RENEw 760 773 .2552 IUIw r� 5 ; 1 f. ii f:.• a �M f .i t College of the Desert Central Plant&Street Fair Restrooms r 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. r Construction Cost: 9,600,000 Construction Completion Date: December, 2008 a ADDITIONAL REFERENCES PUBLIC AGENCY PROJECTS '- '"'�, v i 1 2 County of Riverside r Sergio Pena, Economic Development Agency- Facilities Project Manager III ,ua? 951.955.2809 �W City of Palm Desert Martin Alvarez, Redevelopment Agency Unrted�5'tafeAfbst,'Oi Manager- 760.776.6448 { .x RacIw.INtr,�g;. 1; WDL Costruction City of Rancho Mirage Don Wilcox, Owner Steve Buchanan, Director of Building& 760.578A 830 Safety- 760.202.9253 Doug Wall Construction, Inc. Office of Statewide Health Planning and Doug Wall, Owner Development 760.772.8446 Wai K. Fong, Senior Architect D.W.Johnston Construction, Inc. ( 213,897.7014 Dave Johnston, Owner i 3 760.416.1144 tJ Mike Marrs,Area Compliance Office 213.897.0166 Hi-Desert Medical Center,Joshua Tree,CA t 3 Dan McClure, Facilities Director �] Russ Harris, Inspector of Record 7 909.335.1592 60.366.6246 Eisenhower Medical Center PRIVATE PROJECTS Liz Siino, Manager 760.837.8570 Watermark Retirement Communities Institute of Critical Care Medicine James Goebel, Nat'l Director of Design & ce Bisisera, Engineering Director Construction-520.797.4000 Joe 8.4911 3 The Living Desert Pacific Premier Bank, Palm Springs,CA Terrie Correll,Curator Kathi Hallock,VP/Branch Manager �. 760.346.5694 760.969.4601 Franconia Investments ' Katrina Heinrich, Owner 760.568.3336 College of the Desert l Steve Renew, Director of Operations !,r 760.773.2552 Airport Park Professional Office Building-palm Springs, CA i ! if( a� a of a 0 Attachments Attachment A — Addenda Acknowledgement attachment Business License IC C[ ATTACHMENT B a CITY OF PALM SPRINGS BUSINESS-LICENSE- _--------_ 3200 E TAHQUITZ CANYON WAY, PALM SPRINGS,CA 92262(760)323-8289 PLFASI NOTE THAT IT IS YOUR RESPONSIBILITY TO RFNUW AND UPDATE'IHIS LICF,NSE ANNUALLY. BUSIN1;55 NUYiB Ell: 20,10,11, EXPIRATION TAX/ADNIIN,FEE CERT NO 13USI--NEM TYPE: ARCHTTECH SVCS 10/3112012 I8.00 15002 bWXER NAME: URRUTIA, FRANCISCO I 10/3112012 100.()) 15003 10/3112012 200.00 15004 BUSINESS NAME: URRUTIA ARCIITECTS BUSINESS ADDRESS: 165 LURING DR PA131 SPRINGS,CA 92262 Q NOV I20# URRUTIA ARCHITECTS ISSUANCE OF TIIIS LICENSE DOSS NOT ENPITIB �7 165 LURING DR me..uCFNS&ETOOPERATEORmuwAINA 1 g PALM SPRINGS CA 92262 ELSMSS LN VIOLATION ON ANY OTBER LAW OR ORDINANCE. TIIFS IS NOT AN IRMOR.SEVIIENT OP THE ACTIVITY NOR OF ME APPLICANTS QU4LIPICATIONS. MUST BE POSTEI) IN A CONSPICUOUS PLACE 1, L' f_ C L f- Exhibit "C" 165 Luring Drive Palm Springs,CA 92262 vrrutie 760.327.6800 760.327.681313 fax 10- firCHITOCT, U design@urrutioarchitects.com June 25, 2012 Mr.Thomas Nolan Executive Director Palm Springs International Airport 3400 E. Tahquitz Canyon Way Suite OFC Palm Springs, CA. 92262-6966 RE: Revised - Proposal for Professional Design and Engineering Services - Security Checkpoint Lane Expansion Palm Springs, CA. Dear Mr. Nolan: Urrutia Architects is pleased to provide the City of Palm Springs International Airport with our proposal for professional architectural and engineering services for the proposed Security Checkpoint Lane Expansion at the Palm Springs International Airport located in Palm Springs, CA. Scope of Work The following points summarize our understanding of the scope of work. The airport proposes to expand the existing security checkpoint lane area by removing an existing small office to the south west of the existing checkpoint. The study will include the review and analysis of existing structural systems and supports that may or may not exist in the existing walls to determine a cost effective method of wall removal. The goal is to eliminate two walls and leave the existing column in place to enlarge the checkpoint lane area. • Remove existing walls after review of existing construction documents to confirm the walls are non-load bearing; integrate the new space into the existing wall line to the south west; reconfigure existing ceiling soffits, lighting, and HVAC that are affected by removal of walls and existing room; and specify new flooring and painting. • We are assuming the project will be subject to review by only the following agencies/departments: Security Checkpoint Lane Expansion Palm Springs International Airport Palm Springs, CA June 21,2012 o City of Palm Springs Airport o City of Palm Springs Building Department Scope of Services Based on the above Scope of Work, Urrutia Architects will provide Architectural and Engineering Services including Design and Construction Documents for the proposed Parking Lot Space Expansion to include the following services: • Architectural • Electrical and Mechanical Engineering • Structural Engineering A. Pre-Design/Site Analysis Phase: a. Urrutia Architects and their consultants shall provide the following services: • Architectural design shall include review of existing construction documents and record drawings furnished by the City or airport. A site visit shall be conducted to verify record drawings. • Electrical and mechanical engineering shall consist of a site visit to document the existing light fixtures, power sources, electrical panels, and HVAC diffusers that are located within the existing space. B. Design Development Phase: a, Urrutia Architects shall prepare design development drawings which will consist of the following: • Architectural design shall include proposed floor plan layouts, structural analysis; reflected ceiling plan, and finish material selections. The Architect shall be responsible for the coordination of all consultants work; provide the airport with delineated layouts for review and comment; attend all meetings, including City review meetings; and scheduling of all consultant's work. C. Construction Document Phase: a. For the purpose of this proposal, all construction documents created for this project shall be a part of a single set of construction drawings that will include other projects. Urrutia Architects and their consultants shall prepare detailed construction documents based on the final design development drawings approved by the City of Palm Springs and the airport, which will, in general, consist of the following: • Title sheet with code analysis and ADA requirements. • Partial Site Plan to identify location of work in the overall building. - 2 - Security Checkpoint Lane Expansion Palm Springs International Airport Palm Springs,CA June 21,2012 • Demolition Plan and details, including temporary construction walls. • Remodel floor plan and finish schedule. • Reflected ceiling plan and details. • Electrical demolition plan and remodel plan. • Structural details and calculations as required. • Mechanical demolition plan and remodel plan. • Specifications book prepared in CSI format. • Attend meetings as required. E. Bidding Phase: a. Urrutia Architects shall assist the airport in soliciting and obtaining bids from general contractors for this project as an overall single project through the public noticing process which will include prevailing wage requirements. During the course of the bidding process, the architect shall prepare and issue addenda as necessary to the bidders, respond to bidders' RFI's, review bids, and make final recommendations to airport executive director approval. F. Construction Administration Phase: a. This project shall be a part of an overall single project. Urrutia Architects shall provide professional services during the course of construction that shall include the following: • Provide clarification and interpretive drawings to the contractor. • Review and respond to RFI's from contractors. • Review submitted changes in construction and costs proposed by the contractor. Process any Change Orders during the construction phase. • Review Applications for Payment from the Contractor and make recommendations for payments. • Visit the job site once a week to review the progress of work and - 3 - Security Checkpoint Lane Expansion Palm Springs International Airport Palm Springs,CA June 21,2012 answer any questions the contractor may have. Document the site visits with photographs and written memos which will be distributed. • Review and process shop drawings and submittals. • Prepare punch lists during substantial completion and final punch lists to close out the project. • Documentation of all warranties, guarantees, and operation manuals. G. Proposed Compensation To provide the services described in this proposal, the following compensation is proposed: A total fixed cost of$10,225.00, plus reimbursable expenses. A. Pre-Design/Site Analysis Phase: A fixed sum of$625.00, plus reimbursable expenses. B. Design Development Phase: A fixed sum of$1,650.00, plus reimbursable expenses. C. Construction Document Phase: A fixed sum of$6,000.00, plus reimbursable expenses. D. Bidding Phase: A fixed sum of$450.00, plus reimbursable expenses. E. Construction Administration Phase: A fixed sum of$1,500.00, plus reimbursable expenses. Reimbursable Expenses: 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 expenses listed in the following Subparagraphs: -4 - Security Checkpoint Lane Expansion Palm Springs International Airport Palm Springs,CA June 21,2012 • 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, We are proposing an estimated budget of$750.00 for reimbursable expenses. Exclusions include the following: • Geotechnical reports or testing, to be provided by the City/Airport. If our proposal is acceptable, please have the City prepare an agreement for our services. Should you have any questions, please call me. I look forward to hearing from you. Sincerely, Urrutia Architects Francisco J. Urrutia, AIA/FARA President California License # C7467 - 5 - 165 Luring Drive Palm Springs,CA 92262 vrrotie 760,327.6800 fax bq- firCulye- CTO design@urrutiaarchitecLs.com June 25, 2012 Mr.Thomas Nolan Executive Director Palm Springs International Airport 3400 E.Tahquitz Canyon Way Suite OFC Palm Springs, CA. 92262-6966 RE: Revised - Proposal for Professional Design and Engineering Services - Baggage Claim Area Expansion Palm Springs, CA. Dear Mr. Nolan: Urrutio Architects is pleased to provide the City of Palm Springs International Airport with our proposal for professional architectural and engineering services for the proposed Baggage Claim Area Expansion at the Palm Springs International Airport located in Palm Springs, CA. Scope of Work The following points summarize our understanding of the scope of work. The airport is proposing to expand the existing baggage claim area by removing the existing north walls that separate the old OSA waiting area from the present baggage claim area. The assumption is that the north walls are non-load bearing walls and can be removed without any structural consequences. The goal is to eliminate the north walls to merge the two spaces and allow for a waiting/seating area while waiting for baggage. • Remove existing north; the east wall will remain; reconfigure existing ceiling soffits, lighting, and HVAC that are affected by removal of north walls and small adjacent rooms; and specify new flooring and painting. • We are assuming that the project will be subject to review by only the following agencies/departments: o City of Palm Springs Airport o City of Palm Springs Building Department Baggage Claim Area Expansion Palm Springs International Airport Palm Springs,CA June 21,2012 Scope of Services Based on the above Scope of Work, Urrutia Architects will provide Architectural and Engineering Services including Design and Construction Documents for the proposed Parking Lot Space Expansion to include the following services: • Architectural • Electrical and Mechanical Engineering A. Pre-Design/Site Analysis Phase: a. Urrutia Architects and their consultants shall provide the following services: • Architectural design shall include review of existing construction documents and record drawings furnished by the City or airport. A site visit shall be conducted to verify record drawings. • Electrical and mechanical engineering shall consist of a site visit to document the existing light fixtures, power sources, electrical panels, and HVAC diffusers that may be located within the existing space. B. Design Development Phase: a, Urrutia Architects shall prepare design development drawings which will consist of the following: • Architectural design shall include a proposed floor plan layout, reflected ceiling plan, and finish material selections. The Architect shall be responsible for the coordination of all consultants work; provide the airport with delineated layouts for review and comment; attend all meetings, including City review meetings; and scheduling of all consultant's work. C. Construction Document Phase: a. For the purpose of this proposal, all construction documents created for this project shall be a part of a single set of construction drawings that will include other projects. Urrutia Architects and their consultants shall prepare detailed construction documents based on the final design development drawings approved by the City of Palm Springs and the airport, which will, in general, consist of the following: • Title sheet with code analysis and ADA requirements. • Partial Site Plan to identify location of work in the overall building. • Demolition Plan and details, including temporary construction walls. - 2 - Baggage Claim Area Expansion Palm Springs International Airport Palm Springs,CA June 21,2012 • Remodel floor plan and finish schedule. • Reflected ceiling plan and details. • Structural drawings and details. • Electrical demolition plan and remodel plan. • Mechanical demolition plan and remodel plan. • Specifications book prepared in CSI format. • Attend meetings as required. E. Bidding Phase: a. Urrutia Architects shall assist the airport in soliciting and obtaining bids from general contractors for this project as an overall single project through the public noticing process which will include prevailing wage requirements. During the course of the bidding process, the architect shall prepare and issue addenda as necessary to the bidders, respond to bidders' RFI's, review bids, and make final recommendations to airport executive director approval. F. Construction Administration Phase: a. This project shall be a part of an overall single project. Urrutia Architects shall provide professional services during the course of construction that shall include the following: • Provide clarification and interpretive drawings to the contractor. • Review and respond to RFI's from contractors. • Review submitted changes in construction and costs proposed by the contractor. Process any Change Orders during the construction phase. • Review Applications for Payment from the Contractor and make recommendations for payments. • Visit the job site once a week to review the progress of work and answer any questions the contractor may have. Document the site visits with photographs and written memos which will be distributed. - 3 - Baggage Claim Area Expansion Palm Springs International Airport Palm Springs,CA June 21,2012 • Review and process shop drawings and submittals. • Prepare punch lists during substantial completion and final punch lists to close out the project. • Documentation of all warranties, guarantees, and operation manuals. G. Proposed Compensation To provide the services described in this proposal, the following compensation is proposed: A total fixed cost of$8,050.00, plus reimbursable expenses. A. Pre-Design/Site Analysis Phase: A fixed sum of$600.00, plus reimbursable expenses. B. Design Development Phase: A fixed sum of$1,500.00, plus reimbursable expenses. C. Construction Document Phase: A fixed sum of$3,700.00, plus reimbursable expenses. D. Bidding Phase: A fixed sum of$450.00, plus reimbursable expenses. E. Construction Administration Phase: A fixed sum of$1,800.00, plus reimbursable expenses. Reimbursable Expenses: 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 expenses listed in the following Subparagraphs: • Long distance communications; • Fees paid in securing approvals of authorities having jurisdiction over the Project; • Reproductions of drawings, specifications and other documents; -4 - Baggage Claim Area Expansion - Palm Springs International Airport Palm Springs,CA June 21,2012 • Postage and special handling of documents; • Finish/ detailed models requested by the Client, We are proposing an estimated budget of$1,000.00 for reimbursable expenses. Exclusions include the following: • Geotechnical reports or testing, to be provided by the City/Airport. • Structural Engineering. If our proposal is acceptable, please have the City prepare an agreement for our services. Should you have any questions, please call me. I look forward to hearing from you. Sincerely, Urrutia Architects Francisco J. Urrutia, AIA/FARA President California License # C7467 - 5 - EXHIBIT "D" Schedule of Compensation A. Design and professional architectural services for those projects listed under Initial Project Assignment in Exhibit"A"will not exceed$20,025 .00 B. All additional work for other additional projects will be negotiated on a project by project basis and agreed to in Amendment form between the City and the Consultant. C. The costs for the initial project assignment(exhibit"A")shall not exceed the authorized amount. D. Consultant shall proceed within five(5)days of the"Notice to Proceed." Contractor shall be compensated monthly based on the percentage of work completed in each of the task areas. Exhibit "E" The projects attached and described in Exhibit "A" shall commence upon ratification of this contract. Work shall be completed in 60 days, but no later than December 31, 2012. City may terminate the contract by providing thirty (30) days written notice.