Loading...
HomeMy WebLinkAboutPW Victor Jones Park Improvement Proj; Landscape Architectural ServicesAGREEMENT FOR PROFESSIONAL SERVICES WITH DONALD L. BLAYNEY & ASSOCIATES FOR PROFESSIONAL LANDSCAPE ARCHITECTURAL SERVICES This Agreement is made and entered into this 22 day of April, 2016, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and DONALD L. BLAYNEY & ASSOCIATES (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY has determined that professional landscape architectural services are required in connection with the Victor Jones Park Improvements Project, City Project No. 11289; and WHEREAS, the CONTRACTOR has agreed to render such services. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION. A. CITY'S Project Manager. The Interim Director of Public Works is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Donald Blayney is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide the services outlined in the Scope of Services marked as Exhibit "A," attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall compensate CONTRACTOR as provided in Paragraph 4, and shall perform the duties as described in Exhibit "A" attached hereto and incorporated herein. 4-10-361 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown on the revised fee schedule dated April 2, 2016 included in Exhibit "A" attached and incorporated herein, in an amount not to exceed $15,520.00. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The term of this Agreement shall commence upon the date of execution of this Agreement and end on April 30, 2017, or on such earlier date when the work shall have been completed, unless the parties agree to extend this Agreement for another 90 days, as approved in writing by City Manager. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the perfonnance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance 2 of its duties under this Agreement. CONTRACTOR shall frilly cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. fNSURANCE. A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/one million dollars ($1,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following requirements: Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 3 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form CG20 01 04 13. 3. Except for professional liability insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon ten (10) days written notice to the PROJECT MANAGER. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. C. Deductibles and SIR'S. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. H. INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR'S performance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. Where the services to be provided by CONTRACTOR under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section 2782.8, CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend and hold harmless the City Indemnitees from and against any CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONTRACTOR in the performance of its duties and obligations under this Agreement or its failure to comply with any of its obligations contained in this Agreement, except such CLAIM which is caused by the sole negligence or willful misconduct of CITY. C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, 5 and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY's Project Manager: TO CONTRACTOR's Project Director Kevin McGowan Interim Public Works Director/City Engineer City of San Rafael 111 Morphew Street San Rafael, CA 94901 Donald Blayney, Principal Donald L. Blayney & Associates 16 Partridge Drive San Rafael, CA 94901 fi 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. i 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE/ OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL JIM HU Z, City ATTEST: /rzSZ c aR G - A." �•� ESTHER C. BEIRNE, City Clerk APPROVED AS TO FORM: CONTRACTOR Name: Donald Blavnev Title: Principal Q &cr ROBERT F. EPSTEIN, City ttome 8 DONA LD L. B AYNTY & ASS0CIA TE, S 1_: lND S CA PE ARCHITECTURE. & PLANNING Response to the; City of San Rafael Request for Proposal For the; Needs Assessment Analysis Victor Jones Park Improvements City of San Rafael, California Submitted To Ms. Stephanie Gindlesperger, PE Department of Public Works City of San Rafael 111 Morphew Street San Rafael, California 94901 Submitted by Donald L. Blayney & Associates Landscape Architecture & Planning 16 Partridge Drive San Rafael, California 94901 dlba@dblayney.com 415.258.9666 C. - -415.302.9272 In association with LTD Engineering, Inc. Civil Engineering March 2, 2016 Via e-mail Urhmt Desil;n U ® C'umlms Plurtning - Park Phuuugq 0 M Re.i0ential lhsi,n Land Urr Planning _0 0 Gollic'nttrae rk.�ign 415 '.S,S. Y606 1'. Q ® F. 415.358.9RR:S 990 "A " Sfreei Shite 02 .Stm Raluel (alilumiu 941jUl Calif widii Regisinuirm ,t ;3?ii H 12 ,dor Ale.rir•u Re,,birutiun ,I ll5 Exhibit A D01VALD 1. BLAYIVEY & ASSOCIATES LANDSCAPE ARCHITECTURE & PLANNING March 2, 2016 Ms, Stephanie Gindlesperger, PE Department of Public Works City of San Rafael 111 Morphew Street San Rafael, California 94901 Regarding Professional Landscape Architectural Services for the Needs Assessment Analysis Victor Jones Park Improvements City of San Rafael, California Dear Selection Committee: Thank you for considering Donald L. Blayney & Associates for this project. For your review and consideration, we are pleased to submit the following proposal for professional Landscape Architectural Services for the Victor Jones Park Improvements project. Our team has been selected to provide this project with the expertise of leading professionals in their fields. The firm of Donald L. Blayney & Associates, with Donald L. Blayney, ASLA, Principal -In -Charge, will be the contracting fret responsible for project management, design team coordination, and direct coordination with the City. We will provide designs alternatives and will conduct the public outreach workshops. Glenn Dearth of LTD Engineering will provide Civil Engineering services. Our Team is very excited about this project, and as always, for the opportunity to continue our on-going working relationship with the City of San Rafael. This is our interpretation of the Scope of Work as detailed in the RFP dated February 10, 2016. For your review, we have included a work task outline with hours related to each task so that the project selection committee can see where we are estimating time respective to each work tasks. If selected, we welcome the opportunity to refine and/or modify this scope of work. We propose that our team work on a Time and Material basis with a `not to exceed' cap amount. We will perform all Landscape Architectural and Engineering services, for the assessment of the existing park, existing infrastructure, preliminary assessment for potential issues with ADA accessibility and compliance, parking, environmental constraints, landscaping and irrigation. We will prepare design alternatives as required taking into account available funding for the improvements and conducting public outreach meetings and workshops. With the selection of a preferred alternative and we will prepare all final required exhibits for presentation to the City's Park Commission and City Council if required. Urban l)e+ten a [a Campus Planning Park Planning © ® Residenried 1)piQn Land Uve Planrrira JS W Goy*.C'omse Des{4r+ _415.211H.96611) N. L'') R1 1. 415.25$.9888 TNI "A" Street S)rirr• 202 Sim Ra.fia-1 ('Wlin-ruu 94901 Calr'(nrrtiu Rr :iurwi u, 3i7i) 19 0 Nei A*Wco Re4isrruri(in if 11 i Donald L. Blayney & Associates - Unique qualifications: 1. Donald L. Blayney & Associates prepared the current Master Plan that this RFP is being based on, dated January 2009 (Exhibit A). 2. Donald L. Blayney & Associates prepared alternatives and worked with City staff and the City's Park Commission that shaped the parks final Allaster Plann as it exists today as (Exhibit A). 3. Donald L. Blayney & Associates has had a long history with working with the City of San Rafael and has led a number of community workshops and neighborhood meetings pertaining to several City projects. 4. Donald L. Blayney c& Associates has led a number of Community PVorkshops and neighborhood meetings. Tare recently shepherded the, Peacock Gap Golf and Country Club and the newly designed Rafael Racquet Club pool and Tennis facility through its public outreach. and City's approval process. 5. Donald L. Blayney has been appointed to several City committees involving public input and design alternatives. For example; *Appointed naember of the Andersen Drive Vision Committee and the Landscape Architect charged with the visual design of'Andersen Drive and the Albert Park Palm Promenade. *Appointed member of the North San Rafael Promenade Charette. *Appointed member of the North San. Rafael Vision In Action (VIA) Committee. *Appointed a ntem.ber of the San. Rafael 2020 General Plan Update Committee, - Quality of Community Life Task Group. *Appointed'Chairman of the Design Committee for the Falkirk Cultural Centel- Master Plan. ,"Appointed naember of the Carnal front Advisory Committee. Donald L. Blayney & Associates has completed several projects for the City of San Rafael. Our project experience includes; Andersen Drive, The Palm Tree Promenade in Albert Park, Bocce Ball courts at Albert Park, the Terra Linda Gateway Beautification, the City Entries and Monuments Project. Donald L. Blarney's continuing relationship with the City of San Rafael dates from 1980 with the original Downtown 4th Street Beautification (while at another finn). Don Blayney was the project manager and senior design associate for the project. All of these projects, and numerous others, have required a close working relationship between the project teams of engineers, environmental consultants and various City agencies. We have listed a number of references with this response to the RFP and we encourage you to contact them to review our past and current working relationships. Master Planning for the Victor Jones Park Improvements project will require particular sensitivity to the requests and wishes of each of the community neighborhoods surrounding the park as well as concerns of the City and County. It will also require the ability to distill the true essence of opportunities, and apply the most creative and clearest design solutions, while meeting project time lines and construction budgets. 2 The final design will articulate the ability to consolidate design solutions and apply them to a broad range of conditions. The neighborhoods and the City of San Rafael must embrace and take ownership of the final design. This is the challenge. Donald L. Blayney & Associates and its consultants accept this challenge and offer the following major advantages to this profectr • Broad experience in working with the City of San Rafael, County of Marin, state, regional and local jurisdictions, and frill understanding of their requirements. • A highly creative and qualified team of multi -talented professionals with a well- established regional reputation in Park and Recreation Planning and Urban Planning with a wide range of successful projects. • A thorough understanding of site analysis and the Master Planning processes. • Principal level participation throughout the duration of the project. • Managing projects with a multi -disciplinary team, with expertise local to this particular project. • Extensive experience in conducting public meetings and community workshops, especially as they relate to Park and Recreation Planning and Urban Planning projects. We feel that our highly qualified team of design professionals will provide the expertise required to successfully complete this complex and interesting assignment. We look forward to this challenge. If you have any questions or comments, please do not hesitate to contact us at 415.258.9666. Sincerely, DONALD L. BLAYNEY & ASSOCIATES 3 Victor Jones Park Improvements 2. Project Understanding Dear Selection Committee: Donald L. Blayney, as well as being a resident of East San Rafael since 1994, has a unique and significant understanding of this project. Donald L. Blayney & Associates prepared the 2009 Victor Jones Park Master Pian (Exhibit A). We had several meetings with the City's Park and Recreation Director and staff, and prepared and presented conceptual design alternatives, parking studies along Robinhood Street, prepared cost estimates to establish budgets, and presented to the City's Parks Commission. Donald L. Blayney & Associates fully understands the Public outreach process, and why the neighborhoods must be involved throughout the decision-making process and how all parties can work together to generate common goals. Neighborhood in -put is critical to get their buy -in so as to take ownership for their newly redesigned neighborhood park. One of the more critical issues will be ADA assessable from Robinhood Street. While the current Master Plan docs allows access to the par]( meeting ADA assessable standards this area needs to be studied more closely. A number of the mature Redwoods at the Robinhood entry had to be eliminated to achieve this access. Also, safety Lighting through out the site has not been addressed with the community and will be a factor. The proposed Community Meeting Room and Bocce Ball court was will received but budget factors will be an issue. Victor Jones Park lies at the base of an East -facing slope and collects water from this hillside onto the West edge of the property. This storm water run off is then channeled through the park. Storm Water rum off will be another critical part of the final plan. This will be a critical piece of the puzzle with all the new Storm Water Treatment and Control Ordinances in place, (BASMAA). Budget (as always) will be a factor. This park site is a large piece of property 6+ acres with a number of diverse and complex elements involved. Prioritizing will be a critical path work task, between what is required to meet current City Ordinances such as ADA accessibility, lighting, standards and meeting the needs and desires of the community. This is always a balancing act. We have learned a great deal from our past experience in working with the City and Comm -unity groups. We are prepared to apply all of the benefits of this knowledge and our broad range of experience to the Victor Jones Park Improvements project. Our team views all the above as an opportunity, and we look forward to the challenge. Victor Jones Park Improvements 3. Detailed Project Approach and Consultants Scope of Work Dear Selection Committee: Donald L. Blayney & Associates (DLBA) has prepared a schedule of Work Tasks as described in the RFP dated February 10, 2016. As part of the schedule we have assigned hours to each of the individual scope of work tasks so that the selection committee can see where each consultant has related work tasks and time allocated for each of the required tasks. As proposed in the RFP, we propose to complete the project in two phases. Task 1: Project Management and Project Teain Coordination. IA. DLBA will provide all contract management and quality control throughout the duration of the project, 1 B. DLBA will manage all presentations and/or meetings with City Agonies prepare and present public outreach meeting/workshop Exhibits, (Note - For this proposal we are assuming two, (2) presentation meetings) 1C. Consult with Construction Documents Team, (Future Consultant Team) 1D. Provide weekly up -dates as to project status. Deliverables — Task I' Project Schedule and project updates Meeting agendas and minutes for all design and coordination meetings Task 2: Investigation and assessment of current infrastructure, potential ADA Accessibility and Environmental Issues; provide public outreach and conduct meetings. 2A. Coordinate and Conduct on site Needs Assessment analysis of the existing park and its amenities, 2B. Provide Alternatives with related magnitude of costs for the various alliterative, 2C. Provide visual rendering of the alternatives for public outreach Meeting, (Master Plan Format) 2D Coordinate and Conduct public outreach meeting, (Note - For this proposal we are assuming one (1) public outreach Meeting/Workshop) 2E Based on public feedback and City in -put, prepare preferred park alternative with associated costs. Deliverables —Task 2 Needs assessment report Attendance to a minimum of one public outreach meeting Preferred design summary and cost breakdown Victor Jones Park Improvement Donald L. Blayney & Associates City of San Rafael, California Landscape Architecture & Planning 16 Partridge Drive Revised April 2, 2016 San Rafael, California 94901 415.258.9666 3a. DETAILED PROJECT APPROACH WORK TASK COMPONENT FOR EACH PHASE OF WORK PER CONSULTANT PER SCOPE OF WORK TASK 1: Project Management and Coordination Prime/ConsultantI DLBA LTD Eng. Totals for Totals for Consultants Phase Work Tasks D. Blayne) C. Bird Widelock G. Dearth E. Hayden Total Hours C. Bird IHours Hours Hours Hours Hours Per Work Tasks IA. Project Coordination & contract Management_ _12_ 2 — — — — 14 1 B. 2 Project Meeting with the City Staff. — _ _ 6 4 2 — 12 1 C. Consult with CD's Future Design Consultant 2 24_ 2 ID. Provide weekly Up -dates ___l 6 - 7 Task 1: Subtotals 21 12 2 - 35 TASK 2: Needs Assessment Report Prime/ConsultantI DLBA LTD Eng. Totals for Consultants Phase Work Tasks D. Blayne) C. Bird Widelock G. Dearth E. Hayden Total Hours IHours Hours Hours I Hours Flours Per Work Tasks 2A. Perform needs assessment analysis and Documei 8 — 6 -- 4 — 6 — 24_ 2B. Design Alternatives (3 Minimum) _ 6 _ —9 _ — _— 3 2C. Master Plan Renderings each Alternatives 6 9 — — — — 15 2D, conduct I public outreach meeting with Exhibit_ 4 4 _ __ — — 8 2E. ; Prepare Preferred Design Alternative with relate(_ 6 8 — 2 _ _ — 2 — __ 18 _ 2F. j2 - Meeting w/Cledwood HOA 6 6 12 Task 2: Subtotals 36 42 6 — 8 3 95 Project Approach summary of work tasks we anticipate performing as part of this project. We anticipate finalizing this list with city representatives prior to 1. Confirm detailed scope of work. 2. Assemble all existing information, such as all existing documentation, working drawings, as builts, improvement plans and ex 3. Assemble needs assessment team and all appropriate City staff and conduct an on site investigation of the existing park Gond 4. Prepare and assemble Needs Assessment Report. 5. Prioritize needs, both required, and community driven. 6. Provide alternatives for Park renovation with magnitudes of cost analysis. 7. Select preferred alternative. 8. Present preferred alternative to the community. (Outreach/workshop meeting) 9. Prepare preferred alternative with City and Community feedback with estimated construction cost magnitude. Page 1 of 2 Q Ed u 6 -ci uj r -I —i r -I r 4 r1i N N N N ..... ..... ..... ..... ........ .... ..... ..... ..... ..... .... . . . . . . . . . . ...... .... ...... .... ...... .... ri N LL -V V) U) m m 4 :3 V) C: O U (n 4VI 0 U V) C C -0 o E C uzi 4d w E 0 4J V) m LL C: Ul En 41 C: m 41 0) LL D 43 Y cv in C > .- V) V) 0 V) 41 U E Q) — 4-1 E Q) :2 0 U 41 U 0 E 0 Ln 4-J U E > 0 0_ 4 -J Q) o C: u I- E m u > 0 0 u L- U 4, .0 i'- tn Q) E 'n < u =, V) V) U) ul C 0 �: " 'm Q) 0 0 U; F� C: L :D w -0 V) > -0'—u a) M -;-, — 4� Q) 0 U , cn m (L) (L)E CL 0 C: U4� u 41 < E L u C) u cu (n -a cr, M vi 0 0 C 0 IL C\j u a_" u IL Q Ed u 6 -ci uj r -I —i r -I r 4 r1i N N N N Victor Jones Park Improvement 5a. Project Experience and History Dear Selection Committee Donald L. Blavney & Associates has had the following Park and Recreation Design and Urban Planning Experience for the following projects related to medians and roadway development. All project have been completed on time and on budget. Victor Jones Park Renovation Master Plan Working with City's of San Rafael Park and Recreation Department and the City's Parks Commission, prepared design alternatives, cost analysis and finalized the Victor Jones Park Renovation Master Plan 2009. Client: City of San Rafael, Park and Recreation Department. Creekside Child Care Center Working with City's of San Rafael Park and Recreation' Department and the City's Parks Commission, prepared design alternatives, cost analysis and Constriction Documents for the facility. This facility is located in Albert Park, adjacent to the West edge of the park's Baseball field. Client: City of San Rafael, Park and Recreation Department. City of San Rafael - Terra Linda Entry DLBA provided the median planting design between Del Presidio Blvd. and Northgate Drive. DLBA conducted workshops with the North San Rafael Vision Committee and provided alternative designs. DLB.4 designed the new Entry Monument, prepared median planting and irrigation designs and provided construction support. Client: City of San Rafael, Public Works Department. Del Ganado Road The median planting design between Manuel T. Freitas Parkway and Las Ovejas Avenue. DLBA conducted workshops with the Home Owners Association to develop a California native planting design, irrigation design and provided constriction support. Client: City of San Rafael, Public Works Department. Andersen Drive DLBA provided the median and right-of-way planting design between Third Street and Bellam. As part of this project we designed the Palm Promenade in Albert Park, and provided construction Support through out the construction phase. Sub -consultant Client: City of San Rafael, Public Works Department. Note: Projects Designed at previous firms: San Rafael Beatification of 4"' Street — Phase 1 Between Tamalpai$ and E -Street on downtown Fourth Street, sidewalk design, streetscape amenities, street tree plantings, curbside planters and irrigation design. Client: City of San Rafael, Redevelopment Agency. Westminster City Park Master Plan, Colorado Working with City's of Westminster Park and Recreation Department, prepared design alternatives, and final Master Plan for the 135 -acre City Park. Including the 50,000 SF City Library and a 65,000 SF indoor sports facility. Park includes, 4 soccer fields, 3 softball fields, pedestrian promenade, View Terrace and entry fountain, and, large picnic/BBQ area, internal road system with satellite parking areas, featuring full range of Park amenities. Prepared phase 1, construction documents and cost analysis. Client: City of Westminster, Redevelopment Agency. Las Positas Park, Santa Barbara Working with City's of Santa Barbara's and Recreation Department, prepared design alternatives, and final Master Plan for the 86 -acre regional park. Featuring an Olympic size diving and swimming pool facility. Park includes, 2 soccer fields, 2 softball fields, large picnic area, internal road system with satellite parking areas, featuring full range of Park amenities. Prepared phase 1, construction documents and cost analysis. Client: City of Santa Barbara, Park and Recreation Department, Victor Jones Park Improvement City of San Rafael, California 5b. REFERENCES Donald L. Blayney & Associates — Don Blayney Carlene McCart Director of Community Development - City of San Rafael City of San Rafael 415.485.3340 Carolyn Keats Owners Representative - Peacock Gap Golf & Country Club City of San Rafael 480.507.8558 Chris Horne General Manager - Rafael Racquet & Swim Club City of San Rafael 415.485.3355 LTD Engineering Inc. — Glenn Dearth Sean Condry Director Public Works City of San Anselmo, California 415-248-4616 victor ..Tones Paric Improvements City of San Rafael, California 5c Project Team Prime Consultant Donald L. Blayney & Associates Landscape Architecture & Planning 16 Partridge Drive San Rafael, California 94901 415.256.9666 Don Blayney — Contact and Project manager Caroline Bird — Landscape designer &CADD Specialist David Wildlock — Irrigation Specialist In Association With LTD Engineering, Inc. Civil Engineering 1050 Northgate Drive, Suite 315 San Rafael, California 94903 415.446.7402 Glenn Dearth — Contact and Project manager Edward Hayden — Civil designer & CADD specialist FIRM DESCRIPTION Established in 1990, DONALD L. BLAYNEY & ASSOCIATES is a small and energetic Landscape Architectural firm dedicated to high quality creative design and timely professional services within a cli- ent's budget. The firm is composed of one principal, Donald L. Blayney with over 33 years of experience in design and project management. The firm brings to- gether the collaborative efforts of a strong, diverse and talented mix of professionals who jointly guide pro- jects through the design process and implementation. We provide a wide range of service areas, Park and Recreational Planning, Land Use and Site Planning, Multi -Residential Development, Urban Planning, Golf Course Design, Residential Garden Design, Architec- tural Modeling and Project Management. Our firm prides itself on our ability to provide the highest level of personal and professional service` throughout the Design Process. The firm's philosophy is threefold; Professionally: Our goal is to provide the highest level of creative design and professional service. The firm takes pride in making sure the initial creativity is unique and supported by thorough and accurate con- struction documents as well as construction review and observation services when appropriate. Service: Our goal is to develop and maintain a close and responsible relationship with our clients. This re- sponsiveness, flexibility and attention to detail is beneficial to the projects and clients we serve. Being a small firm with a large group of support specialized consultants, this "TEAM APPROACH" allows us to assemble a group of individuals specific to the par- ticular requirements of each project, thus ensuring a unique level of service and expertise. Project Development: Our goal is to combine the program requirements with sensitive and creative design while respecting the environmental and com- munity concerns on the existing site. Achieving this balance is often difficult. The persistence to find syn- thesis comes from a basic fundamental belief in our re- sponsibility of persevering, protecting and improving the health of our environment as a resource for the future. "Visions into Reality" DONALD L. BLAYNEY, ASLA Landscape Architect Donald L. Blayney has expertise encompassing all aspects of landscape architecture with a core focus on Park and Recreation Design and Urban Planning. Mr. Blayney has assumed leading roles throughout the design process, neighborhood committee coordination, community workshops and city agencies in program development and implementation. His experience also includes extensive involvement in project management and contract administration facilitating the finest in project design implementation and construction with exceptional results. EDUCATION California Polytechnic State University, San Luis Obispo B.S. Landscape Architecture and Planning, 1976 EXPERIENCE Donald L. Blayney & Associates, Principal - July 1990 to present. George W. Girvin Associates, Inc., Senior Design Associate - December 1986 to July 1990. Royston Hanamoto Alley & Abey, Design Associate - July 1978 to December 1986, EDAW, San Francisco, June 1976 - July 1978 American Society of Landscape Architects Guest Lecturer and Critic, California Polytechnic State University San Luis Obispo, CA. REGISTRATION California, License Registration number 3370 New Mexico, License Registration number 115 PROJECT EXPERIENCE San Rafael, CA Victor Jones Park Renovation Master Plan North -ate 1 Mall Del Ganado Road Waterway Beautification Andersen Drive Extension City Entries Monuments North San Rafael Gateway Entry 4th Street Beautification Pickleweed Park Playground Shoreline Marsh "Pond Access Area Parkside Child Care Facility Court Street Plaza Peacock Gap Golf & Country Club Rafael Racquet & Swim Club Martinez, CA Martinez Waterfront Park/Marina Santa Barbara, CA Las Positas Park Westminster, CO Westminster City Park MEMBERSHIP SERVICES HONORS American Society of Landscape Architects Guest Lecturer and Critic, California Polytechnic State University San Luis Obispo, CA. CAROLINE H. BIRD Landscape Designer / CADD Specialist Caroline H. Bird is a landscape designer who has been practicing professionally in the San Francisco Bay area for the past 8 years. Caroline has prepared landscape drawings for a wide array of commercial and residential projects in the San Francisco Bay Area. Her experience includes site analysis, schematic design, design development, working drawings, and as -built documentation. Her work has always emphasized the overall integrity and quality of the drawing sets she prepares, maximizing their utility, readability, and the "buildability" of the projects they represent. Caroline has thorough understanding of sustainable design, construction drawings, graphics, plants, topography, soils, irrigation, drainage and design theory. Caroline also volunteers with the Marin Mammal Center, is an aspiring chef and can typically be found on the hiking trail with her dogs. EDUCATION University of Georgia, Athens, GA Bachelor of Landscape Architecture (August 2004 -May 2008) Donald L. Blayney & Associates San Rafael, CA VITA Planning San Rafael, CA Terra Firma Landscapes, South San Francisco, CA Michael Callan, Landscape Architect San Mateo, CA EXPERIENCE Landscape Designer & CADD Specialist August 2014 to present Freelance Designer September 2015 Project Manager / Lead Designer March 2014 to May 2014 Designer / Draftsperson / CAD specialist August 2008 to August 2013 PROJECT EXPERIENCE ReStreets Design Charette Pro Bono work with the Golden Gate Park Parklet Design for Inner Mission Many Residential Homes throughout the Bay Area (Hillsborough, Atherton, Woodside, Mill Valley, Corte Madera, Tiburon, Sonoma, San Rafael) DAVID WIDELOCK Landscape Architect and Irrigation Specialist David Widelock has a thorough background in both the design and technical aspects of landscape architecture, including plant selection, grading and drainage, irrigation, and construction detailing. He ,is experienced in project management, including cost estimating, construction observation, and coordination with consultants, clients, and public agencies. He specializes in state-of-the-art irrigation design. Mr. Widelock was a co-editor of the award winning Thousand Oaks Urban Forestry Report, prepared by Wolfe -Mason Associates. His previous experience as sole proprietor of a landscape construction and maintenance service, his practice in residential design, and his years as a landscape architect all contribute to the value he brings to a project. EDUCATION U. C. Berkeley Extension — Certificate in Landscape Architecture, 1988 Reed College, Oregon — BA in Literature, 1969 David Widelock Landscape Design Sites Pacific, Berkeley, CA Manuel Fernandez Associates Union City, CA Andrea Lucas Associates, Berkeley, CA (later Sites Pacific) Wolfe Mason Assoc:, Berkeley, CA Thomas Baak. and Associates Walnut Creek, CA EXPERIENCE Owner — 1990 to present Project Designer and Project Manager — 1995 to 2000 Project Designer and Project Manager — 1995 Project Designer and Project Manager — 1990 to 1994 co-editor Thousand Oaks Urban Forestry Report — 1989 Designer and Draftsman — 1989 HWA, Walnut Creek, CA Designer and Draftsman —1988 Sole proprietor of a landscape maintenance and renovation service — 1977 to 1989 Public Agency Work Alameda County Water Treatment Facility, Fremont, CA (consultant) Atmospheric Emergency Response Facility, Lawrence Livermore National Laboratory, Livermore, CA (SP) Bay Trail at the Presidio (consultant) City of Thousand Oaks Urban Forestry Report (WMA) REGISTRATION California License Registration Number 3577 PROJECT EXPERIENCE City Of Hercules, Calif. John Muir Parkway Public Agency Work, 29th Ave. Gateway (consultant) City of Oakland 66th Ave. Streetscape (consultant) (Irrigation Design) Arroyo Viejo Park (consultant) Bushrod Park (consultant) Camron-Stanford House (consultant) Courtland Creek Park (SP) Cryer Site Park (consultant) Joaquin Miller Park (consultant) Public Agency Work Alameda County Water Treatment Facility, Fremont, CA (consultant) Atmospheric Emergency Response Facility, Lawrence Livermore National Laboratory, Livermore, CA (SP) Bay Trail at the Presidio (consultant) City of Thousand Oaks Urban Forestry Report (WMA) Frog Pad Park, Hercules, CA (consultant) Ft. Baker Mission Blue Butterfly Habitat Restoration (consultant) John Muir Parkway, Hercules, CA (consultant) Lemoore Naval.Air Station, Lemoore, CA (MFA) Madera State Prison; Madera, CA (SP) Oakland Coliseum Arena, Oakland, CA (consultant), Quarry Lakes Regional Park, Fremont, CA (SP and consultant) San Andreas Water Treatment Facility, Expansions #1 and #2, San Mateo, CA (consultant) Thousand Oaks Park, Berkeley, CA (consultant) Travis Air Force Base (MFA) Educational Analy High School, Sebastopol, CA Brentwood Elementary School, Brentwood, CA (SP) El Molino High School, Forestville, CA University of California at Berkeley Environmental Health and Safety Facility (SP) University of California at Davis; Solano Park Site Renovation (SP) Housing Alameda Point Collaborative, Alameda, CA Apple Hill Estates, Brentwood, CA (SP) Ashton Apartments, San Jose; CA (SP) Cotati Cohousing, Cotati , CA (consultant) Sanders Ranch, Moraga, CA (SP) Sequoyah Heights Homeowner's Association, Oakland, CA, (consultant) St. Francis Square Apartments, San Francisco, CA (consultant) St. Francis Wood, San Francisco, CA (consultant) Villa Mira Vista Homeowners Association, Richmond, CA (consultant) Hospitals Alta Bates Hospital, Berkeley, CA (SP) Kaiser Hospital, Oakland, CA (SP) key: SP = work performed as an employee'of Sites Pacific MFA = work performed as an employee of Manuel Fernandez and Associates WMA = work performed as an employee of Wolfe Mason Associates consultant = work performed as an independent consultant AWARDS ASLA National Award, 1991, for the Thousand Oaks Urban Forestry Report, Wolfe Mason Associates LTD Engineering was founded in San Rafael in 1997 to provide civil engineering services for project planning, feasibility studies, conceptual design, permitting, construction drawings, specifications and construction management. The firm offers innovative approaches to planning, engineering design, material selection and construction technologies that achieve project objectives and lower costs, while respecting, preserving and enhancing .the natural environment. We offer professional engineering services in the following areas; • Civil Engineering • Utility Design • ADA Site Design • Water Resources Engineering • Stream & Wetland Restoration • Erosion Control Planning Examples of Completed Projects • Stormwater Quality Protection • Environmental Mitigation Design • Hydrologic & Hydraulic Studies • Floodplain Analysis • Flood Control Design • Grading and Drainage Plans Rafael Racquet Club, San Rafael Prepared construction drawings and specifications for site grading, stormwater drainage, utility improvements, ADA parking and access routes, erosion control and stormwater pollution prevention related to reconstruction of the parking lot, swimming pool and the public use areas around the pool. Provided services during construction. Sprina Lane / Rollinq Hills Road Drainaqe Improvements, Tiburon Prepared construction drawings and specifications for stormwater drainage improvements within the public right of way and extending across private property. Coordinated the location and design of stormwater pipelines to avoid existing underground gas, electrical and communication utilities. Marin Stables, Fairfax Prepared conceptual drainage plans to capture, detain and filter stormwater runoff prior to discharge to the adjacent stream channel. Evaluated rainwater capture options to reduce runoff. Shell Road Drainage Improvements, Mill Vallev Prepared construction drawings and specifications for installation of a new stormwater pipe system and drainage inlets along Shell Road. US Mint, San Francisco Prepared construction drawings and specifications for reconstruction of the parking lot entrance driveway, a failed retaining wall, parking lot stormwater drainage system and a security barrier. The work required coordination with existing and new electrical and gas utilities. Provided services during construction. Mills Colleqe, Oakland Prepared construction drawings and specifications for stormwater drainage improvements around the music building. Coordinated the design with renovation of the building and installation of new water and electrical utilities. Provided services during construction. US Armv Reserve Center, Oakland Prepared construction drawings and specifications for a new parking lot and stormwater drainage system. Coordinated the design with requirements for capping areas containing contaminated soils. Provided services during construction. LTD Engineering, Inc. 1050 Northgate Drive, Suite 315. San Rafael, CA 94903 Phone: 415-446-7402 Fax: 415-446-7419 gdearth@LTDengineering.com LTD Engineering, Inc. GLENN D. DEARTH Title Principal Engineer Expertise Stormwater Drainage Utility Planning and Design Grading Plans ADA Analysis and Design Water Resources Engineering Hydraulic Analysis and Design Hydrology Erosion Control and Stormwater Pollution Prevention Experience Responsible for planning, analysis, engineering design and construction services for stormwater drainage improvements, site development, utility infrastructure projects, water resources projects, stream channel restoration projects and flood control projects. Representative projects completed over the last 35 years include: Stormwater Drainaqe • Prepared stormwater drainage, utility and erosion control plans for reconstruction of the pool and parking lot area of the Rafael Racquet Club. Designed ADA parking and access routes. Prepared erosion control plans in conformance with MCSTOPP requirements. Provided services during construction. • Prepared grading plans, drainage system design, utility plans and erosion control plans for several residential subdivisions and many large residential estates throughout Marin County. Prepared construction drawings and specifications for stormwater drainage system improvements using Low Impact Development (LID) standards adopted by Marin County. • Prepared the hydrologic analysis and drainage system design for closure of a landfill in central California. Developed grading plans, ditch design, and detention basins for staged closure of the landfill. Utility Planninq and Desiqn • Principal engineer for site development engineering and utility design for the proposed Terrano Napa Valley resort. The project includes a winery, spa, restaurant, conference center and lodging buildings. Prepared engineering designs for water, sewer and stormwater utility extensions to the project site. Prepared on-site utility plans for water, sewer, gray water, reclaimed water and drainage systems for a complex of 24 buildings. Prepared site grading plans, parcel maps and coordinated the design with the project architect, mechanical engineer and electrical engineer. • Provided utility engineering services for the Doyle Drive reconstruction environmental impact report. Reviewed existing water, sewer, drainage, power and communication systems. Developed conceptual plans for relocating utilities as required for various Doyle Drive reconstruction alternatives. Prepared construction cost estimates. 15abc DEARTH CV.docx GLENN D. DEARTH, page 2 • Project manager and principal engineer for investigation of alternatives for replacing the Beach Road sewer in Belvedere, California. Conducted field investigation of the existing pipeline located in the tidal zone of San Francisco Bay. Identified alternatives for repair and replacement. Prepared a feasibility study identifying construction costs, potential environmental impacts, permitting requirements and constructability. • Project Manager for design of infrastructure improvements at the Presidio of San Francisco, a 1,400 -acre site. Provided engineering services required by the National Park Service in connection with upgrading the existing infrastructure and converting the Presidio to a National Park. Prepared a stormwater system master plan analyzed the existing irrigation system and prepared conceptual designs for upgrading the system and connecting it to the City of San Francisco's reclaimed water system and designed improvements to the water system. • Principal Engineer for a water storage reservoir site selection study, City of Mountain View, California. Identified alternative sites, performed field investigations and ranked potential sites on the basis of capacity, cost, hydraulic performance, and site development constraints. • Project Director for final design of the LeoPalace Yona Hills Project, a 1,300 -acre destination resort in Guam. Managed team of 100 engineers designing utilities, roads, bridges, pump stations, water supply, dam and water reclamation plant. The resort includes 3,000 condominiums, hotel, tennis club, swim club and 45 -hole golf course. Completed planning and design of the resort irrigation system. Reclaimed water is used to irrigate over 500 -acres of landscaping and golf courses. • Project Manager and Principal Engineer for infrastructure design, Palau Peninsula Resort, Republic of Palau. Responsible for developing plans for water supply, wastewater treatment, drainage, power supply, access roads and site grading. The project includes hotels and bungalows totaling over 400 rooms. • Project Manager for infrastructure design, Obyan Beach Resort project, Saipan. Responsible for preliminary design of water, sewer, drainage, irrigation and electrical utilities for an 850 -acre resort with 3 hotels and 300 housing units. Water Resources Enqineerinq, Hvdraulic Analvsis and Hvdrologv • Developed and evaluated conjunctive use water supply alternatives for the City of Woodland, California. Evaluated feasibility of a new surface water diversion from the Sacramento River, together with new groundwater recharge basins and existing well fields, to provide a reliable water supply for future municipal and agricultural water demand. • Analyzed alternatives for improving the reclaimed water storage facilities at the Irvine Ranch Water District. Analyzed the technical feasibility of storage improvements in conformance with the requirements of the Regional Water Quality Control Board. • Prepared a water supply plan for a 10,000 -acre residential -commercial and irrigated - agricultural development. Calculated water demand, evaluated alternative dam sites, and developed a water supply and distribution system plan. • Project Manager for design and construction of the Freeman Diversion Improvement Project, a 1,200 -foot -long roller -compacted concrete diversion dam on the Santa Clara River. Designed diversion dam, canal, fish passage facilities, sediment GLENN D. DEARTH, page 3 flushing channel for bed load removal, and settling basin for suspended sediment removal. Professional History Principal, LTD Engineering, Inc 1997 to present Manager Engineering and Construction Services, Dames & Moore, 1985 - 1997 Water Resources Engineer, PRC Engineering, Sri Lanka, 1983 - 1985 Senior Engineer, Engineering Science, Sri Lanka, Indonesia, 1982 - 1983 Project Manager, Tudor Engineering, San Francisco, California, 1980 - 1982 Assistant Department Manager, CH2M Hill, Portland, Oregon, 1973 - 1980 Academic Background B.S., Civil Engineering, 1973. Oregon State University Countries United States, Belize, Mexico, Sri Lanka, Indonesia, Somalia, Mauritania, Guam, Saipan, Worked In Palau Professional Civil Engineer, California (1985) Registrations Civil Engineer New Mexico (2010) Civil Engineer, Guam (1990) Civil Engineer, Oregon (1977) Professional American Society of Civil Engineers Affiliations U.S. Committee on Irrigation and Drainage Publications "Streamflow Simulation Using Deterministic Model' (co-author A. Prakash). The Journal of Irrigation and Drainage, Vol. 116, No. 4, July/August 1990. LTD Engineering, Inc. EDWARD B. HAYDEN, JR. Title CAD Manager Expertise AutoCAD, Civil3D and Graphics Specialist Experience Responsible for preparing engineering drawings, surface modeling and solid modeling using AutoCAD Civil -3D. Experience with other software includes, Adobe Acrobat, Photoshop, Paint. NET, Excel, CorelDraw, Corel Photo -Paint and the Open Office suite of programs. • Create report graphics and offer integration services utilizing graphics of varying formats from various sources. • AutoCAD 2002 Land Development Desktop, AutoDesk Map3, Corel and Adobe photo editing and graphics software. 3-D surface modeling and animation, topographic survey and mapping, aerial photo georeferencing. Also produced fliers and other promotional graphics for select clients. Responsible for production of construction documents and permit drawings for creek and estuarine restoration projects. Assist in electronic document production, photo cataloguing and computer support. Support Survey staff with preparation of surveys and data collecting and plotting. Collaborate with sub -consultants by exchanging drawings and project data via electronic transfer. Create marketing and promotional graphics. Windows and Macintosh graphics. Produce detailed maps, geologic plans, technical illustrations for environmental reports, marketing graphics, advertisements, exhibits, brochures, and slide presentations. In charge of budgeting and scheduling, equipment acquisition, computer installation, software development and training. Originally responsible for the maintenance of computers and peripherals, file storage and retrieval, modem transmissions, and developing and maintaining Intranet web pages. • Satisfied a wide variety of technical and marketing graphics needs, including • Developed computer graphics capabilities; training staff on use of new computer system, file storage, backup and archiving procedures. Systems included UNIX, Macintosh and PC platforms. • Managed small drafting department, responsible for accounting, supplies, report reproduction and supervision. Geotechnical drawings rendered with pen Et ink. Type set on Mac -Tac. • Artifact illustration and photography, and transcribing field survey notes into maps for EIRs. 16ab.HAYDEN CV.docx EDWARD B. HAYDEN, JR., page 2 Professional History 2008 to present CAD Manager, LTD Engineering, Inc. 2003-2007 Drafter/Illustrator, Iris Environmental, Oakland, California 2002-2003 CAD Drafter/Graphics Consultant, Hayden Graphics, Point San Quentin Village, California 1998-2002 AutoCAD Technician/Computer Support Tech, Philip Williams & Associates, Inc. — Hydrologists, San Francisco 1997-1998 Freelance CAD/Graphics Consultant 1992-1997 Graphics Coordinator, Tetra Tech Inc., San Francisco 1990-1992 Free-lance Graphics Consultant - clients included HLA, ENVIRON, URS Consultants, Engineering Science Associates, Geotechnical Graphics Services, EBASCO and GeoResource, Inc. 1986-1990 Graphic Artist, Harding Lawson Associates, Engineering and Environmental Services, Novato, CA 1984-1986 Graphics Coordinator, Harlan Miller Tait Associates, Consulting Engineers & Geologists 1982-1984 Draftsman, Bear Creek Mining Company, Tucson, AZ 1981-1982 Archaeological Illustrator and Assistant Education Coordinator, Arizona State Museum, Tucson, AZ 1981 Archaeological Field Assistant to Dr. Hector Neff, University of California, Santa Barbara 1980, Technical Illustrator, Department of Public Archaeology, University of California, Santa Barbara. Academic Background CADMasters AutoCAD 2000 training (2001) The ACADemy (1990); 32 -hour course - (AutoCAD basics through 3-D). University of Arizona. Tucson (1981-82); postgraduate instruction in Scientific Illustration, taught by Mr. William Saynor, emphasis on Archaeology of the Southwest, Mapping and Artifact Illustration. University of California at Santa Barbara (1975-80) Bachelor of Arts, Physical Anthropology. Victor Jones Park Improvements Donald L. Blayney & Associates City of San Rafael, California Landscape Architecture & Planning 16 Partridge Drive San Rafael, California 94901 415.258.9666 6. Fee Proposal TASK 2: Needs Assessment Report Personal SCOPE OF WORK TASK COMPONENTS Kate PER CONSULTANT PER WORK TASK Tot./ Work Task . March 2, 2016 36 Revised April 2, 2016 TASK 1: Project Management and Coordination Personal )flours I Rate I Tot.-Prin./Staff Tot./Work Task DLBA D. Blayney 21 $135.00 $2,835.00 $3,975.00 C. Bird 12 $95.00 $1,140.00 D. Widelock 0 $85.00 $0.00 LTD Eng. G. Dearth 2 $190.00 $380.00 $380.00 E. Hayden 0 $95.00 $0.00 Total For Task 1 35.00 $4,355.00 TASK 2: Needs Assessment Report Personal Hours I Kate Tot.-Prin./Stasi Tot./ Work Task DLBA D. Blayney 36 $135.00 $4,860.00 $9,360.00 C. Bird 42 $95.00 $3,990.00 D. Widelock 6 $85.00 $510.00 LTD Eng. G. Dearth 8 $190.00 $1,520.00 $1,805.00 E. Hayden 3 $95.00 $285.00 Total For Task 2 95.00 $11,165.00 Victor Jones Park Improvements Time and Materials Basis - Not to Exceed $155520.00 FEE PROPOSAL NOTES: 1. Donald L Blayney & Associates reserves the right to request additional fees for additional services, as requested ONLY as approved by the City. 2. Donald L. Blayney & Associates welcomes the opportunity to negotiate the fee schedule and.'or the detailed scope of work as described within this RFP. 3. Billing will be made on a monthly basis and per the Terms of Agreement, attached. 4. All items above are limited to hours described within the Fee Proposal work sheet. FEE PROPOSAL ASSUMPTIONS: I. City will supply all required Survey base information, and existing conditions information, no Fees for utility or Site Survey work is included in this Fee Estimate. PROFESSIONAL SERVICES AGREEMENT/CONTRACT COMPLETION CHECKLIST AND ROUTING SLIP Below is the process for getting your professional services agreements/contracts finalized and executed. Please attach this "Completion Checklist and Routing Slip" to the front of your contract as you circulate it for review and signatures. Please use this form for all professional services agreements/contracts (not just those requiring City Council approval). This process should occur in the order presented below. Step Responsible Description Completion Department I I Date 1 City Attorney Review, revise, and comment on draft agreement. 6J6& _ p L4,. S1 t l 2 2 Contracting Department Forward final agreement to contractor or their signature. Obtain at least two signed originals fiom contractor. 3 Contracting Department Agendize contractor -signed agreement for Council approval, if Council approval h A necessary (as defined by City Attorney/City Ordinance'*). 4 City Attorney Review and approve form of agreement; Q ti bonds an msuranc certificates dorse�41)/,J L J�o nments. 5 City Manager / Mayor / or Agreement executed by Council authorized Department Head official. 6. City Clerk' City Cleric attests signatures, retains original agreement and forwards copies to the 6 loJ�ol� contracting department. to be completed by Contracting Department: %bov \ Ones PQxv, S-��p�c�o►r1�e, J ?roj ect Manager: G \e e'Coet- Project Name: 4gendized for City Council Meeting of (if necessary): f you have questions on this process, please contact the City Attorney's Office at 485-3080. Council approval is required if contract is over $20,000 on a cumulative basis.