Loading...
HomeMy WebLinkAboutAGR-7325 - DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS INC - DESIGN SERVICES FOR WHITE OAK RIDGE - RFP 21-22.411G(-'73 5 PROFESSIONAL SERVICES AGREEMENT Design Services for White Oak Ridge(RFP 21-22.14)] THIS PROFESSION SERVICES AG EMENT (the "Agreement") is made at Orange, California, on this s day of .j , 2021 (the "Effective Date") by and between the CITY OF ORANGE, a municipal corporation("City"), and DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS, INC., a California corporation ("Contractor"), who agree as follows: 1. Services. Subject to the terms and conditions. set forth in this Agreement, Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A," which is attached hereto and incorporated herein by reference. As a material inducement to City to enter into this Agreement,Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. The services which are the subject of this Agreement are not in the usual course of City's business and City relies on Contractor's representation that it is independently engaged in the business of providing such services and is experienced in performing the work. Contractor shall perform all services in a manner reasonably satisfactory to City and in a manner in conformance with the standards of quality normally observed by an entity provided such services to a municipal agency. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth iri this Agreement shall control over any terms and conditions in Exhibit "A" to the contrary. Nathan Bluhm ("City's Project Manager"), shall be the person to whom Contractor will report for the performance of services hereunder. It is understood that Contractor's perfortnance hereunder shall be under the supervision of City's Project Manager(or designee), that Contractor shall coordinate its services hereunder with City's Proj ect Manager to the extent required by City's Project Manager, and that all performances required hereunder by Contractor shall be performed to the satisfaction of City's Project Manager and the City Manager. 2. Compensation and Fees. , a. Contractor's total compensation for all services performed under this Agreement, shall not exceed NINETEEN THOUSAND ONE HiJNDRED EIGHTY=EIGHT DOLLARS and 00/100 ($19,188.00) without the prior written authorization of City. b. The above compensation shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction; telephone, travel, auto rental, subsistence and all related expenses. c. . In addition to the scheduled services to be performed by the Contractor,the parties recognize that additional, unforeseen work and services may be required by City's Project Manager._In anticipation of such contingencies,the sum of ONE THOUSAND NINE HUNDRED EIGHTEEN DOLLARS and 80/100 ($1,918.80)has been added to the total compensation of this Agreement. City's Project Manager may approve the additional work and the actual costs incurred by the Contractor in performance of additional work or services in accordance with such amount as City's Project Manager and the Contractor may agree upon in advance. Said additional work or services and the amount of, compensation therefor, up to the amount of the authorized contingency, shall be memorialized in the form of an Amendment to Agreement approved by the City Manager on a form acceptable to the City Attorney. The Contractor agrees to perform only that work or those services that are specifically requested by the City's Project Manager. Any and all additional work and services performed under this Agreement shall be completed in such sequence as to assure their completion as expeditiously as is consistent with professional skill and care in accordance with a cost estimate or proposal submitted to and approved by City's Project Manager prior to the commencement of such services. d. The total amount of compensation under this Agreement, including contingencies, shall not exceed TWENTY-ONE THOUSAND ONE HiJNDRED SIX DOLLARS and 80/100 ($21,106.80). 3. Pavment. a. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. b. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. c. City will pay Contractor the amount invoiced within thirty(30) days after the approval of the invoice. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Chanse Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the services to be performed and compensation therefor. All amendments shall set forth the changes of work, extension of time,and/or adjustment of the compensation to be paid by City to Contractor and shall be signed by the City's Project Manager, City Manager or City Council, as applicable. 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 2 6. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not;under any circumstances,be considered employees of City,and that they shall not be entitled to any of the benefits or rights afforded employees of City,including,but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Desi nated Persons. Only those qualified persons authorized by City's Project Manager, or as designated in Exhibit"A," shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assi nment or Subcontracting. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of Completion. Except as otherwise specified in Exhibit "A," Contractor shall commence the work provided for in this Agreement within fifteen(15) working days of the Notice to Proceed and diligently prosecute completion of the work in accordance with the time period set forth in Exhibit"A"hereto or as otherwise agreed to by and between the representatives of the parties. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 12. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control, other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay,Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by City 3 will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 13. Products of Contractor. The documents, studies, evaluations, assessments, reports,plans, citations, materials, manuals, technical data, logs, files, designs and other products produced or provided by Contractor for this Agreement shall become the property of City upon receipt.. Contractor shall deliver all such products to City prior to paymerit for same. City may use, reuse or otherwise utilize such products without restriction. 14. Equal Emplovment Opportunity. During the performance of this Agreement, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex,national origin, mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex,national origin, mental or physical disability, or any other basis prohibited by applicable law. 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. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c. Contractor shall cause the foregoing paragraphs(a) and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 15. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a consultant to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. Contractor further agrees that it shall not be eligible to work as the design/build firm for the project that is the subject of this Agreement. 16. Indemnity. a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend and hold City, its City Council and each member thereof, and the officers, officials, agents and employees of City(colleetively the "Indemnitees") entirely harmless from all liability arising out o£ 4 1) Any and all claims under workers' compensation acts and other employee benefit acts with respect to Contractor's employees or its subcontractor's employees arising out of Contractor's work under this Agreement, including any and all claims under any law pertaining to Contractor or its employees' status as an independent contractor and any and all claims under Labor Code section 1720 related to the payment of prevailing wages for public works projects; and 2) Any claim,loss, injury to or death of persons or damage to property caused by any act, neglect, default, or omission other than a professional act or omission of Contractor, or person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property; but not for any loss, injury, death or damage caused by the active negligence or willful misconduct of City. Contractor, at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. To the fullest extent permitted by law, and as limited by California Civil Code 2782.8, Contractor agrees to indemnify and hold Indemnitees harmless from all liability arising out of any claim, loss, injury to or death of persons or damage to property to the extent caused.by its negligent professional act or omission in the performance of professional services pursuant to this Agreement. c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shall survive any closing, rescission, or termination of this Agreement, and shall continue to be binding and in full force and effect in perpetuity with respect to Contractor and its successors. 18. Insurance. a. Contractor shall carry workers' compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any workers' compensation benefits under any City program. b. Contractor shall maintain during the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the 5 insurance coverage andlor limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c. Contractor shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of(1) a combined single limit of One Million Dollars ,($1,000,000); or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage for all owned,non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available_ to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. e. Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement, City will accept a copy of the policy(ies)which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability insurance that is provided as part of the general or automobile liability minimums set forth below shall be maintained for the duration of the Agreement. f.Contractor shall maintain during the life of this Agreement professional liability insurance covering errors and omissions arising out of the performance of this Agreement with a minimum limit of One Million Dollars ($1,00,000) per claim. Contractor agrees to keep such policy in force and effect for at least five (5) years from the date of completion of this Agreement. g. The insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City, which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10) days' prior written notice to City. i.Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either 6 licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best rating. j Contractor shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. k. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing insurance to either Contractor or City with respect to the services of Contractor herein,a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. 1.Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason ternunate this Agreement by giving Contractor not less than five (5) days' written notice of intent to terminate. Upon receipt of such notice, Contractor shall unmediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the records")pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three(3) years after ternunation or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three(3)days' notice from City, and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. Contractor shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement, 7 b. If the work provided for in this Agreement constitutes a"public works," as that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must be paid, to the extent Contractor's employees will perform any work that falls within any of the classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it, shall pay not less than the specified prevailing.rates of wages to all such workers. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations (www.dir.ca.gov/DLSR). Additionally, to perform work under this Agreement,Contractor must meet all State registration requirements and criteria,including project compliance monitoring. c. Contractor represents and warrants that Contractor: 1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all unmigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 IRCA); and 2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and 3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Contractor's employees; and 4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspectiori requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of Homeland Security, the Department of Labor, or the Social Security Administration. d. Contractor shall require all subcontractors or subconsultants to make the same representations and warranties as set forth in Subsection 21.c. . e. Contractor shall, upon request of City, provide a list of all employees working under this Agreement and shall provide,to the reasonable satisfaction of City,verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by Contractor. Once such request has been made, Contractor may not change employees working under this Agreement without written notice to City, accompanied by the verification required herein for such employees. f.Contractor shall require all subcontractors or sub-consultants to make the same verification as set forth in Subsection 21.e. 8 g. If Contractor or subcontractor knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee,that shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by City. h. Contractor agrees to indemnify and hold City, its officers, officials, agents and employees harmless for, of and from any loss,including but not.limited to fines,penalties and corrective measures City may sustain by reason of Contractor's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governin Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Inte ration. This Agreement constitutes the entire agreement of the parties. No other agreement,oral or written,pertaining to the work'to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three (3) days of deposit in the U.S. Mail,whichever is earlier. Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. CONTRACTOR" CITY" David Volz Design, Inc. City of Orange 151 Kalmus Drive, Suite M8 300 E. Chapman Avenue Costa Mesa, CA 92626 Orange, CA 92866-1591 Attn.: David Volz Attn.: Nathan Bluhm Telephone: (714) 641-1300 Telephone: (714) 532-6491 E-Mail: dvolz@dvolzdesign.com E-Mail: nbluhm@cityoforange.org 25. Counterparts. This Agreement may be executed in one or more counterparts,each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and,electronic mail shall have the same effect as original signatures. 9 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. CONTRACTOR" CITY" DAVID VOLZ DESIGN LANSCAPE CITY OF ORANGE, a municipal corporation ARCHITECTS, INC., a California corporation xBy.By. Printed Naine: David Volz homas R. Hatch, nterim City Manager Title: President xBy. Printed Name: David Volz APPROVED AS TO FORM: Title: Secretaiy f Mary E. nning Senior Assistant City Att 1 NOTE:City requires the following signature(s) on behalf of the Contr,actor: 1)the Chairman of the Board, the President or a Vice-President,AND (2)the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement,must be provided to City. 10 CERTIT+'ICATE BY SCCRCTARY" I DO HEREBY CERTIFY AS FOLLOWS: Tliat I am tlie dttly elected, qualified and acting Secretflry of the lbove-n iiued corj ar•ation, that the foregoing Byl vs vera adopted 1s tlie Bylt vs of said corpor tioii on the date set forth boue by the person(s)samed iu the Articles of Licorporatioii as the Incoiporator(s} of said corpor tiou. IN WITNESS WI-TEREOF,I li ve liereuiito set uiy hand and affixed the cotporatc scal fhis d y o 1999. VOLZ, Secrela y 17- EXHIBIT "A" SCOPE OF SERVICES Beneath this sheet.] Exhibit A Page 1 of 36 oF.p F'. . p4i k' A•+. t r' 7'•. Q Pro'a..* CITY OF ORANGE COMMUNITY SERVICES DEPARTMENT. W1NW.CIt/Of01'al'1ge.00'g PHONE: (714)744-7274 • FAX:(714)744-7251 Design Services for Landscape Renovation White Oak Ridge) REQUEST FOR PROPOSAL (IRFP 21-22.14) SEPTEMBER 30, 2021 The documents contained in this .Request for Proposal (RFP) document are considered to be the invitation and not the full final representation of the documents needed to submit a successful response to the bid or proposal described herein. Interested bidders should email CommServBids@cityoforange.org to be added to the contact list for this specific bidder's list in order to receive emailed updates of any revised/additional information and addenda. It is the responsibility of the interested bidder to request being added to the bidder's list. PROJECT NAME: Design Services for Landscape Renovation,(White Oak Ridge) Location Address: White Oak Ridge between Newport Blvd. and Trails End Ln. in the Santiago Hills Assessment District Contact Name: Nathan Bluhm, Landscape Project Coordinator Phone:714-532-6491 E-Mail Address: nbluhm@cityoforange.org PRO]ECT DESCRIPTION: The City of Orange, CA, a Municipal Corporation, is requesting proposals from qualified Landscape Architecture Design Firms/Companies to provide landscape and site design development and construction document services for a landscape renovation project located within the Santiago Hills Assessment District in the City of Orange. The scope of services may include, but not be limited to, design development for planting and irrigation, and construction documents for demolition, planting, irrigation, specifications and details. IRFP 21-22.14 Page 1 of 10 i n . t + i S '. 4 T Y ' ` 11 y" t ..V 'R J.. i w IY' Vy' t` M 2 J" y 1 o. bk ', o f I r s ti,_.. r+ r t. " I .+' '' L Lw.+,' 1 •} lysy .. t k_ a s+ P lf ,+'.!'.- r w a;' f ,`+ .J3 s x ,; F' r Jm l j i 4 p y"'k*4G'+ µ . A,r., r • ' •+ c c' ;+ c i i , r. r,' s .'r ih. , d.: ; A F, a . Q _ e ' Y w Y rr T a r F + INJCTIn 71 J'. _ • ti kti C l a V v j ', '.} ' 1 y p,' ' G 4 r r ,s IrJt . • 1'. 1 4i, y e '; yt j.awii tr b ., " j , t ' M ` t.i K` d~jI e'` u r r ., -; 't ;» I 1F e ,2'L rt. s."_ .. ,r.... Id' , ; x 3; E 4 r n M C: 'r 1` i', (, a . f y 1 u^.`, • ' 2!1 I j r, + -.. y a: Q' r L, 7' I. r Y+ .. A'- . . E. .. I p 5, y :. '* i Y i Y ui i , t a.. X 4 1 ry r.. p st. a r M 11 ---Y'w^=$ yr _ A. l.. k i?7 at 4 E x. 1 v" /' ocgle 1 Exhibit A Page 3 of 36 GENERAL PROVISIONS 1. The Consultant awarded this contract is ineligible to bid on construction work related to this project. 2. A mandatory job walk has been scheduled for October 11, 2021 at 9:00 a.m. at Santiago Hills Park, located at 8040 E. White Oak Ridge, in the City of Orange. 3. All described consultant work shall be in compliance with the City of,Orange Public Works Standard Plans and Specifications (available at the Public Works counter for a NON-REFUNDABLE charge of$12.00 ($15.00 if mailed) and the current edition of the CalTrans "Green Book" and the City of Orange Landscape Standards and Specifications, as well as the City of Orange Parks Construction Standards. 4. The Consultant shall carry valid insurance, which meets all City of Orange insurance requirements, at all times. If awarded this contract, the Consulting firm is to provide General Liability Insurance and Professional Liability Insurance(Errors and Omissions). City of Orange sample insurance is attached for reference. 5. If applicable, the Consultant shall pay prevailing wages per the current Department of Industrial Relations wage rate (including all scheduled increases) and furnish Certified Payroll Reports for all workdays. 6. All work shall conform to the specifications contained in the RFP and any subsequent agreements. 7. Background/Securit rL. All personnel engaged in performance of this work shall be employees of the consultant and as such shall be warranted to possess sufficient experience and security r.ecords to perform this work. SCOPE OF SERVICES PHASE 1: DESIGN DEVELOPMENT Proposals shall include provisions for the following: Review of existing record drawings, and planting and irrigation design program for the Santiago HiIIs Assessment District as necessary to demonstrate a complete understanding of the City's and community's.design intent according to the approved landscape program. The City of Orange will provide to the landscape architectural firm all available existing plans and project information for the project site. Preparation of a base plan in AutoCAD format from existing PDF scanned record drawings and/or any necessary site measurements to provide a complete set of landscape plans and construction documents. PHASE 2: LANDSCAPE PLAN PREPARATION Landscape plans shall include the following sheets, per City of Orange Landscape Standards and Specifications and Park Construction Specifications: 1. Cover/Title sheet including, 6ut not limited to: a) Vicinity Map b) Project Title c) General notes, if applicable d) Sheet index e) Any/all pertinent information IRFP 21-22.14 Page 3 of 10 Exhibit A Page 4 of 36 2. Construction sheet showing, but not limited to: a) Existing streets, buildings, walls and project boundaries b) Existing trees, walks, mow curbs and site amenities that are to remain/be protected in place c) New concrete mow curbs d) Details &specifications 3. Irrigation sheets showing, but not limited to: a) All points of connection, including line size and backflow prevention device type and size b) All components including, but not limited to, mainlines, laterals/drip tubing, heads/emitters, valves, quick couplers, automatic controller, etc. c) All irrigation is to be designed to comply with the City/State Guidelines for Water Efficient Landscapes d) Irrigation to be'Calsense'compatible e) Details &specifications 4. Planting sheets showing, but not limited to: a) All trees, shrubs, ground covers and general plantings including quantities and sizes b) Instructions/guidelines for soil preparation and fine grading and mulch c) Details & specifications Notes for landscape plan preparation: All plans are to be bid ready' including all general notes and specifications. The landscape planting plans are to comply with all City of Orange and State of California irrigation and planting design standards. Irrigation plans are to comply with City and State guidelines for Water Efficient Landscapes'contained within the City's Landscape Standards and Specifications, Section IV. All plans/sheets are to be drawn at 1"= 20'scale. At the conclusion of the project, the landscape architectural design firm will include and submit to the City of Orange: o Electronic files on USB Flash drive type file'in AutoCAD format as well as PDF. PROPOSAL INSTRUCTIONS The Consultant is to include within this request for proposal the following: 1. A cover letter which conforms to the following: a. Signed by a person authorized to bind the firm contractually. b. Provides the name, title, address, and telephone number of the individual.to whom correspondence and other contacts should be directed during the selection process. c. Provides the name, title, address, and telephone number of the individual who is authorized to contractually bind the firm. IRFP 21-22.14 Page 4 of 10 Exhibit A Page 5 of 36 2. Architectural Firm Information: a. Legal name of firm and type of organization. b. Valid California landscape architects license number. c. Firm location (s) and phone number(s). d. Date firm established. e. Name, position, summary of qualifications and related experience, and proposed responsibilities of the firm's project manager and key personnel on the proposed project team, including any sub consultant positions or sub consultant tasks that would be related to this RFP. Submit appropriate team member resumes as an attachment. 3. Architectural Firm Experience: Provide a brief description of three (3) projects for . which the firm has provided a comparable or similar service during the past five years, demonstrating its experience on similar projects to those contemplated in this bid proposal. Include the following: a. Client name, contact name, and phone number. b. Project description and location. c. Dates of the project(s). d. Description of services provided. e. Total cost of services provided. 4. Timeline for completion of work for both Phase 1 and Phase 2. 5. An hourly fee schedule for additional or extra work, including but not limited to: construction administration, inspection, planting design, irrigation design, grading, etc., to be submitted separately with the Fee Proposal Summar rL(page 8 of'this RFPZ ° 6. Estimated cost/value engineering of the proposed installation work as described within this RFP. Cost estimate shall be expressed in two ways 1) the total estimated 'cost for the completed construction project, 2) a per square foot cost for landscape construction and planting, and a separate per squar.e foot cost for installation/adaptation of the proposed irrigation system (to be submitted separately with the Fee Proposal Summary (page 8 of this RFPZ SELECTION CRITERIA: Fiscal responsibility is a priority for the City; however, the evaluation of proposals will:not be limited to price alone. The successful proposal will demonstrate experience in providing the consultant services as described within this RFP. While the experience and resources of the successful firm are important, it is critical that the manager proposed for overall authority on the project have extensive relevant experience and capability. The consultant will work effectively with City staff and complete:assigned tasks within budget and within the project schedule. The following criteria shall be used in selecting the firm ultimately chosen for this project: A. Firm's experience, qualifications, and ability to satisfy the work described within this RFP. IRFP 21-22.14 Page 5 of 10 Exhibit A Page 6 of 36 B. Qualifications of key personnel who will work on this project. Also, experience of any. sub-consultants working on this project. C. Demonstrated record of success by the consultant on work previously performed for the City and/or other municipalities or enterprises. D.. Firm's responsiveness to the overall request for information within this RFP. Based on the information submitted, the Selection Committee will make a final choice; the successful consultant will execute an agreement for Consultant Services with the City of Orange for the completion of this work. An interview mav be reQuired with the top scorinq firms. The City of Orange reserves the right to negotiate cost of work within the Request for Proposal. Each Firm i.s to su6mit, in-espo tse to his RFP, said ee Proposa/Summary(page 8)rrr - e,oarate sealed enue%pe along wii%h a copy af an hour/y f-e schedule and est irraa+ cos value en-ineerrn- of the ro osecl instal/afion work as described within t/ai P The City reserves the right to revise this RFP prior to the date the proposals are due. Revisions to the RFP will be sent to all known participants. The City reserves the right to procure or contract for work. All proposals submitted in response to this RFP become the property of the City and are public record. The City reserves the right to delay or cancel, in part or in its entirety,this RFP including, but not limited to: selection schedule, submittal date, and submittal requirements. All known participants shall be notified of any cancellation or revisions prior to the submittal date. The City also reserves the right to request additional information and clarifications regarding any proposals received. SPECIAL INSTRUCTIONS: 1. The Consultant is to provide a schedule of execution for the work described within the RFP, along with their proposal submission. Final schedule is subject to City approval. 2. The City reserves the right to reject at any time any or all pr.oposals, or parts thereof, and to waive any variances, technicalities and informalities, which do not impair the quality, or performance of the project. 3: The City reserves the right to reject any consultant who they deem to lack qualifying work experience or satisfying references. 4. Any submittal questions can be directed to Natalie Favela at commservbids@cityoforange.orq. 5: If awarded this contract, the Consulting firm is to provide a project schedule showing a starting and completion timeline for all phases of work. Finalschedule is subject to City approval. 6. Deadline to submit questions regardin this proiect and RFP are due by Friday, October 14, 2021 at 12:00 p.m. All questions should be submitted via email to both Nathan Bluhm at nbluhm@cityoforange.org and Natalie Favela commservbids@citvoforange.ora. The Consulting firm represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. The Consulting firm represents that it is experienced in performing the work and will follow professional standards in performance of the work. All services IRFP 21-22.14 Page 6 of 10 Exhibit A Page 7 of 36 provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. REQUEST FOR PROPOSAL SUBMISSION: Provide response to the above REQUEST FOR PROPOSAL on attached Sheet and return all pages of the Request for Proposal including the scope and specification sections. The proposals must be received before 2:00 p.m. on October 21, 2021. All proposals are to be delivered to the City of Orange City Clerks Office, 300 E. Chapman Avenue, Orange CA 92866, to the attention of Nathan Bluhm; Landscape Project Coordinator. Proposal bundle must be labelled appropriatelv: IRFP 21-22.14 Design Services for Landscape Renovation (White Oak Ridge) Attn: Nathan Bluhm Any proposals submitted without the necessary required documentation outlined in this RFP will be deemed non-responsive. Please review this RFP thoroughly to include all requested documenfs for submission of a complete proposal. The minimum documents to constitute a complete response by a consultant are below: 1.. Qualifications of consultant and all other items outlined in the selection criteria. 2. Schedule of execution of work for phases 1 and 2. 3. Minimum three references to.confirm consultant's previous work on similar projects. 4. Separately sealed cost sheet and any additional costs/fees.and total project cost. The City reserves the right to reject any and all proposals and any item or items therein, and to waive any non-conformity of proposals with this Request for Proposal, whether of a technical or substantive nature, as the interest of the City may require. TIME LINE (APPROXIMATE): 1. Job walk: October 11, 2021 at 9:00 a.m. 2. Deadline for questions regarding project/RFP: October 14, 2021 at 12:00 p.m. 3. Proposals due: October 21, 2021 at 2:00 p.m. 4. Interview (if necessary): TBD 5. Notice to Proceed: November 2021 (tentative) IRFP 21-22.14 Page 7 of 10 Exhibit A Page 8 of 36 his :a e is to be submi tted inYaf-s:e arate sealedkenuelo P_e alon with an additianal s . X our_I, fee schedule and estimatedxcost valu'e,enineerin of the €ro osed insttallatio ork as described6,w.'ihin,th'is.RFP . IRFP 21-22.14 Design Services for Landscape Renovation (White Oak Ridge) FEE PROPOSAL SUMMARY The undersigned as bidder declares that he/she has.carefully examined the location of the proposed work, and hereby proposed and agrees, if the proposal is accepted, to do all work required to complete said work for the price set forth. The undersigned has checked all words and figures inserted in the bid submittal, and understand that the City of Orange wilf make no allowance for any error or omission on the part of the undersigned. The undersigned has thoroughly read and understood all pages of this RFP and addendum (a). Phase 1: Design Development Words) Figures) Phase 2: Construction Documents Words) Figures) Rates and Fees Include a separate additional hourly schedule that includes Rates and Fees' for services that may be considered as extra or additional work not included in this proposaL THE CITY OF ORANGE RESERVES THE RIGHT, AND IS HEREBY GRANTED THE RIGHT,TO RE]ECT ANY AND ALL BIDS, TO ACCEPT OTHER THAN THE LOWEST BID, AND TO"WAIVE ANY INFORMALITY IN THE BIDS. Authorized Signature Printed Name: Title: Name of Company: Email: Phone No.: Executed this day of 2021 at California. State License Number and Classification Designation: IRFP 21-22.14 Page 8 of 10 Exhibit A Page 9 of 36 IRFP 21-22.14 Sample Liability Insurance Contractor shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence Form CG 00 01). 2. Insurance Services Office Form Number CA 00 01 covering Automobile Liability, code 1 (any auto). 3. Workers'Compensation insurance as required by the State of California and Employer's Liabili,ty Insurance. Contractor shall maintain limits no less than: 1. General Liability: 2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occur.rence limit. 2. Automobile Liability:1,000,000 per accident for bodily injury and property damage. 3. Workers'Compensation:As.required by the State of California. 4. Employer's Liability: 1,000,000 per accident for bodily injury or disease. 5. Professional Liability: 1,000,000 per claim. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, it officers, officials and employees; or the Contractor shall provide a fnancial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration, and defense expenses. Each policy of general liability and automotive liability insurance shall contain, or be endorsed to contain, the following provisions: 1. The City, its officers, ofFcials, agents and employees are to be covered as additional insureds with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the Contractor; and with respect IRFP 21-22.14 Page 9 of 10 Exhibit A Page 10 of 36 to liability arising out of work or operations,performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. General Liability coverage shall be provided in the form of an Additional Insured Endorsement, or such other form as may be acceptable to the City, to the Contractor's insurance policy, or as a separate owner's policy. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials and employees. Any insurance or self-insurance maintained by the City, its officers, officials and employees shall be excess of the Contractor's insurance and shall not contribute with it. 3. Each insurance policy required by this clause shall be endorsed to state that coverege shall not be canceled by either party, except after thirty(30) days'prior written notice has been provided to the City The Contractor shall furnish the City with original certificates of insurance and endorsements effecting coverage required by this clause. The endorsements should be on forms acceptable to City. All certificates and endorsements are to be received and approved by the City before work commences. However,failure to do so shall not operate as a waiver of these insurance requirements. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by these specifications at any time. All insurance pr.ocured and maintained by the Contractor shall be issued by insurers admitted to conduct the pertinent line of insurance business in the State.of California and having a rating of Grade A or better and Class VII or better by the latest edition of Best's Key Rating Guide: Contractor shall immediately notify the City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by the City. In such a case, the City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. Contractor hereby agrees to waive subrogation, which any insurer of the Contractor may acquire from the Contractor by virtue of the payment of any loss. The Contractor agrees to obtain any endorsement that may be necessary to effect th'is waiver of subrogation: The Workers'Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor, its employees, agents and subcontractors. : The Contractor shall require and verify that all subcontractors maintain insurance meeting all of the requirements stated herein. IRFP 21-22.14 Page 10 of 10 Exhibit A Page 11 of 36 o oR j; r S a''°°z'r o'G rVr t R. CITY OF ORANGE COMMUNITY SERVICES DEPARTMENT www.cityoforange.org PHONE: (714)744-7274 • FAX:(714)744-7251 ADDENDUM #1 Request for Proposal (RFP) Bid No. 21-22.14 Design Services for Landscape Renovation White Oak Ridge) October 13, 2021 This addendum serves as written notice of the following corrections, clarifications, additions and/or deletions to any and all copies of the Request for Proposal (Bid No. 21- 22.14). 1. Regarding budget for construction phase of White Oak renovation: o The approximate budget for the construction phase is $170,000. o Consultant will be asked to provide an estimated per square foot cost for the construction phase of this project. 2. Does the City anticipate the consultant will be required to provide Agronomic soils reports for the project? If so, how many? o Consultant will not have to provide a soils report. This will be up to the installation contractor. 3. Has the city prepared any (Agronomic soils reports) for previously upgraded medians? o No, we have not, but we will for this project. 4. Consultant will be asked to define the project limit lines as part of the design development phase of this project. 5. As part of the design development phase, consultant will prepare and include a demolition plan, and establish a two phased construction boundary line based on potential budget constraints. 6. Plan Submittals shall be required at 70%, 90%, and final (100%) complete. 7. All pepper trees will be removed as part of the project. 8. Attached are Sample Record Drawings for base map information in PDF format. Exhibit A Page 12 of 36 9. Consultant should provide three copies of their proposal packet (one original and two initialed copies will suffice). You can provide just one copy of the fee proposal summary and separate additional hourly fee schedule for additional rates and fees. 10. Companies represented at the job walk on October 11, 2021: o Sitio Landscape Architecture o RHA Landscape Architects Planners, Inc. o Brandon Petrunio &Associates, Inc. o Lynn Capouya Inc. Landscape Architects o Little Diversified Architectural Consulting o Conceptual Design &Planning Company o David Volz Design Landscape Architects and Park Planners o Cornerstone Studios, Inc. Respectfully Submitted, Nathan Bluhm Landscape Project Coordinator nbluhm@citvoforange.org 714-532-6491 2 Exhibit A Page 13 of 36 ao........e......e........,..>..........000...e.................oa............o.o..................... PRO POSAL To Provide Professional Landscape Architectural Design Services for o...............................o.............,...o....................e.................,o..................................... CITY F ORA VGE DESIGN SERVICES FOR LAI DSCAPE RENOVATION AT VI/HITE OAK RIDGE ii'i l d ,; }, 1/ft yr'g y e r.-';; J U s< i z 7 1 7 k, "' _ - Cil- L C J J t` ` , " ' v .° `' 1 ,r'' - r r t ,F \\-. ,`,,(F. , jL`'r i a /'; r _ . i- L • * :t'/_!' I`' I 7,' ;Y\•. J s`'i'''' y ' I' r sS:'l'c. l f ! j `rj r^ J f'; r u F : : , G .. `` v f /,,,. r , 7', % -` f/:. ` i ,' , r, f E l ` ! _ h%'' r a t e1 , 1=\_ Yl, jr y `'%' c 4"S,X 1- . d h'Y i„ y / "P k R J z a' A ` - L r,... . .— r^ i •( ' s P ..G •`i r 'd f` i ` s f t: . ,`r ! 7 fvP, '. T ' "' i T'y ' x`". Yi-, ll„ f," :. ;M1 ey A ' r . r z f r r. v. ,(6,5 v _ e'r-2 i , y ` Z.-a' , . .1;;. _ O CTO B E R z, zoz e............................. C1 m Designing landscapes that create community a soapes rch tectsawdpartzpt w.crs Exhibit A Page 14 of 36 e.........................,..........e. y L CD l.A:u{seApe i'rchdxcts av t parlt'AlawwtYs October 21, 2021 Nathan Bluhm Landscape Project Coordinator City of Orange 300 E. Chapman Avenue Orange, CA 92866 RE: PROPOSAL TO PROVIDE PROFESSIONAL LANDSCAPE ARCHITECTURE DESIGN SERVICES FOR WH1TE OAK RiDGE LANDSCAPE RENOVATION Dear Mr. Bluhm, The White 0ak Ridge streetscape needs a landscape overhaul. The existing entry corners, parkway, and median were designed in the 1980's and need an upgrade utilizing water conserving plantings and a more efficient irrigation method.The David Volz Design team has a long resume of outstanding landscape refurbishment projects like.this. DVD has provided complete makeovers to landscape large and small to conserve water while improving overall aesthetics. We are currently working on other similar water-use reduction landscape renovation projects with the cities in Yorba Linda, Costa Mesa, Cypress,Westminster, and Norwalk. Our,team has a long list of previously completed landscape r..enovations similar to White Oak Ridge in neighboring communities including Yorba Linda, Anaheim, Diamond Bar, Sari Dirnas, Irvine, La Mirada, Cypress, Costa Mesa, Norwalk, Stanton, Seal Beach, and many more. In addition, we are currently working in town with Tetra tech Engineering on two well sites as well as the OUSD. Three of their high school campuses are undergoing multi-phase upgrades to their facilities, DVD is the lead designer for these projects. We are well prepared to work with you and your staff to deliver a comprehensive refurbishment plan that will provide sustainable improvements and maintain the communities park-like landscape expectations. We are adept at developing construction documents that ensure high quality construction with minimal change orders on refurbishment projects.We have identified in this proposal several recent and ongoing projects for you to review. As you review our expertise and experience, please consider the unique and proven benefits of Day.id Volz Design, Very truly,yours, e T,,, /, „1'3''i David J.Volz, R.L.A.#2375 LEED Accredited Professional, QSD/QSP e...........aa..........a........a..............o.............o..a.....e...........:................................ DE51.iNlA3G LANDSCAPES TI AT Corpura.e OfFice Coathnlla bailey 04sice Sa z Jose Oi#ee CREA7E CO YIAtiUNITY I+I haimu,l7rnt S iitc\IX BqnU C':ille!,t:ido 111 \',i h.41:i 6ct 5trca Smlo 4u1 t tvw d Itdcsu_n eow l oae Ve.S.(:1`)'P'b I.7 f'luml:t.(,l-`)'7:: S:in It.. 1..,q5 i i: iA,.{ :bu t,l53u lr bb.l iulnl Exhibit A Page 15 of 36 e e`e`e a I TAB.LE OF CONTEN.TS Firm Information r Firm Profile Project Team Resumes ri Fiim Experience Project Experience F. Work_Pl n Understanding &Approach Y f Sustainability y j f `' r, i ; Scope of Services Timeline t` Quality Control i:: 4 . 3 e,v +,='` h Appendix u Certifications__._ Letters of Recommendation I Fee Proposal (Separate) Fee Proposal Fee Proposal Summary Cost Estimate Hourly Rate Schedule s ee aa e.e e e 0.a o.o e s`a ti WII1"1'F? (JAK F: I [)C l, f,A USC.'t\ I'F. fZF,NU,'A'fl()`J. C1T ' f F (:)Rf\ !(;E:; Q j Exhibit A Page 16 of 36 Fi lP F R91 iA'OiV a`»,o F I R M P R O F I L E PLANNING AND DESIGNING Demonstration gardens,mitigation+restoration Nature parks,interpretive gardens+wilderness camps David Volz Design (DVD) is committed to the Streetscapedevelopment+redevelopment creative design of outstanding public spaces. We Communiry,neighborhood+mini-parks develop landscapes, parks, sports fields, and Facility master plans+feasibility studies streetscapes to rrieet the specific needs School fields+campus planning of their communities. DVD designs Irrigation renovation+redesign j: Design guidelines+standards special environments for those who i; t,';, Sports parks+stadiums seek recreation in a beautiful settin 5 _' '';,{g: 1i Grant applications wonderful natural environments for j those who are sim I lookin for , `"'e'`=' `.'_ 4'` ` ' DVD continues to P Y 9 build its reputation respite, and for those who pursue , ' on creativity and recreation and competitive athletic '- _-.- service in the design q of outstanding publicendeavorsontheplayingfield. .: • Our firm capitalizes on what the spaces.We create high site and nature has to offer. For quality public spaces for our clients'communities all of our commissions, we work to ' and neighborhoods.We enhance the site's use, working within work with public agencies environmentally sound parameters while and che peopte theyK.... serve to develop innovative taking full advantage of the site and its landscapes of outstanding surroundings to best service the communiry's beauty:' needs. David Volz,President,RLA,LEED AP,QSD/QSP Ever mindful of our role as stewards of the land, DVD's :""•'................................................ design philosophy includes careful consideration for DAVID VOLZ DESIGN LANDSCAPE realistic maintenance requirements and construction ARCHITECTS,INC. cost parameters. We also embrace any opportunity Designing landscapes that create community to interact with the public to create enviroriments that WWw.dvolzdesign.com meet their needs. DVD's proven outreach approach Founded in 1997 8 employees has often been the catalyst for our most successful 24 years in business David Volz RLA#2375 projects. Our proven approach and input we receive S-Corporation-CA Gary Vasquez RLA#3883 ; rovides the ins iration that leads to creative and ' Neverfiled for bankruptcy LEED Accredited p p Wholly-owned Business SBE innovative solutions. Ourcom an understands the im ortance of rotectin Contact Person: Coachella Valley Office ; p y p p g David Volz,President 78060 Calle Estado the environment, protecting OUC resources and the 714-641-1300 La Quinta,CA 92253 health of future generations. DVD is proud to.be a LEED ' dvolz@dvolzdesign.com 760.580.5165 Accredited and a Q:ualified Stormwater Designer Corporate Office San Jose Office QSD company. We understand the commitment we 151 Kalmus Drive,Suite M8 111 North Market Street, : have to the public to deliver quality projects that offer a Costa Mesa,ca szszs Suite 300 714.641.1300 San Jose,CA 95113 high return for the public funds invested; projects that i 669.444.0461 can be maintained and deliver a lifetime of service to t 12 COC711'YlUflltl@S t{l2y af@ bUl t fOf. Like us on Facebook! Follow us on Instragram Parks and greenspaces designed by our firm have ' @davidvolzdesign o.........................................................: received awards and accolades from community AatFK,N a groups, civic organizations,the American Public Works C(J fS DS'CAPf s--— Association, the California Parks & Recreation Society,aR°""` ` f3""o and the National Recreation &Park's Society. S iE ACEC ,+ a.,k.,wacnews+.. o t»aa e III"1`t' C)A14 T2it)CiE i..i(I S'API Ri;NO'`A"I IUiJ, t'I"'1' Y Of' OIZAN(iE Exhibit A Page 17 of 36 I I I CDf JId,`'9 3i 9 ea.,.e,titi 0.`a s., P R O J E C T T E A M ty of Orange Landscape Renovation at David Volz,Design provides award winning park planning and White Oak Ridge landscape architectural services to our public entity clients.We provide feasibility studies,concept and master planning as well ascomprehensive construction plan development and project i....................a. review services. We are a resource to the many public agency clients we have the honor to be contracted with. DAVID VOLZ DESIGN LANDSCAPE ARCHITECTS, INC Our creative designers have the background and expertise to deliver outstanding landscape architecture services for David Volz your city's project. For this work, we have assembled a highly RLA#2375,LEED AP,QSD/P qualified team of landscape architects and specialized design Principal in charge consultarits.The team will deliver: Eric Sterling GREATIVITY - We will provide you with unique and innovative RLA#5463 Dciv-to-day contnct/ solutions which will meet and exceed the expectations of the Project N/anager city.The project designs we put forward will creatively address the sites' development requiremerits, sustainability, the unique Gary Vasquez relationship to the nearby neighbors, program priorities, RLA#3883 accessibility and recreation balance. Dtre ro•ofde.s gn COMMUNICATION - DVD will continually keep you and your Paul Cassar staff informed from the start and throughout all the projects' Project Designer phases. Communication will be consistent and clear with all Duane Tut parties through completion of project.Projec!Desi,gner EXPERIENCE-DVD will provide adesign team that has a history Angela Lee of working successfully with cities as an extension of Staff and Project Desig aer/GAD Teclinician providing project design and coordination in the development of dozens of award winning projects. Luis Pedraza Project Designer/CAD Technicia a INTEREST IN YOUR PROJECT - DVD is ready to take on your projects and bring them to successful completion. Dana Bull DVD is focused on delivering outstanding public facilities to projectDesigner/CADTechnician communities throughout California. Our team is dedicated to the success of your projects! David Volz Design looks forward to a long relationship with your ciry.We are committed to delivering high qualiry services, designs, reports, documents, and support to the ciry.The DVD key team members are experienced and talented professionals and they will be supported by a team of licensed landscape architects, several very capable designers, sub consultants, and support staff. ti s...,a.. WI1 ("I[: OAl< RIDGI; 1_ r1NDSC,IPZ: R1.NOV.`i I (.)N. GITY' C)I URANGE ti i Exhibit A Page 18 of 36 RES UM S O\`..'\\\\\, a:; 3 r D AVI D. VO L.Z RLA o.,........o......o..................... PRIN,CIPAL-IN-GHARGE ROLE: Principal in charge,worked 'c i . . ;:. ;R ' with the client to determine goals, M '` Has over 30 years of experience c presented on multiple occasions in the design of successful public : to the community and council/ landscapes, streetscapes and parks. : commission, and served as qualityc He has managed public design projects : control of other professionals including the master planning, design, : responsible for delivering concept and construction of municipal projects plans and construction documents. ' for more than 100 public agencies in California. Mr. Volz has a : RECENT PROJECT EXPEREINCE broad base of experience focused in the development process from inception through master plan development, construction : VERDUGO NORTH PARK MASTER : docume,nt preparation, contract administration, and. on-site : PLAN inspection. His extensive knowledge of landscaping materials ; Client:City of Glendale and vegetation is often called for at commission meetings ; The intent is to provide a safe and in council reports for agencies he has served. He has ; and fun and all-inclusive play comprehensive experience in storm water treatments, habitat ; space along with new park restoration, walking trails and water conservation. buildings, a parking lot and communiry facilities,and other new : He has an excellent reputation for facilitating community : improvements at this important and : outreach programs for park design through the public input : well-used park. process. The public workshop process for park design is a : Client Contact: Peter Vierheilig, concept that he always encourages.The opportunity to get first : Project Manager, (818) 937-8263 hand insights from users,neighbors, and the public in general is : PVierheilig@glendaleca.gov always beneficial in the design of public projects. WASHINGTON BLVD&1-5 ON Several of Mr. Volz's most successful park projects have RAMP benefited from the ideas and energy that were put forth at Client:City of Commerce public input sessions. Public landscape, streetscape and park The City desires to install aesthetic : project experience is.Mr. Volz's design focus. Serving in various improvements atthe I-5/Washington : capacities from principal-in-charge to designer,he has overseen Boulevard interchange, primarily ; scores of.award-winning projects for cities, school districts and consisting of landscaping, bridge : public agencies throughout California. painting,and a monument sign. Client Contact: Maryam Babaki, : Director Public Works, (323) 722- : 4805 Ext 2337, EDUCAi'ION mbabaki@ci.commerce.ca.us BS, Landscape Architecture, 1981 California State Polytechnic University, Pomona HOLLYDALE COMMUNITY PARK Graduate Studies, Computer Applications for c Client:City of South Gate Landscape Architecture, 1981, California State Polytechnic This park will be fully refurbished University, Pomona i with new open play fields, community center, play spaces, REGISTRATION picnic grounds and ball courts to provide a wonderful greenspace Landscape Architect, California#2375, 1983 and needed recreational Landscape Architect, Nevada#499, 1996 opportunities for the neighborhood. : LEED Certified, 2008 Client Contact: Paul Adams, Qualified Stormwater Professional, QSD/QSP, 2015 Director of Parks and Recreation, 323) 563-5478, YEARS WITH DVD:January 1997 - present padams@sogate.org o................: o»e..s a 0 o e b1'I11"i E: Or1f R ! O( I:i 1,AN[)>Cf\ i'l: i; I;NUVA"I'I(ti1. C'! T'Y' t:)1= Oftt\ I! (i1; Y, b Exhibit A Page 19 of 36 R SU liE o,.e o..... E R I C S T E R L I N:G RECENT PROJECT EXPERIEfVCEi a SENIQR LANQSCARE THE RIO ALL-SUITES RESORT AND ARCH.ITECT cAs rvo, Las Vegas, Nevada Mr. Sterling is returning to DVD ; /ALT DISNEY IMAGINEERING from a 9-year absence to explore • Consulting LA to WDI for the Avenger's :T worldly projects. He has 25 years of Campus located in Disney California experience in landscape architecture : Adventure Park in Anaheim, CA. working on projects for public agencies. His design expertise : • Consulting LA to EuroDisneyland ranges from recreational parks to streetscapes, school sites, : Imagineering for the Walt Disney as well as city design guidelines, various Disney parks, : Studios Park Expansion Project located : including many award-winning projects. in France. Assisted the WDI design team on A benefit to Mr. Sterling's design ability is his attention to ; two construction packages inside detail and his knowledge of playground design, the latest ; Shanghai Disneyland totaling over 23 construction practices and materials, ADA accessibility : Hectares of original thematic design. concerns. He is a key figure at DVD in coordinating design : ' Consulting LA assisted in the s ' development plans and carrying them through construction : preparation of seven construction drawings. He is known for his ability to collaborate with a : packages for Disney's Animal Kingdom : variety of clients, architects, engineers and designers and : in Orlando Florida. to successfully manage projects from beginning to end. He : DREAMWORLD Fushun,China i ensures adherence to established project schedules and ; Assisted in the architectural and cost agreements,and monitors production for delivery of the ; thematic direction for 6-hectare highest q iality products to clients. He cooperates well with ; expansion of the Bali World water staff, clients, and agencies to create successful products o park including an integrated hotel and works closely with contractors during construction. ; encompassing a large wave pool. , He is typically responsible for plan checking to ensure the ; successful completion and delivery of projects. PREVIOUS DVD PROJECTS: HARRY DOTSON PARK ROLE: Senior Landscape Architect, responsible for t Client:City of Stanton analyzing data from our communiry input charrette process o The most prominent feature of the park to help form a common goal of what the community : is a massive two-story pirate ship,fully ADA accessible by ramp,with thirty-five desires, worked extensively on the development process ; feet high sails that dominates the skyline : from inception through master plan development, prepares ; of the park. landscape architectural plans, specificatioris, and cost ; estimates on a multitude of projects,plan checking to ensure ; ADMIRAL KIDD PARK consistent ipdate of plan details from client requests. Client:City of Long Beach This 11.5 acre park, named after EDUCATIORI e Naval RearAdmiral Isaac C. Kidd, was BS, Landscape Architecture, 2001, California State Polytech- : renovated and expanded. nic University, Pomona WASHINGTON STREET MINI PARK REGISTRATION: Landscape Architect, California,#5463 Client:City of Diamond Bar The perimeter garden is a bio-swale SKILLS in disguise, state-of-the-art irrigation Adobe Creative Suite, Sketch up,AutoCAD, Microsoft Office system for low-water use,the plantings are regionally appropriate&construction : YEARS.WITH DVD: 2005-2012 & March 2021 - present material was locally sourced. s,a,\s s e o.., h lil"It; (i K RIDGE: i.ANi Cf\ PE: I: LNOVA"I IOU. CI I' Uf ()R:\N(Jt: 1'l Exhibit A Page 20 of 36 R£S19NBES a..a a a e o o.... f' L U I>S: P E D C/.'1 Z A: ROLE: Project Designer, RRQJ.ECT "DESIGN.ER responsible for analyzing data from ; IO: i c our community input charrette ARI{" : , i Has more than 8 years of experience ; process to help form a common in graphic design, working on projects ; 9oal of what the communiry for agencies and design companies ° desires, prepares landscape tf '. ranging from print advertisement to architectural plans,specifications, landscape design. For his master thesis and cost estimates on a multitude • project Luis worked collaboratively with of projects,plan checking to ensure : consistent update of plan details the Conservation Corp of Long Beach, Ri,vers and Mountains ; from client requests. Conservancy to address park poverty issues in communities in West and North Long Beach. The work included inventory and ; RECENT PROJECT EXPERIENCE analysis, extensive community outreach included canvassing and facilitating community workshops and meetings, leading : VALLEY VIEW NIEDIANS and coordinating a eommuniry built projeet, developing a : Client:City of Cypress neighborhood vision plan, and creating conceptual plans : The lawn and aging irrigation system: for a variety of different projects including a park, plaza and : along this important thoroughfare; commercial area.will be redesigned. David Volz Design will prepare the plans for 'a: He has expertise in concept development graphic illustration bold and exciting streetscape with a techniques and projectplanning. He has experience in managing water saving plant palette and a low: and di,recting professional staf:f in a dynamic atmosphere and maintenance irrigation system. excellent communication skills. His ability to analyze project Client Contact: Nick Mangkalakiri, : objectives and work closely with clients, architects, and Senior Civil Engineer,(714)754-5291,; engineers provides a solid foundation for reaching the successful nmangkal@cypressca.gov completion of projects: He holds excellent cammunication skills and visual perception which result in projects that convey a CIRCLE PARK , vision from both the client and his innovative stylings. Client: City of South Gate This park will be fully refurbished with new open play fields, EDUCATION communiry center,play spaces, MLA. Laridscape Architecture, California State Polytechnic picnic grounds and ball courts to Universiry, Pomona, 2017 provide a wonderful greenspace Certificate in Ornamental Horticulture, 2011, Orange Coast and needed recreational College, Costa Mesa, Ca opportunities for the neighborhood. : BA, Graphic Design, 2009, Califor.nia State University, Client Contact: Paul Adams, Fullerton, Ca Director of Parks and Recreation, 323) 563-5478, ACCOMPLISHMENTS padams@sogate.org Student Merit Award,ASLA, SoCal Chapter, 2017 STANTON CITY HALL Quality of Life", Merit Award ASLA, SoCal Chapter, 2016 Client:City of Stanton Annual Southern California Spring Garden Show, 2015 DVD was commissioned to update : Annual Southern.California Spring Garden Show, 2014 the look of the plaza and City Hall building facade to create a more SKILLS welcoming area with covered Adobe Creative Suite, Sketch up,AutoCAD, Bilingual -Spanish/ : entryways, new pavement and a English, HTML, CSS, Microsoft Office reconsidered landscape. Client Contact:Jim Box, City YEARS WITH DVD:September 2013 - present Manager 714) 379-9222 x277,jbox@ci.stanton.: ca.us o..................a..: a a,.e e.e e.a s ve e 1'1II"i i: r):1K {lI [:)Ci (: I,:aNDSCAI'(: ItI;;JOV:"I lU'J. Cl f `' U} ORA G4; S Exhibit A Page 21 of 36 FI M E7{PERiEN E o.................................. MEDI:AN & SI.DE PAN:EL TURF C11ent: RE.RLA,C:EIVI,E.N;l; V,1ff. D;R.O:U:GHT TQLE:.RANT FLA.N'TS : CityofNorwalk David Volz Design was commissioned to prepare construction ' Reference: plans for an aesthetic improvement along several major Norwalk ' "A community outreach thoroughfares. The project funded by an EEMP grant, included ' event..,was well attendec! over an acre of turf grass replacement along the designated street nd partcipants commended medians and roadway side panels. More than 10,000 shrubs and : on how well DVD conducted several trees were planted as a part of this water use reducing the meeting and provided design, New irrigation systems, controls, and connections information regarding the complimented the new, beautiful, drought resistent planting clesign concepts for the park." Christine Roberto scheme. Within the new landscape sever stormwater retention/ : public Services Manager cleaning facilities were constructed. Curb cut inlets and rock filled ; (562) 929-5708 basins served as bio-swales that clean run-off flows and allow for ; croberto@norwalkca.gov infiltration of the stormwater. The DVD team work closely with a broad city staff project team to ensure the new landscapes and ; Elements: systems would compliment and enhance the communiry's public • City beautification project Iandsandthatthenewinstallationswouldbelowmaintenance.The • Upgraded landscape grant allocation required some creative installation compromises enhancements to keep all the project work within the project budget. This very • Environmentally friendly successful project is a great improvement to the streetscape and Low maintenance provides for significant water and maintenance reductions. Drought tolerable plantings Services provided:NOPOSEO LANDSCAPE MEDIAN IMPROVEMENTS-TVPIGAI Concept Design 4..m. n."-.._-- - - ---- - - _-- Construction Documents c Bidding AssistanceM Construction Period Services wr..m Lm., ` - ' 0 .;1`.: o...... .,,... I _ . ..- -... ..'.'. '_ ._-- - - .. c--r o... --- -----_. —`{---— c Start Date: May 2017 n- : Completion Date: Mar 2019 r.s Design Cost:$88,632 i 'Construction Cost:$360,000 Y`, Iv ,. ' _ t' Z:f - 1.: .. . _'__ i)a m j DVD Pro ect Mana er:s,g,;,'.': . t.i;''"-?£" 1 J o = Paul Cassar i= ; o . r_-- Staff: David Volz, Luis Pedraza, a : F Dana Bull O ' :.,1 _- :.. • -,,, --J ::E.l ' f Subconsultants m '"""4 - ="'`Civil Works Engineers rr t......... ................................. S p.,i }, ,' i i I i. Z _ 4: wrir,l y.. .j..e. r t Nod'un 6 SMa D 1 f P P!Marc it IN f 'j. I' , g }. Orou9htTtlennlP1aNaPi 04. f . J. _ :; 1`. -" '4r TJ y`'_ , k y d 4"', ` p, c^' 4 '- . _"4s " y"'L.. ro.W s•.P: ' s Q _ e e 41'III"I f.: )AI` filL)GI:i (,:1NL)SC` 1'E ( f::l J('t "r1'I'IUN. CI l'Y Uf' OI f\ N(il, o 9 Exhibit A Page 22 of 36 FlRli/ XPERi NC E o VALLEY VIEW STREET TURF REDWCTION & M:EDIAN REH:AB.ILI;T.ATION Client: City of Cypress David Voiz Design teamed up with the city of Cypress for the : Reference: make-over of Valley View Street medians, which has transformed ' 'DVD's team designed water ; this important 2-mile corridor, enlivening the streetscape with efficient, easy to maintain, and ; a dynamic new landscape. Much more than a turf conversion visually pleasin improvements ; project, this sustainable installation aesthetically ties together, the that enhanced the city's green ; neighborhoods and commercial district on the city's eastside.The spaces and public landscapes." unique creative design blends a varied pallet of plant materials, ; Alexandru Bangean existing trees,new flowering trees,cobble and boulders to redefine Project Manager and enliven this streetscape. Valley View Street, now complete, : ( 14)229-6694 was the initial project in this ambitious undertaking, Consideration abangean@cypressca.org of the existing conditions, mature trees, mounded medians and ; Key Elements:a varied set of adjacent developments and landscapes lead to Turf reduction a unique and distinct new look for this important 2,8 mile north- Colorful plantingssouththoroughfare, The new plantings blend and correlate with Storm water retention the surrounding character of the city's developed neighborhoods. Residential sections have a broad-leafed groundcover of varying : Services provided: heights to provide visual interest. The north section at the Design Development Community College was planted with ornamental grasses, and : • Construction Documents the commercial district has low growing flowering shrubs and new : • Bidding Assistance flowering trees. Boulders and cobble are tie the design together Construction Period Services along the length of the project.The result is an exceptional quality- of-life improvement,a unique design,sustainable from a resource Size:2 miles and maintenance point of view, and full of refreshing variation. Start Date: Completion Date: March 2019 u o,,.:.v.,,..,E,,,..,.,....o,,..:,.,.,.., Cost of Design:$100,730 Construction Cost:$1.4 million ; w,=--._ W DVD Project Manager: r s. 'r" Y-- Luis Pedraza Staff: David Volz,Gary Vasquez,n;_ _- Paul Cassar, Dana Bull o:a ...w„_o St t - `..V ,' A i- More Cypress Projects: m:_ s - - Y? 1] r . " r+ x',# r ` 7 -'L'i. ' 1 I t y F. tii g'-. , r j Crvx[Ss P<v.,s Nn ta' 5L' T . i 4' il.RfCCWIC'+J>u iOe( I w ew,.... -......._ e y y. ti f y 1 7 1 M__` . L J+f A, . a y ftr Fr. a;w. a` .kih: }e/. ..- '51,y ____ .___ V 3'.Y t,_ w`..__... yN, ; :.. Y•_.A'" Katella Avenue - a e e e 11'I-II'It; 0:1K RfL)t:. l; f,r1NDSC,1P(=. RF:,JOV/1"I1ON. C: II'Y {_)F ORANGi; p, 10 Exhibit A Page 23 of 36 FIRM EXPFRIEIVCE e H.A,RB OR. 6O-ULEVARD M'ED IAN. LANDSCAPE ENFi:AN;CEM;ENTS, Client: City of Costa Mesa Reference: David Volz Design was commissioned to design a bold new t Baltazar Mejia streetscape for Harbor Boulevard in Costa Mesa, Harbor Boulevard, , : Senior Engineer a main commercial thoroughfare just off the 405 freeway, is a major : (714) 754-5291 gateway into the ciry.. Street improvements were designed to : baltazar.mejia@costamesaca.gov ; enhance the overall experience of the street whether by driving in a car or walking through the commerical district on the sidewalk. The : Elements: street medians, which previously consisted of large sycambre trees : • Upgraded landscape and turf groundcover„ were improved. The high water-use turf was enhancements removed and replaced with shade trees and low water-use plantings. : • Environmentally friendly New Strawberry Trees,Forest Pansy Redbuds,and Australian Willows : • Low maintenance were added between the existing sycamores. New plantings include : • Drouglit tolerable plantings i ' a mix of succulents,ornamental grasses and shrubs. A striking range . : • Retaining walls created by of colors and textures are achieved in the combination of plants elevated which include Kaleidoscope Cordyline,Yellow Wave Flax, Pink Muhly boulders Grass, Woolly Grevillea and Velvet,Sage. Blue Chalksticks,.Biue OatIGrass, flowering aloes and Queen Palms line the parkways, creating : Services provided: f a landscaped ribbon between the sidewalk and the street. Decorative : • Design Development boulders and cobble weave through the new.planting design. The c • Construction Documents j large boulders are grouped together, working as retaining walls to • Construction Period Services create subtle elevation changes within the medians. The irrigation i , design uses a combination of drip tubing and minimal spray irrigation, : Awards: ensuring that water for the new landscape. is used proficiently and : APWA BEST Creative&Innovative ; responsibly. Award Size: i Start Date: Date of completion:Sept 2014 Cost of Design:$41,700 Construction Cost:$610,000 1q J I T, ` y", DVD Project Manager: w• ' ' i i . i; Paul Cassar Staff: David Volz,Gary Vasquez,i ., Angela Lee t t i i...............................a............ t_ r j _ , . More Costa Mesa Projects: , q -' , p-R - T Y . h 1 1.>. iM w.'L• ' v _.. I Y3 a_. t, i i, t, f '. - G .. F e 5' ... ':e r iny e S t s`?_'rS:IPF.,•Irfe nv4vftCP...I _ _ ' 1.1i0A¢0.5 1\""""`\\\`\\\`\"`""`\\""""`\""""""\"\\\"\`\O"\``\\"``\`\\\1"`"`\`\"\""`\`\` 1r1,'IiITf? Ur1K RI [GF: l,AiJDSCAPE R,ENOV1IT [ON. CIT1' O1 ORt1N(i [.; II i Exhibit A I Page 24 of 36 V1/O 1< PLAN a e e U (V;D E R S TA.N D I N.G; &, P P R O A,C H; k i' The phased landscape renovation.of White Oak Ridge will follow '" a landsca e recedent reviousl. established on Trails End Lane.lt;=P P P Y The new landscape will utilize water saving plants and water efficient irrigation. As a part of this project eicisting record drawings are to be digitized and field investigation will be necessary to establish the exact limits of the landscape renovation. Our initial review of the site reveals roughly 0.9 acres of landscape which will be renovated in 2 phases. Included in this area is a fair amount of turf grass of which some will remain, and some will be replaced with water saving landscape. All new landscape species will be selected from the cities landscape palette. Similarly, all new irrigation components will be water-efficient and selected from the city.`s approved product list ensurin.g ease of maintenance. As a part of the.renovation i project, demolition plans will be prepared identifying existing j pepper trees to be removed. As this time, the ciry's intent is to protect all eucalyptus trees in place. APPROACH For White Oak Ridge, the DVD team will .utilize _our expert - -'` k i . landscape renovation team. Our initial site visit will be to meet with the maintenance team to establish clear boundaries for the landscape renovation based on existing site conditions: To blend the new landscape into the existing, some existing irrigated zone may need to be truncated. New plantings.will selected from the . cities water saving landscape palette which offers many options in maintaining similar to what has already been established. n , S All new irrigation ,will. be water-efficient drip irrigation utilizing 1. existing valve locations and the existing smart irrigation controller. A refined palette will be provjded as a part of our. Design Development-wor-k.—Our-approach-to minir izing-tu-rf-grass will be--- to identify less traveled pedestrian areas and narrow slivers of turf that can be removed while maintaining a high level of aesthetics. We would: also look to reduce turf while maintaining access and clearatnces for mowers around trees, shrubs, and existing infrastructure. e s 1 1'HI'I E OA ( Ri [)Gt: I,1 I)SCA1'E REN(_1VA"I'ION. C1FY" OF' ORf\I GE l Exhibit A Page 25 of 36 l fl3 6 PL, 0 e.v`..,e a,ee o`.o e a S CO PE 0F SERVI.CES David Volz Design proposes to provide the following design services to the Ciry of Orange for the White Oak Ridge Renovation Project. Our team is well versed in the development of delivery of improvement plans for streetscapes projects like this. DVD will develop plans to define the limits of improvements and then prepare construction documents for the approved renovations.Tlie following services are proposed: PHASE ONE: DESIGN DEVELOPMENT 1.02 Demolition Construction Sheets a. Identify mow curb, trees, shrubs,turf . Task 1- Initialize Project to be removed b. Identify existing trees,walks, mow 1.01 Background Research curbs, and site amenities that are to a. Digitized of existing record drawings remain/be protected in place b: Field review of existing irrigation c. Identify irrigation components to be zones with maintenance controller removed or modified. d. Details and Specifications Task 2- Design Development 1.03 Irrigation Sheets 2.01 Prepare exhibits for limit of a. All points of eonnect improvements b. All components includin.g, but not Iimited to, mainlines, laterals/drip 2.02 Prepare exhibit for demolition and tubing, heads/emitters, valves, removals quick couplers, automatic controller, etc. 2.03 Prepare landscape palette c. All irrigation is to be design to comply with the City/ 2.04 Prepare initial estimate by phase and State Guidelines for Water Efficient square footage Landscapes d. Details and Specifications 2.05 Submit to city staff for review 1.04 Planting Sheets Phase One- Meetine s&Deliverables a. All trees, shrubs, ground covers anci Submit to city staff for review general plantings including quantities and sizes b. Instructions/guidelines for soil PHASE TWO: LANDSCAPE PLAN PREPARATION preparation and fine grading and mulch i Task 1- Landscape Plan Preparation c. . Details and Specifications 1.01 Cover/Title Sheet 1.05 Estimates a. Vicinity Map a. Prepare final estimates by phase and b. Project Title square footage c. General notes d. Sheet inclex e. Any/all pertinent information Phase Two- Deliverables Electronic files in AutoCAD format and PDF 1\\O\a\.ti'.5`,'\\\\.\\\.\O\.S\1'v`,O'O.e...`00\','`\1`.\\.\`o.,\'e\1`\\.\.\\\\ ti,'f{ 1'TI; ():11< i [()C; E;' (,:1 `JI)C':\ 1'(-: Rf::?'C.)VA"f'((?i I. (' ll'Y Of ORANG(; 3 Exhibit A Page 26 of 36 WORK PLAIV 1\\ P ROJ ECT SCH EDU LE. MONTH 1 MONTH 2 MONTH 3 Scope of Services WK 1 WK 2 WK 3 WK 4 WK 5 WK 6 WK 7 WK 8 WK 9 WK 10 WK 11 WK 12 ask 1-Initialize Project Task 2-Design Development Task 3-Landscape Plan Preparation Work effort Milestone i Clry review I ' 1\\\\\\\\\\\\\ Vdill" ': U;1C RIC)Cil': 1.r1 11)SC',=1Pf; RIiN(.) VA"II (:)1. CITY UI ORF\ iCil; I,e' 14 Exhibit A Page 27 of 36 9 L e..eo t..,..0 e e`sa Q U.ALI TY CO NaTRO.L DVD has an established quality control and assurance program thatwe undertake for all our design services, and for this project.The Principal-in-Charge will be responsible for implementation of these Quality Control measures.The primary elements include: Verification that required deliverables and documents noted in the Scope of Work are provided. A Peer Review will be conducted by our senior professionai staff to solicit critical comri ents and verify correctness. Retention of documents with highlighted markings and red-line comments,and verification that required revisions are incorporated into the updated documents. Continual assessment and tracking of project schedule and budget against baseline data. A complete construction review for constructability and biddabiliry of the complete PS&E. package will be assigned to experienced professionals on staff prior to final submittal to our client. o........o...............oe..a.; ....o.....a.................o.....>... 1. Project Initiation 3. Design Confirmation QualityAssurance Review : QualityAssurance Review Goals and objectives defined program and materials finalizedScopeofworkdefined Budget identified Recommended solutions refined Schedule established Final design defined Notice to Problem areas identified Budget review Deliver Proceed Checklist prepared Checklist reviewed to Client o..... ........:,..........,..............e.... i Pr,oject Initialize Design Final Final Printing •••••Planning Project Development Design Corrections 2. Work Plan 4. Constructability QualityAssurance Review ; QualityAssurance Review Goals and objectives reviewed ; Work plan reviewed Qualiry assurance check for AI[erriative and completeness and focmat preliminary solutions evaluated °, Verification check for completeness ; Recommended Biddability and constructability solutions defined review e............o . e............. o........................: W`H Y C H O O S E D.AV I:D V O L Z D E 5 I;G N? Cost Controls Online Pulalic Creative Outreach Expertise Award Winning Experience Designers of and Quality of Community Park and Sports in Delivery of Public Spaces Design with Rich Bnspired Park Field Design Projects Detailing Design 0\1`U,U.\..1\\`.\'a\.4\.\\\,`.\\\\''o`'\\.`.`,'\..`C\.\,``s'51,.\\\\1 5\ Vlll'I' L OAI RID.G , LA i [)SC'' Pf: RI;NOV,1"1'It)N. (:'I I'Y O1 ORf\ NC3F li Exhibit A Page 28 of 36 P P:1;f: WHI'TE OA[C RIDGE LANDSCAPE RENOVATION, C'ITY OF ORANGE