CC - Item 5H - Dog Park at Garvey Park Award of Contract for Design Engineering, Construction Management and Inspection ServicesROSEMEAD CITY COUNCIL
STAFF REPORT
TO: THE HONORABLE MAYOR AND CITY COUNCIL
FROM: GLORIA MOLLEDA, CITY MANAGER . \ ,
DATE: DECEMBER 14, 2021
SUBJECT: DOG PARK AT GARVEY PARK - AWARD OF PROFESSIONAL
SERVICES AGREEMENT FOR DESIGN ENGINEERING,
CONSTRUCTION MANAGEMENT & INSPECTION SERVICES
SUMMARY
As part of the City's Fiscal Year 2017-2018 Capital Improvement Program, the City Council
approved the Dog Park at Garvey Park Project. The Project will construct a new dog park including
fencing, landscaping, irrigation, and drinking fountains in Garvey Park. The Project is funded by
the Land and Water Conservation Fund (LWCF) in the amount of $290,375, and General Fund, in
the amount of $290,375 as a 50% local match requirement. The total project budget is $580,750.
On September 27, 2021, staff solicited Request for Proposals (RFP) from consultants to provide
Design Engineering, Construction Management & Inspection Services for the Project.
DISCUSSION
On January 23, 2018, the City Council authorized staff to submit a grant application to receive
LWCF funds from the California State Department of Parks and Recreation to construct a new dog
park at Garvey Park.
In December 2019, the City received LWCF funds from the California State Department of Parks
and Recreation in the amount of $290,375. The LWCF grant is a reimbursement grant that has a
50% matching funds requirement.
On September 27, 2021, staff advertised the Request for Proposals (RFP) for the project's Design
Engineering, Construction Management & Inspection Services. The following proposals were
received in the Office of the City Clerk by 3:00 p.m. on Wednesday, October 20, 2021.
Firm (alphabetical order
Location
Proposal Amount
David Volz Design
Costa Mesa, CA
$137,829
Nuvis
Newport Beach, CA
$115,710
RHA Landscape Architects
Riverside, CA
$108,350
AGENDA ITEM 5.11
City Council Meeting
December 14, 2021
Page 2 of 3
Staff performed a comprehensive evaluation of the proposals based on compliance with the RFP
requirements, including project understanding and approach, experience, level of effort, schedule,
and cost effectiveness to provide efficient and high-quality services. Overall, all three firms are
well qualified. However, David Volz Design provided the best understanding of scope by
providing adequate hours and resource allocation for each project phase, and demonstrates relevant
experience in similar projects.
After a comprehensive review, staff determined that David Volz Design submitted the most
qualified proposal to provide Design Engineering, Construction Management & Inspection
Services for the Project, in the negotiated amount of $107,992.
After the professional services agreement is awarded, David Volz Design will complete the design
documents (plans, specifications, and estimates), and staff will return to the City Council for
further direction.
STAFF RECOMMENDATION
It is recommended that the City Council authorize the City Manager to execute a contract with
David Volz Design for Design Engineering, Construction Management & Inspection Services for
the Project, in the amount of $107,992.
FINANCIAL IMPACT
The Project is included in the Fiscal Year 2021-22 CIP budget and is funded with Land and Water
Conservation Funds in the amount of $290,375, and General Funds, in the amount of $290,375 as
a 50% local match requirement. The total project budget is $580,750.
STRATEGIC PLAN IMPACT
The Project is consistent with the City of Rosemead's Strategic Plan Goal D — Parks and Programs,
which is to continue to expand the existing green space, park facilities, and programs available in
the City through community partnerships, expanded stewardship from the community,
development of more robust cultural programming.
PUBLIC NOTICE PROCESS
This item has been noticed through the regular agenda notification process.
City Council Meeting
December 14, 2021
Page 3 of 3
Submitted by:
Michael Chung, R.E.
Director of Public Works
Attachment A: David Volz Design Proposal
Attachment B: Dog Park at Garvey Park RFP Package
Attachment C: Professional Services Agreement with David Volz Design
Attachment A
David Volz Design Proposal
..................................................................................
Lawdseapt Akr,-Wllotsatnd W rle Path wtrs
Goober 20 202
Revised November 18, 2021
Tom Boecking
Director of Parks and Recreation
City of Rosemead
8838 E. Valley Boulevard
Rosemead, CA 91770
RE: PROPOSAL TO PROVIDE LANDSCAPE ARCHITECTURAL DESIGN SERVICES TO PREPARE
PS&E AND CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR DOG PARK AT
GARVEY PARK
Dear Mr. Boecking,
Hooray! The project has been funded and we can now prepare for construction of this great new
community facility. The concept planning of this unique location required some creative design and
numerous adjustments based upon great feedback from you and your staff. There are several special
design elements that the DVD team will include as the construction documents are developed,
The David Volz Design team has intimate knowledge of this projects' nuances and we will address the full
range of the facility development vision. Our landscape architects have extensive dog park construction
design experience, Luis Pedraza and I will lead the design team as this project is readied for bidding and
construction. DMS Civil Engineers will provide for design of the parking lot, grading and underground
drainage improvements. And, Alamahodes Associates will provide construction management and
inspection.
Thank you for the opportunity to propose on this interesting and much needed facility improvements
project. The DVD team looks forward to continuing our work with your and your staff to implement the
master plan that we prepared over the past year. DVD has several similar dog park improvements projects
under design and we have a large portfolio of installed dog parks. Our knowledge and insights will help
to guide the construction document development for your new dog park at Garvey Park. Should you have
any questions about this proposal, or any matter, please do not hesitate to call, my direct number is 714-
251-1128.
I have read, understood and agreed to all statements in the request for proposal and acknowledge
receipt of all addenda and amendments as well as to the terms, conditions, and attachments referenced.
Very truly yours,
DAVID VOLWA/ DESIGN
David J. Volz, R.L.A. # 2375
LEED Accredited Professional, QSD/QSP
DESIGNING LANDSCAPES THAT I Corporate Office I Coachella Valley Office I San Jose Office
CREATE COMMUNITY 151 Kalmus Drive. Suite N43 73060 Calle Estado 111 Not Market Sweet. Suite 300
wwwAvoWesign.com Costa Mesa. CA 92626 La Quinte, CA 92253 San Jose, CA 95113
714.641.1300 760.530.5165 669.444.0461
TABLE OF CONTENTS
Approach & Scope of Work
Project Perspective
Understanding & Approach
Sustainability
Scope of Services
Project Schedule
Quality Control
Project Team, Key Personnel & Resumes
Firm Profile
Organizational Chart
Resumes
Subconsultants
Company Qualifications
Project Experience
References
Appendix
Certifications
Letters of Recommendation
Fee Proposal (Separate)
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD 1b IT No
APPROACH & SCOPE OF WORK
PROJECT PERSPECTIVE
The new Rosemead Dog Park at Garvey Park will be a special facility for your community. Through last
year's concept design development process the DVD team developed a keen understanding of the site
and the vision for a dog park at this unique property. Some challenges and opportunities our team will
address include:
1. Implementation of the concept plan that DVD developed with assistance from city staff, will be fully
realized with the DVD planning team continuing our work on this great project.
2. The main entry way, gates and common area will set the stage for welcoming the community to this
new and exciting facility.
3. The dog wash and drinking fountain areas will provide great amenities for the park users.
4. Parking and access will include ADA parking spaces, access ramp, signage, and striping,
5. The Big Dog access walk will include screening to prevent undo disturbance of the tennis players
and a separation from the small dog users.
6. Agility equipment in the large dog area and some carefully selected boulders will provide for fun
exercise opportunities for the dogs.
T Access, seating, shade, and walking area will complement the large and small dog spaces.
8. The small dog area will be designed and graded to ensure easy surveillance of the compound from
the seating benches and shade structure.
9. The large dog area will have some undulating topography to create a pleasant landscape setting.
10. Vines will be specified along the west boundary fence to partially screen the adjacent commercial
building.
11. Fencing along the northeast boundary will be upgraded to full 16 foot high chain-link.
12. The northeast area pavement and fence and gate placement will include a clean-up of this space.
13. Site drainage will be designed by our civil engineer with the intent to keep the space well drained
following stormwater events (see drainage concept plan below).
14. Landscape, irrigation, including turf areas will include materials and layouts that are sustainable
and maintainable.
15. The DVD design team will work within the grant budget to provide complete plans for the envisioned
dog park.
DOGPARKAT GARVEY PARK
I I
I
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD NOV10
1
APPROACH & SCOPE OF WORK
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
UNDERSTANDING & APPROACH
David Volz Design is a Landscape Architecture firm with extensive
experience in the implementation of park improvement projects.
Our creative design team is ready to work with your staff to continue
our design work for this fun and exciting dog park at Rosemead's
Garvey Park.
Recent dog park projects the DVD team has designed have
included all the elements contemplated at this dog park. The
design refinement that we will undertake includes addressing
the Guidelines for Establishment and Maintenance of off leash
successful dog exercise areas by the UC Davis School of Veterinary
Medicine. We will also put forward a plan for dog agility and
exercise equipment and proven surface treatments for the dogs'
play spaces.
DVD has designed several dog parks and our experience will allow
us to implement the many elements and features we included in
the concept plans for this dog park. Our four legged users and their
two legged friends will be provided with an outstanding facility.
Shade, water and some comfortable benches with open running
space and doggie exercise pieces will be included. DVD will help
finalizing materials and finishes for this dog park, and our team will
carefully consider storm water runoff and improvements to keep
the park open even in wet weather.
The design team will include DMS Consultants, a well-regarded
firm with extensive skill and expertise. DMS will provide civil
engineering for utilities improvements, survey, storm water, grading
will be included. For construction management and inspection
LEA Associates will provide services under the DVD team.
APPROACH
Our first tasks will be to review the project area, the available
amenities; parking lot, shade trees, turf grass, irrigation, fencing
and any available city information about the site. We will conduct
an on site survey and develop base maps for engineering. Design
Development will follow.
DVD's previous work at several municipal dog park's will allow us
to propose appropriate and city approvable materials in our very
first submittal. High quality, proven public park quality materials
will be proposed. Also, sustainability and resource conservation
receives careful consideration in all of DVD's design work.
The culmination of the design development task will include
updated improvement layout plans, materials submittal, utilities
notifications and stormwater plans. These plans will be the guide
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD 1b IST No
2
APPROACH & SCOPE OF WORK
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
for final design and engineering. Our team will review the plans with
your city team and discuss the alternatives and collect comments
for bettering and finalizing the construction documents.
Construction Documentswill be prepared with several opportunities
for city staff review, DVD has prepared plan sets for improvements
for several dog park development projects. We will expedite the
plan approval requirements by meeting the city's standards early
in the,plan submittal process.
DVD will provide construction period services as an integral part
of the project construction oversight team. We will assist with
expediting the bids and with control of the construction elements,
We will partner with Fred Alamahoda's firm to provide construction
management and inspection services. Our focus will be to ensure
the quality and aesthetics of the project that were envisioned in the
earliest project concepts are implemented at this important site.
David Volz Design is invested in this project and in your Rosemead
community. Our design team has great ideas for finalizing this
design and for providing excellent service to see our collective
ideas delivered to the community through the development of this
fun -for -all dog park.
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD D'IT No
3
SUSTAINABILITY
David Volz Design is committed to delivering public landscapes
that are sustainable and beautiful. We embrace the principles of
design that encourage stewardship of our resources, respect for
the environment and creative sustainable practices. Through our
affiliation with LEED's, we identify and quantify the sustainability
of our designs. From our parks, all accessible playgrounds,
streetscapes and sport fields to our historic gardens, DVD delivers
outstanding, sustainable, award winning projects.
A beautiful and sustainable landscape starts with a clear
understanding of the client's requirements, the site and environs
and a creative approach to the design process. Water efficiencies,
energy use reductions, waste reduction, recycled content and
localized material's sourcing can all be quantified and are an
integral part of our design.
David Volz Design is dedicated to the opportunity and challenge
of creating unique spaces and special places that draw inspiration
from the environs and the community. Our team is detail oriented
and our focus is on delivering outstanding public landscapes that
meet and exceed the expectations of our clients. David Volz Design
believes the very definition of sustainability speaks of environments
that are well used and enjoyed, and maintainable over time. We
at DVD believe that the ultimate measure of sustainability of any
public space has to be high use and enjoyment over the long term.
Resource conservation through the use and specification of
recycled and reused materials and identification of locally sourced
goods are important sustainability issues. Adaptive reuse of on-site
materials, carefully balanced grading operations and protection of
on-site resources are always considered in our designs.
Water resources are conserved through our thoughtful low
water use planting schemes, precise irrigation layout and control
systems, as well as, stormwater capture, cleaning and reuse. For
pollution prevention, best practices stormwater recycling plans are
embraced and integral to our designs. On site water detention,
bio filtration, permeable pavement, and many other measures are
creatively incorporated into the landscapes we design.
Our award-winning design of Rancho Mirage City Hall has been
recently highlighted by the Sustainable Sites Initiative. David
Volz Design is proud to have been chosen for this honor, The
Sustainable Sites Initiative is an interdisciplinary effort by the
American Society of Landscape Architects, the Lady Bird Johnson
Wildflower Center and the United States Botanic Garden to create
voluntary national guidelines and performance benchmarks for
sustainable land design, construction and maintenance practices.
APPROACH & SCOPE OF WORK
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD No IT No
4
APPROACH & SCOPE OF WORK
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
SCOPE OF SERVICES
David Volz Design proposes the following scope of services, work identified in your request for proposals.
The work items below will be accomplished by our experienced and creative in-house staff and our well
qualified subconsultants.
Task 1- Construction Documents Development
1.01 Schedule verification
1.02 Existing data review and utility verification
a. Collect available documents
b. Provide for utility notifications
1.03 Prepare base maps
a. Provide for site survey
b. Prepare base map
1.04 Prepare construction drawings
a. Engineering plans, demolition and
grading
b. Site construction plan and details
c, Irrigation plan and details
d. Landscape plan and details
e. Construction budget estimate
1.05 Prepare technical specifications
1.06 Prepare construction cost budgets
1.07 Submittal/review at 60% and 90%
documents
Meetings & Deliverables
• Construction plans
• Construction technical specifications
• Construction budget projection
• Staff review meetings
Task 2 - Final Construction Documents
2.01 City project team review of work -to -date
2.04 Turnover of original plans and
specifications for bidding
Meetings & Deliverables
• Final Construction plans
• Final technical specifications
• Final construction budget projection
Task 3 - Bidding Assistance
3.01 Provide answers to pertinent pre-bid
questions
3.02 Assist the city in evaluation of bids
3.03 Attend pre -construction meeting
3.04 Respond to project Requests for
Information (RFI's)
Meetings & Deliverables
• Bidding assistance
• RFI responses, instructions
Task 4 - Construction Period Services
(see LEA proposal for full scope of Construction
Management Services)
4.01 Attend pre -construction meeting
4.02 Oversee in construction progress
meetings and prepare meeting
summary notes
4.03 As -built plan preparation
Meetings & Deliverables
2.02 Internal quality control review • Meeting summaries
• As -built plan preparation
2.03 Revise documents • City staff support services as -indicated
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD DIST D
5
PROJECT SCHEDULE
APPROACH & SCOPE OF WORK
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD No If No
6
a
U
U
m
Y
U
Q
Q
z O
U)
Y
C
m
O
C
U
>Y
U
E
co
0
Q
Y
Q
O
C
APPROACH & SCOPE OF WORK
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD No If No
6
U
U
U
U)
C
O
C
U
U
E
0
Q
Q
O
C
>
C
Rei
N
U
0
E
�
O
�
U
E
N
E
o
cd
U
c:
C)
C
O
O
c:cd
U
cd
N
C
7
C
O
N
O
U
N
Y
U
Y
co
c
O
"O
O
O
U
ii
co
U
N
Q
i
N
m
O_Ile__Ile—y
0
U)
V)
cd
cd
cd
APPROACH & SCOPE OF WORK
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD No If No
6
APPROACH & SCOPE OF WORK
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
QUALITY CONTROL
DVD has an established quality control and assurance program that we 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 professional staff to solicit critical comments 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 biddability of the complete PS&E
package will be assigned to experienced professionals on staff prior to final submittal to our
client.
.....................................:
1. Project Initiation
Quality Assurance Review
• Goals and objectives defined
• Scope of work defined
• Budget identified
• Schedule established
Notice to Problem areas identified
Proceed Checklist prepared
Project
Planning
Conceptual
........................................
3. Design Confirmation
Quality Assurance Review
• Program and materials finalized
• Recommended solutions refined
• Final design defined
• Budget review Deliver
•Checklist reviewed to Client
Design Final Final
Design Development
.................. ....................
2. Work Plan
Quality Assurance Review
• Goals and objectives reviewed :
• Work plan reviewed
• Alternative and
preliminary solutions evaluated
• Recommended
solutions defined
.....................................:
Design Corrections rl Printing
..........................................
4. Constructability
Quality Assurance Review
• Quality assurance check for
completeness and format
• Verification check for completeness :
• Biddability and constructability
review
.........................................:
WHY CHOOSE DAVID VOLZ DESIGN?
Creative
Designers of
Public Spaces
Cost Controls
and Quality of
Design with Rich
Detailing
Online Public
Outreach Expertise
Community
Inspired Park
Design
Award Winning Experience
Park and Sports in Delivery of
Field Design Projects
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD 1P
7
PROJECT TEAM, KEY PERSONNEL & RESUMES
FIRM PROFILE
David Volz Design (DVD) is committed to
creative design of outstanding public spaces.
develop landscapes, parks, sports fields, and
streetscapes to meet the specific needs
of their communities. DVD designs
special environments for those who
seek recreation in a beautiful setting:
wonderful natural environments for
those who are simply looking for
respite, and for those who pursue
recreation and competitive athletic
endeavors on the playing field.
Our firm capitalizes on what the
site and nature has to offer. For
all of our commissions, we work to
enhance the site's use, working within
environmentally sound parameters while
taking full advantage of the site and its
surroundings to best service the community's
needs.
the
We
PLANNING AND DESIGNING
Demonstration gardens, mitigation + restoration
Nature parks, interpretive gardens + wilderness camps
Streetscape development+ redevelopment
Community, neighborhood + mini -parks
Facility master plans + feasibility studies
School fields + campus planning
" r; Irrigation renovation + redesign
Design guidelines + standards
Sports parks + stadiums
t7 Grant applications
"DVD continues to
build its reputation
on creativity and
service in the design
of outstanding public
spaces. We create high
quality public spaces for
our clients' communities
and neighborhoods. We
work with public agencies
and the people they
serve to develop innovative
landscapes of outstanding
beauty."
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 environments that vvww•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
provides the inspiration that leads to creative and Never yfor bankruptcy LEED Accredited
p P Wholly-owned
-owned Business SBE
innovative solutions.
Ourcompany understandsthe importance of protecting
Contact Person:
David Volz, President
Coachella Valley Office
78060 Calle Estado
the environment, protecting our 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 Qualified 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 92626
Suite 300
high return for the public funds invested; projects that
714.641.1300
San Jose, CA 95113
669.444.0461
can be maintained and deliver a lifetime of service to
the communities they are built for.
Like us on Facebookl
Follow us on Instragram
Parks and greenspaces designed by our firm have
@davidvolzdesign
..........................................................
received awards and accolades from community
civic organizations, the American Public Works
.
�-__ AMERICAN
SOCIETY OF M"WA
C(J�fS
groups,
�ar LANDSCAPE•
Association, the California Parks &Recreation Society,
'." ARCHITECTS
1ccu f
ASCE-�-�
.�"'">.
�,
&CEC I�
and the National Recreation & Park's Society.
.-T.-le
�Q,
M y1
` `
PS&E AND INSPECTION SERVICES, CITY
OF ROSEMEAD
111111,
8
PROJECT TEAM, KEY PERSONNEL & RESUMES
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
ORGANIZATIONAL CHART
...........................................
City of Rosemead
............................................:
Garvey Dog Park
Our creative designers have the background and expertise
to deliver outstanding landscape architecture services for
""""""""""''"""""""""""
your city's project. For this work, we have assembled a highly
��
qualified team of landscape architects and specialized design
— �lS-pCRYehc11C1plW11aYO
consultants. The team will deliver:
David Volz
RLA #2375, LEED AP, QSD/P
CREATIVITY - We will provide you with unique and innovative
Principal in charge
solutions which will meet and exceed the expectations of the
city. The project designs we put forward will creatively address
Gary Vasquez
the sites' development requirements, sustainability, the unique
RLA#3883
relationship to the nearby neighbors, program priorities,
Director of design
accessibility and recreation balance.
Eric Sterling
COMMUNICATION - DVD will continually keep you and your
....i
RLA#5463
SeniorLandscapeday
staff informed from the start and throughout all the projects'
Project Managect r
contact /Project Manager
phases. Communication will be consistent and clear with all
parties through completion of project.
Paul Cassar,
Project Designer
EXPERIENCE - DVD will provide a design team that has a history
of working successfully with cities as an extension of Staff and
Duane Tut
providing project design and coordination in the development
Project Designer
of dozens of award winning projects.
Luis Pedraza
INTEREST IN YOUR PROJECT - DVD is ready to take on
Project Designer
your projects and bring them to successful completion.
Angela Lee
DVD is focused on delivering outstanding public facilities to
CAD Technician
communities throughout California. Our team is dedicated to
the success of your projects!
Dana Bull
CAD Technician
David Volz Design looks forward to a long relationship with
.............................................
your city. We are committed to delivering high quality services,
.....................................
designs, reports, documents, and support to the city. The DVD
key team members are experienced and talented professionals
.
........
DMS_
and they will be supported by a team of licensed landscape
CONSULTANTS. INC.
architects, several very capable designers, sub consultants,
C I V I L F N 6 1 N E F H S
Surender Dewan, P.E.,
and support staff.
"'
RCE# 34559
:...........................................:
Senior Civil Engineer
.............................................
Construction Management &
Inspection Consultant
Ken Highbee, PE
'
Senior Construction Manager
Kevin Alamolhoda, PE
Construction Manager
Ken Manera, PE
.............................................
Senior Construction Observer
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD 1DVD
9
DAVID VOLZ, RLA
PRINCIPAL -IN -CHARGE
Has over 30 years of experience
in the design of successful public
landscapes, streetscapes and parks.
He has managed public design projects
including the master planning, design,
and construction of municipal projects
for more than 100 public agencies in California. Mr. Volz has a
broad base of experience focused in the development process
from inception through master plan development, construction
document preparation, contract administration, and on-site
inspection. His extensive knowledge of landscaping materials
and vegetation is often called for at commission meetings
and in council reports for agencies he has served. He has
comprehensive experience in storm water treatments, habitat
restoration, walking trails and water conservation.
He has an excellent reputation for facilitating community
outreach programs for park design through the public input
process. The public workshop process for park design is a
concept that he always encourages. The opportunity to get first
hand insights from users, neighbors, and the public in general is
always beneficial in the design of public projects.
Several of Mr. Volz's most successful park projects have
benefited from the ideas and energy that were put forth at
public input sessions. Public landscape, streetscape and park
project experience is Mr. Volz's design focus. Serving in various
capacities from principal -in -charge to designer, he has overseen
scores of award-winning projects for cities, school districts and
public agencies throughout California.
EDUCATION
• BS, Landscape Architecture, 1981
California State Polytechnic University, Pomona
• Graduate Studies, Computer Applications for
Landscape Architecture, 1981, California State Polytechnic
University, Pomona
REGISTRATION
• Landscape Architect, California #2375, 1983
• Landscape Architect, Nevada #499, 1996
• LEED Certified, 2008
• Qualified Stormwater Professional, QSD/QSP, 2015
YEARS WITH DVD: January 1997 - present
DAVID VOLZ DESIGN RESUME
..............................................
ROLE: Principal in charge, worked
with the client to determine goals,
presented on multiple occasions
to the community and council/
commission, and served as quality
control of other professionals
responsible for delivering concept
plans and construction documents.
RECENT PROJECT EXPEREINCE
VERDUGO NORTH PARK MASTER
PLAN
Client: City of Glendale
The intent is to provide a safe
and fun and all-inclusive play
space along with new park
buildings, a parking lot and
community facilities, and other new
improvements at this important and
well -used park.
Client Contact: Peter Vierheilig,
Project Manager, (818) 937-8263
PVierheilig@glendaleca.gov
WASHINGTON BLVD & 1-5 ON
RAMP
Client: City of Commerce
The City desires to install aesthetic
improvements atthe 1-5/Washington
Boulevard interchange, primarily
consisting of landscaping, bridge
painting, and a monument sign.
Client Contact: Maryam Babaki,
Director Public Works, (323) 722-
4805 Ext 2337,
mbabaki@ci.commerce.ca.us
HOLLYDALE COMMUNITY PARK
Client: City of South Gate
This park will be fully refurbished
with new open play fields,
community center, play spaces,
picnic grounds and ball courts to
provide a wonderful greenspace
and needed recreational
opportunities for the neighborhood.
Client Contact: Paul Adams,
Director of Parks and Recreation,
(323) 563-5478,
padams@sogate.org
s...............................................
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD 111111VIIIIIII
10
DAVID VOLZ DESIGN RESUME
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
GARY VASQU EZ, RLA
D[RECTOR OF DESIGN
Provides senior design leadership as a
result of 20 years of experience designing
multi -faceted projects throughout
California. His design abilities have
proven to be not only innovative and
unique, but award-winning. He will work under the direction of
David Volz providing creative design solutions to the challenges
and opportunities that arise. Mr. Vasquez has provided high quality
project management on many of our firms' most successful and
highly acclaimed park projects.
Mr. Vasquez is a key figure in our community outreach program.
He successfully integrates the ideas generated through the
public input process to create the master plan. This dedication to
ensuring the community's input has led to extremely successful
projects.
He has extensive experience in the development process
from inception through master plan development, construction
document preparation, contract administration, and on-site
inspection. He ensures adherence to established project
budgets, schedules and cost agreements. His expertise in
concept development graphic illustration techniques and
project planning. His broad knowledge of construction detailing,
planting design and irrigation equipment anchor his approach to
high quality project delivery.
EDUCATION
• MLA, Landscape Architecture, 1989
California State Polytechnic University, Pomona
• BS, Ornamental Horticulture, 1986
California State Polytechnic University, San Luis Obispo
REGISTRATION
Landscape Architect, California, #3883, 1992
ACCOMPLISHMENTS
Design of the Year Award, APA 2010
SKILLS
AutoCAD, Adobe Photoshop, Microsoft Office
YEARS WITH DVD: September 1997 - present
......................................
ROLE: Director of Design,
worked extensively on the
development process from
inception through master plan
development, construction
document preparation, contract
administration, and on-site
inspection. He managed the
project to ensure adherence to
established project budgets, and
schedules.
RECENT PROJECT EXPERIENCE
STANTON CITY HALL
Client: City of Stanton
DVD was commissioned to update
the look of the plaza and City Hall
building facade to create a more
welcoming area with covered
entryways, new pavement and a
reconsidered landscape.
Client Contact: Jim Box, City
Manager
(714) 379-9222 x277, jbox@
ci.stanton.ca.us
DIAMOND BAR BOULEVARD /
GRAND AVENUE STREETSCAPE
Client: City of Diamond Bar
Cut steel panels, big timber rails,
detailed crosswalks and sidewalks,
and a foothill landscape design
give great character to the main
thoroughfare and hearken back to
the ranchland history.
Client Contact/Title: Bob Rose,
Director of Community Services,
(909) 839-7061,
brose@diamondbarca.gov
FREMONT PARK
Client: City of Glendale
The park's ambiance and the many
gathering spaces within the park
will be enhanced by new synthetic
turf soccer fields, community
center, play spaces, picnic grounds,
ball courts, and new lighting.
Client Contact: Shahen
Begoumian
(818) 548-2000,
Sbegoumian@ci.glendale.ca.us
:..............................................:
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD
11
DAVID VOLZ DESIGN RESUME
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
ERIC STERLING
SENIOR LANDSCAPE
ARCHITECT
Mr. Sterling is returning to DVD
from a 9 -year absence to explore
worldly projects, He has 25 years of
experience in landscape architecture
working on projects for public agencies. His design expertise
ranges from recreational parks to streetscapes, school sites,
as well as city design guidelines, various Disney parks,
including many award-winning projects.
A benefit to Mr. Sterling's design ability is his attention to
detail and his knowledge of playground design, the latest
construction practices and materials, ADA accessibility
concerns. He is a key figure at DVD in coordinating design
development plans and carrying them through construction
drawings. He is known for his ability to collaborate with a
variety of clients, architects, engineers and designers and
to successfully manage projects from beginning to end. He
ensures adherence to established project schedules and
cost agreements, and monitors production for delivery of the
highest quality products to clients. He cooperates well with
staff, clients, and agencies to create successful products
and works closely with contractors during construction.
He is typically responsible for plan checking to ensure the
successful completion and delivery of projects.
ROLE: Senior Landscape Architect, responsible for
analyzing data from our community input charrette process
to help form a common goal of what the community
desires, worked extensively on the development process
from inception through master plan development, prepares
landscape architectural plans, specifications, and cost
estimates on a multitude of projects, plan checking to ensure
consistent update of plan details from client requests.
EDUCATION
BS, Landscape Architecture, 2001, California State Polytech-
nic University, Pomona
REGISTRATION: Landscape Architect, California, #5463
SKILLS
Adobe Creative Suite, Sketch up, AutoCAD, Microsoft Office
YEARS WITH DVD: 2005-2012 & March 2021 - present
......................................................
RECENT PROJECT EXPERIENCE
THE RIO ALL -SUITES RESORT AND
CASINO, Las Vegas, Nevada
WALT DISNEY IMAGINEERING
• Consulting LA to WDI for the Avenger's
Campus located in Disney California
Adventure Park in Anaheim, CA.
• Consulting LA to EuroDisneyland
Imagineering for the Walt Disney
Studios Park Expansion Project located
in France.
• Assisted the WDI design team on
two construction packages inside
Shanghai Disneyland totaling over 23
Hectares of original thematic design.
• Consulting LA assisted in the
preparation of seven construction
packages for Disney's Animal Kingdom
in Orlando Florida.
DREAMWORLD Fushun, China
Assisted in the architectural and
thematic direction for 6 -hectare
expansion of the Bali World water
park including an integrated hotel
encompassing a large wave pool.
PREVIOUS DVD PROJECTS:
HARRY DOTSON PARK
Client: City of Stanton
The most prominent feature of the park
is a massive two-story pirate ship, fully
ADA accessible by ramp, with thirty-five
feet high sails that dominates the skyline
of the park.
ADMIRAL KIDD PARK
Client: City of Long Beach
This 11.5 acre park, named after
Naval Rear Admiral Isaac C. Kidd, was
renovated and expanded.
WASHINGTON STREET MINI PARK
Client: City of Diamond Bar
The perimeter garden is a bio-swale
in disguise, state-of-the-art irrigation
system for low-water use, the plantings
are regionally appropriate & construction
material was locally sourced.
:.....................................................:
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD No
12
DAVID VOLZ DESIGN RESUME
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
LUIS PEDRAZA
PROJECT DESIGNER -
Has more than 8 years of experience
in graphic design, working on projects
for agencies and design companies
ranging from print advertisement to
landscape design. For his master thesis
project Luis worked collaboratively with
the Conservation Corp of Long Beach, Rivers and Mountains
Conservancy to address park poverty issues in communities in
West and North Long Beach. The work included inventory and
analysis, extensive community outreach included canvassing
and facilitating community workshops and meetings, leading
and coordinating a community built project, developing a
neighborhood vision plan, and creating conceptual plans
for a variety of different projects including a park, plaza and
commercial area.
He has expertise in concept development graphic illustration
techniques and project planning. He has experience in managing
and directing professional staff in a dynamic atmosphere and
excellent communication skills. His ability to analyze project
objectives and work closely with clients, architects, and
engineers provides a solid foundation for reaching the successful
completion of projects. He holds excellent communication skills
and visual perception which result in projects that convey a
vision from both the client and his innovative stylings.
EDUCATION
• MLA. Landscape Architecture, California State Polytechnic
University, Pomona, 2017
• Certificate in Ornamental Horticulture, 2011, Orange Coast
College, Costa Mesa, Ca
• BA, Graphic Design, 2009, California State University,
Fullerton, Ca
ACCOMPLISHMENTS
• Student Merit Award ASLA, SoCal Chapter, 2017
• "Quality of Life", Merit Award ASLA, SoCal Chapter, 2016
• Annual Southern California Spring Garden Show, 2015
• Annual Southern California Spring Garden Show, 2014
SKILLS
Adobe Creative Suite, Sketch up, AutoCAD, Bilingual - Spanish/
English, HTML, CSS, Microsoft Office
YEARS WITH DVD: September 2013 - present
..........................................
ROLE: Project Designer,
responsible for analyzing data from
our community input charrette
process to help form a common
goal of what the community
desires, prepares landscape
architectural plans, specifications,
and cost estimates on a multitude
of projects, plan checking to ensure
consistent update of plan details
from client requests.
RECENT PROJECT EXPERIENCE
VALLEY VIEW MEDIANS
Client: City of Cypress
The lawn and aging irrigation system:
along this important thoroughfare:
will be redesigned. David Volz:
Design will prepare the plans for a:
bold and exciting streetscape with a:
water saving plant palette and a low:
maintenance irrigation system.
Client Contact: Nick Mangkalakiri,
Senior Civil Engineer, (714) 754-5291,:
nmangkal@cypressca.gov
CIRCLE PARK
Client: City of South Gate
This park will be fully refurbished
with new open play fields,
community center, play spaces,
picnic grounds and ball courts to
provide a wonderful greenspace
and needed recreational
opportunities for the neighborhood.
Client Contact: Paul Adams,
Director of Parks and Recreation,
(323) 563-5478,
padams@sogate.org
STANTON CITY HALL
Client: City of Stanton
DVD was commissioned to update
the look of the plaza and City Hall
building facade to create a more
welcoming area with covered
entryways, new pavement and a
reconsidered landscape.
Client Contact: Jim Box, City
Manager
(714) 379-9222 x277, jbox@ci.stanton.:
ca.us
...............................................:
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD 1111VIIIIII
13
PROJECT TEAM, KEY PERSONNEL & RESUMES
SUBCONSULTANTS
DMS CONSULTANTS, INC. (DMS) is dedicated to technical
excellence and high quality services. A team approach is taken
to every project undertaken, with a project engineer directing,
managing and acting as the central design figure in the work.
Our firm strives to maintain a high level of communication with
the client and jurisdictional agencies. We are acutely aware of
the value and importance of providing close individual attention
to each project and to working within the constraints of time
and budget. We also know that the success of our firm rests
clearly on the management, competence, and expertise of our
professional staff and team. Established in 1994, ourfirm provides
engineering and related services to municipalities, government
entities, and private industries throughout Southern California.
With a staff of registered civil engineers, designers, construction
observers, contract administrators, surveyors, and specialists in
transportation, building and safety, and computer-aided design,
DMS Consultants, Inc. is uniquely qualified to respond to the
diverse needs of our clientele.
DMS Consultants, Inc. has the abilityto provide in-house services
in the following areas: Street improvements, Storm drain
improvements, Sewer improvements, Water improvements, ADA
accessibility type improvements, WQMP/SWPPP documents,
Hydrology, Surveying, Plan check services.
LAE ASSOCIATES, INC. (LAE) is a provider of professional
engineering services to public agencies all across Southern
California, with an objective of bettering the communities we
live in and ensuring the satisfaction of our clients. Our firm
specializes in Project, Construction, and Program Management
services for public agencies. In addition, LAE's services include:
Staff Augmentation, Capital Improvement Project Planning and
Management, City Services, Construction Observation and
Inspection, Transportation Funding Strategies to individual
Cities, Counties, Councils of Governments, and other Public
Agencies. Our approach to managing infrastructure projects is
to take a results -oriented view. This means LAE takes calculated
actions, proactively seeks solutions on potential issues, and
plans ahead of schedule. Having had success on a wide range
of projects for its clients, LAE prides itself in gaining and retaining
experienced and qualified staff members. Our methodology
entails using dynamic, organized, and assured practices to
obtain positive results throughout the duration of the projects.
With this partnership, we will bring our extensive experience to
manage projects.
DM* S_
CONSULTANTS, INC.
C I V I L E N G I N E E R S
12371 Lewis Street, Suite 203
Garden Grove, CA
Tel: (714) 740-8840
www.dmsconsultantsinc.com
650 N. Rose Drive, #182
Placentai, CA 92670
(714) 993-2840
www.laeassociates.com
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD 10VID
14
SUBCONSULTANTS RESUME
L7A
CONSULTANTS, INC.
C I V I L E N G I N E E R S
Surender Dewan, P.E., President
EDUCATION: Bachelor of Science, Civil Engineering
Delhi University, 1970
Master of Science, Civil Engineering
University of Washington, 1978
REGISTRATION: Civil Engineer, California
RCE 34559
SWRCB Certified QSD 20924
Mr. Dewan, President of DMS Consultants, Inc., has more than 30 years of professional experience in the
design of Public Works projects. Mr. Dewan is responsible for performing and/or coordinating engineering
design and other related technical services including project management; preparation of plans,
specifications, estimates, design; and evaluation of major municipal projects.
IN, I"ILfCdl7,1_-01_13�aLx���
• Euclid Street Roadway Improvements - Fountain Valley
■ State College Boulevard Rehabilitation Project - Fullerton
• San Dimas Avenue Improvements - San Dimas
• Hollydale Community Park - South Gate
• Del Amo Boulevard Street Improvements - Cerritos
• Madonna Area Street, Sewer & Water Reconstruction - Fullerton
• San Dimas Wash Trail - Glendora
• Via Verde Reconstruction Project from Covina Hills Street to Puente Street - San Dimas
• Chapman Avenue Rehabilitation Project from Berkeley Avenue to Raymond Avenue - Fullerton
• Bastanchury / Valencia Mesa Bile Path - Fullerton
• FY 2014-15 Street Improvements, Sewer and Water Main Replacement - Fullerton
• Design of Caltrans Curb Ramp Construction Plans, Studebaker Road at State Route 91 - Cerritos
■ MacArthur Boulevard Pavement Reconstruction - Newport Beach
• Placentia Avenue Reconstruction - Fullerton
• Big Canyon Reservoir Auxiliary Maintenance Yard - Newport Beach
• Grand Avenue Beautification Project - Diamond Bar
• Covina Boulevard and Cataract Avenue Street Improvement Project - San Dimas
■ Kings Road Reconstruction Project - Newport Beach
• Eastbluff Drive Street Rehabilitation Project - Newport Beach
• Seal Beach Boulevard and Lampson Avenue Median Improvement Project - Seal Beach
• Ocean Avenue Street Improvement Project - Seal Beach
• Marquardt Avenue 183rd to Artesia Boulevard Median Improvements - Cerritos
■ Jamboree Road Rehabilitation, Ford to San Joaquin and Bristol to University - Newport Beach
• Arrow Highway Street Resurfacing and Restoration Project - San Dimas
• San Dimas Canyon Road, Landscaped Median and Street Restoration Project - San Dimas
12371 Lewis Street, Suite 203, Garden Grove, CA 92840 1 714.740.8840 1 fax: 714.740.8842
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD No IT No
15
SUBCONSULTANT RESUME
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
Experience
Ken Higbee, P.E.
A licensed Civil Engineer with over thirty-five (35) years of experience
Senior Construction Manager, LAE
with public agencies and as a private consultant. Having knowledge in
Education: B.S. Civil Engineering
Project Planning, Project Management, Construction Management,
Years of Experience: 35 Years
Grant Preparation, Subdivision and Grading, and Civil Design. Mr.
Higbee's Public Works Engineering experience consists of working for
the County of Orange for twenty-nine (29) years and Consulting Services
for the Cities of Desert Hot Springs, Long Beach, San Gabriel, as well as
other public agencies and private development projects. Mr. Higbee was
the Public Works Engineer for the City of Long Beach reviewing Plans
and Specifications for various Street Rehabilitation projects. He
provided Project Management by supervising the design/drafting of
construction drawings, preparation of specifications, and cost estimates
for improvements to road, flood control, harbor, beaches, and parks
facilities. He provided Construction Management Services during
construction of a variety of CIP projects. Reviewed construction contract
change orders and participated in dispute resolution conferences.
Administered various construction contracts.
Kevin Alamolhoda, P.E.
Mr. Kevin Alamolhoda will bring onboard his know-how in managing
Construction Manager, LAE
project needs. Having worked for the Programs Development and Roads
Education: B.S. Civil Engineering as well as
Maintenance Divisions with the Los Angeles County Department of
Master of Business Administration
Public Works, he closely worked with Project Managers on construction
Years of Experience: 8 years
projects to ensure proper conduct throughout a project's duration. He is
familiar with project requirements, as well as the intricacies involved in
construction projects. He has been providing staff augmentation services
for the City of Chino since March 2017. He worked with Project
Construction Managers on the development of five (5) Watermain
Replacement projects and a Sewer Re -Lining Project (Inception to
Completion of Construction). He provided project/construction
management services for six (6) water main and sewer re -lining projects
for Chino. Currently, he is managing additional water main, sewer lift
station, traffic signal modifications, roadway and drainage improvement
projects for the City of Chino.
Ken Manera
Mr. Ken Manera will be assigned as a Senior Construction Observer for
Senior Construction Observer, LAE
the City. He is an experienced Construction Observer (CO), having
Education: Courses in Construction
worked for both the public and private sectors. Mr. Manera has been
Management from San Bernardino Valley
assisting LAE's clients since April 2016. His thorough, unique, and
College and Cal Poly Pomona
practical experience in developing asphalt concrete and concrete
Year of Experience: 45 years
pavement, curbs, gutters, water and sewer lines, raised medians, safer
pedestrian and bicycle crossings, intersections, striping, sidewalks, Class
II bike lanes, traffic signals, and lighting will be beneficial to the City,
LAE, and the overall quality of construction. In 2020, provided CO
services for a major federally funded Bike Lane Improvements Project
in the City of Arcadia. In 2020/2021, he provided CO for the Federally
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD 10VD
16
SUBCONSULTANT RESUME
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD DIST D
17
funded Gold Line Pedestrian Linkage project for the City of Arcadia.
Currently, he is assigned as the prime Inspector for the El Monte Blvd.
Bicycle and Pavement Rehabilitation Improvements projects.
Anselmo Ybarra
Over twenty (20) years of experience in Public Works construction and
Construction Observer, LAE
engineering working for the Riverside County Department of Waste
Education: Associate Degree, School of
Management and private firms. The experiences include Public Works
Science, Technology, Engineering, and
Inspections, field/office engineering of roadways (curbs, gutters, curb
Mathematics
ramps, driveway approaches, storm drain facilities, sub-base/base
Years of Experience: 20 Years
materials, grind overlay, ARHM, PCC pavement, and signage/striping),
underground projects. Extensive experience in ensuring compliance with
contract documents, state laws, local ordinances, NPDES standards and
traffic control requirements. Mr. Ybarra has been assigned as the
alternate inspector for the following projects: El Monte Blvd. Bicycle
and Pavement Rehabilitation Improvements projects; Residential Street
Rehabilitation Project; Paving Improvements Project 2nd Stage contracts
for the City of Norwalk.
Sylvia Linn
Ms. Sylvia Linn has over eighteen (18) years of compliance and
Labor Compliance Manager, GCAP
assessment related experience. She leads labor compliance practices and
Services
provides clients with audit, assessment, and study related support. Sylvia
Education: J.D., M.B.A
has extensive experience providing both California and federal
Years of Experience: 18 years
prevailing wage consulting services. She leads many of the audits and
Labor Compliance Sub -Consultant
studies, providing analytical reviews of existing practices, development
of best practices, and recommendations to improve processes and
procedures. Since 2014, GCAP Services has provided DBE and Labor
Compliance Administration Services to LAE's PM/CM/Construction
Observation projects in Azusa, Chino, Compton, El Monte, Laguna
Niguel, Lomita, and Montclair.
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD DIST D
17
PROJECT EXPERIENCE
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PALM SPRINGS DOG PARK
A complete renovation of the Palm Springs Dog Park on the City Hall
Campus was a high priority project for the city. Many years ago, the
facility was state of the art for its time. An artist designed fence enclosure
surrounds two paddocks, one for large dogs, one for small. These spaces
were popular with the dog loving community in the downtown area for
two decades. The drought restrictions and deteriorating infrastructure
led to a loss of turf ground cover and the facility became a dust bowl. A
committee of community leaders, stakeholders and the Mayor worked
with the public works department and the design team to plan a complete
makeover of the facility. New ADA access and seating areas were added.
New shade trees in rock and boulder protective islands were designed
and new turf sod was placed over the newly upgraded irrigation system.
Innovative and creative application of the water reduction mandates
allowed for a large turf grass allotment within the dog park enclosure. By
lowering water use on other areas of the city hall campus net water use
was calculated to be reduced even with a sufficient supply for the new
high -use turf. With approval of the water district, the project was able
to move ahead. The park with new dog bone benches, doggie cooling
stations, new paved walks and lots of shade is once again a destination
for the Palm Springs dog loving community.
.........................................
Client:
City of Palm Springs
Reference:
Marcus Fuller, MPA, PE, PLS
Assistant City Manager/City
Engineer
(760) 322-8380
Marcus.Fuller@palmsprings-
ca.gov
Key Elements:
• Natural Turf
• Sustainable
• Low maintenance
• Themed amenitites
• ADA accessible
Services provided:
• Community Outreach
• Concept Plans
• Construction Documents
• Construction Period
Services
Size:
Start Date:
Completion Date: 2016
Design Cost: $43,762
Construction Cost: $360,000
Staff:
David Volz, Gary Vasquez,
Paul Cassar
Subconsultants:
Design West Engineering
........................................
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD 1b IST No
18
FETCH DOG PARK CONCEPT
AT FLETC.H'ER PARK
The City of EI Monte commissioned David Volz Design to develop plans
for an off -leash dog park at Fletcher Park. The one and only half acre
dedicated dog area became known at Fetch Park. Through a series of
community outreach meetings, the vision, the size, and the access to the
Fetch Park space was conceptualized into a full-fledged dog oasis.
The Fetcher Park "normal" park facilities for humans would be updated
and all major use areas would remain for the community. The end -of -
the -parking -lot location became the entry point for Fetch Park. The dogs
could be unloaded from their cars and easily access the small or large
dog areas with little interaction with the ongoing sports activities and
general park uses. The enclosed spaces, small and large dog areas,
have separate double entry gates, some paved and decomposed granite
areas and open natural turf. Agility apparatus and learning space for the
dogs in both compounds are located just off the main running areas. As
there are a number of trees, that remain in place, wood mulch was the
preferred "background" floor material.
For the two -legged users there are great accommodations with benches,
shade, and picnic tables. Some nice features atthe dog park area included
wayfinding dog bone signs, upgraded fencing and an informational
kiosk. This park concept has been embraced by the city leaders and is
scheduled to be funded for construction next year.
ytN
R
✓r gym,
'r 5
_Pae
LFETCH PARK Ar FLETCHER PARK mw,_ - •-- "r
OF[lrwpr[ rogu,.
PROJECT EXPERIENCE
.......................................
Client:
City of EI Monte
Reference:
Alexandra Lopez
Director for Parks, Recreation
& Community Services
(626) 580-2205
alopez@elmonteca.gov
Key Elements:
• Open lawn space
• Dog agility equipment
• Entry Monument
• New play surfacing
• New playground picnic
area
• All dogs area
• Small dogs areas
Services provided:
• Concept Plan
Size: 1.3 acres
Start Date: July 2016
Completion Date: Nov 2016
Design Cost: $11,165
Construction Estimate: $1.2
million
Staff:
David Volz, Gary Vasquez,
Paul Cassar
........................................:
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD DItyNo
19
PROJECT EXPERIENCE
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
BARNES DOG PARK CONCEPT
There is a wide variety of recreational opportunities offer to the citizens
of Baldwin Park, yet there is no municipal facility where dog owners can
allow their four -footed friends to run. A city-wide search for an appropriate
site identified the underutilized south end of Barnes Park. The 2.6 -
acre park is situated between the 605 Fwy corridor and the residential
neighborhood along Patritti Avenue. The dog park addition envisions of
this multi -faceted park would include a 30,600 square feet enclosed area
for our four -footed friends. The Dog Park would include: two off leash play
areas for small dogs and one for all dogs with waste stations, drinking
fountains, dog bone benches, perimeter fencing with gated entries,
and monumentation art signage. The improved park will provide a safe
environment for our canine friends and their two -legged companions to
explore and play. The Dog Park will be shaded with existing trees, as well
as newly planted trees, landscape area will be planted to buffer the dog
play spaces from the current picnic structures. The gateway marker at
the neighborhood dog park entryway will double as a public art piece for
this envisioned dog oasis.
.......................................:
Client:
City of Baldwin Park
Reference:
Alexandra Lopez
Director for Parks, Recreation t
& Community Services
(626) 580-2205
alopez@elmonteca.gov
Key Elements:
• Open lawn space
• Dog agility equipment
• Entry Monument
• Walking & Jogging trail
• Dog bag/Waste Station
• Water fountain Station
• Shaded bench areas
• Security lighting
Services provided:
• Grant Application
Assistance
• Concept Plan
Size: 30,600 sq.ft.
Start Date: April 2018
Completion Date: July 2018
Design Cost: $4,500
Construction Estimate:
$686,000
Staff:
: David Volz, Gary Vasquez,
Paul Cassar
.......................................:
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD No IST No
20
PROJECT EXPERIENCE
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
JEAN WOODARD DOG PARK
The new dog play lot will encompass the identified undeveloped land
at the park. The one-third acre facility will have a mulched or inorganic
surface for the dogs to play on. The design will includes an area for
people to congregate, fencing, and water fountains for people and
dogs. Storm water pollution control measures will also be designed
into the facility as will ADA access. The DVD team will also explore dog
play lot apparatus that could be included as a part of the recreational
and fun facility we envision for this site.
.......................................;
Client:
City of Yorba Linda
Reference:
Mike Kudron
Parks & Recreation
Superintendent
714-961-7160
mkudron@yorba-linda.org
Key Elements:
• Gazebo & seating area
• Water and shade for all
• ADA accessible
• Stormwater detention
Services provided:
• Master Plan
• Construction Documents
• Construction Period
Services
Acreage: 1/3
Start Date: May 2012
Completion Date: Oct 2016
Design Cost: $21,500
Construction Cost:
$350,000
DVD Project Manager: Paul
Cassar
Staff: David Volz, Gary
Vasquez
Subconsultants: Civil Works
Engineers
........................................
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD ID
21
COMPANY QUALIFICATIONS
DMS.
CONSULTANTS, INC.
C I V I L E N G I N E E R S
Listed below are some of the similar projects we are presently working on or have completed.
Phase 6 Residential Street Rehabilitation - La Mirada
The project area is approximately 26 miles of residential streets and consists of street overlays, removal and
reconstruction of driveways, curb and gutter, sidewalk, access ramp, and cross gutters.
Client: City of La Mirada
Eric Villagracia, Project Manager
562.902.2373
Construction Cost: $8.2 Million
Project Status: Design complete
Project Manager: Surender Dewan, P.E.
Residential Roadway Rehabilitation Project, City Quadrant H2, H3, J1 and J2 - Fountain Valley
The project area is approximately 6 miles of residential streets and consists of street overlays, removal and
reconstruction of driveways, curb and gutter, sidewalk, access ramp, and cross gutters.
Client: City of Fountain Valley
Regino DeAvila, Project Manager
714.593.4515
Construction Cost: $2.4 Million
Project Status: Construction complete - 2019
Project Manager: Surender Dewan, P.E.
Rolling Hills Street Rehabilitation Project - Fullerton
The project consists of rehabilitation of approximately eight miles of residential streets, including sewer and
water reconstruction.
Client: City of Fullerton
Gar Haung, Project Manager
714.738.6895
Construction Cost: $2.1 Million
Project Status: Construction complete - 2019
Project Manager: Surender Dewan, P.E.
Madonna Area Residential Street Reconstruction Project - Fullerton
The project consisted of rehabilitation of approximately six miles of residential streets, including sewer and
water reconstruction.
Client: City of Fullerton
Gar Haung, Project Manager
714.738.6895
Construction Cost: $1.6 Million
Project Status: Construction complete - 2018
Proiect Manaqer: Surender Dewan, P.E.
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD No IT go
22
COMPANY QUALIFICATIONS
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
Reference Projects
Diamond Bar Blvd. Median Improvements Project: City of Diamond Bar
Description: This project provided new City entry monuments and landscaping enhancements at
the north entrance to the City along Diamond Bar Blvd. at Temple Ave. and at the west entrance
to the City along Golden Springs Drive at Calbourne Drive. The new City entry monument signs
at the two proposed locations were included stone veneer, ledge stone, precast concrete accent
walls, decorative steel panels, letters, and accent lighting. The landscape median improvements
were included modifications and additions to existing irrigation and electrical systems, landscape
plants, canyon clay angular rocks, median concrete post and wooden rails with decorative steel
panels and accent boulders.
Duties: Construction Inspection and Coordination
City Hall Parking Lot Improvements: City of El Monte
Description: This project consisted of pavement grinding, deep lift pavement, placement of
asphalt pavement, slurry seal and striping and signage.
Duties: Construction/Project Management, Construction Observation, Geotechnical Services, and
Labor Compliance, completed November 2020.
Gold Line Station Pedestrian Linkage Project (Federal Project per LAPM): City of Arcadia
Description: Connect the Gold Line Arcadia Station with the surrounding area within a quarter -
mile radius of the Station, providing a first/last mile connection to the regional rail network.
Including tree removal, irrigation, tree planting/landscaping.
Duties: Limited Construction Management, Federal Funding Assistance, Construction
Observation, Material Testing, and Labor Compliance Services, completed May 2021.
Crown Valley Parkway Pavement Rehabilitation: City of Laguna Niguel
Description: Rehabilitate the existing roadway by grinding and paving and/or full depth
repairs in spot areas of pavement failure, grind adjacent to the parkway curb, gutter and median
curb, irrigation, planting/landscaping, and full width overlay with rubberized asphalt.
Additionally, the Project will include roadway striping, traffic loop replacement and construction
of ADA compliant ramps for existing non-compliant and missing ramps.
Duties: Construction Management, Geotechnical Services, Labor Compliance, completed
December 2018.
Grand Avenue Rehabilitation Project — Phases I, H, III: City of Diamond Bar
Description: A major pavement improvement project with Asphalt concrete grinding and overlay
and deep cuts. Traffic safety enhancements such as installation and modifications of street lights,
traffic signal modifications, signal timing synchronization, striping, drainage improvements, and
streetscape improvements. The center median modifications included reconstruction of curbs,
replacement of existing irrigation system, landscape, hardscape, planting, and concrete
improvements. The project also included architectural treatment and aesthetic enhancements.
Duties: Construction Management, completed
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD 1111
2;
REFERENCES
II't, A'10"
���
Steve Costley
Director of Parks and Recreation
City of South Gate
(323) 563-5478
scostley@sogate.org
Allan Rigg
Director of Public Works
City of Gardena
(310) 217-9571
arigg@cityofgardena.org
Jim Box
Director of Community Services
City of Buena Park
(714) 562-3850
jbox@buenapark.com
Shahen Begoumian
Park Development Manager
City of Glendale
(818) 548-3796
Sbegoumian@ci.glendale.ca.us
Zenia Bobadilla
Community Services Director
City of Stanton
(714) 890-4847
ZBobadilla@ci.stanton.ca.us
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
DMS
CONSULTANTS, INC.
C i V T L E N G I N E E R S
Temp Gavez, PE
Deputy Director of Public Works
City of Fountain Valley
(714) 593-4400
Kanna Vancheswaran, PE
Director of Public Works
City of Cerritos
(562) 860-0311
Shari Garwick, PE
Director of Public Works
City of San Dimas
(909) 396-7248
David Liu, PE
Director of Public Works/City
Engineer
City of Diamond Bar
(909) 839-7041
dliu@diamonbarca.gov
Eric Villagracia
Project Manager
City of La Mirada
(562) 902-2373
evillagracia@cityoflamirada.org
Maria Fraser, PE
CIP Engineering Manager
City of Chino
(909) 334-3310
mfraser@cityofchino.org
David Liu, PE
Director of Public Works/City
Engineer
City of Diamond Bar
(909) 839-7041
dliu@diamonbarca.gov
Lee Torres, PE
City Engineer
City of EI Monte
(626) 586-5339
Itorres@elmonteca.gov
Eric Villagracia
Project Manager
City of La Mirada
(562) 902-2373
evillagracia@cityoflamirada.org
Carla Dillion
Public Works Director
City of Lomita
(626) 586-5339
c.dillion@lomitacity.com
\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD DITD
24
APPENDIX
PS&E AND INSPECTION SERVICES, CITY OF ROSEMEAD NoItyNo
FEE SCHEDULE
fflINI-IL'�DJU LD—POULD
"KAscape Archttccts ot" 'Pariz Mummer--
David
LAmmers
David Volz Design proposes the following Not to Exceed fee schedule to provide the services identified in this
proposal. The tasks listed below are offered at a fixed fee for the design services for identified program elements.
The services included in this spreadsheet are project management, park design, and landscape architecture
Scope of Services
Task 1- Construction Document Development
Task 2 - Final Construction Documents
Task 3 - Bidding Assistance
Task 4 - Construction Management & Inspection Services
Civil Engineering Services by DMS Consultants
Construction Management and Inspection
(see LEA proposal for special conditions and optional tasks)
Reimbursements
PR
$220
SLA
$175
I PM
$135
PD
$121
AD
$110
Total
Hrs
Fee
8
40
100
40
8
196
$ 27,980
2
4
20
8
2
36
$ 5,028
1
1
4
1
7
$ 1,045
2
8
20
4
34
$ 4,980
13
53
144
48
15
1 273
$ 39,033
$ 14,950
$ 52,509
Estimate $ 1,500
TOTAL PROPOSED DESIGN FEE $ 107,992
Assumptions:
1. For Civil and Construction Management Scope of Services, please refer to attached proposal for scope of
2. Optional tasks for LEA not included in the above fee.
3. Subconsultants fee includes a 15% adminstrative markup.
PROJECT- CONSTRUCTION -PROGRAM
LAE MANAGEMENT
Associates Inc .City Services • Staff Augmentation
Capital Project Planning - Transportation Funding Strategies
Caltrans Local Assistance Services
November 18, 2021
Mr. David Volz
David Volz Design
151 Kalmus Drive, Suite M8
Costa Mesa, CA 92626
SUBJECT: REVISED PROPOSAL TO PROVIDE LIMITED/AS-NEEDED
CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR
THE CITY OF ROSEMEAD'S DOG PARK AT THE GARVEY PARK RFP
NO. 2021-09
Dear Mr. Volz:
LAE Associates, Inc. (LAE) is pleased to have the opportunity to submit a proposal to be part of
the David Volz Design (DVD) team to provide Limited/As-Needed Construction Management &
Inspection Services for the subject project. Our firm specializes in Construction, Project, Program
Management, and Other Municipal Services for public agencies.
LAE employees have experience in the public sector and know the intricacies involved in this
RFP's line of work. Based on our phone discussion on Wednesday, November 10th, the City
anticipates the construction term to be approximately forty-five (45) working days or 2
months and to start by mid-July 2022. Mr. Ken Higbee, Senior Construction Manager
(SCM) or Mr. Kevin Alamolhoda, P.E Assistant Construction Manager will manage the
construction of this project. LAE will assign Mr. Ned Shaffer, Construction Observer or
Anselmo Ybarra, Construction Observer to inspect the project.
Scope of Work: LAE's scope of work will consist of Phase 3. Construction Management
and Inspection tasks outlined on pages 4 and 5 of the City's RFP with the following
exception:
• DVD will review all RFIs/shop drawings and other submittals.
The project's Construction Management & Inspection Services scope of work will consist of the
following three phases:
➢ Pre -Construction
➢ Construction Phase
➢ Post -Construction
LAE has carefully selected the team members shown in the table on the following page to manage
this project.
650 N. Rose Drive, #182, Placentia, CA 92870
(714) 993-2840
-)n. Years c
Ken Higbee, P.E.
A licensed Civil Engineer with over thirty-five (35) years of experience
Senior Construction Manager, LAE
with public agencies and as a private consultant. Having knowledge in
Education: B.S. Civil Engineering
Project Planning, Project Management, Construction Management,
Years of Experience: 35 Years
Grant Preparation, Subdivision and Grading, and Civil Design. Mr.
Higbee's Public Works Engineering experience consists of working for
the County of Orange for twenty-nine (29) years and Consulting Services
for the Cities of Desert Hot Springs, Long Beach, San Gabriel, as well as
other public agencies and private development projects. Mr. Higbee was
the Public Works Engineer for the City of Long Beach reviewing Plans
and Specifications for various Street Rehabilitation projects. He
provided Project Management by supervising the design/drafting of
construction drawings, preparation of specifications, and cost estimates
for improvements to road, flood control, harbor, beaches, and parks
facilities. He provided Construction Management Services during
construction of a variety of CIP projects. Reviewed construction contract
change orders and participated in dispute resolution conferences.
Administered various construction contracts.
Kevin Alamolhoda, P.E.
Mr. Kevin Alamolhoda will bring onboard his know-how in managing
Construction Manager, LAE
project needs. Having worked for the Programs Development and Roads
Education: B.S. Civil Engineering as well as
Maintenance Divisions with the Los Angeles County Department of
Master of Business Administration
Public Works, he closely worked with Project Managers on construction
Years of Experience: 8 years
projects to ensure proper conduct throughout a project's duration. He is
familiar with project requirements, as well as the intricacies involved in
construction projects. He has been providing staff augmentation services
for the City of Chino since March 2017. He worked with Project
Construction Managers on the development of five (5) Watermain
Replacement projects and a Sewer Re -Lining Project (Inception to
Completion of Construction). He provided project/construction
management services for six (6) water main and sewer re -lining projects
for Chino. Currently, he is managing additional water main, sewer lift
station, traffic signal modifications, roadway and drainage improvement
projects for the City of Chino.
Ned Shaffer
As the assigned Construction Observer, Mr. Shaffer will bring his
Senior Construction Observer, LAE
comprehensive construction knowledge to this project. He has over forty
Education: Completed a variety of
(40) years of experience in the construction industry. He Worked for the
construction, safety, and maintenance
Golden State Water Company for thirty-six (36) years, where he
courses/classes.
inspected water system construction and other related improvement
Year of Experience: 40 years
projects. He is proficient in performing field checks on preliminary plans
to assure completeness and identify potential incongruencies.
Additionally, Mr. Shaffer has extensive experience in the installation,
maintenance, and repair of water mains, service connections, grading,
valves, hydrants, other facilities of a water system, fence and other
Page 12
Pre -Construction Phase
Upon opening bids and evaluation of potential contractors by the City and DVD, the City of
Rosemead will select the lowest responsive bidder as the contractor for the construction project.
After the contractor's bonds and insurance certificates have been approved and the construction
contract has been fully executed, we will send out a Pre -Construction Conference notice in
coordination with the City and DVD to schedule the pre -construction meeting.
LAE will prepare the Pre -Construction meeting agenda for DVD and the City's review. The
following items will be reviewed at the Pre -Construction meeting:
➢ Plans, Specifications and Inspection Process
➢ Submittals and the approval process
➢ Project Funding Assistance (by City or DVD)
➢ Impacted Utilities, Coordination with the City, Departments, and other impacted agencies
➢ Coordination with other entities
Page 13
equipment installations concrete work, trench repair, and related
pavement work.
Ken Manera
Mr. Ken Manera will be assigned as a Senior Construction Observer for
Senior Construction Observer, LAE
the City. He is an experienced Construction Observer (CO), having
Education: Courses in Construction
worked for both the public and private sectors. Mr. Manera has been
Management from San Bernardino Valley
assisting LAE's clients since April 2016. His thorough, unique, and
College and Cal Poly Pomona
practical experience in developing asphalt concrete and concrete
Year of Experience: 45 years
pavement, curbs, gutters, water and sewer lines, raised medians, safer
pedestrian and bicycle crossings, intersections, striping, sidewalks, Class
II bike lanes, traffic signals, and lighting will be beneficial to the City,
LAE, and the overall quality of construction. In 2020, provided CO
services for a major federally funded Bike Lane Improvements Project
in the City of Arcadia. In 2020/2021, he provided CO for the Federally
funded Gold Line Pedestrian Linkage project for the City of Arcadia.
Currently, he is. assigned as the prime Inspector for the El Monte Blvd.
Bicycle and Pavement Rehabilitation Improvements projects.
Anselmo Ybarra
Over twenty (20) years of experience in Public Works construction and
Construction Observer, LAE
engineering working for the Riverside County Department of Waste
Education: Associate Degree, School of
Management and private firms. The experiences include Public Works
Science, Technology, Engineering, and
Inspections, field/office engineering of roadways (curbs, gutters, curb
Mathematics
ramps, driveway approaches, storm drain facilities, sub-base/base
Years of Experience: 20 Years
materials, grind overlay, ARHM, PCC pavement, and signage/striping),
underground projects. Extensive experience in ensuring compliance with
contract documents, state laws, local ordinances, NPDES standards and
traffic control requirements. Mr. Ybarra was assigned as the alternate
inspector for the following projects: El Monte Blvd. Bicycle and
Pavement Rehabilitation Improvements projects; Residential Street
Rehabilitation Project; Paving Improvements Project 2"d Stage contracts
for the City of Norwalk in 2021.
Pre -Construction Phase
Upon opening bids and evaluation of potential contractors by the City and DVD, the City of
Rosemead will select the lowest responsive bidder as the contractor for the construction project.
After the contractor's bonds and insurance certificates have been approved and the construction
contract has been fully executed, we will send out a Pre -Construction Conference notice in
coordination with the City and DVD to schedule the pre -construction meeting.
LAE will prepare the Pre -Construction meeting agenda for DVD and the City's review. The
following items will be reviewed at the Pre -Construction meeting:
➢ Plans, Specifications and Inspection Process
➢ Submittals and the approval process
➢ Project Funding Assistance (by City or DVD)
➢ Impacted Utilities, Coordination with the City, Departments, and other impacted agencies
➢ Coordination with other entities
Page 13
➢ Public Notices, construction schedule
➢ Agreed communication with the Construction Manager/Observer
➢ Weekly Statement of Working Day Reports (per LAPM), contract time and progress
meetings
➢ Contract Change Order (CCO) process
➢ Final project walkthrough, punch list items, preparation of as -built drawings and project
acceptance
As Limited/As-Needed Construction Management and Observation provider, LAE will ensure the
construction duties are conducted in line with the City's contract documents and other City and
industry standards.
We will coordinate the acceptance of contractor's submittals (shop drawing, mixed designs,
certificates of compliance) to be reviewed by DVD.
A submittal log will be kept processing submittals before and during the project work as follows:
Project Baseline Schedule, 2 -Week Look Ahead, Contractor's Emergency Contact List, Public
Notification Letter if any, NPDES Requirements, Contractor's Safety Plan and other documents.
Construction Phase
➢ Meetings: Have as -needed Zoom team meetings with the Contractor, DVD, City Project
Manager, and other key members to go over the project, project schedule, acceptance of
submittals, forecasted issues, among other things. Meeting agendas and minutes will be
prepared and provided to participants.
➢ Schedule: LAE's CM will ensure that the Project Schedules and 2 -Week Look Ahead are
updated by the Contractors to represent up-to-date construction conditions and reflect the
decisions made.
➢ Contract Change Orders (CCO): If a proposed change is requested, the CM will
determine the need, check for conformance to standards, consider other remedies, method
of compensation, impact on contract time, estimate of cost, and the likelihood of final
approval.
If the CM finds the proposed change is reasonable, documents will be prepared by the CM
and given to the Contractor for pricing. The CM will review and evaluate the Contractor's
CCO proposal. Based on the review, the CM will provide a recommendation to the City.
If negotiation is authorized, the CM will perform the negotiations with the Contractor and
prepare the CCO the City's format for execution.
➢ Progress Payments: Process contractor payment requests and provide City with
appropriate backup documentation for work completed.
➢ Site Safety: Review and check the contractors' safety program for compliance with
Cal/OSHA and contract documents.
Page 14
➢ "As -Built" Drawings: LAE's Construction Observer will have a copy of the plans on the
site with all up-to-date changes. The final drafting of the as -built drawings will be
completed by DVD.
➢ Part-Time/As-Needed Construction Observation: Field observation will be conducted
by LAE's Construction Observer [as instructed two (2) days a week, eight (8) hours per
day]. Thorough site observations of the project's general process will be carried out
regularly and information will be recorded. LAE's Limited/As-Needed Construction
Observer will:
o Attend meetings
o Confirm compliance with ADA requirements and contract documents
o Verify contractor's construction stakes
o Retain delivery tickets
o Record construction changes to use for the preparation of the record drawings
o Report to City violations to any applicable regulations
o Have a copies contract and construction -related documents at the construction site
o Take and maintain project site/construction activity photos
o Prepare Daily Reports for the days on the jobsite, which will consist of:
■ Contractors working hours on the jobsite
■ Contractor and sub -contractor personnel and equipment on the jobsite
■ Weather conditions and impact on the progress of the work
■ Discussions with the contractor
■ Daily use of the contractor and sub -contractor equipment
■ Observations relevant to the work progress, including deficiencies or
violations
■ Delivery of materials to the project site
■ Observed/foreseen delays, and what contractor will do as a response
■ Work activities, construction progress, quantities measurements and
photographs
Post -Construction Phase
➢ Contract closeout services will include passing on of the project to DVD and the City,
management of warranty activities, demobilization of the Contractor and CM staff.
➢ Final Walkthrough: We will schedule a final walkthrough with all involved parties.
LAE, along with DVD, the City's PM and other parties involved in the project, will walk
the project and perform inspections of the work completed. A punch list will be prepared
and given to the Contractor, DVD, the City, and other parties involved in the project.
Inspections will be conducted again to confirm incomplete work has been in fact
completed. It will be ensured that O&M manuals, turn -over materials, and as -built
drawings are delivered. We will ensure that all City concerns are met prior to providing
the City with the final acceptance recommendation.
➢ Project Completion Report: Upon completion of the punch list items and acceptance of
the project by DVD and the City staff (various departments/divisions), we will provide
Page 15
the following documents to DVD and/or the City: Final redline "As -built" drawings and
materials receipts.
Reference Projects
Diamond Bar Blvd. Median Improvements Project: City of Diamond Bar
Description: This project provided new City entry monuments and landscaping enhancements
at the north entrance to the City along Diamond Bar Blvd. at Temple Ave. and at the west
entrance to the City along Golden Springs Drive at Calbourne Drive. The new City entry
monument signs at the two proposed locations were included stone veneer, ledge stone, precast
concrete accent walls, decorative steel panels, letters, and accent lighting. The landscape
median improvements were included modifications and additions to existing irrigation and
electrical systems, landscape plants, canyon clay angular rocks, median concrete post and
wooden rails with decorative steel panels and accent boulders.
Duties: Construction Inspection and Coordination
Phase I of Street Pavement Resurfacing: City of El Monte
Description: This $1.5 million project consisted of traffic control, NPDES compliance,
concrete improvements, unclassified excavation, deep lift pavement work, pavement
improvements, tree removal, new tree planting, re-establishment of survey monument, utility
covers adjustments, striping and signage.
Duties: Construction Management/Observation, Geotechnical Services, and Labor
Compliance, completed August 2020
City Hall Parking Lot Improvements: City of El Monte
Description: This project consisted of pavement grinding, deep lift pavement, placement of
asphalt pavement, slurry seal and striping and signage.
Duties: Construction/Project Management, Construction Observation, Geotechnical Services,
and Labor Compliance, completed November 2020.
Gold Line Station Pedestrian Linkage Project (Federal Project per LAPM): City of
Arcadia
Description: Connect the Gold Line Arcadia Station with the surrounding area within a
quarter -mile radius of the Station, providing a first/last mile connection to the regional rail
network. Including tree removal, irrigation, tree planting/landscaping.
Duties: Limited Construction Management, Federal Funding Assistance, Construction
Observation, Material Testing, and Labor Compliance Services, completed May 2021.
Crown Valley Parkway Pavement Rehabilitation: City of Laguna Niguel
Description: Rehabilitate the existing roadway by grinding and paving and/or full depth
repairs in spot areas of pavement failure, grind adjacent to the parkway curb, gutter and
median curb, irrigation, planting/landscaping, and full width overlay with rubberized asphalt.
Additionally, the Project will include roadway striping, traffic loop replacement and
construction of ADA compliant ramps for existing non-compliant and missing ramps.
Page 16
Duties: Construction Management, Geotechnical Services, Labor Compliance, completed
December 2018.
Grand Avenue Rehabilitation Project — Phases I, II, III: City of Diamond Bar
Description: A major pavement improvement project with Asphalt concrete grinding and
overlay and deep cuts. Traffic safety enhancements such as installation and modifications of
street lights, traffic signal modifications, signal timing synchronization, striping, drainage
improvements, and streetscape improvements. The center median modifications included
reconstruction of curbs, replacement of existing irrigation system, landscape, hardscape,
planting, and concrete improvements. The project also included architectural treatment and
aesthetic enhancements.
Duties: Construction Management, completed
Ageiiev
Contact Name
Telephone Ntiniber/
E -Mail Address
City of Chino
Maria Fraser, P.E.
909.334.3310
CIP Engineering Manager
mfraser@cityofchino.org
David Liu, P.E.
909.839.7041
City of Diamond Bar
Director of Public Works/
dliu@diamondbarca.gov
City Engineer
City of El Monte
Lee Torres, P.E.
626.586.5339
City Engineer
ltorres@elmonteca.gov
City of La Mirada
Eric Villagracia
562.902.2373
Project Manager
evillagracia@cityoflamirada.org
City of Lomita
Carla Dillon
310.328.7110 x124
Public Works Director
c.dillon@lomitacity.com
Proposed Fee: Based on review of the City's RFP and DVD's instructions (45 working days
construction), our revised fee is estimated to be $45,660, which is less than 8% of this $580,000
construction contract. Please note that this proposal does not include any material testing
services.
*Estimated 10 homy of CM work per week. **As -Needed Inspection is estimated 2 days (8 hours per day) or 16 hours per
week for a forty-five (45) working days contract (9 weeks).
Page 17
Again, thank you for providing LAE with an avenue to be of service. Please feel free to contact
me with any inquiries regarding this proposal at 714-993-2840 or FredA@LAEassociates.com.
Sincerely,
�SVaAtZL
Fred Alamolhoda, P.E.
President
Page 18
IL04
CONSULTANTS, INC.
C I V I L E N G I N E E R S
October 20, 2021
Jamie Graham
David Volz Design
151 Kalmus Drive, Suite M8
Costa Mesa, CA 92626
SUBJECT: Dog Park at Garvey Park, Rosemead
Design Engineering, Construction Management and Inspection Services
Dear Jamie:
DMS Consultants, Inc. is pleased to present this proposal to perform civil engineering design services for the subject
project.
The scope of work and corresponding fees is listed on the attached Exhibit A. Our lump sum fee for providing these
services is $13,000.00.
Any changes or revisions to any of the work performed or any additional work beyond the scope of tasks defined will
be billed in accordance with the attached Schedule of Hourly Rates.
We appreciate the opportunity to`provide this proposal, if this submittal meets your approval please sign in the space
provided below and return one copy to our office,
If you have any questions or concerns regarding this proposal, please contact the undersigned.
Sincerely,
DMS C nsuIt Inc.
V
Surender Dewan, P.E.
President
Approved by:
David Volz
David Volz Design.
Date:
Dog ParkG arveyPark RM. PRO
Enclosures: ExhibitA
12371 Lewis Street, Suite 203, Garden Grove, CA 92840 1714.740.8840 1 fax: 714.740.8842
rp- 1A, -, 7
m k� tv*�l
CONSULTANTS, INC.
C I V I L E N G I N E E R S
EXHIBIT A
Dog Park at Garvey Park, Rosemead
October 20, 2021
CIVIL ENGINEERING SERVICES
1 Perform supplemental topographic survey:
$1,760.00
2 Prepare base sheets at 1" =10' scale per Architect's site plan:
$840.00
3 Concept phase:
$4,800.00
• Preliminary grading plan
• Preliminary erosion control plan
• Preliminary demolition plan
• Preliminary estimate of probable costs
4 Construction design phase:
$5,200.00
• Precise grading plan
• Erosion control plan
• Demolition plan
• Project specifications and cost estimate
5 Reproductions:
$400.00
TOTAL FEE
$13,000.00
SCHEDULE OF HOURLY RATES
ProjectManager..........................................................................................................
$160.00
ProjectEngineer..........................................................................................................
$125.00
DesignEngineer..........................................................................................................
$105.00
SurveyManager..........................................................................................................
$115.00
Two -Man Survey Crew................................................................................................
$220.00
Three -Man Survey Crew.............................................................................................
$310.00
WordProcessor.............................................................................................................
$55.00
12371 Lewis Street, Suite 203, Garden Grove, CA 92840 1 714.740.8840 1 fax: 714.740.8842
Attachment B
Dog Park at Garvey Park RFP Package
CITY OF ROSEMEAD
REQUEST FOR PROPOSALS
FOR
DESIGN ENGINEERING SERVICES TO PREPARE PS&E AND
CONSTRUCTION MANAGEMENT & INSPECTION SERVICES FOR DOG PARK AT
GARVEY PARK
RFP NO. 2021-09
SUBMITTALS:
Three (3) bound copies and one (1) electronic PDF file on flash drive or CD of the proposal in
sealed envelope(s) must be received by the City�of Rosemead's City Clerk's Office by:
no later than Wednesday, October 20, 2021 at 3:00 p.m.
CONTACT PERSON:
Tom Boecking, Director of Parks and Recreation
City of Rosemead
8838 E. Valley Boulevard
Rosemead, California 91770
(626) 569-2160
TBoecking@cityofrosemead.org
PROPOSALS RECEIVED AFTER THE TIME AND DATE STATED ABOVE SHALL NOT BE
CONSIDERED. FACSIMILE AND E-MAIL PROPOSAL WILL NOT BE ACCEPTED.
Please direct any questions or concerns regarding this RFP to Tom Boecking, Director of Parks
and Recreation via email: TBoeckinga-cityofrosemead.org no later than 10 days prior to the
RFP due date. Answers to submitted questions will be posted on the City's website.
This RFP is posted on the City's website.
Please review the requirements of the RFP and submit your proposal by the date specified.
Issued by:
Tom Boecking, Director of Parks and Recreation
City of Rosemead
Page 1
CITY OF ROSEMEAD
REQUEST FOR PROPOSALS
FOR
DESIGN ENGINEERING SERVICES TO PREPARE PS&E AND
CONSTRUCTION MANAGEMENT & INSPECTION SERVICES FOR DOG PARK AT
GARVEY PARK
RFP NO. 2021-09
A. INTRODUCTION/OBJECTIVE
The purpose of this Request of Proposals (RFP) is to select the most -qualified
Consultant to provide Design Engineering Services to Prepare PS&E (Plans,
Specifications and Estimates) and Construction Management & Inspection Services
For Dog Park at Garvey Park Project, RFP No. 2021-09. The City wishes to obtain
these services under a Professional Services Agreement.
B. BACKGROUND ABOUT THE CITY
The City of Rosemead is an urban suburb located in the San Gabriel Valley, 10 miles
east of downtown Los Angeles. It is bounded on the north by the cities of Temple City
and San Gabriel, on the west by Monterey Park, Alhambra, and the unincorporated
Los Angeles County community of South San Gabriel, on the south by Montebello,
plus by EI Monte and South EI Monte on the east. The City is 5.5 square miles (2,344 -
acres) in size.
Rosemead is a working-class suburb with a diverse population base. According to the
2010 Census, the City had a population of 53,764. The estimated makeup of the City
was 4.7% White, 0.3% African American, 60.3% Asian, 33% Hispanic/Latino (of any
race), and 0.7% Non -Hispanic Other. As a substantially built -out city, Rosemead only
added 259 residents to its population during the last decade (2000-2010).
Rosemead's appeal as a new kind of small town in the heart of an urban environment
is accomplished by honoring tradition, uniting in diversity, and evolving for the future.
This is evident in Rosemead's Key Organizational Goals which aim to: improve public
areas including infrastructure and community facilities; enhance public safety and the
overall community environment and opportunities for residents through programs,
services, education, and recreation; and ensure the City's financial stability in order to
continually meet these goals and provide basic services to the community.
Today, the city boasts that its goals include the improvement of quality of life offered
in Rosemead in a business -friendly atmosphere conducive to continued economic
growth and prosperity. The city offers a desirable and affordable community in which
Page 2
to live and a dynamic and expanding business sector that is an economic growth
engine for West Coast commerce.
C. DESCRIPTION OF PROJECT AND SERVICES
The purpose of this Request of Proposals (RFP) is to select the most -qualified
Consultant to provide Design Engineering Services to Prepare PS&E (Plans,
Specifications and Estimates) and Construction Management & Inspection Services
For Dog Park at Garvey Park Project, RFP No. 2021-09.
The project involves construction of a new dog park at Garvey Park located at 7933
Emerson Place, Rosemead. Project includes construction of concrete hardscape,
decomposed granite, installation of new fencing, site furnishings including table,
bench, drinking fountain, dog play equipment, shade structures, new irrigation, trees
(24" box and 36" box), new planning, turf, and related work. The site is approximately
0.5 acres. See Attachment B — Project Concept Plans showing conceptual
improvements, which will be used as basis for design.
The project will be funded through a combination of Land and Water Conservation
Funds and local funds. Total project budget is approx. $580,000.
The following scope of services is provided as a general guidance.
The proposers shall provide a detailed scope of services to provide all necessary
services to complete the project in compliance with applicable, standards and
requirements and provide the City a complete plan, specifications and estimates ready
for bidding, provide necessary support services during bidding and provide
construction management and inspection services during construction phases.
Phase 1. PS&E Phase Services:
■ Assemble Existing Data: Assemble and review available information pertaining
to the project, including existing survey data, as -built improvement plans, City map,
aerial photographs, utility information, and other available record data.
Field Surveys: Field reviews will be performed to identify and/or verify existing
conditions such as existing traffic control devices, deficient pavement within the
area of proposed loops, potential utility conflicts, etc.
Utility Coordination/Notices: Coordinate with the utility companies in order to
identify all existing underground and overhead utility lines which may interfere with
the installation of proposed improvements. Consultant shall be responsible to send
out preliminary utility notices to all utility companies, obtaining utility maps and
plans, showing all utilities on the plans and sending final utility notices when the
plan are approved.
Page 3
■ PS&E (plans, specifications, estimates): Prepare complete Plans,
Specifications and Estimates (PS&E). Submittals include 30%, 60%, 90% and
100% submittals.
Design phase shall be completed within 3 months of issuance of City's NTP.
Final Product: PS&E Bid Package ready for bidding, including one wet signed
plan set, two hard copies, AutoCAD file of plans, Ms Word file of Specifications,
Excel file of Estimates, pdf file of all other documents.
Phase 2. Bidding Phase Services:
The Consultant shall provide necessary support services, including but not limited
to:
Attending pre-bid meeting (1 assumed).
Responding to bidder's questions.
• Review bid costs/schedule of values of 3 low bidders, and inform City if
the costs are in line with estimates.
Phase 3. Construction Management and Inspection Services:
For all projects, regardless of funding source, the City follows the requirements of
Caltrans Local Assistance Procedures Manual. Therefore, the construction of the
project shall be managed and administered in compliance with Caltrans Local
Assistance Procedures Manual.
Selected consultant shall provide all necessary project personnel, necessary to
manage all aspects of this project effectively and efficiently with minimal support from
City Staff.
Following are anticipated project tasks to be performed by the selected consultant.
Consultants shall provide any additional information to demonstrate their
understanding of the scope and experience in similar types of projects and services.
• Deliver services in accordance with the Project plans, specifications, and
estimates (PS&E).
• Manage and coordinate all aspects of the Project inclusive of services identified
in the RFP.
• Conduct a pre -construction meeting and bi-weekly construction meetings with the
contractor, City, and other involved parties. Prepare and distribute meeting
agendas and minutes.
Page 4
• Coordinate with City staff, contractor when applicable, agencies, and Project
stakeholders.
• Prepare weekly statement of working days.
• Participate in field meetings and document issues, findings, direction, changes,
etc., and develop solutions.
• Provide supervision, scheduling and problem resolution for the contractor.
• Maintain Engineer's and Inspector's Daily Reports, and recording work in
progress, which may include the hours worked by men and equipment.
• Contract Time Monitoring shall include review working days, contract time
requirements, and documentation of time extensions. Maintain a written record
of project progress, which shall indicate factors which may affect the work, such
as, weather conditions, utility delays, strikes or labor disputes, and material
shortages. Based on these factors a record of working days will be maintained,
including:
o Weekly Statement of Working Days
o Where work is being paid for based on the cost of labor, equipment, and
material
o When there is an anticipated change in character of work
o When there is a potentially significant overrun or underrun, or
o When there is disputed work or a potential claim
• When the report is used to determine compliance with labor provisions of the
contract, the following additional information may be included:
o The names or identification numbers of the contractor's personnel
o The respective classifications of the work being performed
o The number of hours worked on the date covered by the report
o Reporting for labor compliance will be done on a random spot-check basis
only. One report per week on the project will be used as an initial guide. The
frequency may be reduced after a high degree of compliance has been
verified.
• Maintain Project Files, which shall contain all data pertinent to the work and to
the requirements of the specifications. In general, project files will support
adequacy of file control, conformance to contract specifications, and contract
payments to the contractor.
• Monitor the contractor to ensure as -built drawings and specifications are properly
maintained. The CM shall coordinate with the Contractor so that the as -built
documents are properly prepared and maintained throughout the Project and
submitted at the end of the Project to the City Engineer.
• Conduct labor field interviews.
• Establish project filing system, and maintain projects files and records.
Page 5
• Manage and process change orders and pay requests. Maintain an accounting
of construction costs to complete the Project, including approved change orders.
Review payment requests, make payment recommendations, and prepare
progress payments. in City's standard format.
• Manage, respond, approve/disapprove and process RFls and submittals.
• Conduct construction meetings.
• Conduct project progress meetings with City and present project progress,
budget, issues, resolutions.
• Provide inspection and enforcement of NPDES, and SWPPP (Site is less than 1
acre, a SWPPP may not be needed, however BMPs should be properly
maintained).
• Respond to inquiries and provide responses to public, City and other parties.
Maintain a log of any communications with Public and provide the information to
City.
• Conduct project walk-through(s) and prepare punch list(s).
D. PROPOSAL SUBMISSION
Proposals shall be submitted in 2 separate sealed envelopes as follows:
1. Technical Proposal, 3 bound copies and 1 PDF file on thumb drive
2. Fee Schedule, 1 bound copy and 1 PDF file on thumb drive
Proposal submitted due date is:
Wednesday, October 20, 2021, at 3:00 p.m.
Proposals shall be addressed to:
City of Rosemead -City Hall
City Clerk's Office
8838 E. Valley Blvd.
Rosemead, CA 91770
Attn : Ericka Hernandez, City Clerk
Late Proposals will not be accepted.
E. CONSULTANT SELECTION SCHEDULE
■ Selection of Proposer (Tentative Date): November 2021
■ Consultant Start (Tentative Date): December 2021
Page 6
F. STANDARD CITY CONTRACT AND INSURANCE REQUIREMENTS
City's Standard Professional Services Agreement is provided as Attachment. Please
review and provide any comments you have. City does not guarantee that any
revisions to contract will be accepted.
G. CONSULTANT SELECTION METHODOLOGY
The City will evaluate the Proposals submitted, and select the most qualified
consultant. In evaluating the Proposals, the City may consider the following factors:
■ Completeness of the RFP and compliance with the required format.
■ Project understanding and approach to provide the requested services
efficiently.
■ Experience and qualifications of the project team members.
■ Experience and qualifications of the firm.
■ Experience in local area and project requirements and process.
■ Experience in working as an extension of City staff and providing services in
similar capacities with minimal direction from City staff.
During the evaluation process, the City may also contact listed references (or request
additional references), and include the feedback received in the evaluation factors
listed above as applicable.
H. PROPOSAL SUBMITTAL FORMAT
Proposal shall be submitted in the format specified below:
Cover Letter: Provide an executive summary of your proposal.
Table of Contents: Provide contents of proposal with page number references
foreach proposal section listed below.
Section 1. Approach, and Scope of Work: Provide your understanding of the
project, scope of work, and describe your approach in providing services.
Section 2. Project Team, Key Personnel and Resumes: Provide an organization
chart showing the names and responsibilities of key personnel and subconsultants.
Provide resumes of all key personnel identified in the organization chart.
Section 3. Company Qualifications: Provide qualifications of your, emphasize
similar services provided, and local experience.
Section 4. References: Provide 5 Public Agency references for similar projects.
Page 7
Section 5. Standard City Contract and Insurance Requirements: Proposers shall
review the attached Standard City Contract and Insurance Requirements and provide
a statement that they will comply with all aspects of the Agreement or provide any
comments that they would like the City to consider.
Section 6. Addenda Acknowledgement: If any Addenda is issued by the City, they
shall be acknowledged in this section.
Fee Proposal
In a separate sealed envelope, please submit a not to exceed fee proposal listing a
detailed cost for each task and sub -task; including work classification, rate, and
estimated hours for each subtask of work. The general Scope of Services outlined
herein is only provided as a guide in this Request for Proposals. Consultants shall
provide a detailed Scope of Services in their submitted Work Proposal as necessary
to reflect the method and procedure in which they intend to provide the required
professional services, consistent with the general Scope of Services.
Provide your firm's current Hourly Fee Rates for staff classifications who might work
on this project.
I. PROTEST PROCEDURES
This section sets forth the protest remedies available with respect to the RFP. Each
prospective consultant, by submitting its Proposal, expressly recognizes the limitation
on its rights to protest contained herein, and expressly waives all other rights and
remedies. Each prospective consultant agrees that the decision on any protest, as
provided herein, will be final and binding on the protestant.
All protests and related statements described in this section shall be submitted to:
City of Rosemead -City Hall
8838 E. Valley Blvd.
Rosemead, CA 91770
Attn: Ericka Hernandez, City Clerk
J. DEBRIEFING
Proposers who submit a proposal in response to the RFP shall be notified in writing
when the proposer was not selected to receive further consideration.
Page 8
K. PUBLIC RECORDS ACT
Proposals may be subject to public disclosure under the California Public Records Act
and other public records laws, and by submitting a proposal, the proposer waives all
rights to confidentiality of any information submitted in the proposal and agrees to any
and all such disclosures required or permitted by law. Proposals become the property
of the City when submitted and by submitting a proposal, the proposer agrees that the
City may use any information, documentation or writing contained in the proposal for
any the City purpose.
L. PRE -CONTRACTUAL EXPENSES RESPONDING TO THE RFP PREPARATION
The City is not liable for any pre -contractual expenses incurred by any proposer or by
any selected consultant. Each proposer shall protect, defend, indemnify, and hold
harmless the City from any and all liability, claims, or expenses whosever incurred by,
or on behalf of, the entity participating in the preparation of its response to this RFP.
Pre -contractual expenses are defined as expenses incurred by proposers and the
selected consultant, if any, in:
■ Preparing and submitting information in response to this RFP
■ Negotiations with the City on any matter related to this procurement
■ Costs associated with interviews, meetings, travel or presentations
■ All other expenses incurred by a proposer/consultant prior to the date of award
and a formal notice to proceed.
The City reserves the right to amend, withdraw and cancel the RFP. The City reserves
the right to reject all responses to this request at any time prior to contract execution,
or only award a partial
M. QUESTIONS REGARDING THIS RFP
Please direct any questions or concerns regarding this RFP to Tom Boecking, Director
of Parks and Recreation via email: TBoecking(a�cityofrosemead.org no later than 10
days prior to the RFP due date. Answers to submitted questions will be posted on the
Cities' website.
ATTACHMENTS:
Attachment A - Standard City Contract and Insurance Requirements
Attachment B - Project Concept Plans
Page 9
Attachment A - Standard City Contract and Insurance Requirements
Attachment A
Attachment B — Project Concept Plans
Attachment B
O
u ~
$ V 3 U V IVIJU3WWOJ
Attachment B
W
u ~
$ V 3 U V IVIJU3WWOJ
Attachment B
Attachment C
Professional Services Agreement with
David Volz Design
PROFESSIONAL SERVICES AGREEMENT
(DAVID VOLZ DESIGN)
1. PARTIES AND DATE.
This Agreement is made and entered into this Day of , 20
(Effective Date) by and between the City of Rosemead, a municipal organization
organized under the laws of the State of California with its principal place of business at
8838 E. Valley Blvd., Rosemead, California 91770 ("City") and David Volz Design with its
principal place of business at 151 Kalrnus Drive, Suite M8, Costa Mesa, CA 92626
("Consultant"). City and Consultant are sometimes _individually referred to herein as
"Party" and collectively as "Parties."
2. RECITALS.
2.1 Consultant:
Consultant desires to perform and assume responsibility for the provision of certain
professional services required by the City on the terms and conditions set forth in this
Agreement. Consultant represents that it is experienced in providing Design Engineering,
Construction Management and Inspection Services to public clients, is licenced in the
State of California and is familiar with the plans of City.
2.2 Project.
City desires to engage Consultant to render Design Engineering, Construction
Management and Inspection Services for Dog Park at Garvey Park Project ("Services")
as set forth in this Agreement.
3. TERMS.
3.1 Scope of Services and Term.
3.1.1 General Scope of Services. Consultant promises and agrees to
furnish to the City all labor, materials, tools, equipment, services, and incidental and
customary work necessary to fully and adequately supply the professional compliance
DAVID VOLZ DESIGN
Page 2 of 11
and support services necessary for the Project, herein referred to as "Services". The
Services are more particularly described in Exhibit "A" attached hereto and incorporated
herein by reference. All Services shall be subject to, and performed in accordance with,
this Agreement, the exhibits attached hereto and incorporated herein by reference, and
all applicable local, state and federal laws, rules and regulations.
3.1.2 Term. The term of this Agreement shall be for a period of 12 months
that begins on December 14, 2021, through December 14, 2022, with an option to extend
(1) 6 month term, at the sole and absolute discretion of the City, unless earlier terminated
as provided herein. Consultant shall complete the Services within the term of the
Agreement, and shall meet any other established shcedules and deadlines.
3.2 Responsibilities of Consultant.
3.2.1 Control and Payment of Subordinates; Independent Contractor. The
Services shall be performed by Consultant or under its supervision. Consultant will
determine the means, methods and details of performing the Services subject to the
requirements of this Agreement. City retains Consultant on an independent contractor
basis and not as an employee. Consultant retains the right to perform similar or different
services for others during the term of this Agreement. Any additional personnel
performing the Services under this Agreement on behalf of Consultant shall also not be
employees of City and shall at all times be under Consultant's exclusive direction and
control. Consultant shall pay all wages, salaries, and other amounts due such personnel
in connection with their performance of Services under this Agreement and as required
by law. Consultant shall be responsible for all reports and obligations respecting such
additional personnel, including, but not limited to: social security taxes, income tax
withholding, unemployment insurance, disability insurance, and workers' compensation
insurance.
3.2.2 Schedule of Services. Consultant shall perform the Services
expeditiously, within the term of this Agreement. Consultant represents that it has the
professional and technical personnel required to perform the Services in conformance
with such conditions. In order to facilitate Consultant's conformance with the Schedule,
City shall respond to Consultant's submittals in a timely manner. Upon request of City,
Consultant shall provide a more detailed schedule of anticipated performance to meet the
Schedule of Services.
3.2.3 Conformance to Applicable Requirements. All work prepared by
Consultant shall be subject to the approval of City.
3.2.4 Substitution of Key Personnel. Consultant has represented to City
that certain key personnel will perform and coordinate the Services under this Agreement.
Should one or more of such personnel become unavailable, Consultant may substitute
other personnel of at least equal competence upon written approval of City. In the event
that City and Consultant cannot agree as to the substitution of key personnel, City shall
be entitled to terminate this Agreement for cause. As discussed below, any personnel
DAVID VOLZ DESIGN
Page 3 of 11
who fail or refuse to perform the Services in a manner acceptable to the City, or who are
determined by the City to be uncooperative, incompetent, a threat to the adequate or
timely completion of the Project or a threat to the safety of persons or property, shall be
promptly removed from the Project by the Consultant at the request of the City.
3.2.5 City's Representative. The City hereby designates The City
Manager, or his or her designee, to act as its representative for the performance of this
Agreement ("City's Representative"). City's Representative shall have the power to act
on behalf of the City for all purposes under this Agreement. Consultant shall not accept
direction or orders from any person other than the City's Representative or his or her
designee.
3.2.6 Consultant's Representative. Consultant will designate David J. Volz
to act as its representative for the performance of this Agreement ("Consultant's
Representative"). Consultant's Representative shall have full authority to represent and
act on behalf of the Consultant for all purposes under this, Agreement. The Consultant's
Representative shall supervise and direct the Services, using his/her best skill and
attention, and shall be responsible for all means, methods, techniques, sequences and
procedures and for the satisfactory coordination of all portions of the Services under this
Agreement.
3.2.7 Coordination of Services: Consultant agrees to work closely with
City staff in the performance of Services and shall be available to City's staff, consultants
and other staff at all reasonable times.
3.2.8 Standard of Care; Performance of Employees: Consultant shall
perform all Services under this Agreement in a skillful and competent manner, consistent
with the standards generally recognized as being employed by professionals in the same
discipline in the State of California. Consultant represents and maintains that it is skilled
in the professional calling necessary to perform the Services. Consultant warrants that
all employees and subcontractors shall have sufficient skill and experience to perform the
Services assigned to them. Finally, Consultant represents that it, its employees and
subcontractors have all licenses, permits, qualifications and approvals of whatever nature
that are legally required to perform the Services, including a City Business License, and
that such licenses and approvals shall be maintained throughout the term of this
Agreement. As provided for in the indemnification provisions of this Agreement,
Consultant shall perform, at its own cost and expense and without reimbursement from
the City, any services necessary to correct errors or omissions which are caused by the
Consultant's failure to comply with the standard of care provided for herein.
3.2.9 Laws and Regulations. Consultant shall keep itself fully informed of
and in compliance with all local, state and federal laws, rules and regulations in any
manner affecting the performance of the Project or the Services, including all Cal/OSHA
requirements, and shall give all notices required by law. Consultant shall be liable for all
violations of such laws and regulations in connection with Services. If the Consultant
performs any work knowing it to be contrary to such laws, rules and regulations and
DAVID VOLZ DESIGN
Page 4 of 11
without giving written notice to the City, Consultant shall be solely responsible for all costs
arising therefrom. Consultant shall defend, indemnify and hold City, its officials, directors,
officers, employees and agents free and harmless, pursuant to the indemnification
provisions of this Agreement, from any claim or liability arising out of any failure or alleged
failure to comply with such laws, rules or regulations.
3.2.10 Insurance: Consultant shall maintain prior to the beginning
of and for the duration of this Agreement insurance coverage as specified in Exhibit B
attached to and part of this agreement.
3.2.11 Safety: Contractor shall execute and maintain its work so as
to avoid injury or damage to any person or property. In carrying out its Services, the
Consultant shall at all times be in compliance with all applicable local, state and federal
laws, rules and regulations, and shall exercise all necessary precautions for the safety of
employees appropriate to the nature of the work and the conditions under which the work
is to be performed. Safety precautions as applicable shall include, but shall not be limited
to: (A) adequate life protection and life saving equipment and procedures; (B) instructions
in accident prevention for all employees and subcontractors, such as safe walkways,
scaffolds, fall protection ladders, bridges, gang planks, confined space procedures,
trenching and shoring, equipment and other safety devices, equipment and wearing
apparel as are necessary or lawfully required to prevent accidents or injuries; and (C)
adequate facilities for the proper inspection and maintenance of all safety measures.
3.3 Fees and Payments.
3.3.1 Compensation. Consultant shall receive compensation, including
authorized reimbursements, for all Services rendered under this Agreement and shall not
exceed One Hundred Seven Thousand Nine Hundred Ninety Two Dollars ($107,992.00).
Extra Work may be authorized in writing, as described below, and will be compensated
at the rates and manner set forth in this Agreement.
3.3.2 Payment of Compensation. Consultant shall submit to City a monthly
itemized statement which indicates work completed and Services rendered by
Consultant'.- The statement shall describe the amount of Services and supplies provided
since the initial commencement date, or since the start of the subsequent billing periods,
as appropriate, through the date of the statement. City shall, within 45 days of receiving
such statement, review the statement and pay all approved charges thereon.
3.3.3 Reimbursement for Expenses: Consultant shall not be reimbursed
for any expenses unless authorized in writing by City.
3.3.4 Extra Work: At any time during the term of this Agreement, City may
request that Consultant perform Extra Work. As used herein, "Extra Work" means any
work which is determined by City to be necessary for the proper completion of the Project,
but which the parties did not reasonably anticipate would be necessary at the execution
of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work
DAVID VOLZ DESIGN
Page 5 of 11
without written authorization from City's Representative.
3.3.5 Prevailing Wages: Consultant is aware of the requirements of
California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code
of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the
payment of prevailing wage rates and the performance of other requirements on "public
works" and "maintenance" project, as defined by the Prevailing Wage Laws, and if the
total compensation is $1,000 or more, Consultant agrees to fully comply with such
Prevailing Wage Laws. City shall provide Consultant with a copy of the prevailing rates
of per diem wages in effect at the commencement of this Agreement. Consultant shall
make copies of the prevailing rates of per diem wages for each craft; classification or type
of worker needed to execute the Services available to interested parties upon request,
and shall post copies at the Consultant's principal place of business and at the project
site. Consultant shall defend, indemnify and hold the City, its elected officials, officers,
employees and agents free and harmless from any claim or liability arising out of any
failure or alleged failure to comply with the Prevailing Wage Laws.
3.4 Accounting Records.
3.4.1 Maintenance and Inspection: Consultant shall maintain complete
and accurate records with respect to all costs and expenses incurred under this
Agreement. All such records shall be clearly identifiable. Consultant shall allow a
representative of City during normal business hours to examine, audit, and make
transcripts or copies of such records and any other documents created pursuant to this
Agreement. Consultant shall allow inspection of all work, data, documents, proceedings,
and activities related to the Agreement for a period of three (3) years from the date of final
payment under this Agreement.
3.5 General Provisions.
3.5.1 Termination of Agreement.
3.5.1.1 Grounds for Termination: City may, by written notice
to Consultant, terminate the whole or any part of this Agreement at any time and without
cause by giving written notice to Consultant of such termination, and specifying the
effective date thereof, at least seven (7) days before the effective date of such termination.
Upon termination, Consultant shall be compensated only for those services which have
been adequately rendered to City, and Consultant shall be entitled to no further
compensation. Consultant may not terminate this Agreement except for cause.
3.5.1.2 Effect of Termination: If this Agreement is terminated
as provided herein, City may require Consultant to provide all finished or unfinished
Documents/ Data and other information of any kind prepared by Consultant in connection
with the performance of Services under this Agreement. Consultant shall be required to
provide such document and other information within fifteen (15) days of the request.
DAVID VOLZ DESIGN
Page 6 of 11
3.5.1.3 Additional Services: In the event this Agreement is
terminated in whole or in part as provided herein, City may procure, upon such terms and
in such manner as it may determine appropriate, services similar to those terminated.
3.5.2 Delivery of Notices. All notices permitted or required under this
Agreement shall be given to the respective parties at the following address, or at such
other address as the respective parties may provide in writing for this purpose:
CONSULTANT:
David Volz Design
151 Kalmus Drive, Suite M8
Costa Mesa, CA 92626
Attn: David J. Volz
Tel: (714) 251-1128
CITY:
City of Rosemead
8838 E. Valley Boulevard
Rosemead, CA 91770
Attn: City Manager
Tel: (626) 569-2105
Such notice shall be deemed made when personally delivered or when mailed,
forty-eight (48) hours after deposit in the U.S._ Mail, first class postage prepaid and
addressed to the party at its applicable address. Actual notice shall be deemed adequate
notice on the date actual notice occurred, regardless of the method of service.
3.5.3 Ownership of Materials and Confidentiality.
3.5.3.1 Documents & Data; Licensing of Intellectual Property:
This Agreement creates a non-exclusive and perpetual license for City to copy, use,
modify, reuse, or sublicense any and all copyrights, designs, and other intellectual
property embodied in plans, specifications, studies, drawings, estimates, and other
documents or works of authorship fixed in any tangible medium of expression, including
but not limited to, physical drawings or data magnetically or otherwise recorded on
computer diskettes, which are prepared or caused to be prepared by Consultant under
this Agreement ("Documents & Data"). Consultant shall require all subcontractors to
agree in writing that City is granted a non-exclusive and perpetual license for any
Documents & Data the subcontractor prepares under this Agreement. Consultant
represents and warrants that Consultant has the legal right to license any and all
Documents & Data. Consultant makes no such representation and warranty in regard to
Documents & Data which were prepared by design professionals other than Consultant
or provided to Consultant by the City. City shall not be limited in any way in its use of the
DAVID VOLZ DESIGN
Page 7 of 11
Documents and Data at any time, provided that any such use not within the purposes
intended by this Agreement shall be at City's sole risk.
3.5.3.2 Confidentiality. All ideas, memoranda, specifications,
plans, procedures, drawings, descriptions, computer program data, input record data,
written information, and other Documents and Data either created by or provided to
Consultant in connection with the performance of this Agreement shall be held
confidential by Consultant. Such materials shall not, without the prior written consent of
City, be used by Consultant for any purposes other than the performance of the Services.
Nor shall such materials be disclosed to any person or entity not connected with the
performance of the Services or the Project. Nothing furnished to Consultant which is
otherwise known to Consultant or is generally known, or has become known, to the
related industry shall be deemed confidential. Consultant shall not use City's name or
insignia, photographs of the Project, or any publicity pertaining to the Services or the
Project in any magazine, trade paper, newspaper, television or radio production or other
similar medium without the prior written consent of City.
3.5.4 Cooperation; Further Acts: The Parties shall fully cooperate with one
another, and shall take any additional acts or sign any additional documents as may be
necessary, appropriate or convenient to attain the purposes of this Agreement.
3.5.5 Attorney's Fees: If either party commences an action against the
other party, either legal, administrative or otherwise, arising out of or in connection with
this Agreement, the prevailing party in such litigation shall be entitled to have and recover
from the losing party reasonable attorney's fees and all costs of such action.
3.5.6 Indemnification: To the fullest extent permitted by law; Consultant
shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and
agents free and harmless from any and all claims, demands, causes of action, costs,
expenses, liability, loss, damage or injury, in law or equity, to property or persons,
including wrongful death, in any manner arising out of or incident to any alleged acts,
omissions or willful misconduct of Consultant, its officials, officers, employees, agents,
consultants and contractors arising out of or in connection with the performance of the
Services, the Project or this Agreement, including without limitation the payment of all
consequential damages and attorneys fees and other related costs and expenses.
Consultant shall defend, at Consultant's own cost, expense and risk, any and all such
aforesaid suits, actions or other legal proceedings of every kind that may be brought or
instituted against City, its directors, officials, officers, employees, agents or volunteers.
Consultant shall pay and satisfy any judgment, award or decree that may be rendered
against City or its directors, officials, officers, employees, agents or volunteers, in any
such suit, action or other legal proceeding. Consultant shall reimburse City and its
directors, officials, officers, employees, agents and/or volunteers, for any and all legal
expenses and costs incurred by each of them in connection therewith or in enforcing the
indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to
insurance proceeds, if any, received by the City, its directors, officials officers, employees,
agents or volunteers.
DAVID VOLZ DESIGN
Page 8 of 11
3.5.7 Entire Agreement: This Agreement contains the entire Agreement
of the parties with respect to the subject matter hereof, and supersedes all prior
negotiations, understandings or agreements. This Agreement may only be modified by
a writing signed by both parties.
3.5.8 Governing Law: This Agreement shall be governed by the laws of
the State of California. Venue shall be in Los Angeles County.
3.5.9 Time of Essence: Time is of the essence for each and every
provision of this Agreement.
3.5.10 City's Right to Employ Other Consultants: City reserves right to
employ other consultants in connection with this Project.
3.5.11 Successors and Assigns: This Agreement shall be binding on the
successors and assigns of the parties.
3.5.12 Assignment or Transfer: Consultant shall not assign, hypothecate,
or transfer, either directly or by operation of law, this Agreement or any interest herein
without the prior written consent of the City. Any attempt to do so shall be null and void,
and any assignees, hypothecates or transferees shall acquire no right or interest by
reason of such attempted 'assignment, hypothecation or transfer.
3.5.13 Construction; References, Captions: Since the Parties or their
agents have participated fully in the preparation of this Agreement, the language of this
Agreement shall be construed simply, according to its fair meaning, and not strictly for or
against any Party. Any term referencingtime, days or period for performance shall be
deemed. calendar days' and not work days. All references to Consultant include all
personnel, employees, agents, and subcontractors of Consultant, except as otherwise
specified in this Agreement All references to City include its elected officials, officers,
employees, agents, and volunteers except as otherwise specified in this Agreement. The
captions of the various articles and paragraphs are for convenience and ease of reference
only, and do not define, limit, augment, or describe the scope, content, or intent of this
Agreement.
3.5.14 Amendment; Modification: No supplement, modification, or
amendment of this Agreement shall be binding unless executed in writing and signed by
both Parties.
3.5.15 Waiver: No waiver of any default shall constitute a waiver of any
other default or breach, whether of the same or other covenant or condition. No waiver,
benefit, privilege, or service voluntarily given or performed by a Party shall give the other
Party any contractual rights by custom, estoppel, or otherwise.
DAVID VOLZ DESIGN
Page 9 of 11
3.5.16 No Third Party Beneficiaries: There are no intended third party
beneficiaries of any right or obligation assumed by the Parties.
3.5.17 Invalidity; Severability: If any portion of this Agreement is declared
invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the
remaining provisions shall continue in full force and effect.
3.5.18 Prohibited Interests: Consultant maintains and warrants that it has
not employed nor retained any company or person, other than a bona fide employee
working solely for Consultant, to solicit or secure this Agreement. Further, Consultant
warrants that it has not paid nor has it agreed to pay any company or person, other than
a bona fide employee working solely for Consultant, any fee, commission, percentage,
brokerage fee, gift or other consideration contingent upon or resulting from the award or
making of this Agreement. Consultant further agrees to file, or shall cause its employees
or subconsultants to file, a Statement of Economic Interest with the City's Filing Officer
as required under state law in the performance of the Services. For breach or violation
of this warranty, City shall have the right to rescind this Agreement without liability. For
the term of this Agreement, no member, officer or employee of City, during the term of his
or her service with City, shall have any direct interest in this Agreement, or obtain any
present or anticipated material benefit arising therefrom.
3.5.19 Equal Opportunity Employment: Consultant represents that it is an
equal opportunity employer and it shall not discriminate against any subcontractor,
employee or applicant for.. employment because of race, religion, color, national origin,
handicap, ancestry, sex or age.. Such non-discrimination shall include, but not be limited
to, all activities related to initial employment; upgrading, demotion, transfer, recruitment
or recruitment advertising, layoff or termination. -Consultant shall also comply with all
relevant provisions of City's Minority Business Enterprise program, Affirmative Action
Plan or other related programs or guidelines currently in effect or hereinafter enacted.
3.5.20 Labor Certification: By its signature hereunder, Consultant certifies
that it is aware of the provisions of Section 3700 of the California Labor Code which
require every employer to be insured against liability for Worker's Compensation or to
undertake self-insurance in accordance with the provisions of that Code, and agrees to
comply with such provisions before commencing the performance of the Services.
3.5.21 Authority to Enter Agreement: Consultant has all requisite power and
authority to conduct its business and to execute, deliver, and perform the Agreement.
Each Party warrants that the individuals who have signed this Agreement have the legal
power, right, and authority to make this Agreement and bind each respective Party.
3.5.22 Counterparts: This Agreement may be signed in counterparts, each
of which shall constitute an original.
DAVID VOLZ DESIGN
Page 10 of 11
3.6 Subcontracting.
3.6.1 Prior Approval Required: Consultant shall not subcontract any
portion of the work required by this Agreement, except as expressly stated herein, without
prior written approval of City. Subcontracts, if any, shall contain a provision making them
subject to all provisions stipulated in this Agreement.
[Signatures on next page]
DAVID VOLZ DESIGN
Page 11 of 11
CITY OF ROSEMEAD
Gloria Molleda, City Manager Date
Attest:
DAVID VOLZ DESIGN
Name:
Title:
Ericka Hernandez, City Clerk Date
[If Corporation, TWO SIGNATURES, President
OR Vice President AND Secretary, AND
CORPORATE SEAL OF CONTRACTOR
REQUIRED]
Approved as to Form: By:
Name:
Date
Rachel Richman
City Attorney - Title:
EXHIBIT A
PROPOSAL FOR SERVICES/ RATE SCHEDULE/RESUME
A-1
EXHIBIT B
INSURANCE REQUIREMENTS
Prior to the beginning of and throughout the duration of the Work, Consultant will maintain
insurance in conformance with the requirements set forth below. Consultant will use
existing coverage to comply with these requirements. If that existing coverage does not
meet the requirements set forth here, Consultant agrees to amend, supplement or
endorse the existing coverage to do so. Consultant acknowledges that the insurance
coverage and policy limits set forth in this section constitute the minimum amount of
coverage required. Any insurance proceeds available to City in excess of the limits and
coverage required in this agreement and which is applicable to a given loss, will be
available to City.
Consultant shall provide the following types and amounts of insurance:
Commercial General Liability Insurance: Consultant shall maintain commercial general
liability insurance with coverage at least as broad as Insurance Services Office form CG
00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general
aggregate, for bodily injury, personal injury, and property damage. The policy must
include contractual liability that has not been 'amended. Any endorsement restricting
standard ISO "insured contract" language will not be accepted.
Automobile liability insurance: Consultant shall maintain automobile insurance at least as
broad as Insurance Services Office form CA0001 covering bodily injury and property
damage for all activities of the Consultant arising out of or in connection with Work to be
performed under this Agreement, including coverage for any owned, hired, non -owned or
rented vehicles, in an amount not less than '1,000,000 combined single limit for each
accident.
Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements,
shall provide coverage at least as broad as specified for the underlying coverages. Any
such coverage provided under an umbrella liability policy shall include a drop down
provision providing primary coverage above a maximum $25,000 self-insured retention
for liability not covered by primary but covered by the umbrella. Coverage shall be
provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits.
Policy shall contain a provision obligating insurer at the time insured's liability is
determined, not requiring actual payment by the insured first. There shall be no cross
liability exclusion precluding coverage for claims or suits by one insured against another.
Coverage shall be applicable to City for injury to employees of Consultant, subconsultants
or others involved in the Work. The scope of coverage provided is subject to approval of
City following receipt of proof of insurance as required herein. Limits are subject to review
but in no event less than $1 Million per occurrence.
C-1
Professional Liability or Errors and Omissions Insurance as appropriate shall be written
on a policy form coverage specifically designed to protect against acts, errors or
omissions of the consultant and "Covered Professional Services" as designated in the
policy must specifically include work performed under this agreement. The policy limit
shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on
behalf of the insured and must include a provision establishing the insurer's duty to
defend. The policy retroactive date shall be on or before the effective date of this
agreement.
Insurance procured pursuant to these requirements shall be written by insurers that are
admitted carriers in the state of California and with an A.M. Bests rating of A- or better
and a minimum financial size VII.
General conditions pertaining to provision of insurance coverage by Consultant.
Consultant and City agree to the following with respect to insurance provided by
Consultant:
1. Consultant agrees to have its insurer endorse the third party general liability
coverage required herein to include as additional insureds City, its officials,
employees and agents, using standard ISO endorsement No. CG 2010.
Consultant also agrees to require all contractors, and subcontractors to do
likewise.
2. No liability insurance coverage provided to comply with this Agreement shall
prohibit Consultant,, or Consultant's employees, or agents, from waiving the right
of subrogation prior to_a loss. Consultant agrees to waive subrogation rights
against City regardless of the applicability of any insurance proceeds, and to
require all contractors and subcontractors to do likewise.
3. All insurance coverage and ' limits provided by Contractor and available or
applicable to this agreement are intended to apply to the full extent of the policies.
Nothing contained in this Agreement or any other agreement relating to the City or
its operations limits the application of such insurance coverage.
4. None of the coverages required herein will be in compliance with these
requirements if they include any limiting endorsement of any kind that has not been
first submitted to City and approved of in writing.
5. No liability policy shall contain any provision or definition that would serve to
eliminate so-called "third party action over" claims, including any exclusion for
bodily injury to an employee of the insured or of any contractor or subcontractor.
6. All coverage types and limits required are subject to approval, modification and
additional requirements by the City, as the need arises. Consultant shall not make
any reductions in scope of coverage (e.g. elimination of contractual liability or
reduction of discovery period) that may affect City's protection without City's prior
written consent.
C-2
7. Proof of compliance with these insurance requirements, consisting of certificates
of insurance evidencing all of the coverages required and an additional insured
endorsement to Consultant's general liability policy, shall be delivered to City at or
prior to the execution of this Agreement. In the event such proof of any insurance
is not delivered as required, or in the event such insurance is canceled at any time
and no replacement coverage is provided, City has the right, but not the duty, to
obtain any insurance it deems necessary to protect its interests under this or any
other agreement and to pay the premium. Any premium so paid by City shall be
charged to and promptly paid by Consultant or deducted from sums due
Consultant, at City option.
8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any
cancellation of coverage. Consultant agrees to require its _insurer to modify such
certificates 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
certificate.
9. It is acknowledged by the parties of this agreement that all insurance coverage
required to be provided by Consultant or any subcontractor, is intended to apply
first and on a primary, noncontributing basis in relation to any other insurance or
self insurance available to City.
10. Consultant agrees to ensure that subcontractors, and any other party involved with
the project who is 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 City for review.
11. Consultant agrees not to -self-insure or to use any self-insured retentions or
deductibles on any portion of the insurance required herein and further agrees that
it will not allow any contractor, subcontractor, Architect, Engineer or other entity or
person in any way involved in the performance of work on the project contemplated
by this agreement to self -insure its obligations to City. If Consultant's existing
coverage includes a deductible or self-insured retention, the deductible or self-
insured retention must be declared to the City. At that time the City shall review
options with the Consultant, which may include reduction or elimination of the
deductible or self insured retention, substitution of other coverage, or other
solutions.
12.The City reserves the right at any time during the term of the contract to change
the amounts and types of insurance required by giving the Consultant ninety (90)
days advance written notice of such change. If such change results in substantial
additional cost to the Consultant, the City will negotiate additional compensation
proportional to the increased benefit to City.
C-3
13. For purposes of applying insurance coverage only, this Agreement will be deemed
to have been executed immediately upon any party hereto taking any steps that
can be deemed to be in furtherance of or towards performance of this Agreement.
14. Consultant acknowledges and agrees that any actual or alleged failure on the part
of City to inform Consultant of non-compliance with any insurance requirement in
no way imposes any additional obligations on City nor does it waive any rights
hereunder in this or any other regard.
15. Consultant will renew the required coverage annually as long as City, or its
employees or agents face an exposure from operations of any type pursuant to
this agreement. This obligation applies whether or not the agreement is canceled
or terminated for any reason. Termination of this obligation is not effective until City
executes a written statement to that effect.
16. Consultant shall provide proof that policies of insurance required, herein 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. A"coverage binder or letter from
Consultant's insurance agent to this effect is acceptable. A certificate of insurance
and/or additional insured endorsement as required in these specifications
applicable to the renewing or new coverage must be provided to City within five
days of the expiration of the coverages.
17. The provisions of any workers' compensation or similar act will not limit the
obligations of Consultant under this agreement. Consultant expressly agrees not
to use any statutory immunity defenses under such laws with respect to City, its
employees, officials and agents.
18. Requirements of specific coverage features or limits contained in this section are
not intendedas limitations on coverage, limits or other requirements nor as a
waiver of any coverage normally provided by any given policy. Specific reference
to a given coverage feature is for purposes of clarification only as it pertains to a
given issue, and is not intended by any party or insured to be limiting or all-
inclusive.
19.These insurance requirements are intended to be separate and distinct from any
other provision in this agreement and are intended by the parties here to be
interpreted as such.
20. The requirements in this Section supersede all other sections and provisions of
this Agreement to the extent that any other section or provision conflicts with or
impairs the provisions of this Section.
21. Consultant agrees to be responsible for ensuring that no contract used by any
party involved in any way with the project reserves the right to charge City or
Consultant for the cost of additional insurance coverage required by this
agreement. Any such provisions are to be deleted with reference to City. It is not
C-4
the intent of City to reimburse any third party for the cost of complying with these
requirements. There shall be no recourse against City for payment of premiums or
other amounts with respect thereto.
Consultant agrees to provide immediate notice to City of any claim or loss against
Consultant arising out of the work performed under 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.
C-5