Loading...
HomeMy WebLinkAboutA8568 - NV5, IncCITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT ON -CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter `'Agreement") is made and entered into, to be effective this 3� day of � , 2020, by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation. (hereinafter referred to as "City") and NV5, INC., (hereinafter referred to as "Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and are hereinafter collectively referred to as the "Parties." RECITALS A. City has determined that there is a need for As -Needed, "On -Call" Construction Management and Inspection Services for a variety of future projects, (hereinafter the "Project"). B. Consultant has submitted to City a proposal to provide As -Needed, "On -Call" Construction Management and Inspection Services for a variety of future projects to City pursuant to the terms of this Agreement. C. Consultant is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided herein. D. City desires to retain Consultant to provide such professional services. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration. the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scone of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit "A," which is attached hereto and is incorporated herein by reference (hereinafter referred to as the "Services" or "Work"). The Services shall be more particularly described in the individual Task Order issued by the City. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that this Agreement requires specialized skills and abilities and is consistent with this understanding, Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work contemplated herein and, in light of such status and experience, Consultant covenants that it shall perform the Work in a competent, professional, and satisfactory manner consistent with the level of care and skill ordinarily exercised by high quality, experienced, and well qualified members of the profession currently practicing under similar conditions. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the City's Request for Proposals; (4) the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"); and (5) the Task Order (as defined herein) (collectively referred to as the "Contract Documents'). The City's Request for Proposals and the Consultant's Proposal, which are both attached as Exhibits `B" and "C", respectively, are incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Consultant's Proposal. All provisions of the Scope of Services, Task Order, the City's Request for Proposals and the Consultant's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents. the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (151) the terms of this Agreement; (2"d) the provisions of the Task Order; (Yd) Scope of Services (Exhibit "A" ), as may be amended from time to time; (4th) the provisions of the City's Request for Proposal (Exhibit "B" ); and (5th) the provisions of the Consultant's Proposal (Exhibit '`C" ). 1.3 Compliance with Law. Consultant warrants that all Services rendered hereunder shall be performed in accordance with all applicable federal, state, and local laws, statutes, and ordinances and all lawful orders, rules, and regulations promulgated thereunder, including without limitation all applicable CaLlOSHA requirements. Consultant shall be liable for all violations of such laws and regulations in connection with the Services and this Agreement. 1.4 Licenses Permits Fees and Assessments. Consultant represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the Work required by this Agreement, and shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied. assessed, or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities. difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Performance of Services. City Manager or Director of Engineering Services, as provided in Section 2.1 of this Agreement, shall have the right at any time during the term of this Agreement to order the performance of services as generally described in the Scope of Services to perform extra or additional work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No Work may be undertaken unless a written order is first given by the City Manager or the Director of Engineering Services to the Consultant, incorporating therein the identification and description of the Work to be performed, a maximum or not to exceed amount for such Work, and the time to perform the Work. 1.9 Unauthorized Aliens. Consultant hereby represents and warrants that it will comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§1101, et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of any Work under this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to reimburse City for any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, or penalties which arise out of or are related to such employment, together with any and all costs, including attorneys' fees, incurred by City. 2.0 COMPENSATION 2.1 Maximum Contract Amount. City and Consultant hereby acknowledge and agree that the Services required by this Agreement will vary dependent upon the number, type, and extent of the Services the Consultant shall provide; and no guarantee of the extent or the type of Services required of Consultant under the terns of this Agreement is made by the City. The annual level of services required by this Agreement is unknown, and may significantly increase or decrease from year to year. In acknowledgement of the fact that the number and type of projects requiring the Consultant's Services has not been identified for this Agreement, City and Consultant hereby acknowledge and agree that a specific "Maximum Contract Amount" shall be imposed on each separate project that the City may assign Consultant as provided in Section 1.8 and in this Section 2.1. Each such separate project shall be identified as a Task Order authorized by the Director of Engineering Services or the City Manager as provided in this Section 2.1. The method of compensation for each separate City authorized Task Order may include: (i) a lump sum payment upon completion, (ii) payment for time and materials based upon the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "D". or (iii) such other methods as may be specified in the Schedule of Compensation. Compensation shall include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense, and all other necessary expenditures required to perform the professional services under this Agreement. Compensation shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City; Consultant shall not be entitled to any additional compensation for attending said meetings. Consultant hereby acknowledges that it accepts the risk that the Services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates, and that Consultant shall not be entitled to additional compensation therefore. It is expressly agreed that the maximum contract amount of this Agreement is undefined, and is subject to the number and type of projects requiring the Consultant's Services throughout the duration of the term of this Agreement, if any. Consultant's compensation shall be limited to the Maximum Contract Amount identified on each separate. individually authorized Task Order corresponding to a project requiring the services of the Consultant. By approval of this Agreement, the City Council hereby authorizes the subsequent approval of individual Task Orders (Purchase Orders) in those amounts sufficient to cover the cost of required Services necessary for the projects. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation (Exhibit "D"), in any month in which Consultant wishes to receive payment. no later than the tenth (10) working day of such month, Consultant shall submit to the City, in a form approved by the City's Finance Director, an invoice for Services rendered prior to the date of the invoice. Such requests shall be based upon the amount and value of the Services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt of the invoice or a soon thereafter as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Changes in Scooe. In the event any change or changes in the Scope of Services is requested by the City, the Parties shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to. any additional professional fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or (b) to provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement. If such appropriations are not made. the City Manager may terminate this Agreement as provided in Section 8.3 of this Agreement; otherwise, there shall be no funding for any Services and Consultant shall not be entitled to payment for any Services that Consultant may provide. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the Services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon Schedule of Performance for each Task Order, Neither Party shall be accountable for delays in performance caused by any condition beyond the reasonable control and without the fault or negligence of the non -performing Party. Delays shall not entitle Consultant to any additional compensation regardless of the Party responsible for the delay. 3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written Task Order and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Majeure. The time for performance of Services to be rendered under each Task Order may be extended because of any delays due to a Force Majeure Event, if Consultant notifies the Contract Officer within ten (10) days of the commencement of the Force Majeure Event. A Force Majeure Event shall mean an event that materially affects the Consultant's performance and is one or more of the following: (1) Acts of God or other natural disasters occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of governmental authorities (including, without limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals by governmental authorities that are required for the Work); and (4) pandemics, epidemics or quarantine restrictions. For purposes of this section. "orders of governmental authorities," includes ordinances, emergency proclamations and orders, rules to protect the public health, welfare and safety, and other actions of the City in its capacity as a municipal authority. After Consultant notification, the Contract Officer shall investigate the facts and the extent of any necessary delay, and extend the time for performing the Services for the period of the enforced delay when and if, in the Contract Officer's judgment, such delay is justified. The Contract Officer's determination shall be final and conclusive upon the Parties to this Agreement. The Consultant will not receive an adjustment to the contract price or any other compensation. Notwithstanding the foregoing, the City may still terminate this Agreement in accordance with the termination provisions of this Agreement. 3.4 Term. Unless earlier terminated under the terms of this Agreement, this Agreement shall commence on July 1, 2020 and continue in full force and effect for three (3) years. At the sole discretion of the City Manager. upon written notice to Consultant and mutual agreement, the term of this Agreement may be extended for two (2) additional one (1) year terms. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is hereby designated as being the principal and representative of Consultant authorized to act in its behalf with respect to the Services to be performed under this Agreement and make all decisions in connection therewith: Jeffrey M. Cooper, PE, Director of Infrastructure. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignments The experience, knowledge, education, capability, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Consultant shall not contract with any other individual or entity to perform any Services required under this Agreement without the City's express written approval. In addition, neither this Agreement nor any interest may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Subcontracts, if any, shall contain a provisions making them subject to all provisions stipulated in this Agreement including without limitation the insurance and indemnification requirements. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subconsultant(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subconsultant and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (250-0) of the present ownership and �or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. 4.4 Independent Consultant. A. The legal relationship between the Parties is that of an independent Consultant, and nothing herein shall be deemed to make Consultant a City employee. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees. or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fining their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant. its officers, employees. or agents, for injury or sickness arising out of performing Services hereunder. If for any reason any court or governmental agency determines that the City has financial obligations, other than pursuant to Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subconsultants, or agents, Consultant shall indemnify City for all such financial obligations. 4.5 California Labor Code Requirements. A. Consultant is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates and the performance of other requirements on certain "public works" and "maintenance" projects ("Prevailing Wage Laws"). If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $15.000 or more for maintenance or $25.000 or more for construction, alteration, demolition. installation, or repair, Consultant agrees to fully comply with such Prevailing Wage Laws. Consultant shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It shall be mandatory upon the Consultant and all subcontractors to comply with all California Labor Code provisions, which include but are not limited to prevailing wages (Labor Code Sections 1771. 1774 and 1775), employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours of labor (Labor Code Sections 1813 and 1815) and debarment of contractors and subcontractors (Labor Code Section 1777.1). B. If the Services are being performed as part of an applicable `public works" or "maintenance" project and if the total compensation is $15.000 or more for maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Consultant and all subcontractors performing such Services must be registered with the Department of Industrial Relations. Consultant shall maintain registration for the duration of the Project and require the same of any subcontractors, as applicable. This Agreement may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Consultant's sole responsibility to comply with all applicable registration and labor compliance requirements. 5. INSURANCE 5.1 Tvi)es of Insurance. Consultant shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof. or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Consultant, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance. all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two -million dollars ($2.000.000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims made" basis. the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement. or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain. in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subconsultants, if any. to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000.000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent Consultants, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non - owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self -Insured Retentions. Any deductibles or self -insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self -insured retentions. City reserves the right to reject deductibles or self -insured retentions in excess of $10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self -insured retentions proposed in excess of $10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: A. For any claims related to this Agreement, Consultant's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials. employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. B. Any failure to comply with reporting or other provisions of the policies. including breaches of warranties, shall not affect coverage provided to City and its officers, council members. officials, employees, agents, and volunteers. C. All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. D. None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. E. Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. F. Consultant agrees to ensure that subconsultants, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant. provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subconsultants and others engaged in the Project will be submitted to the City for review. G. Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. H. 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. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. I. Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. J. 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. K. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. L. Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficienry of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements. affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General andor Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: A. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured... " ("as respects City of Palm Springs Contract No. " or 'for any and all work performed with the City" may be included in this statement). B. "This insurance is primary and non-contributory over any insurance or self-insurance the City• may have..." ("as respects City of Palm Springs Conti -act No._" or' for any and all work performed with the City" may be included in this statement). C. "Should any of the above described policies be canceled before the expiration date thereof the issuing company will mail 30 days written notice to the Certificate Holder named" Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. D. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City. its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6. INDEMNIFICATION 6.1 To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Consultant's employees included), for damage to property, including property owned by City, for any violation of any federal, state, or local law or ordinance or in any manner arising out of, pertaining to, or incident to any acts, errors or omissions, or willful misconduct committed by Consultant, its officers, employees, representatives, and agents, that arise out of or relate to Consultant's performance of Services or this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the Indemnified Parties. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Consultant's indemnification obligation or other liability under this Agreement. Consultant's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. 6.2 If Consultant's obligation to defend, indemnify, and or hold harmless arises out of Consultant's performance as a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to the extent which the Claims arise out of, pertain to, or relate to the negligence. recklessness, or willful misconduct of the Consultant in the performance of the Services or this Agreement. and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend. shall not exceed the Consultant's proportionate percentage of fault. 7. REPORTS AND RECORDS 7.1 Accounting Records. Consultant shall keep complete. accurate, and detailed accounts of all time, costs. expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times. including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work to be performed pursuant to this Agreement. For this reason. Consultant agrees that if Consultant becomes aware of any facts. circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work contemplated herein or, if Consultant is providing design services. the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 73 Ownershia of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence. computations, and other materials prepared by Consultant. its employees, subconsultants, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement. and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and or use of incomplete documents without specific written authorization by the Consultant will be at the City 's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subconsultants shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings. specifications, reports. records, documents, and other materials prepared by Consultant in the performance of Services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City. Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine. copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 83 Termination. City may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Consultant. Where termination is due to the fault of Consultant and constitutes an immediate danger to health, safety, and general welfare. the period of notice shall be such shorter time as may be determined by the City. Upon receipt of the notice of termination, Consultant shall immediately cease all Services except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer after such notice. City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Consultant shall not be entitled to payment for unperformed Services, and shall not be entitled to damages or compensation for termination of Work. Consultant may not terminate this Agreement except for cause, upon thirty (30) days written notice to City. 8.4 Default of Consultant. A. Consultant's failure to comply with any provision of this Agreement shall constitute a default. B. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement. he'she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law. in equity, or under this Agreement. Consultant shall be liable for any and all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 8.3. C. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.4.13, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein. 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant. condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach. nor shall failure by the Parties to require exact, full. and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 Rirhts and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Leeal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.8 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non judicial proceeding. the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non -prevailing Party all reasonable costs and expenses, including but not limited to reasonable attorney fees. expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non -liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor -in -interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give. any third party any money or other consideration in exchange for obtaining this Agreement. 93 Covenant A ainst Discrimination. In connection with its performance under this Agreement. Consultant shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status. ancestry, national origin ( i.e., place of origin. immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Consultant certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training. including apprenticeship; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. A. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of. pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However. Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any settlement made without Consultant's consent or in the event City fails to cooperate in the defense of any suitor claim. provided, however. that such defense shalli beat Consultant's expense. I f the use or sale of such item is enjoined as a result of the suit or claim. Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notices. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered. sent by pre -paid First Class U.S. Mail. registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission, and shall be deemed received upon the earlier of (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction. or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails. text messages, and instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To City: City of Palm Springs Attention: City Manager 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 Telephone: (760) 323-8204 To Consultant: NV5, Inc. Jeffrey M. Cooper. PE, Director of Infrastructure 163 Technology Drive. Suite 100 Irvine, California 92618 Telephone: (949) 585-0477 10.3 Entire Agreement. This Agreement constitutes the entire understanding between the Parties and supersedes and cancels all prior negotiations. arrangements, agreements. representations, and understandings, if any, made by or among the Parties with respect to the subject matter hereof. No amendments or other modifications of this Agreement shall be binding unless executed in writing by both Parties hereto, or their respective successors, assigns, or grantees. 10.4-Severability. Whenever possible. each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Benetciary. Except as may be expressly provided for herein, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation. any rights as a third -party beneficiary or otherwise, upon any entity or person not a party hereto. 10.7 Recitals. The above -referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing. (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. 10.9 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. [SIGNATURES ON FOLLOWING PAGE] IN WITNESS WHEREOF, the City and the Consultant have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS, CA By .� A ny Mejia, fity Date: �511,0 Ze.) APPROVED AS TO FORAM: Bffre . Ball' er. C�iAttomey� Y g Date: CONSULTANT CONTENTS APPROVED: BY.... David H:Ready. City Manager Date: APPROVED BY CITY COUNCIL: Date: I -"Agreement No. y Name: NV5, Inc. Check one: Individual Partnership a Corporation mpRovEo sY cmr coutc. P .2�'2V Corporations require two notarized signatures: One signature must be from Chairman of Board. President. or any Vice President. The second signature must be from the Secretary. Assistant Secretary. Treasurer, Assistant Treasurer, or Chief Financial Officer. Address: 163 Technology Drive. Suite 100 Irvine, CA 92618 By: R T Sig ure (notarized) Name : �i�'f A4 Title: 16/ By: _ N) 11 All A ignatur n ar ed) Name: �_ t,/ I ( j Title: r6rwr CV reminder of that provision, or the remaining provisions of this Agreement unless the invalid pro ision is so material that its invalidity deprives either Party of the basic benefit of their bargain or nders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding up/andintuto the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly pherein, nothing contained in this Agreement is intended to confer, nor shall this Agreemend as conferring, any rights, including. without limitation. any rights as a third -party beneficrwise, upon any entity or person not a party hereto. 10.7 Recitals. The above -referenced Recitals are hereby inc rated into the Agreement as though fully set forth herein and each Party acknowledges and ag s that such Party is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Eacnof the•undersigned epresents and warrants that (i) the Party for which he or she is executing this Agreement is duly al rized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behae f the Party for which he or she is signing. (iii) by so executing this Agreement, the Party for whicor she is signing is formally bound to the provisions of this A`greeriient;aad;(iv) the%entering into is Agreement does not violate any provision of any other Agreement to which the Party fof which heiGr she is signing is bound. 10.9 Counterparts. This Agree men may be signed in counterparts, each of which shall constitute an original. (SIGNOURES ON FOLLOWING PAGE] CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identityof the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of r U J} J On / 0 g220r20 before me, Date 1—< /i Here Insert Name and Title of Officer personally appeared H of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OMy JULIE WOODRUFF Notary Public - California San Diego County Commission a 2301520 Comm. Expires Aug 31, 2023 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. i Signature —(� , h��hZ44� - Signature of Nota ublic Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached C Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): Cl Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2018 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California - 1 County of On M�g2ajQ before me, Date , f H Insert Name and Title of Officer personally appeared Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. emy JULIE WOODRUFF Notary Public - CaliforniaSan Diego County Commission # 2301520 Comm. Expires Aug 311,023 Place Notary Seal and/or Stamp Above W I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Not ublic Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Docu Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2018 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator r1 Other Signer is Representing: EXHIBIT "A" SCOPE OF SERVICES The Consultant shall provide first class as -needed construction management and inspection services associated with various City Projects. For work provided on assigned City Projects, the Consultant shall provide services as described in Chapter 16, "Administer Construction Contracts," of the State of California Department of Transportation's ("Caltrans") Local Assistance Procedure Manual ("LAPM"), and in accordance with any applicable Building Codes for building improvements and new facility construction. More specifically, construction management services shall include, but are not limited to: Pre -Construction Phase: 1. Perform value engineering and constructability review of project plans and specifications. 2. Review engineer's estimate and approved budget for the project. 3. Prepare and maintain a master project schedule based on anticipated completion of design and construction phases, integrating all reviews and approvals as may be required by City and other regulatory agencies. 4. Develop public outreach materials (in dual language. English/Spanish) and a neighborhood affairs strategy to advise affected property owners, businesses, and the general public, regarding the project. Develop and provide website and toll free phone number for public inquiries and complaints; assign a neighborhood liaison to track complaints. Construction Phase 1. Arrange and conduct Pre -Construction meeting, inviting general contractor and project stakeholders. Prepare minutes of Pre -Construction meeting for distribution to all attendees. 2. Provide and maintain sufficient field personnel to administer and manage construction contract. 3. Review construction schedule, including activity sequences and duration, schedule of submittals and delivery schedule of long lead materials and equipment. Review contractor's update and revisions as may be required to reflect actual progress of work. 4. Schedule and conduct weekly progress meetings to discuss contract issues, procedures, progress, problems, change orders, submittals, request for information (RFIs), deficiencies and schedules. Prepare minutes of progress meetings for distribution to all attendees. 5. Process contractor's submittals for project architect's:"design consultant's review and approval. 6. Process and track RFIs, submittals, shop drawings. proposed change orders and revisions. 7. Review and evaluate proposed change orders. Review estimates for reasonableness and cost effectiveness and render recommendations to City. 8. Maintain cost accounting records on authorized work performed under contract unit costs and additional work performed based on actual costs of time (labor) and materials (T&M). 9. Develop a reasonable cost control system, including regular monitoring of actual costs for activities in progress and estimates for uncompleted tasks and proposed changes. Identify variances between actual and estimated costs and report such variances to City at regular intervals. 10. Assist City in coordinating services of other consultants (geotechnical. NPDES, materials testing, deputy inspection, special laboratory testing. etc.) that may be hired or selected for the project. 11. Coordinate with project architect/design consultant contractor's requests for interpretation or clarification of meaning and intent of project plans and specifications. 12. Establish and implement job safety procedures in compliance with CAL -OSHA requirements. Monitor contractor's compliance with established safety program, respond to deficiencies and hazards, and investigate and report on accidents. 13. Track quantities of work completed for progress payment. Develop and implement procedures for review and processing of progress payment applications. Assist City with review and certification for payment. 14. Establish procedures and monitor contractor compliance with federal and state prevailing wage regulations and requirements. 15. Perform quality assurance reviews on a regular basis and recommend changes, as necessary. 16. Comply with federal and state grant funding requirements. 17. Prepare federal and state grant funding reimbursements. 17. Maintain a complete project filing system. Filing system shall be in accordance with Section 16.8 (Chapter 16) of the Caltrans LAPM, and any applicable filing system applicable for new building construction or building improvement projects. Post -Construction Phase 1. Evaluate completion of work and recommend to City when work is ready for final inspection. 2. Conduct final inspection/walk through with City staff. maintenance"service personnel and project architect/design consultant. 3. Issue preliminary and final punch list, including schedule for punch list completion. Monitor and follow through with contractor until completion of all punch list items. 4. Secure and transmit required guarantees, certifications. affidavits, leases, easement deeds, operating & maintenance manuals, warranties and other documents as stipulated in contract documents. 5. Review and process contractor's request for final payment and release of retention. 6. Deliver project files to City. Construction inspection services shall include. but are not limited to: 1. Review plans, specifications, and other contract and construction -related documents. Become familiar with traffic control plans, construction schedules, construction sequences, and permit requirements from other agencies. 2. Photograph prior, during, and after construction. 3. Attend pre -construction meetings and present special concerns, if any. 4. Interpret plans, specifications and regulations and ensure that contractors are following their contracts. Provide inspections to ensure projects are constructed according to project specifications. 5. Direct and notify construction contractors about non-compliance and correct compliance problems as soon as they are discovered. 6. Maintain daily diaries showing site and weather conditions; traffic control measures taken by contractors; labor. equipment and materials used; quantity of work performed; and major incidenWsafety violations. Daily diaries shall be submitted to City upon project completion. 7. Review construction progress schedules on a regular basis; verify schedules are on track with project milestones; identify deviations; and ensure that corrective actions are taken to bring projects back on schedule. 8. Provide accurate measurements of work completed by contractors in accordance with contract documents. 9. Review soil compaction and materials testing certifications of compliance (COC). Coordinate with City's Acceptance Testing (AT) and Independent Assurance Program (IAP) testing firms regarding quality of work completed. 10. Ensure that contractors do not install materials without approved material testing certifications. Any failed tests shall be reported and direct contractor to take correction measures to achieve compliance. 11. Monitor contractors' utility coordination to minimize utility conflict delays and potential need for utility relocations. Report potential conflicts to utilities, and advise them to relocate or remove conflicting utilities and report outcome to City. 12. Attend weekly progress meetings to communicate, coordinate and resolve any issues or problems that may arise at the job site. Prepare and submit to contractor a "Weekly Statement of Calendar/Working Days" report. 13. Conduct field construction employee interviews to comply with Equal Employment Opportunity Law and Davis Bacon Act. Interviews shall be reported to City on a regular basis. 14. Coordinate with contractor access to adjacent businessesiresidents during construction. Coordinate mitigation of construction impacts with contractor, City and other agencies. 15. Provide inspection of street lighting, traffic control, channelization, and all other traffic -related work. 16.Observe construction safety, public safety and convenience, and report discovered problems to City. 17. Monitor compliance with the City's National Pollutant Discharge Elimination System (NPDES) Permits and requirements. Monitor compliance with all other local, state, and federal laws and regulations. 18. Maintain data for change orders and record information regarding time of dispute, time of notification by contractor, and action taken by inspector. 19. Provide complete measurements and calculations to administer progress payments and make recommendations for payments. 20. Ensure that contractors submit certified payroll reports with monthly progress payment requests. Review reports for compliance with federal and state prevailing wage regulations. Ensure that labor and hours reported by contractors match inspector's daily diaries and inspection reports. 21. Prepare and transmit to contractors correspondence related to construction management and inspection of projects. All correspondence sent to and received from contractors shall be copied and transmitted to City. 22. Coordinate preparation and submittal of as -built plans to City upon project completion. 23. Prepare preliminary and final punch list and follow through with contractor until completion. 24. Upon project completion, conduct final inspection and close-out encroachment and construction/excavation permits. Additional Optional Services At the City's sole discretion, as may be necessary to supplement existing staff, the Consultant may provide encroachment permit coordination and inspections (including work associated with public and private utility companies and:'or their contractors). For work provided on miscellaneous encroachment permit inspections (including work associated with public and private utility companies and.`or their contractors), the Consultant shall provide the following work: 1. Review plans, specifications, and other encroachment permit related documents. Become familiar with traffic control plans, construction schedules. construction sequences. and permit requirements from other agencies. 2. Photograph prior, during. and after construction. 3. Attend pre -construction meetings and present special concerns, if any. 4. Provide inspections to ensure encroachments are constructed according to permit requirements. 5. Direct and notify encroachment permittees about non-compliance and correct compliance problems as soon as they are discovered. 6. Maintain daily diaries showing site and weather conditions: traffic control measures taken by contractors; labor, equipment and materials used; quantity of work performed; and major incidents/safety violations. Daily diaries shall be submitted to City upon project completion. 7. Ensure that encroachment permittees do not install materials without approved material testing certifications. Any failed tests shall be reported and direct encroachment permittees to take correction measures to achieve compliance. 11. Coordinate and ensure access to adjacent businesses: residents is maintained during encroachment permittee work. 12.Observe construction safety, public safety and convenience, and report discovered problems to City. 13. Monitor compliance with the City's National Pollutant Discharge Elimination System (NPDES) Permits and requirements. Monitor compliance with all other local, state, and federal laws and regulations. 14. Upon completion of encroachment permittee work, conduct final inspection and close-out encroachment and construction/excavation permits. Private Land Development Projects The Consultant shall provide first class work and services for providing construction management and inspection services of various improvements related to private land development projects. including, but not limited to: rough grading. street, sewer. water, storm drain, precise grading.,paving. traffic signal, and traffic striping/signage. Appropriate inspection services shall be provided on review and approval of on -site and off -site improvements associated with private land development projects. The Consultant shall ensure all required improvements are constructed to appropriate standards and in accordance with the approved plans for the work. Coordination of materials testing and inspection services shall be provided (with all costs associated with materials testinglinspection paid for by the developer`owner). The Consultant shall ensure approved Water Quality Management Plans (a *'WQMP'') are implemented accordingly. The Consultant shall Verify the developer'owner has obtained clearance under the Statewide General Permit, and has been issued a Waste Discharge Identification Number (WDID#). The Consultant shall also confirm that all construction activities within the City of Palm Springs conform to requirements identified in the City's current National Pollutant Discharge Elimination System ("NPDES") Permit. The Consultant shall review- installation of all required storm water pollution control measures identified on the approved WQMP. Special Note: The Consultant will be required to obtain an office space within close proximity to City Hall, with part-time attendance by the assigned Inspector(s). Throughout the assignment, the Consultant shall be expected to be available to meet, as necessary, with City staff, including but not limited to, the Engineering Services Department to discuss assigned projects, review construction permits, and other requirements. Fees for time required to meet with City staff shall be included in the inspection fees charged by the Consultant, and shall not be separately paid for outside of required inspections. EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS CITY OF PALM SPRINGS, CA NOTICE INVITING STATEMENTS OF QUALIFICATIONS (SOO) 13-20 ON -CALL CONSTRUCTION MANAGEMENT & INSPECTION SERVICES NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting statements of qualifications from professional firms to provide the City with "on -call" Construction Management & Inspection Services, (hereinafter the "Project"), The objective of this solicitation is to hire one or more on -call firms to provide such services to the City. In the event multiple firms are selected, firms will be placed on a rotation for providing services as required. PROJECT LOCATION: City of Palm Springs, CA SCOPE OF SERVICES: The scope of work includes providing the City with "on -call' Construction Management & Inspection Services, and related services as may be requested by the City. OBTAINING SOQ DOCUMENTS AND ADDENDA: The SOO document may be downloaded via the intemet at www.palmspringsca.gov (go to Departments, Procurement, Open Bids & Submittals), or by calling the Office of Procurement and Contracting, (760) 322-8368. Upon downloading the SOO via the internet, contact Craig Gladders, Procurement and Contracting Manager, via email at craig.pladders('dpalmspringsca.gov to be placed on the interested vendor list for this project, providing your company name, contact person, contact email address, office address, office phone and office fax. Failure to be placed on the interested vendor list as stated above may result in not receiving Addenda to the SOO. Failing to acknowledge Addenda may result in your submittal being non -responsive, or may negatively impact the evaluation of your submittal. We strongly advise that you follow the instructions above if you are interested in submitting your qualifications. EVALUATION OF QUALIFICATIONS AND AWARD OF CONTRACT: This solicitation has been developed in the Statement of Qualifications (SOQ) format for the acquisition of Professional Services on the basis of demonstrated competence and qualifications for the type of services required consistent with the provisions of CA Government Code 4525/4526 and Municipal Code 7.04.050. Accordingly, firms should take note that multiple factors as identified in the SOO will be considered by the Evaluation Committee. PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA, but shall be negotiated with the successful firm or firms to be fair and reasonable. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council. The selected firm will be required to comply with all insurance and license requirements of the City. DEADLINE: Ail submittals must be received in the Procurement and Contracting Office, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, TUESDAY, MARCH 31, 2020. The receiving time in the Procurement Office will be the governing time for acceptability of submittals. Telegraphic and telephonic submittals will not be accepted. Reference the SOO document for additional dates and deadlines. Late submittals will not be accepted and shall be returned unopened. SUBMITTALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their submittal shall be valid for a period of 120 calendar days from the due date of submittals. Craig L. Gladders, C.P.M. Procurement and Contracting Manager February 13, 2020 CITY OF PALM SPRINGS, CA STATEMENT OF QUALIFICATIONS (SOO) #13-20 ON -CALL CONSTRUCTION MANAGEMENT & INSPECTION SERVICES Statements of Qualifications (SOQ 13-20), for professional services for On -Call Construction Management & Inspection Services for the City of Palm Springs, CA, (hereinafter the "SOQ") will be received at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M., LOCAL TIME, TUESDAY, MARCH 31, 2020. It is the responsibility of the respondent to see that any submittal sent through the mail, or by any other delivery method, shall have sufficient time to be received by this specified date and time. The receiving time in the Procurement Office will be the governing time for acceptability of submittals. Telegraphic, telephonic, faxed or emailed submittals will not be accepted. Late submittals will be returned unopened. Failure to register for this SOQ process per the instructions in the Notice Inviting Statements of Qualifications (under "Obtaining SOQ Documents") may result in not receiving Addenda or other important information pertaining to this process. Failure to acknowledge Addenda may render a submittal as being non -responsive or negatively impact the evaluation of a submittal. We strongly advise that interested firms officially register per the instructions in the Notice. 1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting statements of qualifications from qualified professional firms to provide the City with On -call construction management & inspection Services, and related services as may be requested by the City. The objective of this solicitation is to hire one or more on -call firms to provide such services to the City. In the event multiple firms are selected, firms will be placed on a rotation for providing services as required. The City makes no guarantee that only one firm, or two or more firms, will be selected_ The City, in its sole discretion, may select only one firm, or more than one firm, to provide the requested services. SCHEDULE: Notice requesting Statements of Qualifications posted and issued ................ February 20, 2020 Deadline for receipt of Questions ................................... Tuesday, March 24, 2020, 3:00 P.M. Deadline for receipt of Submittals .................................. Tuesday, March 31, 2020, 3:00 P.M. Short List / Interviews/ *if desired by City.......................................................... to be determined Contract awarded by City Council..................................................................... to be determined NOTE: There will NOT be a pre -submittal conference for this procurement. *Dates above are subject to change. "KEY" TO SOQ ATTACHMENTS: ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment. *Must be completed and included in your Qualifications Submittal envelope. ATTACHMENT "B" — Non Collusion Affidavit Form. *Must be completed and notarized and included in your Qualifications Submittal envelope. ATTACHMENT "C" — Cost/Rates Submittal Form. *Must be completed and included in a separately sealed envelope — do NOT include this in your Qualifications Submittal envelope. ATTACHMENT "D" — No Conflict of Interest and Non -Discrimination Form. *Must be completed and included in your Qualifications Submittal envelope. ATTACHMENT "E" — Business Disclosure Form. `Must be completed and included in your Qualifications Submittal envelope. ATTACHMENT "F" — Sample boilerplate Contract Services Agreement (for reference only) 2. BACKGROUND: The City of Palm Springs is a Charter City in eastern Riverside County, CA with a population of over 48,000. The City is seeking proposals from qualified professional firms to provide on -call Construction Management & Inspection Services. The selected firm(s) shall be required to demonstrate successful experience and capacity to provide on -call "turn -key" Construction Management & Inspection Services to similar municipal governmental agencies. The Engineering Services Department is currently employed with a staff that includes a Senior Public Works Inspector and two Public Works Inspectors. Given the volume of large public works capital projects in planning, design, and scheduled for construction to be delivered by the Department, in 2015 the City entered into several agreements with certain firms for on -call Construction Management & Inspection Services to assist City staff. These agreements expire on June 30, 2020, requiring the City's solicitation of new on -call agreements. In anticipation of several large public works capital projects to commence in 2020, and as a result of increasing development occurring within the City of Palm Springs, it is the City's intention to have available, at its request, contractual "on -call" agreements for public works inspection services to provide necessary "turn -key" construction management services for various City Projects, and additional optional services, to provide staff support for encroachment permit/utility construction, and construction inspection of on -site and off -site improvements associated with private land development projects within the City. With regard to the anticipated City Projects, the selected firm(s) will be required to demonstrate adequate experience providing similar full -service "turn -key" construction management services for the following types of projects: • Building & Facility improvements • Electrical & Lighting improvements • Landscaping improvements • Sewer improvements • Storm Drainage improvements 0 Street improvements • Traffic Signal improvements • New Building & Facility construction projects • Inspection and Compliance with Standards for private residential developments, subdivisions, commercial shopping centers, and hotels, etc. The City intends to award one or more contracts for public works inspection services with an initial term of three years, with two one-year extensions upon approval of the City Manager and mutual consent of the selected firm(s), for a total maximum term of five years. 3. SCOPE OF WORK: The selected firm(s) shall provide first class as -needed construction management and inspection services associated with various City Projects. For work provided on assigned City Projects, the selected firm shall provide services as described in Chapter 16, "Administer Construction Contracts," of the State of California Department of Transportation's ("Caltrans") Local Assistance Procedure Manual ("LAPM"), and in accordance with any applicable Building Codes for building improvements and new facility construction. More specifically, construction management services shall include, but are not limited to: Pre -Construction Phase: 1. Perform value engineering and constructability review of project plans and specifications. 2. Review engineer's estimate and approved budget for the project. 3. Prepare and maintain a master project schedule based on anticipated completion of design and construction phases, integrating all reviews and approvals as may be required by City and other regulatory agencies. 4. Develop public outreach materials (in dual language, English/Spanish) and a neighborhood affairs strategy to advise affected property owners, businesses, and the general public, regarding the project. Develop and provide website and toll free phone number for public inquiries and complaints; assign a neighborhood liaison to track complaints. Construction Phase 1. Arrange and conduct Pre -Construction meeting, inviting general contractor and project stakeholders. Prepare minutes of Pre -Construction meeting for distribution to all attendees. 2. Provide and maintain sufficient field personnel to administer and manage construction contract. 3. Review construction schedule, including activity sequences and duration, schedule of submittals and delivery schedule of long lead materials and equipment. Review contractor's update and revisions as may be required to reflect actual progress of work. 4. Schedule and conduct weekly progress meetings to discuss contract issues, procedures, progress, problems, change orders, submittals, request for information (RFIs), deficiencies and schedules_ Prepare minutes of progress meetings for distribution to all attendees. 5. Process contractor's submittals for project architect's/design consultant's review and approval. 6. Process and track RFIs, submittals, shop drawings, proposed change orders and revisions. 7_ Review and evaluate proposed change orders. Review estimates for reasonableness and cost effectiveness and render recommendations to City. 8. Maintain cost accounting records on authorized work performed under contract unit costs and additional work performed based on actual costs of time (labor) and materials (T&M). 9. Develop a reasonable cost control system, including regular monitoring of actual costs for activities in progress and estimates for uncompleted tasks and proposed changes. identify variances between actual and estimated costs and report such variances to City at regular intervals. 10. Assist City in coordinating services of other consultants (geotechnical, NPDES, materials testing, deputy inspection, special laboratory testing, etc.) that may be hired or selected for the project. 11. Coordinate with project architect/design consultant contractor's requests for interpretation or clarification of meaning and intent of project plans and specifications. 12. Establish and implement job safety procedures in compliance with CAL -OSHA requirements. Monitor contractor's compliance with established safety program, respond to deficiencies and hazards, and investigate and report on accidents. 13. Track quantities of work completed for progress payment. Develop and implement procedures for review and processing of progress payment applications. Assist City with review and certification for payment. 14. Establish procedures and monitor contractor compliance with federal and state prevailing wage regulations and requirements. 15. Perform quality assurance reviews on a regular basis and recommend changes, as necessary. 16. Comply with federal and state grant funding requirements. 17. Prepare federal and state grant funding reimbursements. 17. Maintain a complete project filing system. Filing system shall be in accordance with Section 16.8 (Chapter 16) of the Caltrans LAPM, and any applicable filing system applicable for new building construction or building improvement projects. Post -Construction Phase 1. Evaluate completion of work and recommend to City when work is ready for final inspection. 2. Conduct final inspectiontwalk through with City staff, maintenance/service personnel and project architect/design consultant. 3. Issue preliminary and final punch list, including schedule for punch list completion. Monitor and follow through with contractor until completion of all punch list items. 4. Secure and transmit required guarantees, certifications, affidavits, leases, easement deeds, operating & maintenance manuals, warranties and other documents as stipulated in contract documents. 5. Review and process contractor's request for final payment and release of retention. 6. Deliver project files to City. Construction inspection services shall include, but are not limited to: 1. Review plans, specifications, and other contract and construction -related documents. Become familiar with traffic control plans, construction schedules, construction sequences, and permit requirements from other agencies. 2. Photograph prior, during, and after construction. 3. Attend pre -construction meetings and present special concerns, if any. 4. Interpret plans, specifications and regulations and ensure that contractors are following their contracts. Provide inspections to ensure projects are constructed according to project specifications. 5. Direct and notify construction contractors about non-compliance and correct compliance problems as soon as they are discovered. 6. Maintain daily diaries showing site and weather conditions; traffic control measures taken by contractors; labor, equipment and materials used; quantity of work performed; and major incidents/safety violations. Daily diaries shall be submitted to City upon project completion. 7. Review construction progress schedules on a regular basis; verify schedules are on track with project milestones; identify deviations; and ensure that corrective actions are taken to bring projects back on schedule. 8. Provide accurate measurements of work completed by contractors in accordance with contract documents. 9. Review soil compaction and materials testing certifications of compliance (COC). Coordinate with City's Acceptance Testing (AT) and Independent Assurance Program (IAP) testing firms regarding quality of work completed. 10. Ensure that contractors do not install materials without approved material testing certifications. Any failed tests shall be reported and direct contractor to take correction measures to achieve compliance. 11. Monitor contractors' utility coordination to minimize utility conflict delays and potential need for utility relocations. Report potential conflicts to utilities, and advise them to relocate or remove conflicting utilities and report outcome to City. 12. Attend weekly progress meetings to communicate, coordinate and resolve any issues or problems that may arise at the job site. Prepare and submit to contractor a "Weekly Statement of Calendar/Working Days" report. 13 14 15 16 17 18 19 20 21 22 23 24 Conduct field construction employee interviews to comply with Equal Employment Opportunity Law and Davis Bacon Act. Interviews shall be reported to City on a regular basis. Coordinate with contractor access to adjacent businesses/residents during construction. Coordinate mitigation of construction impacts with contractor, City and other agencies. Provide inspection of street lighting, traffic control, channelization, and all other traffic - related work. Observe construction safety, public safety and convenience, and report discovered problems to City. Monitor compliance with the City's National Pollutant Discharge Elimination System (NPDES) Permits and requirements. Monitor compliance with all other local, state, and federal laws and regulations. Maintain data for change orders and record information regarding time of dispute, time of notification by contractor, and action taken by inspector. Provide complete measurements and calculations to administer progress payments and make recommendations for payments. Ensure that contractors submit certified payroll reports with monthly progress payment requests. Review reports for compliance with federal and state prevailing wage regulations. Ensure that labor and hours reported by contractors match inspector's daily diaries and inspection reports. Prepare and transmit to contractors correspondence related to construction management and inspection of projects. All correspondence sent to and received from contractors shall be copied and transmitted to City. Coordinate preparation and submittal of as -built plans to City upon project completion. Prepare preliminary and final punch list and follow through with contractor until completion. Upon project completion, conduct final inspection and close-out encroachment and construction/excavation permits. Additional Optional Services At the City's sole discretion, as may be necessary to supplement existing staff, the selected firm(s) may provide encroachment permit coordination and inspections (including work associated with public and private utility companies and/or their contractors). For work provided on miscellaneous encroachment permit inspections (including work associated with public and private utility companies and/or their contractors), the selected firm(s) shall provide the following work: 1. Review plans, specifications, and other encroachment permit related documents. Become familiar with traffic control plans, construction schedules, construction sequences, and permit requirements from other agencies. 2. Photograph prior, during, and after construction. 3. Attend pre -construction meetings and present special concerns, if any. 4. Provide inspections to ensure encroachments are constructed according to permit requirements. 5. Direct and notify encroachment permittees about non-compliance and correct compliance problems as soon as they are discovered. 6. Maintain daily diaries showing site and weather conditions; traffic control measures taken by contractors; labor, equipment and materials used; quantity of work performed; and major incidents/safety violations. Daily diaries shall be submitted to City upon project completion. 7. Ensure that encroachment permittees do not install materials without approved material testing certifications. Any failed tests shall be reported and direct encroachment permittees to take correction measures to achieve compliance. 11. Coordinate and ensure access to adjacent businesses/residents is maintained during encroachment permittee work. 12.Observe construction safety, public safety and convenience, and report discovered problems to City. 13. Monitor compliance with the City's National Pollutant Discharge Elimination System (NPDES) Permits and requirements. Monitor compliance with all other local, state, and federal laws and regulations. 14. Upon completion of encroachment permittee work, conduct final inspection and close-out encroachment and construction/excavation permits. Private Land Development Projects The selected firm(s) shall provide first class work and services for providing construction management and inspection services of various improvements related to private land development projects, including, but not limited to: rough grading, street, sewer, water, storm drain, precise grading/paving, traffic signal, and traffic striping/signage. Appropriate inspection services shall be provided on review and approval of on -site and off -site improvements associated with private land development projects. The selected firm(s) shall ensure all required improvements are constructed to appropriate standards and in accordance with the approved plans for the work. Coordination of materials testing and inspection services shall be provided (with all costs associated with materials testing/inspection paid for by the developer/owner). The selected firm(s) shall ensure approved Water Quality Management Plans (a "WQMP") are implemented accordingly. The selected firm(s) shall verify the developer/owner has obtained clearance under the Statewide General Permit, and has been issued a Waste Discharge Identification Number (WDID#). The selected firm(s) shall also confirm that all construction activities within the City of Palm Springs conform to requirements identified in the City's current National Pollutant Discharge Elimination System ("NPDES") Permit. The selected firm(s) shall review installation of all required storm water pollution control measures identified on the approved WQMP. Special Note: The selected firm(s) will be required to obtain an office space within close proximity to City Hall, with part-time attendance by the assigned Inspector(s). Throughout the assignment, the selected firm(s) shall be expected to be available to meet, as necessary, with City staff, including but not limited to, the Engineering Services Department to discuss assigned projects, review construction permits, and other requirements. Fees for time required to meet with City staff shall be included in the inspection fees charged by the selected firm(s), and shall not be separately paid for outside of required inspections. 4. SUBMITTAL REQUIREMENTS: Please note: this SOQ cannot identify each specific, individual task required to successfully and completely implement this project. The City of Palm Springs relies on the professionalism and competence of the selected firms to be knowledgeable of the general areas identified in the scope of work and will incorporate in the final agreement with the selected firms from this process all required tasks and subtasks, personnel commitments, man-hours, direct and indirect costs, etc. The City of Palm Springs will not approve amendments or change orders to the selected firms agreements which do not involve a substantial change from the general scope of work identified in this SOQ. S. SELECTION PROCESS: The City of Palm Springs is utilizing a Qualifications Based Selection process to select multiple firms to provide the on -call services requested by this SOQ. The City shall review the submittals submitted in reply to this SOQ, and a limited number of firms may be invited to make a formal presentation and attend an interview at a future date. The format, selection criteria and date of the presentation and interview will be established at the time of short -listing. Preparation of submittals in reply to this SOQ, and participation in any future presentation or interview is at the sole expense of the firms responding to this SOO. 6. SUBMITTAL EVALUATION CRITERIA: This solicitation has been developed in the "Statement of Qualifications" (SOO) format. Accordingly, firms should take note that the City will consider multiple criteria in selecting the most qualified firms. Consistent with CA Government Code Section 4525/4526 and Municipal Code 7.04.050 for the acquisition of Professional Services, price is NOT an evaluation criteria. Cost/Rate submittals submitted in separate sealed envelopes are not opened, nor considered during evaluations. Upon selection of the most qualified firms, the associated cost/rates submittals will be used as a basis for contract negotiations to establish fair and reasonable and mutually agreed upon costs. Should successful negotiations not occur with a ranked firm, the City may, at its sole discretion, choose to enter into negotiations with the next highest ranked firm, and so on. PRIOR CITY WORK If your firm has prior experience working with the City DO NOT assume this prior work is known to all members of the evaluation committee_ All firms are evaluated on the information contained in their proposal, information obtained from references (including the city and past performance if applicable), and presentations if requested. All proposals should be prepared as if the evaluation committee members have no knowledge of the firm, their qualifications or past projects. An Evaluation Committee, using the following evaluation criteria for this SOO, will evaluate all responsive submittals to this SOO. Firms are requested to submit their submittals so that they correspond to and are identified with the following specific evaluation criteria: Customize the criteria and points for your specific project A. Firm Qualifications, Experience and Background (35 POINTS): B. Understanding On -Call Construction Management & Inspection Services (35 POINTS): C. References and Experience with Projects of Similar Size and Scope 25 POINTS): D. Local Expertise Demonstrated on the Team (5 POINTS): Firms that qualify as a Local Business, or employ local sub -consultants, and submit a valid business license as more fully set forth in Section D.1 below, pursuant to the City of Palm Springs Local Preference Ordinance 1756). The full local preference, five (5) points, will be awarded to those that qualify as a Local Business. Two (2) points will be awarded to a non -local business that employs or retains local residents and/or firms for this project. Non -local firms that do not employ or retain any local residents and/or firms for this project shall earn zero (0) points for this criteria. 7. SUBMITTAL CONTENTS: Firms are requested to format their submittals so that responses correspond directly to, and are identified with, the specific evaluation criteria stated in Section 6 above. The submittals must be in an 8 YZ X 11 format, minimum 10pt font size, minimum %" margins, and may be no more than a total of thirty (30) sheets of paper, which may be double -sided, including cover letters, organization charts, staff resumes, appendices, and any exceptions to the language in the sample agreement, or to the insurance requirements. NOTE: Front and Back Covers, Dividers, Attachments °A", "B", "D" and "E" and Addenda acknowledgments, and the Cost/Rates Submittal "C" ("in a separately sealed envelope) do NOT count toward the limit (everything else does). Interested firms shall submit SIX (6) copies (one marked "Original" plus five (5) copies) of both your Qualifications Submittal and your Cost/Rates Submittal, and one (1) Thumb Drive or CD of the entire submittal (including the Cost/Rates Submittal), by the deadline. All submittals shall be sealed within one package and be clearly marked, "SOQ 13-20, REQUESTS FOR STATEMENTS OF QUALIFICATIONS FOR ON -CALL CONSTRUCTION MANAGEMENT & INSPECTION SERVICES". Within the sealed submittal package, the Cost/Rates Submittal "C" shall be separately sealed from the Qualifications Submittal. Submittals not meeting the above criteria may be found to be non -responsive. EACH SUBMITTAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED ENVELOPES: Envelope #1, clearly marked "Qualifications Submittal", shall include the following items: • Completed Signature authorization and Addenda Acknowledgment (see Attachment A) • Completed, and notarized, Affidavit of Non -Collusion (see Attachment B) • If applicable, your speck request for Local Preference (reference Attachment A) and a copy of a valid business license from a jurisdiction in the Coachella Valley. • Completed No Conflict of Interest and Non -Discrimination Form (Attachment D) • Completed Business Disclosure Form (Attachment E) At a minimum, firms must provide the information identified below. All such information shall be presented in a form that directly corresponds to the numbering scheme identified below. SECTION A: FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND A.1 State your firm's complete name, type of firm (individual, partnership, corporation or other), telephone number, FAX number, contact person and E-mail address. If a corporation, indicate the state the corporation was organized under. A.2. State the name and title of the firm's principal officer with the authority to bind your company in a contractual agreement. A.3 Describe your firm's background and qualifications in the type of effort that this project will require, specifically identifying experience with providing on -call construction management & inspection services for public agencies. AA List the name, qualifications and availability of the key staff/team members that will be assigned to this project. Provide detailed qualifications of the lead Representative or Project Manager that will be assigned to this project. A.5 Indicate the name of any sub -consultant firms that will be utilized to make up your team. Describe each sub -consultant's background and specific expertise that they bring to this project. SECTION B: UNDERSTANDING ON -CALL CONSTRUCTION MANAGEMENT S INSPECTION SERVICES B.1 Describe in detail the steps that your firm would follow to provide on -call construction management & inspection services, including your work plan process and methodology. B.2 Explain your approach to ensuring contractors working on public works capital projects for municipal agencies are staying on schedule and under budget. Explain your approach to providing oversight of the prime contractor to anticipate issues that may lead to unintended change orders and/or project delays. B.3 Identify project management tools you propose to use to keep both your own staff on track and the City staff cognizant of current project status. B.4 Identify how many public works capital projects your firm has managed that resulted in default or termination by the prime contractor, with excessive delays and liquidated damages imposed. Describe the type of project, contract amount, and the nature of the circumstances that caused the delay resulting in the default or termination. What lessons were learned? SECTION C: REFERENCES AND EXPERIENCE C.1 Provide a minimum of five (5) references with public agencies where your firm provided on - call construction management & inspection services, and where the key personnel identified in Section A provided the professional services required. Provide contact information, including full name and a current phone number, for each reference. C.2 Provide a list of all municipal agencies which your firm has been awarded a contract to provide on -call construction management & inspection services, the date services started and ended, term of contract; identify any contract that was terminated for convenience by the public agency. SECTION D: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM D.1 Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding contracts for services, including consultant services, preference to a Local Business shall be given whenever practicable and to the extent consistent with the law and interests of the public. The term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or proposal opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley" includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. The contractor or consultant will also, to the extent legally possible, solicit applications for employment and proposals for subcontractors and subconsultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. In order for a business to be eligible to claim the preference, the business MUST request the preference in the Solicitation response (see Attachment A) and provide a copy of its current business license (or of those it employs for this project) from a jurisdiction in the Coachella Valley with its proposal. D.2 List all team members with local expertise. Clearly define their role in the overall project. ENVELOPE #2, clearly marked "Cost/Rates Submittal", shall include a fully completed and signed "Cost/Rates Submittal' form, Attachment "C", as provided by the City. For all services to be provided, the firm shall provide the following: • List the hourly rate for all classifications of personnel who will be assigned to the City of Palm Springs. • List the hourly rate for all classifications of personnel of sub consultants. • List any reimbursable expenses the City may incur. • List any additional costs, such as drive time, that the City may incur in conjunction with the performance. Do NOT include Attachments "A", "B", "D, or "E" in the Cost/Rates Submittal, Envelope #2. Attachments "A", "B", "D" and "E" are to be included in Envelope #1, "Qualifications Submittal". Remember to submit SIX (6) copies (one marked "Original' plus five (6) copies) of your Cost Proposal in the separately sealed envelope. DEADLINE FOR SUBMISSION OF QUALIFICATIONS: Submittals will be received in the City of Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, TUESDAY, MARCH 31, 2020. Proof of receipt before the deadline is a City of Palm Springs, Office of Procurement and Contracting time/date stamp. It is the responsibility of the firms replying to this SOQ to see that any submittal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the submittal due date and time. Late submittals will be returned to the firm unopened. Submittals shall be clearly marked and identified and must be submitted to: City of Palm Springs Procurement and Contracting Department 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Craig Gladders, Procurement and Contracting Manager QUESTIONS: Firms, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this SOQ other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a submittal. Any questions, technical or otherwise, pertaining to this SOQ must be submitted IN WRITING and directed ONLY to: Craig Gladders, Procurement and Contracting Manager Procurement and Contracting Department 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Craig. Gladders(Qpalmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the SOQ. The deadline for all questions is 3:00 P.M., Local Time, TUESDAY, MARCH 24, 2020. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Department of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. FORM OF AGREEMENT: The selected firm will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance with the standard Professional Services Agreement (see Attachment "F"). Please note that agreement Exhibits A, B, C, D and E are intentionally not complete in the attached document. These exhibits will be negotiated with the selected firms, and will appear in the final Professional Services Agreement executed between the parties. Requested changes to the Professional Services Agreement may not be approved, and the selected firms must ensure that the attached document will be executed. We specifically draw your attention to the language in the sections of the sample contractual agreement attached entitled "Conflict of Interest" and "Covenants Against Discrimination" and recommend all firms carefully consider these contractual requirements prior to submitting a submittal in response to this SOO. Firms that submit a submittal in response to this SOO shall certify the following: a) Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. b) Covenant Against Discrimination. In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non- discrimination in city contracting. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked firms refuse or fail to execute the Agreement, or negotiations are not successful, or the agreement is terminated, the City may, at its sole discretion, enter negotiations with and award the Contract to the next highest ranked firms, and so on. The term of the agreements that are awarded as a result of this SOO shall be in effect for three (3) years with two additional one (1) year optional extensions at the mutual consent of the parties. AWARD OF CONTRACT: It is the City's intent to award a contract to the firms that can provide all of the services identified in the SOO document. However, the City reserves the right to award a contract to multiple firms or to a single firm, or to make no award, whichever is in the best interest of the City. It is anticipated that award of the contract will occur at the next regularly scheduled City Council meeting after the evaluation committee has made its final selection of the firms to be recommended for award and contracts have been negotiated and agendized for consideration. The decision of the City Council will be final. RIGHT TO ACCEPT OR REJECT SUBMITTALS: The City of Palm Springs reserves the right to waive any informality or technical defect in a submittal and to accept or reject, in whole or in part, any or all submittals and to cancel all or part of this SOO and seek new submittals, as best serves the interests of the City. The City furthermore reserves the right to contract separately with others certain tasks if deemed in the best interest of the City. INSURANCE: Insurance provisions are contained in the Standard Professional Services sample agreement included in the SOO. The successful firms will be required to comply with these provisions. It is recommended that firms have their insurance provider review the insurance provisions BEFORE they submit their qualifications. RESPONSIBILITY OF PROPOSER: All firms responding to this SOO shall be responsible. If it is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an SOO without an authorized signature, falsified any information in the submittal package, etc.), the submittal shall be rejected. PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, pursuant to CA Government Code 6255 during the negotiation process, may be made public after the City's negotiations are completed, and staff has agendized a recommendation to the City Council for the award of a contract to a specific firm or firms, but before final action is taken by the City Council to award the contracts. Although the California Public Records Act ("CPRA") recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information submitted in a submittal is a trade secret. If a request is made for information marked "Confidential," "Trade Secret", "Proprietary," or any other similar designation, the City will provide the party submitting such information with reasonable notice to allow the party to seek protection from disclosure by a court of competent jurisdiction. If a submitting party contends that a portion of the submittal is confidential even under the CPRA, the party: 1) must clearly label each document and/or page deemed a confidential document 2) the legal rationale supporting such contention including specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has determined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a submittal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the submittal or other information or documents submitted to the City as part of this SOO process. NOTE THAT THE CITY MAY NOT RECOGNIZE SUBMITTALS WHERE ALL OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY INFORMATION OR A TRADE SECRET. SUCH SUBMITTALS MAY BE FOUND NOW RESPONSIVE. COST RELATED TO SUBMITTAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this SOO in the preparation of their submittal or participation in any presentation if requested, or any other aspects of the entire SOO process. COMPLIANCE WITH LAW: Proposer warrants that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. LICENSES, PERMITS, FEES, AND ASSESSMENTS: Proposer represents and warrants to City that it will obtain all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services requested in this SOO. Proposer represents and warrants to City that Proposer shall, at its sole cost and expense, keep in effect at all times during the term of the Agreement if so awarded, any license, permit, qualification, or approval that is legally required for Proposer to perform the Work and Services under the Agreement if so awarded. Proposer shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Proposer's performance of the Work and Services required under the Agreement if so awarded. Proposer shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. BUSINESS LICENSE: The selected firm will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the firms responding to this SOO to perform the Work and the firm shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any submittal if the evidence submitted by or investigation of such firm fails to satisfy the City that such firm is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. SUBMITTALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their submittal shall be valid for a period of 120 calendar days from the due date of submittals. OTHER PUBLIC AGENCY "PIGGYBACK" CLAUSE": It is intended that any other public agency, at the mutual consent of both parties and consistent with the public agency's policies and procedures, be permitted to purchase under the terms submitted in response to this procurement. Any participating agency shall take sole responsibility for the placing of orders, arranging for delivery and or services, and making payments to the vendor, contractor, or consultant. The City of Palm Springs will not be liable or responsible for any obligations, including but not limited to financial responsibility, in connection with the participation by other public agencies. SIGNED SUBMITTAL AND EXCEPTIONS: Submission of a signed submittal will be interpreted to mean that the firm responding to this SOO has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Statement of Qualifications, and any attached sample agreement. Exceptions to any of the language in either the SOO documents or attached sample agreement, including the insurance requirements, must be included in the submittal and clearly defined. Exceptions to the City's SOO document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process; however, the City makes no guarantee that any exceptions will be approved. ATTACHMENT "A" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)* REQUESTS FOR STATEMENTS OF QUALIFICATIONS (SOO) #13-20 ON -CALL CONSTRUCTION MANAGEMENT & INSPECTION SERVICES SIGNATURE AUTHORIZATION NAME OF COMPANY(PROPOSER): BUSINESS ADDRESS: TELEPHONE: CELL PHONE FAX CONTACTPERSON EMAIL ADDRESS A. I hereby certify that I have the authority to submit this Submittal to the City of Palm Springs for the above listed individual or company I certify that I have the authority to bind myself/this company in a contract should I be successful in my submittal. PRINTED NAME AND TITLE SIGNATURE AND DATE B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: If successful, the contract language should refer to me/my company as: An individual; A partnership, Partners' names: A company; A corporation If a corporation, organized in the state of: 2. My tax identification number is: Please check below IF your firm qualifies as a Local Business as defined in the SOO: A Local Business (licensed within the jurisdiction of the Coachella Valley). Copy of current business license is required to be attached to this document. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this SOO is required by including the acknowledgment with your submittal. Failure to acknowledge the Addenda issued may result in your submittal being deemed non -responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s) # islare hereby acknowledged. ATTACHMENT "B" *THIS FORM MUST BE COMPLETED AND NOTARIZED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)* NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND NOTARIZED AND SUBMITTED WITH BID STATE OF CALIFORNIA) ss COUNTY OF RIVERSIDE) The undersigned, being first duly sworn, deposes and says that he or she is of the party making the foregoing Submittal. That the Submittal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Submittal is genuine and not collusive or sham; that the Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham Submittal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Submittal, or that anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Submittal price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Submittal price, or of that of any other Proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Submittal are true; and, further, that the Proposer has not, directly or indirectly, submitted his or her Submittal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, Submittal depository, or any other member or agent thereof to effectuate a collusive or sham Submittal. Title: Subscribed n Sworn gg hgfprSthi5 day Qf 2020. ATTACHMENT "C" COST/RATES SUBMITTAL *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COSTIRATES SUBMITTAL (Envelope #2)* *If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOO #13-20) ON -CALL CONSTRUCTION MANAGEMENT & INSPECTION SERVICES Responding to Statement of Qualifications SOQ 13-20 for providing on -call construction management & inspection Services, I/WE the undersigned will accept the following hourly rates and other costs as defined, for providing the services as defined within the Scope of Services: PRIME CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE: SUB CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE: $ Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call construction management & inspection services services, reimbursable expenses are expressly included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined in this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract if awarded*). REIMBURSABLE EXPENSES: Cost/Rate: Any other expenses, not otherwise defined above, that the City would be charged in the performance of the scope of services (if any) must be identified below: (note that consultants may not charge the city for any expenses that are not defined this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). OTHER EXPENSES: Cost/Rate: 3 PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This page MUST be manually signed. Certified by: Firm Name Signature of Authorized Person Printed Name Title Date ATTACHMENT "D" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)* CITY OF PALM SPRINGS, CA CONFLICT OF INTEREST AND NON-DISCRIMINATION CERTIFICATION Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. Covenant Anainst Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Consultant certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. NAME OF CONSULTANTNENDOR: NAME and TITLE of Authorized Representative: (Print) Signature and Date of Authorized Representative: (Sign) (Date) ATTACHMENT "E" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)* CITY OF PALM SPRINGS PUBLIC INTEGRITY DISCLOSURE (INSTRUCTIONS FOR APPLICANTS) Who Must Fite? Applicants that are NOT a natural person or group of natural people that will be identified on the application, and seek a City approval determined by a vote of City officials. Examples include corporations, limited liability companies, trusts, etc. that seek a City Council approval, or an approval by one of the City's board or commissions. Why Must I File? The City of Palm Springs Public Integrity Ordinance advances transparency in municipal government and assists public officials in avoiding conflicts of interest. The City's Public Integrity Ordinance, coded in Chapter 2.60 of the municipal code, reflects the City's interest in ensuring that companies (and other legal entities that are not natural people) doing business in the community are transparent and make disclosure as to their ownership and management, and further that those companies disclose the identity of any person, with an ownership interest worth two thousand dollars ($2,000) or more, who has a material financial relationship with any elected or appointed voting City official, or with the City Manager or City Attorney. Note: A material financial relationship is a relationship between someone who is an owner/investor in the applicant entity and a voting official (or the City Manager or City Attorney), which relationship includes any of the following: (1) the ownerlinvestor and the official have done business together during the year prior to the application; (2) the official has earned income from the owne (investor during the year prior to the filing of the application; (3) the ownerlinvestor has given the official gifts worth fifty dollars ($50) or more during the year prior to the filing of the application; or (4) the official might reasonably be anticipated to gain or lose money or a thing of value, based upon the ownerfinvestor's interest in the applicant entity, in relation to the application's outcome. When Must I File? You must file this form with the Office of the City Clerk at the same time when you file your application for a City approval determined by a vote of City officials, whether elected or appointed. What Must I Disclose? A. The names of all natural persons who are officers, directors, members, managers, trustees, and other fiduciaries serving trusts or other types of organizations (attorneys, accountants, etc.). Note (1) only trusts or other organizations that are not the fiduciaries, (2) if a second entity that is not a natural person serves the applicant entity (e g as a member of an applicant LLC), then all officers, directors members, managers, trustees, etc., of the second entity must be disclosed). B. The names of persons owning an interest with a value of two thousand dollars ($2,000) or more who have a material financial relationship with an elected or appointed City official who will vote on the applicant's application, or with the City Manager or City Attorney. PENALTIES Falsification of information or failure to report information required to be reported may subject you to administrative action by the City. `There are some additional supplementary instructions with an example following the form should you need further clarification. PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1. Name of Entity 2. Address of Entity (Principle Place of Business) 3. Local or California Address (if different than #2) 4. State where Entity is Registered with Secretary of State If other than Califomia, is the Entity also registered in Californian Yes 7 No 5. Type of Entity ❑ Corporation ❑ Limited Liability Company ❑ Partnership ❑ Trust ❑ Other (please specify) 6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note: if any response is not a natural person, please identify a# officers, directors, members, managers and other fiduciaries for the member, manager, trust or other entity ❑ Officer ❑ Director ❑Member ❑Manager [name] ❑ General Partner ❑ Limited Partner ❑ Other ❑ Officer ❑ Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner ❑ Other ❑ Officer ❑ Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner Other 7. Owners/investors with a 5% beneficial interest in the Applicant Entity or a related entity EXAMPLE JANE DOE 50%, ABC COMPANY, Inc. [name of ownerlinvestor] [percentage of beneficial interest in entity and name of entity] A. (name of owner/investor] [percentage of beneficial interest in entity and name of entity] 8. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] C. (name of ownerlinvestor] [percentage of beneficial interest in entity and name of entity] O. (name of ownerlinvestor] [percentage of beneficial interest in entity and name of entity] E. [name of ownerlinvestor] [percentage of beneficial interest in entity and name of enti I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CAt_IFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed Name, Title Date City of Palm Springs, CA. Business Disclosure Supplementary Instructions In an effort to ensure we capture the required business entity information in accordance with the attached instructions, we provide you these supplementary instructions to clearly identify the required information, and the format the information should be provided. If you, as the applicant, are a business entity (i.e. a corporation or limited liability company), and it is also comprised of other business entities as its members or having a financial interest, all other such business entities must also be disclosed, including those entities other business entities, if any. Ultimately, the City's disclosure document (attached) requires a listing identifying all natural persons having any financial interest over 5% of the business entities (and any other business entities comprising your business entity). As an example, Applicant is: Acme Brothers, Inc., a California corporation, whose officers are: John Doe, Jill Doe, and Jay Doe, which is owned 50% by Acme Brothers, LLC, a California limited liability company, and John Doe (25% interest) and Jill Doe (25% interest). Acme Brothers, LLC, is managed by Acme Brothers 2, Inc., a California corporation, whose officers are: George Doe, Bill Doe, and Jane Doe, which is owned 100% by Acme Brothers 2, LLC, a California limited liability company, which is managed by George Doe, with George Doe and Jane Doe having 50% interest each. The full business entity disclosure in this example would resemble the following: 1. Acme Brothers, Inc., a California corporation a. Officers: John Doe, Jill Doe, and Jay Doe b. Ownership: i. 50% Acme Brothers, LLC, a California limited liability company ii. 25% John Doe iii. 25% Jill Doe 2. Acme Brothers, LLC, a California limited liability company a. Managers: Acme Brothers 2, Inc., a California corporation b. Ownership: 100% Acme Brothers 2, Inc., a California corporation 3. Acme Brothers 2, Inc., a California corporation a. Officers: George Doe, Bill Doe, and Jane Doe b. Ownership: 100% Acme Brothers 2, LLC, a California limited liability company 4. Acme Brothers 2, LLC, a California limited liability company a. Managers: George Doe b. Ownership: i. 50% EXHIBIT "C" CONSULTANT'S PROPOSAL IN- d PV TT �is�(il Al � �1' •� - M.• .� 1. VIR � {x 1.- �-.• f. '1G�� - � � ��`�' _ tuli •••-` 4r.', ,.Af rP'L f:Fr,LI r', -,,. ..c ,rf!•e�.i:� " *CiT"' L liR�►_.� ice• ,Ila-iw, _ Rf.:-, 7 y " . -�Y�" ... tw^r.•. Ae ��t,+Y l ',� _ .i..rwi '-.- - � �`: .. er•• ram... N_.: 1107 _ x _' Ai..7 ,:,. F�e�.::. ' } _ �. "`:Z! -_ '�'' 'a41•ei ±51"7- �" .•.a '� •a .....i �'� La 16 Y. -rEaL�t'- PROPOSAL SUNIlitted by NVS. Inc. 42-829 Cook Street. Suite 104, Palm Desert, CA 9221-1 1631 Technology Drive, Suite 100. Irvine, CA 92618 City of Palm Springs Oc-Ca II Construction Management and Inspection Services April 30. �L2J Cover Letter 02 A. Qualifications, Team, Experience and Background 03 PROJECT EXPERIENCE 03 KEY STAFF QUALIFICATIONS 09 ORGANIZATION CHART 14 RESUMES 15 B. Understanding On -Call CM and Inspection 33 C. References and Experience 40 REFERENCES 40 ON CALL CONTRACTS 41 D. Local Expertise 44 Attachment A Attachment B Attachment C Attachment D Attachment E Addenda Acknowledgment 01 03 Separate Electronic File 04 05 11 April 30, 2020 City of Palm Springs Procurement and Contracting Department N V 5 Attn: Craig Gladders, Procurement and Contracting Manager 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 SUBJECT: On -Call Construction Management and Inspection Services Dear Mr. Gladders, NV5, Inc. is excited to have the opportunity to provide On -Call Construction Management and Inspection Services to the City of Palm Springs (City). Our team has the knowledge and experience to assure your projects are completed on schedule and within budget. Proposed Team: NV5 offers the City a team of professionals with unparalleled reputation and proven capability and expertise. Our team will be led by Project Director/Construction Manager Luanne Bean, PE, who has more than 30 years of experience in the engineering analysis, design and construction management of public works infrastructure projects, including buildings and facilities, such as the Southern Nevada Water Authority River Mountains Water Treatment Plant, for which she was the Structural Discipline Director and Engineer of Record for capital improvement projects that included two 27,000-square-foot buildings housing pumping stations. She has held various positions with many public agencies, including Engineer for Indio Water Authority and Project Officer for FEMA. Relevant Experience: We have extensive experience providing On -Call Construction Management and Inspection Services to cities and agencies throughout Southern California, including: • City of Temecula • City of Moreno Valley • City of Fontana • City of El Monte • City of Glendale • City of Azusa • City of Bellflower • City of Irvine • City of Pasadena • City of Aliso Viejo • City of Laguna Beach • City of Santa Monica Accessibility and Responsiveness: Our professionals take pride in providing immediate response and personal attention to our clients' needs. Additionally, each of our Construction Inspectors has been provided with an iPad and will be using our exclusive Wad application to prepare daily reports with photos. These reports are uploaded to our servers at the end of each day and can be made available to the City immediately, granting you convenient, full access to the current status and progress of your projects. Professional Services Agreement: We have reviewed the general terms and conditions of the anticipated professional services agreement and acknowledge acceptance of Attachment F. Addendum Acknowledgment: We have received Addendum No. 1 dated March 17, 2020, Addendum No. 2 dated March 30, 2020, and Addendum No. 3 dated April 20, 2020. Addenda Acknowledgments are included in the Appendix. Proposal Validity: This proposal will remain valid for a period of 120 days from the date of this submittal. NV5 looks forward to the opportunity to work with the City and help you achieve your goals and objectives. If you need further information, we may be reached by phone at (949) 585-0477, or electronically at luanne.bean@nv5.com and jeff.cooper@nv5.com. Thank you for your time and consideration. Sincerely, NV5 Je M. open, PE Di for of Infrastructure (Authorized Signer) LC /,PE Luanne Bea Senior Construction Manager 42-829 Cook Street, Ste. 104 Palm Desert, CA 92211 www.nv5.com Office: 760.341.3101 Fax: 760.469.4086 A.1 Firm's Name: NV5, Inc. Type of Firm: C Corporation Name, Address and Telephone Number, Fax Number and Email Address of the Proposer's Primary Point -of -Contact: Jeffrey M. Cooper, Address: 163 Technology Drive, Suite 100, Irvine, CA 92618, Telephone Number. 949.585.0477; Fax Number: 949.409.8182: Email Address: jeff.cooper@nv5.com State Where Corporation Was Organized: California A.2 Name and Title of the Firm's Principal Officer with the Authority to Bind the Company In a Contractual Agreement: Jeffrey M. Cooper, PE, Director of Infrastructure A.3 Firm's Background and Qualifications In the Type of Effort this Project Will Require: NV5, Inc. has been providing engineering and consulting services to public and private sectors for more than 70 years, delivering solutions through five business verticals: Construction Quality Assurance, Infrastructure, Energy, Program Management, and Environmental. With more than 100 offices nationwide and abroad, NV5 has access to over 2,000 employees in a variety of fields who help clients plan, design, build, test, certify and operate projects that improve the communities where we live and work. We specialize in the engineering design, construction management and inspection of capital improvement projects, including streets, traffic systems, water and wastewater systems, drainage and flood control, parks and recreational facilities, vertical construction, and landscaping and grading. Our team includes licensed civil engineers, licensed contractors, construction managers, certified inspectors and experienced public works professionals. All team members have extensive experience working within the structure of municipal government and public construction policy and will seamlessly integrate with the City's team. We have more than 13 years of experience providing On -Call Construction Management and Inspection Services for Public agencies. A list of municipal agencies for which our firm has provided, or is currently providing, On -Call Construction Management and Inspection Services is on Page 41. Project Experience: Below is a list of some of the projects for which our team has provided services that are similar in scope to those mentioned in this RFQ. University Drive Widening March 2018-Current: Our team is providing construction management and Peter (from Campus inspection services for the project, which includes parkway improvements, street Salgado, to MacArthur improvements, storm drain improvements, water improvements, and landscape and David BoulevardVClty of irrigation for the adjacent bike trail. Maher Irvine FY 18-19 October 2018-April 2019: Our team provided construction management and Residential and inspection services for this $1M citywide parkway and street rehabilitation project, Dean Arterial Streets which included reconstruction of PCC sidewalks, driveways, curb and gutter, and Jensen Rehabilitation/ City of Stanton ADA ramps; reconstruction of AC paving sections; and street resurfacing. PROJECT EXPERIENCE August 2018•Current: Our team is providing construction management and Peter Residential Street inspection services. The scope of work includes reconstruction of PCC sidewalks, Salgado, Rehabilitation/ driveways, curb and gutter, and ADA curb ramps; reconstruction and resurfacing Ray City of Compton of existing AC pavement; traffic loop replacement; traffic striping and signage; and Farnaghi, other minor associated work. Henry Hovakimian June 2017-August 2017: Our team provided construction management, inspection, labor compliance, and funding oversight services for this federally funded Placentia Avenue rehabilitation project with Caltrans oversight. The project rehabilitated Placentia Peter Rehabilitation Avenue from Chapman Avenue to Ruby Drive and included removal and replacement Salgado, Project/City of of asphalt, improvements to curb and gutter, sidewalks, installation of new traffic Henry Placentia loops and pedestrian signaling, adjusting manholes to grade, and signing and Hovakimian striping. Our team also provided comprehensive labor compliance services and assisted the City in preparing for and completing an extensive Caltrans audit. January 2016-November 2016: Our team provided construction management, Bellflower inspection, labor compliance, and funding oversight services for the federally Peter Boulevard funded roadway and pedestrian/parkway improvements of Bellflower Boulevard. The Salgado, Pedestrian scope of work included roadway reconstruction and resurfacing; reconstruction of Henry Enhancements/ sidewalks, driveways, curb, gutter, cross gutters, and ADA curb ramps; installation of Hovakimian City of BelHiower traffic signals, controller cabinets, and flashing beacon; landscaping and irrigation; and traffic striping and signage. WATER/ WASTEWATER Arantine Hills Luanne Sewer and Water Bean, David Infrastructure August 2017-February 2019: Our team provided construction management and Maher, Projects (Uft inspection services for the $14.7M, three-phase Arantine Hills sewer and water Kalld Station, Force improvement projects to provide the necessary infrastructure for the Arantine Hills Dawood, Main, California Development. A major rerouting of the City's water distribution system for nearly a Dan Avenue Sewer mile, including service connections, was part of this project. The project involved the Warren, otable otablelty Main, Potable)/City construction of a buried cast -in -place sewer lift station with above -grade controls. Salvador Water na This was connected to a second project to construct the sewer force main. Sanchez, of Corona Ray Farhaghi October 2017-August 2018: Our team provided construction management and Edgewater Lift inspection inspection services for the project, which consisted of the abandonment and Station/City of demolition of an existing sewer lift station and construction and installation of a new Bean, Huntington Beach 1,000-gpm submersible sewer lift station and force main. The project also included Mike Helma installation of new gravity sewer, storm drain, water main, and curb, gutter, sidewalk, and AC pavement construction. Emergency December 2018-Current: Our team provided construction management and Luanne Project/Long inspection services for the completion of an emergency project, which provided Bean, Beach Water LBWD a connection to the Los Angeles County Sanitation District's (LACSD) Salvador Department reclaimed water pipeline. Work involved construction of additional 25-foot-deep Sanchez shoring within 5 feet of the operational LACSD operational plant. A.3 Citywide March 2015-July 2015: Our team provided construction inspection services Sewer Main for this citywide project. The scope of work included point repairs, removal and Peter Improvements and replacement, pipelining sections of sewer where damage was repaired by insertion Salgado, Repalrs/City of of a plastic liner, thereby eliminating the need for trench excavation. Where trench Mike Helma Torrance excavation was required, damaged sections of pipe were replaced with new vitrified clay pipe (VCP). KS/DEVELOPIVI ENT/ FAC I LITY IMPROVEMENTS 2016-Current: NV5 is providing full-time building inspection services for the City. Our inspectors are responsible for inspecting building construction, including new Laguna Woods and existing commercial, industrial and residential structures in all phases of Jordan Building construction, alteration and repair, to ensure compliance with provisions of current Wiley, Inspection/City of local, state, and federal building and housing codes; maintaining up-to-date and Danny Laguna Woods accurate records; performing plan checks for permit approval; training and educating Rodriguez staff on building codes, ordinances, and HOA requirements; providing professional advice and technical assistance to outside agencies and the general public; and attending project meetings as necessary. Current: Mr. Salgado is overseeing the Saddle Crest Development, which is a Saddlecrest 114-acre residential development in Santiago Canyon in unincorporated Orange Development/ County. The project includes the construction of 65 single-family residences with Peter Rutter average 1/3-acre lots. Improvements include more than 5,000 LF of RCP storm Salgado Development/ drain. Services include reviewing and making recommendations on contractor pay Kennedy -Wilson applications and change order requests; reviewing and updating the construction schedule; and attending weekly progress meetings and providing project updates. May 2017-October 2018: Our team provided construction management and inspection services for the $7.2M project, which consisted of the demolition and Peter Robinson Park reconstruction of the center's approximately 16,000-square-foot multipurpose room, Salgado, Recreation Center administrative offices, kitchen, open courtyard, restrooms and conference room, Dean Renovation/City of Pasadena an approximately 4,900-square-foot addition of fitness and dance rooms, storage Jensen, and common areas, and an intensive structural upgrade of the Recreation Center's Nhan Ly existing 7,300-square-foot gymnasium. July 2019-Current: Our team is currently providing construction management and inspection services for the project. The park is approximately 9 acres and is located within a residential neighborhood. Improvements include construction of a new CMU Lambert Park/City concession and restroom building; hardscape, decorative paving, a decomposed Dean of El Monte granite walking and jogging path and play surfacing; landscaping and irrigation; Jensen playground and play equipment; exercise areas and equipment; shade structures; site lighting and drainage; on- and off -site utilities; renovation of an existing maintenance building; new turf; and renovation of an existing AC parking lot. Margarita Recreation January 2019-Current: NV5 is providing construction management and inspection Peter Salgado, Center/City of services for this design -build project that will demolish the existing facility and Dean Temecula replace it with a new building and pool. Jensen A.3 September 2015 June 2016: Our team provided comprehensive construction management and project oversight services for construction of the high -profile $10M Stanton Central Park project. Our team performed a detailed constructability and value engineering review of the project documents and provided the inspection Stanton Central quality control and labor compliance during construction. The 10.5-acre park Park/City of includes a skate park, basketball courts, tennis courts, a softball field with MUSCO Stanton lighting, more than 4.5 acres of lawn, and approximately 2 acres of decorative concrete and storm drain improvements. The park also includes a 2,200-square- foot community building, a 2,500-square-foot restroom and storage building, three picnic shelters and a bandstand pavilion. There is also a large splash pad and two kid play areas. May 2019-October 2019: NV5 performed a site visit, prepared bid documents and Murrieta Police provided bid support for the installation of a new roof system at the Murrieta Police Department Roof Department. This included developing an exhibit with ultra -high resolution aerial Replacement/City imagery; developing project specifications, including technical provisions for the of Murrieta identified items of work; developing a bid -level estimate of anticipated construction costs; and assisting with the bidding process and providing responses to technical inquiries. 2018: NV5 prepared plans, specifications and estimates for the bidding of the roof replacement project at the Civic Center and Library facilities as well as the Chula Vista Boys and Girls Club. Consideration was provided for public safety and for the concurrent photovoltaic system installation project at this location. Peter Salgado Tamara O'Neal Civic Center Similar projects in 2019 and 2020: Complex, Boys - The Ken Lee Community Center - Cool Roof Rating Counsel (CRRC) compliant And Girls Club and Energy Star® -rated PVC Roof Tamara And Library Roof . The restroom facilities at Mensel Park - asphalt shingle roof system O'Neal Improvements/ . The restroom and snack bar facilities at Discovery Park - lightweight composite City of Chula Vista tile • The Built Up Roof (BUR) portion of the South Chula Vista Public Library - Cool Roof Rating Counsel (CRRC) compliant and Energy Star&rated PVC Roof • Living Coast Discovery Center - Cool Roof Rating Counsel (CRRC) compliant and Energy Star® -rated PVC Roof 2019: NV5 performed full -service Construction Management and Inspection National City Services for the National City Library 200-Ton Chiller Replacement. A temporary Luanne Library 200- 200-ton chiller was installed on an emergency basis in less than two days when the Bean, Ton Chiller existing 200-ton chiller went out to maintain cooling at the facility. The library is a Salvador Replacement/City cooling center for the City, and outages had to be limited due to the ongoing need to Sanchez of National City maintain cooling within the facility. The replacement of the existing chiller with the new 200-ton chiller was completed on time and within budget. A.3 1997-2002: NV5 Construction Manager Luanne Bean was the Structural Discipline Director and Engineer of Record for many of the facilities for SNWA's $6 billion in Capital Improvements Program, including the massive 27,000SF building housing the III-MGD Sloan Pumping Station, 27,000-SF building housing the III-MGD Lamb Pumping Station, and the 400-acre River Mountains Water Treatment Facility, RMWTF, Phase 1 &11, totaling 300 mgd. Ms Bean as the Engineer of Record designed the facility's 12,000-SF Laboratory and administration building, River Mountains flocculation tanks, filtration tanks, and chemical buildings, among other facilities. Water Treatment 25 MG reservoir clearwell, as well as SNWA's 6 booster pump stations and forebays Plant/Southern for all issues regarding structural design, engineering, forensic investigations, and Nevada Water construction. Ms. Bean was responsible to see that any quality assurance/quality Authority control issues brought up during construction were resolved to the engineer's satisfaction and in a timely and cost-effective manner. Ms. Bean's field engineering expertise enabled her to effectively direct the contractor to an efficient solution to satisfy all the design engineer's requirements while maintaining the quality assurance/quality control standards during construction. The Southern Nevada Water Authority's River Mountains Water Treatment Facility went online in early 2002, treating 150 mgd of water from Lake Mead initially and expandingto 450 mgd when the expansion was completed. These projects brought to the Las Vegas Valley an additional 750 mgd of storage and water treatment. June 2018-June 2019: NV5 provided civil engineering services on SDG&E's recently completed Power Your Drive project. The project scope included the installation of 3,000 electrical vehicle (EV) charging nozzles within various existing parking lots and garages throughout San Diego and Orange counties. NV5 provided civil Power Your Drive/ engineering, surveying, due diligence efforts, agency permitting and construction San Diego Gas & support on over 100 separate sites. Each site received between six and 50 EV stalls, Electric with the average site receiving approximately 15 stalls. NV5 devoted three separate teams of engineers and drafters that focused on completing each Power Your Drive project from start to finish: The teams attended the site walk, coordinated design - level survey, prepared a preliminary design drawing, prepared civil construction documents, coordinated with agencies through permit approval, and finished with construction support. 2014-November 2015: NV5 provided on call engineering and project management services to the City of Rancho Cucamonga (City) for more than 15 years. Tesla approached the City looking for a site to place a new Tesla Super Charger Station. The preferred site was in the vicinity of The Victoria Gardens shopping center just Tesla Super West of 1-15 at Route 66. Testa's initial proposed site location was determined to Charger Site/ be a poor site location. NV5 was asked to assist with determining site locations City of Rancho that had minimal civil conflicts as well as having access to reliable utility points of Cugamonga service with available electric capacity. Testa's Super Charger stations were new at the time and Tesla was not able to provide utility load profile information. This site was proposed to be one of the largest in the Tesla system. The City asked NV5 to continue work on the project through the design and construction phase by providing the electric utility design and engineering, project management, construction coordination, and construction inspection. Luanne Bean Gary Clark, Jonathan Rowland, Richard Tomlinson, Rachel McMorran Gregg Butsko, Gary Clark, Jonathan Rowland A"3 Mach 2019-June 2020: NV5 has provided on -call engineering services and project management to the City of Murrieta for more than a decade. The City of Murrieta desired to build two public access EV Charging Stations. The preferred site locations included City Hall and the City's Library complex. NV5 was asked to assist with reviewing the preliminary site locations and to make recommendations that Murrieta Public would reduce civil conflicts, ADA accessibility, as well as having access to a reliable Access Charger utility point of service with available electric capacity. NV5 first determined the Sites/City of probable electric load and utility service requirements. The next step was for NV5 to Murrieta determine a variety of alternate areas that improved electric connection capabilities and available capacity to meet the needs of the City and SCE. NV5 made a recommendation for alternate site locations, which also allowed for improved future expansion. The City of Murrieta asked NV5 to continue work on the project through the design and construction phase by providing the electric utility design & engineering, project management, construction coordination, and construction inspection. Minnesota's "Community Solar Garden" program is a Public Utilities Commission mandated program that allows developers to build up to five, co -located 1MW PV projects that interconnect to the major utility's distribution system throughout greater Minnesota. The state's CSG program has been wildly successful, with over 50OMW in design or construction and another 350 MW of PV projects in the queue as of the beginning of 2017. The studies are ongoing, with NV5 being the "choice consultant" for the utility. NV5 has completed over 200 separate studies on more Community than 90 distribution feeders from 34.5-4.16kV. The flrm's role is to determine the Solar Garden feasibility of a developer's project. This includes reviewing developer applications PV Distribution and utili"upplied information, building an approximate feeder model in Synergi Interconnection Electric and/or SKM Power Tools, and studying the impact of the proposed PV Studies/ per the provided Distributed Generation Study Requirements. Examples of the Xcel Energy, studied requirements include potential islanding, steady state voltage violations, Minneapolis, MN voltage flicker violations, necessary PV inverter control mode, system power quality, necessary re-conductoring, equipment overloading, reverse power flow, and effective grounding at the PV site. Various mitigation techniques are employed when one or more violations occur, for example, equipment upgrades, new inductors or capacitors, and PV inverter control settings. he final deliverable is a detailed engineering study report which outlines the impacts and potential requirement violations caused by the proposed PV site, including load flow one -lines and relevant data. NV5 provides ongoing support to the utility after the submittal as further questions arise. Gregg Butsko, Gary Clark, Jonathan Rowland Steve Swem, Barrett Buechler A.4 KEY PERSONNEL Our team has experience providing services for multiple projects of similar size and scope to those included in this RFQ. Below is a chart that includes qualifications and availability of key personnel. Resumes for key personnel begin on Page I.S. 1: - _� •. -Education, Certifications & Licenses M.S. Civil Engineering Project B.S. Civil Engineering Director/ Civil Engineer (CA) No. 50129 Luanne Bean, PE Construction 30 FEMA OPS - I Manager/ HAZMAT First Responder/Operations Level Grant Writing DOT Offers of Bulk and Non -Bulk HAZMAT Packages Nuclear Waste Safety for Workers M.S. Environmental Engineering Jeffrey M. Cooper, PE QA/QC 40 B.S. Civil Engineering B.A. Economics Civil Engineer (CA) No. 31572 Peter Salgado, PE QA/QC 20 B.S. Civil Engineering Civil Engineer (CA) No. 63159 David Maher, PE, Alternate B.S. Civil Engineering QSD/QSP Construction 14 Civil Engineer (CA) No. 86136 Manager Qualified SWPPP Developer/Practitioner Contract Administration Eric Charlonne Office 40 Model-netics Supervisor Program Engineer Construction Estimating and Public Contract Law Caltrans Resident Engineer Academy Henry Hovaklmian Construction 35 B.S. Business Inspector A.A. Administration (major in Management) David Ledyard Construction 36 A.A. Engineering Inspector Mike Helma, LEED AP Construction 30 B.S. Civil Engineering Inspector LEED Accredited Professional A.A. General Education OSHA 30-Hour Safety Certificate No. 1598056 OSHA Title 28 Confined Space Training Certificate 2007 Title 24 Energy Compliance Field Inspection Certificate Americans With Disabilities Act - Califomia Disabled Accessibility Certificate Dean Jensen Construction 34 SWPPP - Construction Site Storm Water Management Inspector Certificate ICBO Reinforced Concrete Inspection & ACI Field Grade I Tech Certificates International Building Code No. 0885400-01 International Residential Code No. 0885400-02 ICBO Uniform Building Code No. 088400-10 ICBO Uniform Plumbing Code Certificate 20% 20% 60% 50% 100% 100% 100% A.4 Construction CA Water Distribution Operator, D5 No. 08546 Salvador Sanchez Inspector 30 CA Water Treatment Operator, T4 No. 16793 100% Water Utilities Sciences Certificate Office Management Construction Cross Connection Control and Backflow Prevention James Remus Inspector 28 and Program Specialist UM C2 Workzone Traffic Control Certificate OSHA 10-Hour Construction Certificate A.A. Construction Management & GIS Mapping/Survey Safety Trained Supervisor STSC•IEX09112 American Construction Inspection Certifications RCI No. 6044 Kaiid Dawood, QSP, Construction NASSCO No. U-616-07004649 CESSWI Inspector 36 Qualified SWPPP Practitioner No. 24172 100% Certified Erosion, Sediment and Storm Water Inspector, No. 3315 DYK Tank System Training and Certification Trench & Excavating Competent Person Training and Certificate Ray Farnaghl, LEED Construction 17 B.S. Civil Engineering 100% GA Inspector LEED GA Water Distribution Operator Grade III No. 8020 Water Treatment Operator Grade 11 No.18940 Construction Recycled Site Supervisor Conversion from Potable Daniel Warren Inspector 26 to Recycled Water 100% Competent Person Site Survey for Soil Conditions Trench Shoring Certified Underground Utilities Certified Certified Water Distribution Operator, Grade D5 Carlos Barrios Construction 30 No. 10282 100% Inspector Certified Water Treatment Operator, Grade T3 No. 21130 Building Inspection Technology ICC Certified: Building Inspector No. 5053131-B5 Electrical Electrical Inspector No. 5053131 Bruce Boyer Inspector 18 Mechanical Inspector No. 5053131 100% IAPMO Certified Plumbing Inspector No.097980 Transportation Worker Identification Credential A.4 [mill► Education, Certifications & Licenses M.S. Engineering Management Electrical B.S. Computer Engineering fleary Clark Engineer 15 Civil Engineer (CA) No. E19910 40% Construction Safety and Health, OSHA Certificate B.S. Civil Engineering Civil/ Civil Engineer (CA) No. C70191 Jonathan Rowland, Electrical 17 Qualified SWPPP Developer 40% PE, QSD, LEED AP Project LEED AP, USGBC Manager Certified Instructor for Project Management Training Certified Design Quality Control Manager Victor Gruber Electrical 30 Inspector Patrick Gunning Electrical 30 Inspector B.S. Construction Engineering A.S. Building Inspection Technology ICC Certified: Accessibility Inspector/Plans Examiner No. 5244590-21 Building Inspector No. 5244590-85 Building Plans Examiner No. 5244590-133 Plumbing Inspector No. 5244590-P5 Residential Electrical Inspector No. 5244590-E1 Plumbing Inspector UPC No. 5244590-34 IAPMO Mechanical Inspector No. N90940 Certrficate of Achievement in Combination Inspection Certificate of Completion for Plan Review Safety Certifications; Respiratory Safety B.A. English ICC Certified: Commercial Plumbing Inspector No. 844839-P2 Commercial Mechanical Inspector No. 844839-M2 Commercial Electrical Inspector No. 844839-E2 Residential Plumbing Inspector No. 844839-P1 Residential Energy Inspector/Plans Examiner No. 844839-79 Residential Mechanical Inspector No. 844839-M1 Building Inspector No. 844839-B5 Commercial Combination Inspector No. 844839-05 Mechanical Inspector,No. 844839-M 5 Plumbing Inspector No. 844839-135 Transportation Worker Identification Credential (TWIC) CID Energy Minerals & Natural Resources A.4 Eric Checkette Structural 35 Inspector Eric Rodriguez, PE, SE Structural Inspector 15 Jordan Wiley Building 14 Inspector Danny Rodriguez Building 15 Inspector Nhan Ly Construction 5 Admin. Education, Certifications & Licenses B.S. Geology; B.A. Economics AWS/CWI Certified No. 98050851 City of San Diego Reinforced Concrete/Post Tensioned Concrete, Welding, Structural Steel and Fireproofing No. 538 DSA Class 3 Project Inspector ICC Reinforced Concrete No. 0862124-49 ICC Post Tensioned Concrete No. 0862124-92 ICC, IBC & UBC Welding No. 0862124-84 ICC Plumbing No. 0862124-30 ICC Structural Steel and Welding No. 0862121-85 ICC Fireproofing No. 08621.24-86 ACI Grade I; DSA Masonry No. 1457; NICET Technician California Geotechnical Engineers Assoc. - Soil Technician I & 11 CPN Corporation - Radiation Safety and Use of Nuclear Soil Gages B.S. Civil Engineering Civil Engineer (CA) No. C56757 Structural Engineer (CA) No. S4617 Commercial Building Inspector Certificate B2 - Int'I Commercial Building Inspector 131- Int'I Residential Building Inspector J1-CA Residential Building Inspector B5 - Building Inspector CB -Certified Building Inspector F3 -Fire Plans Examiner P2 - Commercial Plumbing Inspector M2 - Commercial Mechanical Inspector 21- Accessibility Inspector/Plans Examiner B3 - Building Plans Examiner B8 - Building Code Specialist A.A. Architectural Technology and Construction California State Licensed Contractor ICC Certified Internal Conference of Building Officials (ICBO) Building Inspector Plans Examiner B.S. Civil Engineering OCTA Certified: Portland Cement Concrete (PCC) Distress Training OCTA Certified: Asphalt Concrete (AC) Distress Training 100% 100% Gabrlela Dow Public 25 B.A. English, Literature, and Communications Outreach Rebecca Cole Public 22 B.S. English Outreach Susan Duffet Public Graphic Design Diploma Outreach Ben ocaslo (Pacific Resources Labor M.P.A. Public Affairs Services) Compliance 25 B.S. Urban and Regional Planning EI Monte Valley Leadership Institute 30% 30% 30% ■ 60% A.4 ORGANIZATION CHART Our team of experts brings direct, relevant, successful and current experience providing On -Call Construction Management and Inspection Services similar to those described in the RFQ. Shown below are team roles and responsibilities. Departure or reassignment of, or substitution for, any member of the designated project team or subconsultant will not be made without the prior approval of the City. Resumes begin on Page IS. All staff resumes are available upon request. City of Palm Springs DIRECTOR OF INFRASTRUCTURE Cooper,Jeffrey M. PROJECT DIREC70R *Luanne Bean, PE GRANT WRITING *Luanne Bean, PE *Eric Charlonne INSPECTORSSPECIAL Electrical *Bruce Boyer Victor Gruber Patrick Gunning Structural *Eric Rodriguez, PE, SE Eric Checketts Building *Jordan Wiley Danny Rodriguez AX *Luanne Bean, PE ALTERNATE *David Maher, PE, QSD/QSP INSPECTORSCONSTRUCTI� Henry Hovakimian *David Ledyard *Mike Helma, LEED AP *Dean Jensen *Salvador Sanchez James Remus *Kalid Dawood, QSP, CESSWI Ray Famaghi, LEED GA *Daniel Warren Carlos Barrios CONSTRUCTION ADMINISTRATION QA/QC MANAGERS Jeffrey M. Cooper, PE *Peter Salgado, PE OUTREACHPUBLIC *Gabriela Dow Rebecca Cole Susan Duffet *Gary Clark, PE *Jonathan Rowland, PE, QSD, LEED AP I II LABOR PACIFIC RESOURCES SERVICES* *Benjamin Ocasio *KEY PERSONNEL *SUBCONSULTANT SUBCONSULTANT NV5 will enlist the following subconsultant, shown below, to assure all requirements of a project are completed by an expert in the field and finished in a timely and cost-effective manner. Paciflc Resources Services delivers quality Federal and California labor standards monitoring J/ and enforcement services to public agencies such as counties, cities, transit districts, water PACIFIC RESOURCES agencies, and school d�tricts, as well as private sector clients such as contractors and developers. Benjamin Ocasio is the president of Pacific Resources Services. He has more than 25 years of experience providing labor compliance services, having served as the labor compliance manager for public agencies and third -party labor compliance programs. CONTACT INFO LUANNE BEAN, PE luanne.beanOnv5.com Project Director + Construction Manager + Grant Writing EXPERIENCE 30 years Ms. Bean has more than 30 years of experience in the engineering analysis, design EDUCATION and construction management of public works infrastructure projects. Her technical M.S. Civil Engineering skills include structural analysis and design, mechanical analysis, instrumentation and control, the preparation of plans, specifications and cost estimates, claims B.S. Civil Engineering mitigation, funding, and construction management. She has held various positions LICENSES/CERTIFICATES with many public agencies, including Engineer for Indio Water Authority and Project Civil Engineer (CA) Officer for FEMA, funding $13.5M for 18 public agencies, which was 5% of the total No. 50129 disaster. Ms. Bean also secured $48M in Federal and State Grants and SRF Loans for the WWRA Upper Narrows Pipeline and Emergency Bypass projects. Ms. Bean's REGISTRATIONS technical experience includes large-scale public works projects for capital improvement FEMA OPS - I programs, including construction oversight, contract administration, document control, HAZMAT First Responder/ cost and schedule control, quality control, structural analysis, and design. Operations Level Project Experience DOT Offers of Bulk and Non -Bulk HAZMAT Arantine Hills Sewer and Water Infrastructure Projects (Lift Station, Packages Force Main, California Avenue Sewer Main, Potable Water Line) Nuclear Waste Safety CITY OF CORONA I CORONA, CA for Workers Construction Manager. Ms. Bean oversaw the construction management and inspection services for the $14.7M, three-phase Arantine Hills sewer and water improvement projects to provide the necessary infrastructure for the Arantine Hills Development project. The project involved the construction of a buried cast -in -place sewer lift station with above -grade controls. This was connected to a second project to construct the sewer force main with fused HDPE pipe via conventional open trench and trenchless jack -and -bore sewer construction along arterial streets and Caltrans ROW, forming 4 miles of pipeline. Relocation of 3,300 LF of potable water line also was required to install the new force mains. A third project managed simultaneously was the construction of the California Avenue Sewer at a depth of 25 feet below grade. All three projects were to be completed together for the final and finished sewer lift station to function. Coordination with developers was required for the construction of the sewer lift station within their property, and Caltrans was required along certain reaches of the pipeline construction for construction within their ROW. Terra Lago Pump Station and Pipeline CITY OF INDIO I INDIO, CA Construction Manager. Ms. Bean served as the construction manager for this project, which involved the construction inspection of the $2.2M Terra Lago Booster Pump Station. Ms. Bean's role in this project initially was construction inspection of both the pump station and the influent and effluent pipelines- The design of this pump station and its associated 24-inch influent and 18-inch effluent lines were engineered prior to the start of construction by a different company. However, the client determined the need to increase the pump station capacity subsequent to the completion of the design. Due to this change, Ms. Bean became heavily involved in the quality control in review of the contractor's suggested changes during construction to provide greater pump station capacity to ensure that 1WA received an appropriately engineered and constructed booster pump station and influent/effluent pipelines. Because of this change by IWA, this project resembled a design -build project where Ms. Bean provided N V 5 construction oversight and quality control. Rancho Las Flores Reservoir and Booster Pumping Station CITY OF COACHELLA I COACHELLA, CA Project Manager. Ms. Bean was the Project Manager for the design of the Rancho Las Flores Reservoir and Booster Pumping Station. The City of Coachella had insufficient pressure since there were only two pressure zones. The modification of Well No. 17 to pump directly to a new 5-mg welded steel tank would serve as a forebay to the new booster pumping station. Modifications to Well No. 17 required hydraulic studies to determine the number of stages that could be reduced to enable the well to pump directly to the new reservoir instead of the pressurized distribution system. Further modifications to the distribution system piping were required such that the new booster pumping station would pump feed and maintain pressure to the hydropneumatic distribution system. Studies were performed and a surge relief tank was engineered in order to ensure that the booster pumping station did not over pressurize the distribution system. In addition to her other engineering and project management duties, Ms. Bean also was instrumental in securing funding via loans and grants from USDA. VVWRA Upper Narrows Sewer Line Interceptor Replacement VICTOR VALLEY WASTEWATER RECLAMATION AUTHORITY I MCTORVILLE, CA Project Manager. Ms. Bean was VVWRA's Project Manager during preliminary engineering, final design, bidding, and construction, and was responsible for all engineering technical aspects of the project. Additionally, she coordinated and secured FEMA funding for the loss of Victor Valley Wastewater Reclamation Authority's main sewer line interceptor originally constructed in 1970 within the Mojave Riverbed and lost during the storm event of December/January 2011. She successfully obtained $2.4M funding from the Public Assistance Program in accordance with the provisions of the Stafford Act for the construction and continued operation of VVWRA's emergency bypass pipeline and booster pumping stations to convey 12 MGD of raw sewer water. Additionally, Ms. Bean was instrumental in providing the proper documentation, including FEMA FIRMettes floodplain mapping showing that an out -of -the -river alternative was in the best interest of the Public Assistance Grant Program funding for the permanent replacement of the sewer interceptor. Subsequently, due to stalls in environmental, Ms. Bean authored requests for additional funding of the ongoing emergency bypass and permanent pipeline replacement projects, which now total more than $45M. National City Library 200-Ton Chiller Replacement CITY OF NATIONAL CITY I NATIONAL CITY, CA Construction Manager. Ms. Bean served as Construction Manager for the National City Library 200-Ton Chiller Replacement A temporary 200-ton chiller was installed on an emergency basis in less than two days when the existing 200-ton chiller went out, to maintain cooling at the facility. The library is a cooling center for the City, and outages had to be limited due to the ongoing need to maintain cooling within the facility. The replacement of the existing chiller with the new 200-ton chiller was completed on time and within budget to the satisfaction of the City. River Mountains Water Treatment Plant SOUTHERN NEVADA WATER AUTHORITY I LAS VEGAS, NV Structural Discipline Director. Ms. Bean was the Structural Discipline Director and Engineer of Record for many of the facilities for SNWA's $6 billion in Capital Improvements Program, including the massive 27,000-SF building housing the Ili-MGD Sloan Pumping Station, 27,000SF building housing the 111-MGD Lamb Pumping Station, and the 400-acre River Mountains Water Treatment Facility, RMWTF, Phase 1 &11, totaling 300 mgd. Ms Bean as the Engineer of Record designed the facility's 12,000-SF Laboratory and administration building, flocculation tanks, filtration tanks, and chemical buildings, among other facilities. 25 MG reservoir clearwell, as well as SNWA's 6 booster pump stations and forebays for all issues regarding structural design, engineering, forensic investigations, and construction. Ms. Bean was responsible to see that any quality assurance/quality control issues brought up during construction were resolved to the engineer's satisfaction and in a timely and cost-effective manner. Ms. Bean's field engineering expertise enabled her to effectively direct the contractor to an efficient solution to satisfy all the design engineer's requirements while maintaining the quality assurance/quality control standards during construction. The Southern Nevada Water Authority's River Mountains Water Treatment Facility went online in early 2002, treating 150 mgd of water from Lake Mead initially and expanding to 450 mgd when the expansion was completed. These projects brought to the Las Vegas Valley an additional 750 mgd of storage and water treatment. CONTACT INFO peter.salgado@nv5.com EXPERIENCE 20 years EDUCATION B.S. Civil Engineering LICENSES Civil Engineer (CA) No. 63159 N V 5 PETER SALGADO, PE QA/QC Manager With more than 20 years of experience, Mr. Salgado has managed and delivered a variety of public works projects, including street improvements, vertical construction and tenant improvements, parks and landscaping improvements, and water, sewer and storm drain improvements. Working with a variety of agencies, he is thoroughly familiar with local, state and federal procedures. Project Experience University Drive Widening (Campus to MacArthur) CITY OF IRVINE I IRVINE, CA Project Manager. Mr. Salgado is currently overseeing our construction management and inspection team for the University Drive Widening project, which includes parkway, street, storm drain, and water improvements, and landscape and irrigation for the adjacent bike trail. The project consists of traffic control, unclassified excavation, unclassified fill, construction of PCC curb ramps, median curb, curb and gutter, sidewalk, crack sealing, uniform depth cold milling, asphalt base course, asphalt concrete surface course, adjusting utility manholes and valves to grade, installation of traffic signs, striping, and pavement markings, installation of new traffic signals, traffic signal modifications, SCE coordination and installation of street light infrastructure, storm drain installation, landscaping, irrigation system, and water quality BMPs. Santa Monica Boulevard Mid -Block Traffic Signal Installation CITY OF WEST HOLLYWOOD I WEST HOLLYWOOD, CA Construction Manager. Mr. Salgado managed the construction management, inspection, labor compliance, and funding oversight services for the installation of a traffic signal on Santa Monica Boulevard. The scope of work for this federally funded project included roadway reconstruction and resurfacing; reconstruction of sidewalks, driveways, curb, gutter, cross gutters, and ADA curb ramps; installation of new traffic signals, controllers and flashing beacon; and traffic striping and signage. Robinson Park Recreation Center CITY OF PASADENA I PASADENA, CA Project Manager. Mr. Salgado was responsible for overseeing the construction management and inspection services for the renovation of Robinson Park Recreation Center. The $7.2M project consisted of the demolition and reconstruction of the Recreation Center's approximately 9,000-square-foot multipurpose room, administrative offices, kitchen, open courtyard, restrooms and conference room, an approximately 4,900-square-foot addition of fitness and dance rooms, storage and common areas, and an intensive structural upgrade of the Recreation Center's existing 7,300-square-foot gymnasium. The design is fully accessible and includes energy - efficient lighting, technology and security upgrades and drought tolerant landscaping. Utility Operations Yard Facility Upgrade CITY OF HUNTINGTON BEACH I HUNTINGTON BEACH, CA Project Manager. Mr. Salgado was responsible for overseeing the construction management and inspection team for this facilities improvement project that included the construction of a new 6,714-square-foot operations building; new 11,096-square- foot distribution and meter building; 1,029-square-foot expansion to the existing production building; covered parking for approximately 15 stalls; new parking layout and landscaping: and the relocation of the bulk material storage area and fluoride tanks. CONTACT INFO DAVID MAHER, PE, QSD/QSP david.maherOnv5.com Alternate Construction Manager EXPERIENCE_, .._...... - . _ _._- •--•----- .-.�....................... .........:...._._ ... ..........,... 14 years Mr. Maher has more than 14 years of experience with various capital improvement EDUCATION and utility projects. His qualifications include designing various water and wastewater B.S. Civil Engineering projects, including mechanical, structural, and civil elements utilizing CAD software, and project coordination. He has both design and construction management LICENSES/CERTIFICATES experience with projects, such as sewage treatment plants that included several types Civil Engineer (CA) of buildings like above -ground and underground concrete tanks, precast concrete No. 86136 manholes, retaining walls, administration buildings, and tankers discharge facilities. Qualified SWPPP He has extensive real -world knowledge in the fields of construction superintendent Developer experience, project cost control, subcontracts management, scheduling and cost estimation, plan checking, and permit coordination. Qualified SWPPP Practitioner Project Experience Butterfield Stage Road, Phase II, PW15-11 CITY OF TEMECULA I TEMECULA, CA Construction Manager. The goal of the project is to widen Butterfield Stage Road from La Serena Way to Rancho California Road, which includes the widening of Rancho California Road to four lanes through the intersection of Butterfield Stage Road. The project consists of grading, embankments/slopes utilities, significant storm drain improvements, retaining walls, access roads, curb and gutter, sidewalk and appurtenant items associated with the new roadway, new storm drain systems as well as terrace/inceptor/down and parkway drains, headwalls/wing walls, outlet structures, cut-off walls, concrete aprons and splash walls and pads, conduits and pullboxes and traffic signing and striping. University Drive Widening (Campus to MacArthur) CITY OF IRVINE I IRVINE, CA Construction Manager. Mr. Maher is providing construction management services for this project, which includes parkway, street, storm drain and water improvements and landscape and irrigation for the adjacent bike trail. SGVMWD Interconnect and Site Improvements CITY OF AZUSA LIGHT AND WATER I AZUSA, CA Assistant Construction Manager. Mr. Maher is assisting the Construction Manager with the project management tasks of the project. His role includes reviewing submittals, responding to RFIs, reviewing change orders, and coordinating with the Engineer, the City and other agencies as needed. The project consists of the construction of an interconnection pipeline, including approximately 18-inch class 350 ductile iron pipe, 144nch and 18-inch schedule 40 CML&C steel pipe, including valves, connections, abandonments and appurtenances. Work also includes a 14-inch pressure -reducing and flow -control station, and site work that includes concrete vault replacement, pavement replacement, grading and traffic control. North La Brea Avenue "Green Street" Improvements CITY OF INGLEWOOD I INGLEWOOD, CA Project Engineer. Mr. Maher provided construction support services for this project. The project mitigated existing distressed asphalt paving and addressed stormwater runoff issues. Other improvements included repair of damaged sidewalks, curbs and N V 5 gutters, cross gutters, alley gutters and driveway approaches; landscape; installation of pavement markers and striping; and reconstruction of bus stop pads and medians. CONTACTINFO ERIC CHARLONNE eric.charlonne@nv5.com Office Engineer EXPERIENCE 40 years Mr. Charlonne has more than 40 years of extensive and diverse experience in EDUCATION municipal engineering and construction management of capital improvement design Contract Administration and construction projects including water, streets, storm drains, sewers, parks and buildings. He is thoroughly knowledgeable in public works contract administration, Model netics Supervisor labor compliance and federal funding administration. Program Construction Estimating Project Experience and Public Contract Law Bellflower Boulevard at Imperial Highway Intersection Improvements Caltrans Resident CITY OF DOWNEY I DOWNEY, CA Engineer Academy Construction Manager. Mr. Charlonne performed construction management services on the City's $2.15M Bellflower Boulevard at Imperial Highway Intersection Improvements project. The project included the widening of all four corners with transitional sidewalk, ADA access ramps, curb and gutter, all new raised median with landscaping, new AC roadway section, AC roadway resurfacing, traffic signal and street lighting improvements, signage and striping, new bus shelters, and miscellaneous site furnishings. Arterial Rehabilitation (Center Avenue, Magnolia Street, Springdale Street) CITY OF HUNTINGTON BEACH I HUNTINGTON BEACH, CA Construction Manager. Mr. Charlonne managed the project, which included asphalt rehabilitation by full -depth reclamation, conventional rehabilitation by grinding the existing pavement, removing faded roadway sections, and overlaying the street with rubberized asphalt concrete, as well as removing failed sections and overlay with Black Rock Slurry Type Il. Stanton Central Park CITY OF STANTON I STANTON, CA Project Manager/Construction Inspector. Mr. Charlonne provided comprehensive construction management and project oversight services for the construction of this high -profile Stanton Central Park project. As part of the construction management effort, our team performed a detailed constructability and value engineering review of the project documents. Our team also provided the inspection quality control and labor compliance during construction of the park. The $10M, 10.5-acre Stanton Central Park project included a skate park, basketball courts, tennis courts, a softball field with MUSCO lighting, more than 4.5 acres of lawn, and approximately 2 acres of decorative concrete. The parks also included a 2,200-square-foot community building, a 2,500-square-foot restroom and storage building, three picnic shelters and a bandstand pavilion. In addition, a large splash pad and two playgrounds were included. Utility Operations Yard Facility Upgrade (2011 APWA Project of the Year Award) CITY OF HUNTINGTON BEACH I HUNTINGTON BEACH, CA Construction Manager. Mr. Charlonne managed this $8.5M project that consisted of a new 6,714-square-foot Operations Building, 11,096-square-foot Distribution and Meter Building, 1,029-square-foot expansion to the existing production building; reroofing; construction of covered parking for approximately 15 stalls; new parking layout and N V 5 landscaping; and relocation of the bulk material storage area and fluoride tanks. CONTACTINFO DAVID LEDYARD david.ledyard®nv5.com Construction Inspector EXPERIENCE 36 years Mr. Ledyard has more than 36 years of engineering and construction inspection EDUCATION experience. He has served as both a supervisory inspector, overseeing permit A.A. Engineering inspectors, as well as a lead inspector on various capital improvement projects, including street, sewer, water and storm drain improvements. As construction inspector, Mr. Ledyard's responsibilities include site observation and construction quality assurance and control, ensuring general site safety, preparing daily reports, photo documentation, monitoring SWPPP and BMP implementation, providing daily updates to the city project manager, labor compliance and EEO interviews, providing recommendations and responses for contractor RFIs, assisting with submittal and shop drawing reviews, tracking quantities, and assisting with progress payment reviews. Project Experience Intelligent Transportation System, Phase II CITY OF PASADENA I PASADENA, CA Construction Inspector. Mr. Ledyard served as construction inspector for this traffic control project The project consisted of the installation of fiber-optic and traffic signal equipment at various corridors. Each corridor provides an additional communication connection to the existing traffic signal network, providing greater control and access for monitoring existing traffic conditions. The scope of work included installation of traffic signal controllers and cabinets, traffic signal equipment, conduit, fiber-optic cables, pull boxes and splice enclosures. Traffic Signal and Intersection Improvements at Pasadena Avenue and Walnut Street CITY OF PASADENA I PASADENA, CA Construction Inspector. Mr. Ledyard served as construction inspector on this traffic signal/intersection improvement project. This project was created with grant funding through the Los Angeles County Metropolitan Transportation Authority Highway Safety Improvement Program (HSIP) Call for Projects. The scope of work included installation of mast arm signals, additional signal heads, and advance warning signs; rewiring of the intersection; controller cabinet upgrades; and reconstruction of sidewalk, curb, gutter, and ADA curb ramps. Central Avenue Pavement Rehabilitation CITY OF COMPTON I COMPTON, CA Construction Inspector. Mr. Ledyard provided daily inspection services for the Central Avenue Pavement Rehabilitation Project (Phase 11). The project includes cold -in - place recycling and cement treatment of AC structural section; cold mill and overlay; reconstruction of PCC sidewalks, driveways, curb and gutter, and ADA curb ramps; traffic loop replacement; utility adjustments; and traffic striping and signage Sewer Capacity Upgrades CITY OF PASADENA I PASADENA, CA Construction Inspector. Mr. Ledyard served as construction inspector for the reconstruction of approximately 2,900 linear feet of sanitary sewer. The work included the removal of existing 8-inch-to 10-inch-diameter sewer mains and replacing them N V 5 with 10-inch- to 18-inch-diameter mains; reconstructing existing sewer manholes, and reconnecting existing house sewer laterals. CONTACT INFO MIKE HELMA, LEED AP mike.helma@nv5.com Construction Inspector EXPERIENCE 30 years Mr. Helma has more than 30 years of experience in construction management and EDUCATION inspection with specific expertise in street improvements, sewer, water and storm drain B.S. Civil Engineering systems, heavy grading, concrete structures, traffic signals, paving and landscaping. He is a LEED Accredited Professional with expertise in the management of large- and LICENSES small-scale projects, in addition to complex projects. His experience includes serving LEED Accredited as an extension of city staff and public works departments, where all assigned projects Professional are completed in a timely and professional manner. Project Experience Telegraph Road Intersection Improvement Project CITY OF DOWNEY I DOWNEY, CA Construction Inspector. Mr. Helma provided construction Inspection services for the rehabilitation of Lakewood Boulevard and Rosemead Boulevard at Telegraph Road in the City of Downey. The project specifics included traffic signal modifications, traffic striping and signage, new street and pedestrian lighting, bus shelters, slurry seal, removal of the existing median, and the construction of new asphalt and concrete roadway. Citywide Sewer Main Replacement CITY OF TORRANCE I TORRANCE, CA Construction Inspector. Mr. Helma provided construction inspection services for the installation of 12,000 LF of 8-inch cast -in -place plastic (CIPP) sewer liner that was installed in the residential streets of Rolling Hills Estates along with the point repair of 25 areas where the 8-inch sewer had to be replaced prior to lining. The project included the removal and replacement of 90 feet of an 8-inch concrete -encased sewer across an arterial highway. Work was completed within the 60-day schedule. Edgewater Sewer Lift Station Replacement CITY OF HUNTINGTON BEACH I HUNTINGTON BEACH, CA Construction Inspector. Mr. Helma is providing construction inspection services on the replacement of the Edgewater Sewer Lift Station. The project consists of the abandonment and demolition of an existing sewer lift station and construction and installation of a new 1,000-gpm submersible sewage lift station and force main. The project also includes installation of new gravity sewer, storm drain, water main, and site restoration. The project is complicated with contaminated groundwater and deep excavations, requiring special shoring methods to control groundwater and limit settlement due to groundwater pumping. Huntington Beach Central Park Sports Complex CITY OF HUNTINGTON BEACH I HUNTINGTON BEACH, CA Senior Construction Manager. Mr. Helma provided construction management services for a 45-acre sports complex, which included providing ADA-accessible public plazas and bathrooms along with a fully landscaped park with eight regulation -sized baseball fields, two 1,680-square-foot concession stand/restroom buildings with full utilities, and a 900-square-foot maintenance building. The project also included construction of N V 5 a new 2-acre parking lot. CONTACT INFO DEAN 1ENSEN dean.jensen@nv5.com Construction Inspector EXPERIENCE 34 years Mr. Jensen has more than 34 years of experience in engineering, construction EDUCATION management and inspection. He has provided construction management and A.A. General Education inspection services on a wide variety of public works capital improvement projects, including street, water, sewer, storm drain, buildings/facilities, and park and LICENSES landscaping improvements. OSHA 30-Hour Safety Certificate No. 1598056 Project Experience OSHA Title 28 Confined Space Training certificate Central Avenue Street Improvements 2007 CITY OF CHINO I CHINO, CA Title 24 Energy Compliance Construction Manager. Mr. Jensen served as construction manager for various street Field Inspection Certificate improvements on Central Avenue, south of Edison Avenue. Improvements included roadway widening and resurfacing; relocation of existing power and street lighting Americans With Disabilities poles (SCE); reconstruction of sidewalks, driveways, curb, gutter, and ADA curb ramps; Act - California Disabled reconstruction of an existing electrical vault; and traffic striping and signage. Accessibility Certificate SWPPP - Construction Site Margarita Recreation Center Storm Water Management CITY OF TEMECULA I TEMECULA, CA Certificate Construction Inspector. Mr. Jensen is the Construction Inspector for this project. NV5 is providing preliminary design, project management, construction management ICBO Reinforced Concrete and inspection services for the Margarita Recreation Center replacement project. Inspection & ACI Field This is a design -build project that will demolish the existing facility and replace it with Grade I Tech Certificates a new building and pool. Our team is preparing all the preliminary design functions International Building necessary to prepare the bridging documents and the future RFP that will be used to Code No. 0885400-01 advertise for the Design Build Team (DBT). The DBT will ultimately complete the design International Residential and construction of the project while NV5 acts as an agent for the City until project Code No. 0885400-02 completion. Our team will also assist the City in establishing/developing its policies, procedures, and other necessary documents for all phases of the design -build process. ICBO Uniform Building Code No. 088400-10 Robinson Park Recreation Center Renovation ICBO Uniform Plumbing CITY OF PASADENA I PASADENA, CA Code Certificate Construction Manager/Inspector. Mr. Jensen provided construction management and inspection services for the renovation of Robinson Park Recreation Center. The $7.2M project consisted of the demolition and reconstruction of the Recreation Center's approximately 9,000-square-foot multipurpose room, administrative offices, kitchen, open courtyard, restrooms and conference room, an approximately 4,900-square-foot addition of fitness and dance rooms, storage and common areas, and an intensive structural upgrade of the Recreation Center's existing 7,300-square-foot gymnasium. The design is fully accessible and includes energy -efficient lighting, technology and security upgrades, as well as new drought tolerant landscaping. La Quinta Library Project CITY OF LA QUINTA I LA QUINTA, CA Construction Manager/Resident Inspector. Mr. Jensen's role on this $6.8M, V 5 20,000-square-foot library construction project included the following: pre -bid meeting coordination, project walks for contractors and bid opening; and review and negotiation of all change orders. He also managed the construction for underground domestic water, sewer, stormwater and gas pipelines that tied into the existing City utilities. CONTACT INFO SALVADOR SANCHEZ salvadorsanchez@nv5.com Construction Inspector EXPERIENCE 30 years Mr. Sanchez is adept at managing and delivering a variety of public works projects, CERTIFICATIONS including water, sewer, and storm drain improvements. His skills in the development CA Water Distribution of project control procedures and methodologies for cost and schedule control have Operator, 05 No. 08546 been implemented on several large-scale projects. Mr. Sanchez has accrued more than 30 years of public works experience, demonstrating his expertise in a range of CA Water Treatment responsibilities, including six years with the City of Riverside, nine years with the City of Operator, T4 No. 16793 Pico Rivera and 14 years with the City of Glendale Water Department. Water Utilities Sciences Project Experience Certificate Long Beach Water Department Emergency Project LONG BEACH WATER DEPARTMENT I LONG BEACH, CA Inspector. Mr. Sanchez provided inspection services for the completion of an emergency project for the Long Beach Water Department. The project provided LBWD a connection to the Los Angeles County Sanitation District's (LACSD) reclaimed water pipeline. Work involved construction of additional 25-foot deep shoring within 5 feet of the operational LACSD operational plant. Managing high groundwater along with keeping the existing plant operational during construction were just a few of the important construction missions to accomplish. Arantine Hills Sewer and Water Infrastructure Projects (Lift Station, Force Main, California Avenue Sewer Main, Potable Water Line) CITY OF CORONA I CORONA, CA Construction Inspector. M►. Sanchez provided inspection services for the $14.7M three-phase Arantine Hills sewer and water improvement projects to provide the necessary infrastructure for the Arantine Hills Development Project. The project involved the construction of a buried cast -in -place sewer lift station with above - grade controls. This was connected to a second project to construct the sewer force main with fused HDPE pipe via conventional open trench and trenchless jack -and - bore sewer construction along arterial streets and Caltrans ROW, forming 4 miles of pipeline. A third project managed simultaneously was the construction of the California Avenue Sewer at a depth of 25 feet below grade. Coordination with developers was required for the construction of the sewer lift station within their property, and Caltrans was required along certain reaches of the pipeline construction for construction within their ROW. Glendale Avenue Wastewater Capacity and Street Improvement Project CITY OF GLENDALE DEPARTMENT OF WATER AND POWER I GLENDALE, CA Inspector/Water System Supervisor 11. Work included the installation of a new sewer line, the rehabilitation of an existing sewer line, and the rehabilitation of street and sidewalk. Work also included the installation, flushing and disinfection of a bypass pipeline. National City Library 200-Ton Chiller Replacement CITY OF NATIONAL CITY I NATIONAL CITY, CA Inspector. Mr. Sanchez provided construction inspection services for this project. A temporary 200-ton chiller was Installed on an emergency basis in less than two days when the existing 200-ton chiller went out, to maintain cooling at the facility. The replacement project was completed on time and within budget. CONTACT INFO KALID DAWOOD, QSP, CESSWI kaiid.dawoodOnv5.com Construction Inspector EXPERIENCE ... ...... _ ,,... _ _._ __ . _ ._.... _ ......_...._..._....._. 36 years Mr. Dawood has more than 36 years of experience in engineering, construction EDUCATION management and inspection. Mr. Dawood has provided inspection services on a wide A.A. Construction variety of Public Works Capital Improvement Projects, including street, sewer, water Management & GIS and storm drain improvements. He also has completed a number of dry utility projects, Mapping/Survey bridges and overpasses, pump stations, and mass grading projects. He possesses a thorough knowledge of the Caltrans Standard Plans and Standard Specifications, LICENSES Caltrans Construction Manual, Standard Specifications for Public Works Construction, Safety Trained Supervisor OSHA requirements, as well as all standards for traffic control. Mr. Dawood also holds a STSC-IEX09112 NASSCO certification for CCTV sewer video review and evaluation. American Construction Project Experience Inspection Certifications RCI No. 6044 ........ . Arantine Hills Sewer Lift Station NASSCO No. U-616- CITY OF CORONA I CORONA, CA 07004649 Construction Inspector. Mr. Dawood provided construction inspection services for Qualified SWPPP the construction of the Arantine Hills Lift Station. It was part of the $14.7M, three - Practitioner No. 24172 phase Arantine Hills sewer and water improvement projects to provide the necessary Certified Erosion, infrastructure for the Arantine Hills Development Project. The project involved the Sediment and Storm Water construction of a buried cast -in -place sewer lift station with above -grade controls. This Inspector, No. 3315 is connected to a second project to construct the sewer force main with fused HDPE pipe via conventional open trench and trenchless jack -and -bare sewer construction DYK Tank System Training along arterial streets and Caltrans ROW, forming 4 miles of pipeline. Relocation of and Certification 3,300 LF of potable water line also was required to install the new force mains. Trench & Excavating Competent Person Training Compton Boulevard/Wilmington Avenue Sewer Replacements and Certificate CITY OF COMPTON I COMPTON, CA Construction Inspector. Mr. Dawood oversees the construction activities, responding to RFIs, reviewing submittals and negotiating change orders. The project consists of 9,200 LF of new construction of 84nch, 10-inch, 124nch, 154nch, 184nch, and 24- inch VCP sewer main lines; in -place lining construction of 84nch, 154nch and 18-inch existing sewer main line segments; in -place reconnection for 28 service laterals; the restoration of appurtenances (pavement, backfill, restoration, etc.); construction of 45 new sewer manholes; re -construction of two existing sewer main line connections to Los Angeles County Sanitation District sewer trunk main; restoring affected water service connections; and replacing fire hydrant assemblies. Citywide CDBG Street Improvements CITY OF TORRANCE I TORRANCE, CA Construction Inspector. Mr. Dawood served as construction inspector for this $5M CDBG-funded, citywide street improvements project The scope of work included roadway reconstruction and resurfacing; reconstruction of sidewalks, driveways, curb, gutter, cross gutters, and ADA curb ramps; and traffic signage and striping. Antonio Parkway Widening COUNTY OF ORANGE/ SANTA MARGARITA WATER DISTRICT, CA The $40M project included the widening of Antonio Parkway from 400 feet south of Ortega Highway to 2,000 feet north of Ortega Highway. The project also included the 5 installation of 3,000 LF of 4-inch to 12-inch PVC irrigation and landscaping. CONTACT INFO DANIEL WARREN daniel.warren@nv5.com Construction Inspector EXPERIENCE 26 years Mr. Warren is a water/wastewater inspector with more than 26 years of experience LICENSES in public works. Additionally, Mr. Warren was a Grade III Water Distribution Operator, Water Distribution and Grade II Water Treatment Operator for the Rowland Water District. He also served Operator Grade III as a Construction inspector for the City of La Habra Heights. Mr. Warren is extremely No. 8020 knowledgeable about the need for the Contractor's conformance to the approved plans and specifications, adherence to field quality control, as well as what the various Water Treatment Operator heavy construction industry standards and construction principles are for water and Grade II No. 18940 wastewater systems. Mr. Warren has a significant knowledge of all aspects of public Recycled Site Supervisor utilities and provides expert quality control for all aspects of potable water, sewer, and Conversion from Potable recycled water works throughout his execution of his duties as an Inspector. to Recycled Water Project Experience Competent Person Site ........ .........._...................... Survey for soil Conditions California Avenue Sewer Main Trench Shoring Certified CITY OF CORONA I CORONA, CA Inspector. Mr. Warren provided inspection services for the California Avenue Sewer Underground Utilities Main project, which consisted of nearly 9,000 LF of sewer main up to 24 feet deep Certified within the congested City streets. After initial potholing, some extensive field rework was required to fit the sewer line into the streets due to unforeseen conflicts not originally shown on the plans. These conflicts were found during potholing and necessitated going back to the Department of Health for encroachment to the City's potable water line with the new sewer construction. NV5 also has provided public outreach and full time soils compaction testing for the cut and cover conventional trench and bore and jack construction through congested intersections. This project will serve the final completed run connecting the Arantine Hills Lift Station to the Arantine Hills Force Main through this gravity interceptor, allowing conveyance of the City's sewer to the downtown treatment plant. Bankfield Sewage Pump Station CITY OF CULVER CITY I CULVER CITY, CA Inspector. Mr. Warren is providing inspection services for the construction of the Bankfield Sewage Pump Station. The new pump station will receive diverted flows from two existing pump stations once construction is complete, and possibly diverted flows from two more pump stations at a later date. The new pump station will have a 10-feet-by-20-feet sewage wet well that is 35 feet deep, constructed in groundwater with watertight shoring. There will be two submersible pumps, a flow meter vault, a valve vault, a bypass vault for the two force mains, and an emergency diesel -fueled backup electrical generator. There also will be a 25-feet-by-20-feet building to house instrumentation and SCADA systems, a bathroom and electrical components. Nogales St. North Grade Separation, Pipeline Relocation, Alameda Corridor East INDUSTRY AND WEST COVINA, CA Inspector. As Inspector, Mr. Warren oversaw the abandonment and relocation of potable and recycled transmission and distribution mains, valves, hydrant laterals, hydrants and services. The project included boring both the potable and the recycled mains under the Southern Pacific railroad tracks and securing mains to the newly N V 5 fabricated bridge. CONTACT INFO GARY CLARK, PE garyclarkOnv5.com Electrical Engineer EXPERIENCE ... ._... _.... _.._ .... 15 years Mr. Clark has worked on a wide range of electrical engineering projects as a EDUCATION consultant, contractor, and electric utility engineer in both the Chicago and Southern M.S. Engineering California regions. He has more than 15 years of electrical engineering experience, Management ranging from switchgear design and controller programming to electrical infrastructure, including streetlighting, traffic signals, distribution, transmission, and substations. B.S. Computer Engineering Electrical infrastructure engineering experience includes design, analysis, simulation, LICENSES/CERTIFICATES maintenance, repair, and improvement of electric utility systems. Mr. Clark utilizes Civil Engineer (CA) industry -leading software tools like PLS-CADD and CYME/ CYMCAP to provide the No. E19910 highest levels of accuracy and thoroughness for overhead and underground electric designs. REGISTRATIONS Construction Safety and Project Experience Health, OSHA Certificate _ ....._ . _...................... _...... ..._.__.._ _ ..... _ ............ AFFILIATIONS Poseidon Deasalination Plant (12KV Underground Conversion) Senior Member, IEEE SAN DIEGO GAS & ELECTRIC I SAN DIEGO, CA Project manager who provided the design and construction support for four 12kV Senior Member, IEEE ICC distribution circuits to feed the milestone Poseidon Desalinization Plant. In order Standards Chair, IEEE ICC to provide power to the project, NV5 proposed a unique approach to support fiberglass conduit via engineered steel supports down an abandoned pit from the decommissioned Encina Storage Facility. NV5 completed the structural and conduit design with cutting -edge 3D modeling software to overcome complex physical obstacles and obstructions to ensure the design was constructible and electrically efficient. A complex above -ground conduit system was designed to withstand the pulling forces put on the system during cable installation and included safety precautions to protect the public and equipment from harm. Los Coches Substation SAN DIEGO GAS & ELECTRIC I SAN DIEGO, CA NV5 has been a consultant assisting SDG&E with expansion of its 69kV Los Coches Substation into an adjacent switchyard for 138kV transmission lines. For this project Gary first designed a PLS-CADD overhead temporary relocation and transition design for one 69kV circuit and one 138kV circuit which were in the way of a hillside demolition plan. Gary also assisted with routing and trench specifications of multiple 12kV and 69kV circuits being undergrounded along a new access road designed by NV5. Mr. Clark worked closely with SDG&E planners and engineers to ensure present and future loading needs were considered and properly modeled via CYMCAP ampacity studies and cable type comparisons. Sunset Avenue Grade Separation Project CITY OF BANNING I BANNING, CT Senior electric utility engineer and project manager in charge of electric utility's scope of work for the federal and county funded capital improvement project at one of Banning's busiest railroad crossings. Electric Utility improvements included undergrounding 12kV distribution network, undergrounding 69kV transmission network, undergrounding existing distribution SCADA network, coordinating joint trenching and pole removals with other affected utilities, establishing new easements as needed for revised electric system design, and coordinating temporary pole route N V to accommodate time -sensitive construction needs of railroad and street improvement contractors. CONTACT INFO JONATHAN ROWLAND, PE, QSD, LEED AP jonathan.rowland®NV5.com Civil/Electrical Project Manager EXPERIENCE -...... _ ....._ _ .. _._.._. 17 17 years Mr. Rowland has over 17 years of experience providing professional engineering EDUCATION services to both private and public sector clients. He is a successful communicator and an effective collaborator with an extensive array of clients and projects. He consistently B.S. Civil Engineering applies his proactive project management experience to drive projects to completion LICENSES/CERTIFICATES within both schedule and budget. He is an effective leader with the ability to see the Civil Engineer (CA) bigger picture for each project he undertakes. He has managed a remarkable breadth No. C70191 of projects for a diverse set of clients, notably including: SDG&E, NAVFAC, Caltrans, California Department of Corrections & Rehabilitation and colleges all over Southern Qualified SWPPP California. Most recently, he managed SDG&E's Power Your Drive project in San Diego Developer and Orange counties. LEED AP, USGBC Project Experience Certified Instructor for Project Management Power Your Drive Training SDG&E I SAN DIEGO AND ORANGE COUNTY, CA Certified Design Quality Project manager for SDG&E's pilot electrical vehicle charging program. The project Control Manager scope included the installation of 3,000 electrical vehicle charging nozzles within various existing parking lots and garages throughout San Diego and Orange counties. AFFILIATIONS NV5 provided civil engineering, ADA design, horizontal control for power conduit, American Society Civil surveying, due diligence efforts, agency permitting and construction support on over Engineers - Directtoo r 100 separate sites. 20% of Power Your Drive sites were located within parking garages. Soc+ety of American 80% of sites required ADA design and path -of -travel verification. Military Engineers Life Safety Road Plan SOUTHWESTERN COLLEGE I CHULA VISTA, CA Project manager for the major $1OM campus infrastructure project that entirely rebuilt the campus' vehicular loop road, reconstructed multiple parking lots, provided extensive ADA upgrades, replaced the fire service loop and realigned pedestrian access. Also included grading, campus -wide stormwater design, traffic and pedestrian studies, DSA and City of Chula Vista approval. Infantry Squad Defense Range NAVFAC I MCAS CAMP PENDELTON, CA Project manager for the design of a $30M Marine shooting range facility on Camp Pendleton. The project included approximately 1 million cubic yards of grading to create a 600-meter shooting range with electronically -controlled targeting systems, supporting facilities, buildings and access road. In addition to an internal project team of 10 professionals, Mr. Rowland managed 12 technical subconsultants during the design phase. Work involved floodplain analysis, environmental mitigation, anti- terrorism/force protection, the construction of a mile -long access road and 400-foot vehicular bridge spanning San Mateo Creek. San Diego International Airport 12KV Relocation SAN DIEGO CO. REGIONAL AIRPORT AUTHORITY I SAN DIEGO, CA Project manager for $17M project that relocated 12kV electrical service at San Diego N V 5 International Airport's Terminal 2. The project included horizontally designing and profiling electrical ductbanks and manholes that would later serve the Terminal 2 Expansion Project. Project also included coordination with the City of San Diego and SDG&E for off -site work in Harbor Drive. CONTACT INFO BRUCE BOYER bruce.boyer®nv5.com Special Inspector — Electrical EXPERIENCE __.__... _ _ _ _.......__............. 18 years Mr. Boyer has more than 18 years of code compliance experience with more than 14 EDUCATION years of specialized experience in commercial and energy infrastructure compliance. Building Inspection He has in depth knowledge of jurisdictional compliance requirements for local Technology agencies including cities, counties, fire departments and planning departments as well as multiple state and federal agencies. In addition, Mr. Boyer has extensive knowledge LICENSES/CERTIFICATES of wood, steel frame and concrete masonry buildings, special inspection requirements, ICC Certified Building approved fabricator requirements and has the ability to work with project stakeholders Inspector, No. 5053131 to ensure the successful delivery of code compliant projects. ICC Certified Electrical Project Experience Inspector, No. 5053131 ICC Certified Mechanical Alamitos Energy Center Inspector, No. 5053131 CALIFORNIA ENERGY COMMISSION/AES IAPMO Certified Plumbing Lead On -Site Inspector. Provides on -site inspection and oversight for this project, which Inspector, No. 097980 includes the provision of DCBO duties performed on behalf of the California Energy Commission. The project scope includes the demolition of existing above and below Transportation Worker ground structures, piping, and construction of a 640-mw natural gas fired combined Identification Credential cycle air cooled electrical generating facility in Long Beach. (TWIC) Inland Empire Energy Center CALIFORNIA ENERGY COMMISSION/CALPINE Chief Site Inspector for the 810 MW project which consisted of the construction of two GE S107H combined cycle systems (H System). The project connected an on -site switchyard to existing Southern California Edison Valley substation located approximately one mile east of the project site via a new 500 kV transmission line. The project also included the construction of a new 18 inch, 4.7 mile pipeline for the disposal of nonreclaimable wastewater. Code Compliance Inspections OAK VALLEY UNION SCHOOL DISTRICT Performed inspections for code compliance inspections for the Oak Valley Union School District. The structures inspected were new well installations that included piping, piping support, new electrical service, transformers, chlorine injection, and branch circuits. A new water treatment building was also included in the project scope. Inspections included foundation of a new wood framed treatment building and also included full electrical inspections of the meter, transformer and new branch circuits including panels. Railyard Redevelopment Project CITY OF TRUCKEE I TRUCKEE, CA Served as Inspector for the Union Pacific Railroad Redevelopment Project in the Town of Truckee, California. The project consisted of the construction of a maintenance facility, wood framed office building, prefabricated metal shop building, a detached prefabricated metal storage building, and related site work. The buildings included new mechanical, electrical, plumbing, and fire protection systems. Compliance with the 2016 California Building Codes and all applicable laws, ordinances, regulations, and N V 5 standards (LORS) was verified. CONTACT INFO ERIC RODRIGUEZ, PE, SE eric.rodriguez®nv5.com Special Inspector —Structural EXPERIENCE ...................... 15 years Mr. Rodriguez has over 15 years of project engineering and structural design EDUCATION experience. His experience encompasses a variety of projects, including power B.S. Civil Engineering plants, schools, health care facilities, and industrial and commercial facilities. He also has conducted structural code compliance reviews of various power plant LICENSES/CERTIFICATES structures, non -building structures, and commercial and retail structures. His levels Civil Engineer (CA) of involvement have included preparation and review of proposals, preparation and No. C56757 review of structural drawings, supporting calculations, and specifications, as well as Structural Engineer (CA) construction support. No. S4617 Project Experience Stanton Energy Reliability Center (SERC) CALIFORNIA ENERGY COMMISSION Engineering Manager and Lead Structural Engineer providing plan review oversight and structural plan review for the Stanton Energy Reliability Center (SERC). The project consists of two General Electric (GE) LM6000-based EGTs, which is a Hybrid EGT developed by GE and Wellhead Power Solutions. NV5 will act on behalf of the California Energy Commission (CEC) and will provide independent review of the final design and inspections of the construction. Huntington Beach Energy Project CALIFORNIA ENERGY COMMISSION Lead Engineer for this project that includes the provision of Delegate Chief Building Official (DCBO) duties performed on behalf of the California Energy Commission. Activities will include demolition of the remaining portions of a decommissioned peaker, the removal of a fuel oil tank and additional, auxiliary structures/equipment. As DCBO, NV5 will provide independent review of the final design and inspections of the construction. Long Beach Community College District LONG BEACH CITY COLLEGE I LONG BEACH, CA Structural investigation of an existing concrete stadium structure as part of the Division of the State Architect close-out procedures. Our task is to develop a testing and inspection program to confirm that the existing as -built conditions are in compliance with the agency -approved structural documents. Alamitos Energy Center CALIFORNIA ENERGY COMMISSION Structural investigation of an existing concrete stadium structure as part of the Division of the State Architect close-out procedures. Our task is to develop a testing and inspection program to confirm that the existing as -built conditions are in compliance with the agency -approved structural documents.facility in Long Beach. North Orange County Community College District ENGINEERING AND TECHNOLOGY SWING SPACE i LA HABRA, CA Structural evaluation, analysis, and retrofit of two existing non -conforming concrete tilt - up buildings for Community College School use. CONTACT INFO jordan.wiley@nv5.com EXPERIENCE 14 years EDUCATION Commercial Building Inspector Certificate LICENSES/CERTIFICATES 82 - Int'I Commercial Building Inspector 81- Int'I Residential Building Inspector J1 CA Residential Building Inspector 55 - Building Inspector CB - Certified Building Inspector F3 - Fire Plans Examiner P2 -Commercial Plumbing Inspector M2 -Commercial Mechanical Inspector 21-Accessibility Inspector/Plans Examiner B3 - Building Plans Examiner 88 - Building Code Specialist N V 5 JORDAN WILEY Special Inspector— Building Mr. Wiley has more than 14 years of experience in the construction field, with specific expertise in building inspection. He is currently serving as the City of Laguna Woods' full-time Building Inspector. Mr. Wiley is knowledgeable in local, state, and federal building codes, ordinances, and HOA requirements and is adept at working closely with project stakeholders, including city staff, architects, developers, contractors, engineers, homeowners and the general public. Project Experience Building Inspector CITY OF LAGUNA WOODS I LAGUNA WOODS, CA Building Inspector. Mr. Wiley has served as the City's full-time Building Inspector since 2016_ He is responsible for inspecting building construction, including new and existing commercial, industrial and residential structures in all phases of construction, alteration and repair, to ensure compliance with provisions of current local, state, and federal building and housing codes; maintaining up-to-date and accurate records; performing plan checks for permit approval; training and educating staff on building codes, ordinances, and HOA requirements; providing professional advice and technical assistance to outside agencies and the general public; and attending project meetings as necessary. Additional responsibilities include: • Inspect structures comprised of various building materials including but not limited to concrete, masonry, steel, timber, glass, and composite construction • Provide technical assistance to developers, architects, contractors, engineers, homeowners, city staff and the general public • Respond to citizen complaints • Utilizes current standard office software applications to prepare reports • Prepare correction notices, comprehensive reports, public handouts and other related documents Estimator/Assistant Project Manager TURELK GENERAL CONTRACTORS I LONG BEACH, CA Estimator/Assistant Project Manager. Mr. Wiley provided project management services and handled the oversight of several projects. His duties included preparing weekly reports, tracking field and financial job progression, and utilizing building code knowledge to ensure the passing of inspections. Project Manager/Superintendent/Estimator HOLLISTER CONSTRUCTION I ANAHEIM, CA Project Manager/Superintendent/Estimator. Mr. Wiley provided project management, estimating, and superintendent services on several projects. His responsibilities included scheduling and managing maintenance service calls; estimating and field supervising an Army Corp of Engineers project; and assisting in running the office from the front desk to accounting. CONTACT INFO GAB R I ELA DOW gabriela.dow®nv5.com Public Outreach EXPERIENCE_ ................................. ..._._........._......... ...-....................... ............ ................. ............. 25 years Ms. Dow is a communications specialist with 25 years of experience in public EDUCATION outreach, public affairs and media relations. Her experience includes development B.A. English, Literature, of communications strategies and long-range programs, public outreach and and Communications engagement, construction management, message and collateral development, events management, media relations and Incorporation of digital/social media technology. AFFILIATIONS Her current responsibilities as Program Manager for various public agencies Habitat for Humanity, throughout California include service to cities, special districts, utilities and private Board President and Vice sector clients. President, 1999-2007 Project Experience Barrio Logan College ................... ............ -........ Institute (BLCI)1999- ...... -........ _........... ._............ .....................-----...--.--....._._._................................... ...... 2005: Mentor for Community Relations and CIP Outreach three students through CITY OF MENIFEE I MENIFEE, CA community program Ms. Dow leads the NV5 team to provide as -needed communications, community relations and media relations services. Her team creates press releases, fact sheets Valley Elementary and abstract stories that are clear, succinct, well -written, on -message and engaging. Education Foundation, We also assist in developing and recommending topics, messaging and corresponding Board Member, 2013- 2016 visuals. CIP outreach, including on major projects such as Quail Valley and Scott Road, is also being provided. San Diego Business Alliance for water, Construction Outreach 2015-Present CITY OF EL CAJON I EL CAJON, CA San Diego City College Ms. Dow managed Community and Business Outreach for the Johnson Avenue Sewer Industry Advisory Board, Project. She developed community outreach strategies and identified mitigation School of Business and measures. She identified key stakeholders (businesses, residents, property owners, Accounting, 2016-Present educational and health facilities, utilities such as Caltrans, SDG&E, Helix Water, Waste Management, Cox, ATT). She developed messages for key areas of concern, such Graduate of the San Diego as timing, traffic circulation, mobility impairments, pedestrian and bicycle access, County Water Authority MTS stops, tree removal and replacement and other environmental concerns. She "Citizen's Water Academy" developed a web -based contact database to easily track and disseminate information 2017 and walked door-to-door to key businesses to ensure a smooth construction effort. Women Who Change the Game Host Committee Community Relations, Economic Development & Public Outreach Member, 2018 CITY OF CARLSBAD I CARLSBAD, CA Entrepreneur of the Year, Ms. Dow supported local business outreach for the Avenida Encinas Sewer Latina Style Magazine & Improvement, assisting in building awareness for this major sewer improvement Chamber of e-Commerce initiative within the City of Carlsbad and also helped mitigate impacts. She assisted 2018 with database maintenance with the project manager from affected businesses along the Avenida Encinas route, and helped to monitor the City's hotline to address questions or comments from the community. She supported the City communications director and multiple departments with the development of outreach plans, message development, events management, material development, and public and media relations. The primary focus was on special projects such as incorporating digital tech/ social media and developing the communications plan to launch the City -supported N V biotech incubator. She also managed outreach for the City'sSustainable Mobility Plan (SMP) and Stakeholder Working Group (SWG) with members that include ViaSat, the Carlsbad Unified School District Superintendent, Caltrans, the Carlsbad Chamber of Commerce, San Diego North County EDC, Legoland, Omni Resorts, Thermo Fisher, Cruzan, GoDaddy, and local environmental, ADA, cultural and business leaders. PACIFIC RESOURCES BENJAMIN OCASIO Labor Compliance Principal HIGHLIGHTS Benjamin Ocasio's experience includes providing prevailing wage monitoring services, developing and implement business outreach and local hire programs, EDUCATION and negotiating and implementing Project Labor Agreements for a variety of I University of Southern construction projects.' Califomia PROJECT EXPERIENCE I M PA,1983 Labor Compliance and Project Labor Agreement Administrator, Water B.S. Ud)m and Replenishment District of Southern California, Pico Rivera, CA, March 2017 to RegimW Plannft present. 1981 Responsibilities include providing state and Davis -Bacon prevailing wage monitoring services, implementing and administering the District's Project Labor Agreement on this more than $120 million water treatment facility and reporting as required. Labor Compliance and Project Labor Agreement Administrator, Santa Monica -Malibu Unified School District, Santa Monica, CA, March 2018 to present. Responsibilities include providing prevailing wage monitoring services, implementing and administering the District's Project Labor Agreement on projects ranging from $37 to more than $100 million, and reporting as required. Labor Compliance Administrator, Del Richardson & Associates, Inc., Los Angeles Stadium and Entertainment District, Inglewood, CA, August 20016 to present. Working under Del Richardson & Associates, Inc., Mr. Ocasio provides technical support on this large- scale construction project. Responsibilities include managing staff, resolving complex labor compliance issues, and preparing a monthly local hire report to the owner. Labor Compliance Manager, NVS, Irvine, CA, February 2014 to present. Responsibilities comprised of assisting this construction management firm with State and Davis -Bacon prevailing wages on various projects ranging from a water reservoir, public facilities, and street projects. Further activities include representing the City clients during audits with Caltrans, HUD and other funding agencies. Labor Compliance Manager, AIMC CS, El Monte, CA, September 2015 to present. Responsibilities comprised of assisting this construction management firm with State and Davis -Bacon prevailing wages on various projects street projects and representing the City clients during audits with Cattrans. Centinela Valley Union High School District, Lawndale, CA, June 2014 to February 2017. Responsibilities include providing prevailing wage monitoring services, implementing and administering the District's Project Labor Agreement on 3 high school modernization projects with a combined value of over $130 million. B.1 WORK PLAN NV5 views construction management not simply as a list of tasks grouped by category but as a sequential and thorough process. We will provide all of the following tasks we feel may be required to meet the project objectives. PROJECT STARTUP & COORDINATION" This phase is essential to establishing communications, setting protocols, and building the procedural framework for the project. In particular, we establish communications between the project team, including the construction management team, City staff, the engineering design team, the contractor, utility companies, and other interested parties, to the resolution of construction issues. Our pre -construction services include: • Review funding with the City to affirm the special requirements affecting the work, and identify accounting and reporting requirements. • Develop a project -specific management plan that outlines the procedures for all team communications, reporting, review and approval of critical submittals, protocol for weekly meetings, distribution of documentation, change order procedures, and other necessary procedures in order to streamline the project. Assure buy -in from all project members prior to the start of construction. • Establish and assure implementation of a coordination plan to coordinate work (e.g. utility facility relocations) and work impact (e.g. traffic and access) with all affected agencies, including utilities, police and fire departments, homeowner associations, and special districts. • Prepare a master project schedule and follow up with the contractor on a regular basis to make sure completion is within the scheduled time. • Assure that each member of our project team will have access to a mobile office, which includes a laptop, internet/email access, cellphone, mobile project files, digital cameras and other required materials. Our construction managers and inspectors are always available via cellphone for easy access and continuous communication. CONSTRUCTION PHASE NV5 will focus on the daily tasks that are required to assure the contractor is executing the work according to the accepted CPM baseline schedule, the budget is maintained, and the City is informed and involved on all decisions and aspects as the project is delivered. Timing is critical, and expedient managerial procedures will be a key factor for staying on schedule and within budget. Our construction phase services include: • Review the design plans, specifications, and engineer's estimate and providing advice on the constructability of the design and offer recommendations to improve construction efficiencies and/or reduce impacts to property owners and the traveling public. These reviews will take no longer than two (2) weeks to complete. NV5 will provide the comments in writing. • Facilitate a pre -construction meeting to cover, at a minimum, the overall project objectives, responsibilities of key personnel and agencies, schedules, schedule of values, submittal procedures, correspondence, utility relocations, local agency permit requirements, RFQ/RFI processes, progress payments, change orders, safety issues, emergency response requirements, and all other pertinent topics. NV5 will provide opportunities to have the contractor's questions answered and will collect all of the required submittal items at that time. Meeting agendas and minutes will be prepared and distributed to all attendees. • Coordinate weekly progress meetings with City staff and the contractor to update the status of the project and discuss the schedule, near -term activities, clarifications and problems that need resolution, coordination with other contractors, change order/ submittal/RFI status, safety issues, OSHA visits and citations, etc. Coordination will also include preparation of agendas and meeting minutes. Meeting minutes will be distributed to the contractor and City staff for comments within three (3) days and the final and approved minutes within two working days of receipt of comments. • Immediately document and notify the City of any defects or hazardous conditions observed in the vicinity of the project site prior to, during, or after the construction work. • Provide project coordination for project control during the construction period by monitoring the contractor's work progress, personnel, equipment and materials to assure that adequate resources are available to meet the project schedule and that the contractor's work is in compliance with the contract documents. Coordination will include assuring that City activities (such as bus routes, street sweeping and trash pickup)and responsibilities are addressed and appropriately scheduled so as not to affect the progress of the work. • Require the contractor to maintain an updated set of drawings, specifications, addenda, bulletins, change orders, or other document updates at the jobsite. Updates will incorporate modifications and changes from all sources, such as submittals, RFIs, field orders, etc. • Process RFIs and assure timely distribution to and response by appropriate project team members (City staff, engineer, other agencies). Response to RFIs will take no longer than seven (7) calendar days. We will coordinate all technical support and constructability reviews during preparation of responses to RFIs and maintain an RFI log to track closed and outstanding RFIs. • Assure an efficient submittal process, beginning with the contractor delivering a submittal schedule for review within 10 calendar days after the effective date of the construction contract. NV5 will provide technical support during review of the submittal schedule (and at a minimum weekly thereafter) to assure compliance with the contract documents and note any matters of concern to the City, such as potential impacts to schedule. We will monitor, process, and forward for approval all submittals and assure timely distribution to and review by appropriate project team members (Gty staff, engineer, and other agencies). • Review and recommend for approval the contractor's CPM baseline schedule and, upon acceptance, adopt for the remainder of the project. Monitor work progress in accordance with this baseline schedule on a daily, weekly, and monthly basis to assure the contractor maintains all milestone and critical -path dates. Indicated slippage will be addressed during the project meetings and written reports. QUAL ASSURA • Review and respond to requests for design revisions by the contractor. Provide recommendations and forward all responses for approval to the City and/or design engineer prior to transmitting to the contractor. • Coordinate evaluation of and provide recommendations for `or -equal" or product substitution requests with the design engineer, the City, vendors, manufacturers, and others. • Initiate and review field orders when a change in the work is needed to maintain the design intent. We will issue field orders to the contractor and monitor the work for compliance. Changes will be logged and recorded in the record specifications and plans. If required, we will follow up with a change order within 14 calendar days of mutual agreement with the contractor on pricing and conditions. • Receive, evaluate for reasonableness and cost effectiveness, negotiate and recommend for approval any submitted change orders by applying knowledge of prevailing wage rates, material unit cost guide publications, quantity take -offs, or other measures required in order to substantiate and/or negotiate change orders. Maintain a change order log to track executed and potential change orders and monitor the amounts against the total construction contract. • Develop a cost control system to monitor actual versus estimated costs. Differences will be included in weekly status meetings. For authorized work, accounting records will be maintained using contract unit costs. For any additional work, accounting records will reflect actual costs of time and materials. • Review contractor(s) Safety Program for compliance with City standards as well as any OSHA regulations. Recommend contractor(s) submit site -specific safety QUALITY CHECK plans that identify the risks and liability arising from specific operations relating to the project. • Maintain a safe working environment. All NV5 personnel will wear hard hats, safety vests, and rubber -soled shoes at all times while on -site. • Create and maintain a daily account of all construction activities. Request, review, analyze, and use for reporting, the daily construction reports as generated by the contractor(s). This will be a vital source of information for identifying and reviewing potential delays, weather impacts, labor shortages, untimely deliveries of long lead items, and other factors that can lead to schedule and cost impacts. Adverse findings will be included in weekly status meetings. • Review and forward for approval the contractor payment applications. Conduct the monthly "pencil draft" with the contractor to review the progress to date and verify that payment applications represent work in place and are in compliance with the accepted SOW and the requirements of the construction documents. Once the payment applications are reviewed and approved, and once we have verified that the contractor's record drawings are current, the construction schedule is updated, and weekly certified payroll reports are submitted, we will forward to the City for approval. • Enforce Labor Compliance requirements, including completion of the Federal Labor Compliance Pre -job checklist. NV5's subconsultant, Pacific Resources Services, will assure all certified payroll reports are submitted each month with the payment applications. Pacific Resources will review these reports, verify payroll amounts against wage reports, and then submit to the City for filing. Pacific Resources will work with the contractor to correct any and all labor compliance violations. • Assure compliance with funding requirements set forth in pre -construction phase and assist the City as necessary with reimbursement procedures. INSPECTION • Detailed and accurate inspection of the contractor's work is required for successful project completion. Our Resident Inspector will discuss any appropriate revisions to the contractor's methods and coordinate with the City's Project Manager at all times that work is progressing. Our Inspection services can include: • Review and become familiar with all contract- and construction -related documents, including plans and specifications, traffic control plans, construction schedules, construction sequences and permitting requirements, and present any concerns during the pre -construction meeting. Attend subsequent progress meetings to maintain communication regarding issues or problems. For all projects, maintain correspondence file and copy all contractor communications to the City. • Conduct a pre -construction photo/video survey of the project site for verification that the site is returned to its original condition at the end of the construction period. • Perform daily field and quality control inspections and measurements of the contractor's work, submittals, and construction materials to assure all conform to the contract documents, City codes and ordinances, "Greenbook" Standard Specifications, Work Area Traffic Control Handbook (WATCH), Caltrans Construction Manual and all other applicable codes and regulations. Health and safety measures will be strictly enforced to maintain a safe construction environment. • Prepare daily reports, including daily progress photos, and detail work completed and/or other activities for each day the contractor performs work. Daily reports will be kept in a bound notebook and will state at a minimum the date, weather conditions, traffic control measures taken, progression of work, materials used, and subcontractors, equipment and employees on site, and major incidents/safety violations. We will also prepare reports of deviations and non- conformance to specifications and provide responses in accordance with the specification requirements. Notices of Non -Compliance will be immediately delivered to the contractor for any and all deviations. • We will monitor the establishment, maintenance and any requirement modification of the approved SWPPP. Should the provisions for developing the SWPPP in the specifications be inadequate to support development of a comprehensive and timely submitted stormwater and erosion control plan necessary to comply with current NPDES requirements, the NV5 team can work closely with the design consultants to incorporate the required language into the project specifications suitable to meet these goals. • Monitor utility coordination as set forth in the pre - construction meeting, reporting conflicts to the City and recommending a course of action. • Assure compliance to the coordination plan set forth in the project startup to mitigate construction impacts to businesses and residents, altering and revising the coordination plan as project demands require. As part of the coordination plan, monitor site safety, public safety and convenience, reporting problems to the City. • Assure implementation of a traffic control plan that is in accordance with the latest Work Area Traffic Control Handbook (WATCH) manual requirements, the City's requirements, and the contract documents. • Assure compliance with funding requirements set forth in the pre -construction phase. Pacific Resources will conduct field employee interviews as necessary and report resulting information to the City. Assure labor and hours reported by contracts match the daily diary. Provide complete measurements and calculations to administer progress payments, assure contractors submit certified payroll reports, and make recommendation for payments. • Compile detailed punch lists with the City, Consultants, and the contractor. NV5 will conduct a preliminary walk-through with the contractor to assure there are no blatant issues and to generate a preliminary punch list. After completion of the preliminary punch -list items, prepare the final punch list and coordinate with the contractor for item completion. All punch lists generated will include schedules for completion. • Upon project completion, conduct final inspection, closeout permits, including encroachment and construction/excavation, and prepare and submit as - built plans to the City. POST -CONSTRUCTION PHASE NV5 is committed to executing an expedient closeout schedule. We have had considerable success in outlining the requirements during the initial start of construction and monitoring progress on a monthly basis with milestones. Our philosophy on such projects is "closeout starts during pre -construction." Our efforts will begin at the outset to outline and anticipate all project closeout deliverables. Financial closeout is a critical actwity, and it is best to have the contractor negotiate final contract amounts once their subcontractors' scope of work is complete. Our post - construction phase services include: • Document and provide the results of the work to the satisfaction of the City. This may include preparation of field and final reports, or similar evidence of attainment of the Agreement objectives. • Compile detailed punch lists with the City, consultants, and the contractor. NV5 will conduct a preliminary walk-through with the contractor to assure there are no blatant issues and to generate a preliminary punch list. After completion of the preliminary punch -list items, the Project Manager will conduct a punch - list walk-through with the consultants to generate a second punch list, if required. After completion of the consultant's punch -list items, the Project Manager will conduct the official punch -list walk-through with City staff and the engineer (and all subs if necessary) to generate the official and final punch list. All punch lists generated will include schedules for completion. • In the event contractor claims arise, act on behalf of the City to review, evaluate, negotiate and recommend rejection/approval of such claims by our in-house expertise. All potential claims will be identified, logged, monitored and reported immediately to the City. Monitor the collection and completeness of the closeout packages for all components, and then turn in the final project records and documents to the City. • Investigate any claims for damages by private parties and respond in writing within two calendar days of receipt of claim. Responses will be coordinated with the City's Project Manager. • Advise the City when it is appropriate to file the notice to completion based on all expired time and other conditions required. • Review the contractor's final application for payment for completeness and forward to the City for approval. • Maintain aA relevant records for a minimum three (3) years. Allow all authorized federal, state, county, and City officials access to all relevant contract records pertinent to these projects. WORK PLAN METHODOLOGY APPROACH Our approach to construction support services is centered on our established policy of consistent and effective employee oversight. The project manager will closely monitor projects to verify that our construction managers and inspectors are performing within the guidelines of our established management and inspection procedures, which are patterned after the Caltrans Construction Manual. NV5 takes this a step further by formulating and implementing a proactive public relations program and a concerted effort to identify previously unforeseen potential claims. NV5 knows and understands the purpose and objectives of an on -call service contract. Throughout our company's history, we have successfully performed a variety of task order services for as -needed contracts for a majority of municipalities and government agencies throughout the region. We thoroughly understand the process and importance of not only the as -needed contract, but the process to execute and deliver task orders to meet financial goals and schedule deadlines. NV5 is adept at providing professional services on a per project or task order basis for all types of capital improvement projects. RESPONSIVENESS Our team knows the value of responsiveness when it comes to on -call contracts and the role it plays in making not only each task issued a success, but the whole relationship. We strive to lend our expertise and service whenever the need may arrive; answering questions, reviewing documents, and sharing our experiences as they are needed. The project manager as well as the rest of our staff make the utmost effort to be available and act as a resource for the City. COMMUNICATION Our project manager will be in constant communication with the assigned construction services staff. The project manager will emphasize the need to maintain an orderly and complete project file in conformance with the Caltrans Construction Manual. This is the basis for our standard filing and general communication and correspondence procedures. These expectations are well known by our staff, and routine contact provides verification of conformance. Although our assigned construction support team will work directly with the City's personnel, all construction managers and/or inspectors are required to communicate with our project manager about any extraordinary circumstances, such as potential claims and issues affecting schedule or budget. This helps to assure that such problems are dealt with immediately and before any delay or cost issue impacts the project. In some cases, the project manager will consult with our in-house civil engineers to gain a more in-depth perspective on the situation and develop soundly engineered solutions to these specific problems. B.2 SCHEDULE/COST CONTROL SCHEDULE CONTROL Our construction support services team gives considerable attention to monitoring project schedules. We will coordinate, review and make recommendations for changes to the Critical Path Method (CPM) schedule generated by the contractor. As changes or discrepancies occur between the CPM schedule and as -built conditions, the project schedule and cost estimates will be updated. We will review the contractor's schedule on a weekly basis and will maintain an as-built/working schedule to reflect as -built conditions to date. ^OSTCONTROL Cost control is a key element to successfully delivering a project and must be thoroughly integrated with other control methods (scope change control, schedule control and quality control) to assure that the City receives full value for all funds earmarked for the project. Key elements of our cost control program include: • Establishment and maintenance of a project budget • Value engineering and constructability reviews of project plans and specifications • Sufficient vetting of owner -requested or contractor - generated changes • Thorough review and evaluation of change order cost proposals • Close monitoring of force account work • Regular maintenance of a change order log NV5 provides a monthly status report that includes work accomplished during the reporting period, work to be completed during the next reporting period, budget and schedule status, potential out -of -scope items, and a summary of issues and concerns pending resolution. B.3 PROJECT MANAGEMENT TOOLS QUALITY ASSURANCE AND QUALITY CONTROL To assure compliance with the plans and specifications, we will implement a comprehensive quality assurance and quality control program involving the following steps: • We will perform a thorough review of the contract documents. This responsibility will include the following tasks: o Checking plans and specifications against requirements that have been associated with issues that occurred on similar jobs. o Comparing existing elevations, grades and details, etc., shown on plans with those at the actual site. o Reporting all errors, omissions and deficiencies, etc., to the City and engineering design team. o Keeping a marked -up set of plans and specifications for quick reference. o Anticipating the Contractor's operations by reviewing the plans and specifications for each one before it begins. • Before the start of construction, we will discuss with the Contractor the definable features of work to assure that documentation is complete, materials are on hand and those who are to perform the work understand the scope in its entirety. • At the onset of the work, we will perform an initial inspection to determine whether the Contractor thoroughly understands and is capable of accomplishing the work as specified. • We will assure that the Contractor has an established safety program and that regular safety meetings are conducted. We also will assure that the Contractor meets all OSHA safety requirements. • The construction inspector will perform follow-up inspections on a daily basis for the purpose of assuring that the controls established during the initial inspection continue to provide work that conforms to the contract requirements and all applicable standards. Unsatisfactory workmanship, materials and construction deficiencies will be documented and reported for future identification and traceability. Notices of non-compliance will be issued to the Contractor and corrective and preventive action will be taken to assure compliance with the contract documents. • We will conduct a monthly review of the as -built drawings and assure that all items are considered in the changes of the record drawings, including: o The size, type and location of existing and new utility lines o The layout and schematic drawings of electrical circuits and piping o Verification of alignment and cross sections o Changes in the location of equipment, etc. • Finally, we will review and approve the as -built drawings to complete the project turnover and begin the warranty period. BEST MANAGEMENT PRACTICES Our construction support services team is well versed in National Pollutant Discharge Elimination System (NPDES) requirements and experienced in implementing best management practices. We will monitor the implementation, maintenance and any required modification of the approved Stormwater Pollution Prevention Plan (SWPPP) and Water Quality Management Plan (WQMP). MOBILITY Each member of our construction support services team has access to a mobile office that includes a laptop, internet/email access, mobile phone, mobile project files, digital cameras and other required materials. Our team members are always available via mobile phone and email for easy access and continuous communication. In addition, we have office space within close proximity to City Hall, and assigned inspector(s) will be present part- time, as noted in the Private Land Development Projects section on Page 7 of the RFQ. IPAD APPLICATION Our proprietary application is a user-friendly iPad application used by our inspectors to generate reports, including daily inspection photos. Our inspectors have all been issued an iPad device. The application guides our inspectors step-by-step to complete and fill out appropriate sections of their daily reports. The application is specially designed to automatically populate weather and site conditions based on the device's GPS location. Drop - down menus for equipment and labor classifications also have been built into the application to assist inspectors in completing and fully accounting for their site observations. There is also a prompt feature that notifies the inspector when any portion of the report is not complete. Daily photos can be taken through the application and will automatically attach to the report. Basic, common information will be carried over from previous days' reports in order to save time filling out a new report each day on a jobsite. Once reports are uploaded, have been signed and saved, a PDF version will automatically be uploaded to the NV5 server. A supervisor can approve and finalize the report and request corrections. This application is one of many ways we are working to get the most accurate and timely information to the City. CUSTOMER SERVICE AND PUBLIC OUTREACH The NV5 Community Relations team brings over 200 years of combined public outreach in infrastructure design, environmental and construction programs. Having served public agencies nationwide, our Community Relations team combines traditional public information and engagement services with modern technology tools to reach all intended audiences in multiple languages and within diverse communities. With an in-house team of dedicated Community Relations professionals — most with over 20 years of experience each — we offer consultation and technical support, including exhibits, for outreach to property owners directly affected by right-of-way acquisitions or construction of a project. We will provide general outreach to inform the public and stakeholders on progress of the project, including social media, City website updates, graphics/ flyers, and facilitation of public information meetings. We offer bilingual and bicultural outreach services (with native speakers) who can assure the community feels respected and valued as important information is shared and affected homeowners are always kept up-to-date. We will apply our demonstrated experience to provide the following services for the City of Palm Springs: • Prepare a neighborhood affairs strategy to advise affected property owners, businesses and the general public regarding a project • Develop public outreach materials (in dual language, English/Spanish) • Develop and maintain a webpage or website • Establish and manage a toll -free phone number for public inquiries and complaints • Provide an assigned neighborhood liaison to track complaints During construction, our assigned Neighborhood Liaison representative will respond to questions from the public and provide updates via a hotline, email or web requests on construction phasing and impacts. We have extensive expertise leading successful meetings with community stakeholders, property owners and developers to produce clear, succinct, well -organized and well -written documents. We also can assist in developing and recommending best - practice design changes in support of the City and the community if/as needed for final approval with community support. zEDERAL FUNDING REQUIREMENTS For federally funded projects, we will assure that all documentation complies with the Caltrans Local Assistance Procedures Manual. For our inspection team, this entails maintaining quantity calculations and field sketches to support payments to the contractor; assuring use of a construction inspection report template that meets Caltrans standards; using a uniform filing system consisting of change order documentation, material testing reports, DBE reports, CPM schedules, meeting minutes, SWPPP documents and certified payroll documents; assuring completion of as-builts; and assuring posting of wage rate regulations. NV5 also will be available to assist the City during any project audits conducted by the FHWA personnel. B.4 To the best of our knowledge, no public works capital projects managed by our firm have resulted in default or termination by the prime contractor, with excessive delays and liquidated damages imposed. Ability to Maintain Close Working Relationships Understanding with City + Delivering Staff Upon the Need of the City Able to Oversee, Manage + Control i Schedules s and Cost A /' Strong Design Background + Relevant 4rVHAT MAKES NV5 Experience IQUELY QUALIFIED O PROVIDE THESE SERVICES TO THE CITY? Dedicated + Qualified Professional Team Members C.1 REFERENCES Provided below are references of public agency clients for whom similar services that are comparable in quality and scope to those requested in this RFQ have been performed in the last five (5) years. of. BELLFt OW i 08F ioli Fa.mam 18 a"Ue& I mares ORG�NG TOO��� CITY OF BELLFLOWER Bernie Iniguez Public Works Manager 562.804.1424 biniguez@bellflower.org On -Call Construction Management and Inspection Services (June 2018-Current) Key Personnel: Eric Charlonne, Kalid Dawood, David Ledyard, James Remus Cal Long Beach Water LAWN TO•GARDEN PROGRAM LONG BEACH WATER DEPARTMENT Jake Hester, PE Senior Program Manager 562.570.2345 jacob.hester@lbwater.org On -Call Construction Management and Inspection Services (July 201"urrent) Key Personnel: Luanne Bean, Salvador Sanchez CITY OF GLENDALE Viktoriya Pakhanyan, PE Public Works Project Manager 818.937.8254 vpakhanyan@glendaleca.gov On -Call Construction Management and Inspection Services (March 2019-Current Key Personnel: Peter Salgado, Ray Farnaghi CITY OF STANTON Allan Rigg Public Works Director and City Engineer 714.890.4203 arigg@ci.stanton.ca. us On -Call Construction Management and Inspection Services (September 2019-Current) Key Personnel: Luanne Bean, Peter Salgado, Henry Hovakimian, Carlos Barrios CITY OF PLACENTIA Luis Estevez Director of Public Works 401 E. Chapman Ave. 714,993.8120 lestevez@placentia.org On -Call Contract Administration and Construction Inspection Services (May 2016-Current) Key Personnel: Peter Salgado, Henry Hovakimian ON -CALL CONTRACTS Client Dates of Service/Term I On -Call Services City of Aliso Viejo September 2012 June 2017; June 2017-Current/3 years City of Anaheim August 2016-Current City of Azusa January 2019-Current/ 3 years City of Azusa, Light & Water September 2017-Current/ Department 3 years City of Bellflower April 2015-April 2018; June 2018-Current/1 year plus extension City of Brea April 2015-April 2019/ 2 years plus extensions City of Burbank November 2014-November 2017/1 year plus extensions City of Commerce May 2018-Current/3 years City of Costa Mesa November 2015-November 2018/3 years City of Downey June 2014-June 2017/ 2 years plus extension City of El Monte October 2015-October 2018; July 2019-Current/3 years City of El Segundo August 2018-Current/ short list City of Fontana August 2014-August 2019; October 2019-Current/ 3 years • On -Call Construction Inspection Services • Construction Management and Inspection for Water Engineering • On -Call Professional Engineering Services (Engineering, Project Management, Construction Management and Inspection Services) • On -Call Professional Engineering and Construction Management Services • On -Call Construction Management and Inspection Services • On -Call Construction Management and Inspection Services • On -Call Inspection Services • On -Cal Construction Management and Inspection Services • On -Call Construction Management Services • On -Call Public Works Construction Management and Inspection Services • On -Call Construction Management and Inspection Services • On -Call Inspection Services for Water Pipeline Replacement Projects • On -Call Engineering Services: o Construction Management o Design Engineering Services: Hydrology/ Hydraulic Studies, Structural Design, Landscape Improvements, Street, Sewer and Storm Drain o Geotechnical Services o Inspection Services o Project Management o Subdivision Map and Engineering Plan Checking c Surveying C.2 City of Glendale August 2013-August 2016/3 • On -Call Owner's Engineering Services for Glendale years for Water System CIP; Water & Power (Design, Project Management, August 2016-August 2019/3 Construction Management and Inspection) years for Water System CIP; • On -Call Construction Management and Inspection August 2019-Current/ Services 3 years for Water System CIP; March 2019-Current/ 3 years for CM and Inspection City of Hermosa Beach February 2020-Current/3 • On -Call Construction Management and Inspection years Services City of Huntington Beach August 2013-2017/ • As -Needed Construction Management Services 3 years plus extension for CM and Administrative Support Services; August 2016 August 2019/3 years for CM Services City of Irvine July 2019—Current/3 years • On -Call Professional Consulting Services o Project Management and Construction Management Services City of Laguna Beach March 2017-Current/ • OmCall Program/Construction Management and 3 years Inspection Services City of Laguna Hills May 2014June 2019; June • On -Call Civil Engineerng, Project Management and 2019-Current/5 years Support Services City of Laguna Niguel January 2019-Current/2 • On -Call Public Works Inspection Services years, 6 months City of Laguna Woods July 2011-June 2014; • On -Call Building Inspection Services September 2014-June 2016; June 2016-Current/4 years City of Lake Forest April 2016-Current/3 years • On -Call Municipal Engineering Services, including plus extension Public Works Inspection City of Manhattan Beach June 2015-June 2018/ • On -Call Construction Management and Construction 3 years Inspection Services City of Mission Viejo June 2018-Current/3 years • On -Call Public Works Inspection City of Moreno Valley February 2016-Current/ • On -Call Professional Consultant Services 1 year plus extensions o Construction Management Services o Peer Review Plan Check City of Newport Beach September 2018-Current/ • On -Call Staff Augmentation for Public Works 3 years Department and Utility Permit Inspection Services and Construction Administration C.2 City of Norwalk July 2010-June 2015; July • On -Call Construction Inspection Services 2015-Current/6 years City of Oceanside October 2019-Current/3 years City of Pasadena March 2017-Current/3 years City of Placentia May 2016-Current/5 years City of Pomona December 2014-October 2017; December 2017- Current/3 years City of Rancho Palos Verdes June 2018-Current/3 years City of Rancho Santa Margarita City of San Fernando City of San Juan Capistrano City of Santa Ana City of Santa Monica City of Seal Beach City of South El Monte City of Stanton City of Temecula City of West Hollywood March 2011-April 2016; May 2016-May 2019/3 years December 2018-Current/ 3 years December 2019-Current October 2015-October 2018/3 years for General Engineering Projects; June 2018-Current/3 years for General Engineering Projects; February 2018- Current/3 years for Water Resources Projects January 2016-Current/ 3 years plus extension June 2019-Current/3 years December 2015-December 2017; January 2020- Current/3 years September 2019-Current/ 9 months July 2017-June 2019/1 year plus extension May 2016-June 2018/2 years • On -Call Construction Management Services • On -Call Construction Inspection/Observation • On -Call Construction Management and Inspection Services • On -Call Contract Administration and Construction Inspection Services • On -Call Civil Engineering Design, Pavement Rehabilitation Design, Project Management and Construction Inspection • Capital Projects Engineering and Construction/ Management Oversight Services • On -Call Construction Management and inspection Services • On -Call Engineering Services, including Construction Management and inspection Services • On -Call Professional Engineering Services, including Construction Management and Inspection Services • On -Call Engineering Services for General Engineering Projects, including Construction Management and Inspection Services • On -Call Engineering Services for Water Resources Projects, including Construction Management and Inspection Services • On -Call Construction Management Services • On -Call Professional Inspection Services • On -Call Engineering Services, including Construction Management and Inspection Services • On -Call Construction Management and Inspection Services • On -Call Construction Management Services • On -Call Construction Management and Inspection C.2 City of Yorba Linda Irvine Ranch Water District Long Beach Water Department Mesa Water District Orange County Public Works Riverside County Economic Development Agency South Coast Water District November 2011-November 2016; November 2016-Current/3 years with extensions February 2015-Current/2 years with extensions October 2018-October 2019/2019-Current/1 year June 2016 June 2019 December 2016-Current/ 5 years July 2018-Current/3 years October 2015-Current/ 5 years West Basin Municipal Water August 2016-December District 2019/3 years, 4 months 19" • On -Call Consultant Services, including Construction Management and Inspection Services • As -Needed Construction Inspection Services • On -Cali Construction Management and Inspection Services • On -Call Design and Construction Management Services • On -Call Architect -Engineer Services, Contract Administration, Project Management (Capital Projects) Support Services • On -Call Construction Management Services • As -Needed Engineering Services, including Construction Management and Inspection Services • On -Call Professional Engineering Services LOCAL EXPERTISE NV5 is requesting the Local Business preference. Our local office is located at 42-829 Cook Street, Suite 104, Palm Desert, CA 92211. The office has been at the location longer than 6 months prior to the proposal opening date, and NV5 performs business on a dayAo-fay basis from this office. We have requested the Local Business preference in the solicitation response in Attachment A (see the Appendix) and have included a copy of the current business license. D.2 List all team members with local expertise. Project Manager Luanne Bean, PE, provided staff augmentation services to the City of Indio, where she worked for and reported directly to the Indio Water Authority (IWA) General Services Manager, Gary Lewis, and acted on behalf of the IWA. In this position, she wrote RFPs, oversaw and implemented contracts for the rehabilitation of well cleaning, well installation, will -serve letters and staff reports and provided reservoir sighting and monitoring water quality. Ms. Bean was the Project Manager for the design of the Rancho Las Flores Reservoir and Booster Pumping Station for the City of Coachella. Ms. Bean also was instrumental in securing funding via loans and grants from the USDA. APPENDIX ATTACHMENT "A" 'THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)6 REQUESTS FOR STATEMENTS OF QUALIFICATIONS (SOQ) #13-20 ON -CALL CONSTRUCTION MANAGEMENT & INSPECTION SERVICES SIGNATURE AUTHORIZATION NAME OF COM PANY(PRO POSER): NV5, Inc. BUSINESS ADDRESS: 163 Technology Drive, Suite 100, Irvine, CA 92618 TELEPHONE: 9 9.585.0477 CELL PHONE 858.531.6666 FAX 949.409.8182 CONTACTPERSON Jeffrey M. Cooper, PE EMAIL ADDRESS jef .cooper nv .com A. I hereby certify that I have the authority to submit this Submittal to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my submittal. Jeffrey M. Cooper, PE, Director of Infrastructure PRINTED NAME AND TITLE 106143/30/2020 SIGNATURE AND DATE B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: If successful, the contract language should refer to me/my company as: An individual; A partnership, Partners' names: A company; ✓ A corporation If a corporation, organized in the state of: California My tax identification number is: 94-2706173 Please check below IF your firm qualifies as a Local Business as defined in the SOO: ✓ A Local Business (licensed within the jurisdiction of the Coachella Valley). Copy of current business license is required to be attached to this document. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this SOO is required by including the acknowledgment with your submittal. Failure to acknowledge the Addenda issued may result in your submittal being deemed non -responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s) 0 1 islare hereby acknowledged. Page 15 o f 50 LOCAL BUSINESS LICENSE Below we have provided a copy of NV5's City of Palm Springs Business License. CITY OF PALM SPRINGS BUSINESS LICENSE 3200 E TAHQUITZ CANYON WAY, PALM SPRINGS. CA 92262 (760) 323-8289 PLEASE NOTE THAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. BUSINESS NUMBER: 20011190 EXPIRATION TAXIADMIN. FEE CERT NO BUSINESS TYPE: ENGINEERING -CIVIL 03/31/2021 100.00 35759 OWNER NAME: NVS INC 03/31/2009 27.00 35760 03/31/2021 21.00 35761 03/31/2021 4.00 55461 BUSINESS NAME: NV5 INC BUSINESS ADDRESS: 2525 NATOMAS PARK DR SUITE 300 SACRAMENTO, CA 95833 NV5 INC ISSUANCE OF THIS LICENSE DOES NOT ENTITLE 2525 NATOMAS PARK DR THE LICENSEE TO OPERATE OR MAINTAIN A SUITE 300 BUSINESS IN VIOLATION OF ANY OTHER LAW SACRAMENTO CA 95833 OR ORDINANCE. THIS IS NOT AN ENDORSEMENT OF THE ACTIVITY NOR OF THE APPLICANT'S QUALIFICATIONS. MUST BE POSTED IN A CONSPICUOUS PLACE ATTACHMENT "B" 'THIS FORM MUST BE COMPLETED AND NOTARIZED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)• NON -COLLUSION AFFIDAVIT TO BE 1OCUTED BY BIDDER AND NOTARIZED AND SUBMITTED WITH BID STATE OF CALIFORNIA) ss COUNTY OF RIVERSIDE) The undersigned, being first duly sworn, deposes and says that he or she is Jeffrey M. Cooper, PE of NV5, Inc. .the party making the foregoing Submittal. That the Submittal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Submittal is genuine and not collusive or sham; that the Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham Submittal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Submittal, or that anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Submittal price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Submittal price, or of that of any other Proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Submittal are true; and, further, that the Proposer has not, directly or indirectly, submitted his or her Submittal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, Submittal depository, of a%yother member or agent thereof to effectuate a collusive or sham Submittal. Director of Infrastructure Subscribed and sworn to before me this 30th day of March . 2020, Page 16 of 50 ATTACHMENT "D" *MS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)" CITY OF PALM SPRINGS, CA CONFLICT OF INTEREST AND NON-DISCRIMINATION CERTIFICATION Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion. color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics. or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Consultant certifies that Its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not limited to the Wowing employment, upgrading, demotion or transfer, recruitment or recruitment advertising: layoff or termination; rates of pay or other forms of compensation; and selection for training. including apprenticeship; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. NAME OF CONSULTANTNENDOR: NV5, Inc. NAME and TITLE of Authorized Representative: (Print) Jeffrey M. Cooper, PE, Director of Infrastructure Signature and Date of Auth Representative: (Sign) (Date) 3/30/2020 Page 19 of.M ATTACHMENT "E" "THIS FORM MUST BE COMPLE M AND SUBMI7"TBD WITH YOUR QUALIFICATIONS SUBMITTAL (Envelope #1)• CITY OF PALM SPRINGS PUBLIC INTEGRITY DISCLOSURE (INSTRUCTIONS FOR APPLICANTS) Who Must File? Applicants that are NOT a natural person or group of natural people that will be identified on the application, and seek a City approval determined by a vote of City officials. Examples include corporations, limited liability companies, trusts, etc. that seek a City Council approval, or an approval by one of the City's board or commissions. Why Must I File? The City of Palm Springs Public Integrity Ordinance advances transparency in municipal government and assists public officials in avoiding conflicts of interest. The City's Public Integrity Ordinance, codified in Chapter 2.60 of the municipal code, reflects the City's interest in ensuring that companies (and other legal entities that are not natural people) doing business in the community are transparent and make disclosure as to their ownership and management, and further that those companies disclose the identity of any person, with an ownership interest worth two thousand dollars ($2,000) or more, who has a material financial relationship with any elected or appointed voting City official, or with the City Manager or City Attorney. Note: A material financial relationship Is a relationship between someone who is an owner/investor in the applicant entity and a voting official (or the City Manager or City Attorney), which relationship includes any of the following: (t) the ownerlinvestor and the official have done business together during the year prior to the application, (2) the official has earned income from the owner/investor during the year prior to the filing of the application; (3) the ownerhnvestor has given the official gifts worth fifty dollars ($50) or more during the year prior to the filing of the application, or (d) the official might reasonably be anticipated to gain or lose money or a thing of value, based upon the ownerknvestoi s interest in the applicant entity, in relation to the application's outcome When Must 1 File? You must file this form with the Office of the City Clerk at the same time when you file your application for a City approval determined by a vote of City officials, whether elected or appointed. What Must I Disclose? Page 20 of50 A. The names of all natural persons who are officers, directors, members, managers, trustees, and other fiduciaries serving trusts or other types of organizations (attorneys, accountants, etc.). Note (1) only trusts or other organizations that are not the fiduciaries, (2) if a second entity that is not a natural person serves the applicant entity (e g as a member of an applicant LLC), then all officers directors members managers, trustees etc.. of the second entity must be disclosed) B. The names of persons owning an interest with a value of two thousand dollars ($2,000) or more who have a material financial relationship with an elected or appointed City official who will vote on the applicant's application, or with the City Manager or City Attorney. PENALTIES Falsification of information or failure to report information required to be reported may subject you to administrative action by the City. '`'There are some additional supplementary instructions with an example following the form should you need further clarifica don. Page 21 or5o ,.• t'euM sA�s PUBLIC INTEGRITY DISCLOSURE .' APPLICANT DISCLOSURE FORM • �'gllfO�aP 1. Name of Entity NV5, Inc. 2. Address of Entity (Principle Place of Business) 200 South Park Road, Suite 350, Hollywood, FL 33021 3. Local or California Address (if different than #2) 42-829 Cook Street, Suite 104, Palm Desert, California 92211 4. State where Entity is Registered with Secretary of State California Ifotherthan Califomia, is the Entity also re istemd in Califomia? M Yes D No 5. Type of Entity ❑x Corporation ❑ Limited Liability Company ❑ Partnership ❑ Trust ❑ Other (please specify) 6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note. if any response is not a natural person, please Identify a// oR'icers, directors, members, managers and other fiduciaries for the member, manager, trust or other entity Dickerson Wright ❑ Officer 0 Director ❑ Member ❑ Manager [name] []General Partner ❑ Limited Partner [:]Other Richard Tong [:]Officer x❑ Director ❑ Member ❑ Manager [name] ❑ General Partner ❑ Limited Partner ❑ Other,----.---- ------ Alexander Hockman ❑ Officer E] Director ❑ Member ❑ Manager (name] El General Partner 0 Limited Partner Page 22 of 50 Please see attached. Officers: • Dickerson Wright, CEO and President • Edward Codispoti, CFO and Treasurer • Richard Tong, Co -Secretary and Executive Vice President • Mary Jo O'Brien, Co -Secretary and CAO • Alexander Hockman, President • Todd George, Vice President • John Bills, Vice President ❑ Other . 7. Ownerslinvestors with a 5% beneficial interest in the Applicant Entity or a related entity EXAMPLE JANE DOE 50 .1, ABC COMPANY, Inc. (name of owner/investor] (percentage of beneficial interest in entity and name of entity] A. None None [name of owner/investor] (percentage of beneficial interest in entity and name of entity] 6. [name of ownerlinvestor] (percentage of beneficial interest in entity and name of entity] C. (name of owner/investor] [percentage of beneficial interest in entity and name of entity] D. (name of ownerlinvestor] [percentage of beneficial interest in entity and name of entity] E. [name of ownerlinvestor] [percentage of beneficial interest in entity and name of entity] I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed Name, Tide Date Jeffrey M. Cooper, PE 3/30/2020 Director of Infrastructure Page 23 of 50 City of Palm Springs, CA. Business Disclosure Supplementary Instructions In an effort to ensure we capture the required business entity information in accordance with the attached instructions, we provide you these supplementary instructions to clearly identify the required information, and the format the information should be provided. If you, as the applicant, are a business entity (i.e. a corporation or limited liability company), and it is also comprised of other business entities as its members or having a financial interest, all other such business entities must also be disclosed, including those entities other business entities, if any. Ultimately, the City's disclosure document (attached) requires a listing identifying all natural persons having any financial interest over 5% of the business entities (and any other business entities comprising your business entity). As an example, Applicant is: Acme Brothers, Inc., a California corporation, whose officers are: John Doe, Jill Doe, and Jay Doe, which is owned 50% by Acme Brothers, LLC, a California limited liability company, and John Doe (25% interest) and Jill Doe (25% interest). Acme Brothers, LLC, is managed by Acme Brothers 2, Inc., a California corporation, whose officers are: George Doe, Bill Doe, and Jane Doe, which is owned 100% by Acme Brothers 2, LLC, a California limited liability company, which is managed by George Doe, with George Doe and Jane Doe having 50% interest each. The full business entity disclosure in this example would resemble the following: 1. Acme Brothers, Inc., a California corporation a. Officers: John Doe, Jill Doe, and Jay Doe b. Ownership., i. 50% Acme Brothers, LLC, a California limited liability company ii. 25% John Doe iii. 25% Jill Doe 2. Acme Brothers, LLC, a California limited liability company a. Managers: Acme Brothers 2, Inc., a California corporation b. Ownership: 100% Acme Brothers 2, Inc., a California corporation 3. Acme Brothers 2, Inc., a California corporation a. Officers: George Doe, Bill Doe, and Jane Doe b. Ownership: 100% Acme Brothers 2, LLC, a California limited liability company 4. Acme Brothers 2, LLC, a California limited liability company a. Managers: George Doe b. Ownership: i. 50% Page 24 of 50 ?ALA4 O' �O c� r ' /FORS CITY OF PALM SPRINGS, CA STATEMENTS OF QUALIFICATIONS (SOQ)13-20 ON -CALL CONSTRUCTION MANAGEMENT & INSPECTION SERVICES ADDENDUM NO.1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. THE DUE DATE AND TIME FOR THE RECEIPT OF SUBMITTALS HAS BEEN EXTENDED TO 3:OOPM ON THURSDAY, APRIL 30, 2020. THE DEADLINE FOR RECEIPT OF QUESTIONS HAS BEEN EXTENDED TO 3:00 PM THURSDAY, APRIL 16TH. ALL OTHER SUBMITTAL REQUIREMENTS REMAIN THE SAME. The City has received the following questions and is hereby providing answers thereto: Q 1: Does the city require that Attachment E be submitted to the City Clerk at the time of proposal submission? If this is required, is there an address or email address that the form should be sent to? A 1: No. Please follow the instructions on the top of page 3 with the list of attachments and all firms are to submit a completed Attachment E with their proposal. This document is not sent to the City Clerk. Q 2: With regard to current health concerns, will the City maintain the requirement for hard -copy submissions or would submitting an electronic file via email be permitted? A 2: Given the one month extension of this Addendum, the City is maintaining the requirement for hard -copy submissions at this time. However, we are considering an electronic submittal process and if we are able to accommodate it, we will advise you via a forthcoming Addenda. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement & Contracting Manager DATE: March 17, 2020 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: NV5, Inc. Jeffrey M. Cooper, PE Authorized Signature: Director of Infrastructure Date: 3/18/2020 Acknowledgment of Re ipt of Addendum 1 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed nonresponsive. 'hORT�� CITY OF PALM SPRINGS, CA STATEMENTS OF QUALIFICATIONS (SOQ)13-20 ON -CALL CONSTRUCTION MANAGEMENT & INSPECTION SERVICES ADDENDUM NO.2 This Addendum is being issued for the fallowing changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SOO DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. DUE TO THE COVID-19 PANDEMIC, THE CITY WILL BE ACCEPTING ELECTRONIC SUBMISSIONS ONLY IN RESPONSE TO THIS SOO. NO PAPER COPIES OR THUMB DRIVES WILL BE ACCEPTED. ALSO, PLEASE NOTE THAT THE CITY IS WAIVING THE NOTARIZATION REQUIREMENT FOR ATTACHMENT "B", NON -COLLUSION AFFIDAVIT. FIRMS ARE TO FILL OUT AND SUBMIT THIS FORM, BUT THE NOTARIZATION IS UIRED. YOU MUST UPLOAD TWO (2) SEPARATE FILES — ONE WITH THE QUALIFICATIONS, AND ONE WITH THE COSTIRATES. EACH FILE IS TO BE LABLED WITH THE SOO #, FIRM NAME, AND EITHER "QUALIFICATIONS" OR "COST/RATES". FOR EXAMPLE: "SOO 13-20, JONES CO., QUALIFICATIONS" and "SOO 13-20, JONES CO., COST/RATES". ELECTRONIC SUBMISSIONS SHALL BE UPLOADED TO THE FOLLOWING SITE VIA THE LINK BELOW. ALL SUBMISSIONS MUST BE TIME DATE STAMPED BY THE SYSTEM AS BEING RECEIVED BY THE DEADLINE. LATE SUBBISSIONS WILL BE REJECTED. TO UPLOAD YOUR TWO (2) SEPARATE FILE SUBMISSIONS IN RESPONSE TO THIS SOO GO TO: httt)s://spaces.hightaii.com/ur)link/Procurement BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Crag L Gladders, C.P.M. Procurement & Contracting Manager DATE: March 30, 2020 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Nv5, Inc. Jeffrey M. Cooper, PE Authorized Signature: Director of Infrastructure Date: 3/30/2020 Acknowledgment of Re eipt of Addendum 2 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non -responsive. 4 PALM h 1 V` 'ram:°ter. �frrt�RN\ CITY OF PALM SPRINGS, CA STATEMENTS OF QUALIFICATIONS {SOQ) 13-20 ON -CALL CONSTRUCTION MANAGEMENT & INSPECTION SERVICES ADDENDUM NO. 3 This Addendum is being issued for the following changes and informational items THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SOO DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS The City has received the following questions and is hereby providing answers thereto: Q 1: The original RFQ stated a maximum total of thirty (30) sheets of paper, which may be double -sided. Now, with an electronic submittal as outlined in Addendum No. 2 will you accept a maximum of 60 pages? A 1: The page limit remains unchanged regardless of printed or electronic. 30 sheets of paper (double sided) is "60 pages". Q 2: Based on your planned CIP and land development projects and encroachment permit inspection needs under this contract, what consultant staffing levels do you anticipate (Full time equivalents by type of classification - # of construction managers, inspectors, etc.)? A 2: Staffing levels will be dictated by the type of number of assigned projects; it is not possible to predict with any certainty the number by type of classification at this time. Q 3: Are there specific registrations/certifications required of consultant personnel? A 3: Resident Engineers/Project Managers must be licensed as a civil engineer. Inspectors should have professional certifications of the type typical for public works construction. Q 4: Is a project schedule available to review of your planned CIP and land development projects? A 4: No. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement & Contracting Manager DATE: April 20, 2020 ADDENDUM ACKNOWLEDGMENT: ►vv5 Proposer Firm Name: Jeffrey inc. Jeffrey M. Cooper, PE Authorized Signature: Director of Infrastructure Date: 4/20/2020 Acknowledgment of Re ipt of Addendum 3 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non -responsive. EXHIBIT "D" SCHEDULE OF COMPENSATION ATTACHMENT "C" COST/RATES SUBMITTAL `THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COST/RATES SUBMITTAL (Envelope ti2)" `If necessary, you may attach additional sheets. STATEMENT OF QUALIFICATIONS (SOO #13-20) ON -CALL CONSTRUCTION MANAGEMENT & INSPECTION SERVICES Responding to Statement of Qualifications SOQ 13-20 for providing on -call construction management & inspection Services, I/WE the undersigned will accept the following hourly rates and other costs as defined, for providing the services as defined within the Scope of Services, PRIME CONSULTANT PERSONNEL CLASSIFICATIONITITLE: HOURLY RATE: Project Director $ 185 QA/QC $170 Construction Manager $165 Construction Inspector, Special Inspector $138 Building Inspector $ 75 Office Engineer $ 120 Construction Administration $90 Electrical Engineers, Public Outreach - SUB CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE: See attached Pacific Resources Services Rates: Principal $138.42 Senior Analyst $115.70 Analyst $104.12 Staff Support $ 69.42 Is Is Reimbursable Expenses the City will be charged (if any) must be identified below: (note for on -call construction management & inspection services services, reimbursable expenses are expressly included in any fixed fee and no additional payment will be made. Reimbursable expenses will only apply to any additional optional services requested by the City. Consultants may not charge the city for any expenses that are not defined In this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded). Page 17 of 50 Fee Schedule Effective for the initial three-year term of the contract. ELECTRICAL ENGINEERING Senior Project Manager $185 Senior Engineer $155 Project Engineer/Designer $125 COMMUNITY OUTREACH SERVICES HOURLY RATE Project Manager $165 Assistant Project Manager $145 Community Relations Specialist $129 Project Coordinator $105 Integrated Marketing Specialist $135 Media Relations Specialist $125 Graphic Designer $105 Videographer $105 Bilingual Translation $95 REIMBURSABLE EXPENSES COST Consultant Services Cost REIMBURSABLE EXPENSES: Cost/Rate: $ $ $ $ $ $ $ Any other expenses, not otherwise defined above, that the City would be charged in the performance of the scope of services (if any) must be identified below: (note that consultants may not charge the city for any expenses that are not defined this Cost Proposal and included in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*). OTHER EXPENSES: Cost/Rate: $ $ $ $ $ $ PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the initial three (3) years of the Agreement term, the fixed fee schedule, hourly rates and other unit costs are fixed. For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. NOTE: This pane MUST be manually sinned. Certified by NV5, Inc. Firm Name Signature off�lthoiifed Person / Jeffrey M. Cooper, PE Printed Nance Director of Infrastructure Title 3/30/2020 Date Page 18 of 50 EXHIBIT "E" SCHEDULE OF PERFORMANCE The services provided hereunder this Agreement shall occur on an as -needed "on -call" basis, pursuant to separate individual Task Orders or Purchase Orders. The City and Consultant shall agree on a schedule of performance for scopes of work on assigned projects. i�, A?s6� A�RD® CERTIFICATE OF LIABILITY INSURANCC r DATEIMMIDDYYY 5nr1024 1 51'1/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies 3280 Peachtree Road NE, Suite #250 Atlanta GA 30305 COONNTACT NAE PHONE FAX AIC No EJMU L (404)460-3600 —INSURRM AFFORDING COVERAGE NAIC S INSURER A:V CC COMPNY 205.08 INSURED NVS Inc. 1491108 163 Technology Drive INsuRER B: National Fire Insurance Co of Hartford 20478 INSURER c: The Continental Insurance Company 35289 INSURER D: Transportation Insurance Company 20494 Suite 100 Irvine CA 92618 INSURER E: Navigators Specialty Insurance Company 36056 INSURER F: National Fire and Marine Insurance Co 20079 COVERAGES Irvine CERTIFICATE NUMBER: 19141110 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMSER POLICY EFF MWDDtYYYY) POLICY EXP fMWOONYYYI LMM A X COMMERCIAL GENERAL LIABILITY FXICLAIMS-MADE OCCURPREMISES y Y 7014856125 S, I_0'_3 5/12024 EACH OCCURRENCE S 1000 000 (Ea hence 8 1,000,000 X MED EXP (Any orre person) S 15,000 Contractual Liab X Cross Liab Incl PERSONAL S ADV INJURY S 1.000.000 AGGREGATE LIMIT APPLIES PER: POLICY a] JEC Fx� LOC GENERALAGGREGATE s 2,000,000 GENL X PRODUCTS - COMP/OP AGG S 2,000,000 S OTHER: B AUTOMOBILE LIABILITY Y Y 7014842659 5/12023 5/12024 COMBINED ISINGLE LIMIT $ 1,000,000 BODILY INJURY (Per paten XX) S XXXXXOWNED MY AUTO I INJURY (Per accident)SAUTOS XXXX)= SCHEDULEDBODILY ONLY AUTOS PROPERTY DAMAGE Per t S XXXXXXX HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY s XXX7CICJC7C C X UMBRELLA LIAB }( OCCUR N N 7014941883 5/1/2023 5/12024 EACH OCCURRENCE $ I0.000.0w AGGREGATE S 10,000,000 UI EXCESS LB CUUMSAWE DIED I X I RETENTIONS SO $ XXXXXXX B D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLUDED? FN� NIA Y 7014842824((AOS) 7014842810(CA) 5/12023 5/12023 5/12024 5/12024 PER O - X STARE ER E.L. EACH ACCIDENT S 1000000 E.L. DISEASE - EA EMPLOYE S 1000 000 (Mandatory In NH) be under DESCRIPTION OF OPERATIONS below EL. DISEASE -POLICY LIMIT S ] 000000 E Excess Liab N N GA23EXRZODWT51C 5112023 5/12024 Ea. Claim/Agg. $IOM/SIOM F PTof'Poll Liab 42-EPP-321328-02 5/W023 5/12024 Fa. Cla m/Agg. SIOMI/S20M ,A Bus Per Prop 7014856M 5/12023 5/12024 Limit$19,301,609 DESCRIPnON OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached N more space Is "Wed), City of Palm Springs, its officials, employees, and agents are included as additional insureds if required by written contract with respect to General Liability and Automobile Liability per the terms and conditions of the policy. A waiver of subrogation applies in favor of City of Palm Springs, its officials. employees, and agents if required by written contract with respect to General Liability, Aummobile Liability, and Workers'Compensation per the terms and conditions of the policy where permitted by state law. A 30-day notice of cancellation is included if required by written contract per the [emus and conditions of the policy. CERTIFICATE HOLDER CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 18143130 City of Palm Springs q JUN Q 8 ZOC3 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Manager City E. Tahquitz Canyon Way City HBII Reception Desk AUTNORIZEDREPRESENT Palm Springs CA 92262 ACORD 25 (2016103) © 1988.201$ ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coveraqe E This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10-01 edition of CG2037; or B. additional insured coverage with "arising out of language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance Policy NO: 7014856125 Page 1 of 2 Effective Date: 05/01/2023 Insured Name: NV5 Global, Inc copyright CNA Al Rights Reserved. Includes copyrighted material of Insurance services Once, Inc., with its permission. Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed rations Coverage Endorseme With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Page 2 of 2 Effective Date: 0 5 / 01 / 2 02 3 Insured Name: Nv5 Global, Inc. copyright CNA All Rights Reserved. Includes copyrighted material of Insurance services Once, Inc., with Its permission. Attachment Code: D587566 Master ID: 1491108, Certificate ID: 18143130 Policy No: 7014856125 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Name Of Person Or Any person or organization against whom you have agreed to waive such right of recovery in a written contract or agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To The Insurer is amended by the addition of the following: Solely with respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured's ongoing operations or your work done under a contract with that person or organization and included in the products -completed operations hazard. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrentlywith said Policy. Attachment Code: D587568 Master ID: 1491108, Certificate ID: 18143130 4V"^ I It is understood and agreed that If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: GNA68021XX (02-2013) Endorsement Effective Date: 05101/2023 Policy No: 7014856125, 7014842659,7014841883 opyng t CNA AM Pights Resefved. Attachment Code: D587561 Master ID: 1491108, Certificate ID: 18143130 CNA CNA71526XX (Ed. 10/12) ADDITIONAL INSURED ENDORSEMENT - CONTRACTUAL OBLIGATION It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Person Or Organization AS REQUIRED BY CONTRACT 1. Paragraph A.1. Who Is An Insured of Section II - LIABILITY COVERAGE is amended to include as an additional insured the person or organization scheduled above, but only if you are required by "written contract" to make that person or organization an additional insured under this policy. 2. The insurance provided to the additional insured is limited as follows: a. The person or organization is an additional insured only with respect to "bodily injury" or "property damage" arising out of a covered "auto" and caused by your negligent acts or omissions or the negligent acts or omissions of someone, other than the additional insured, for whom you are legally liable. b. The person or organization is not an additional insured for the person or organization's own acts or omissions, nor those of anyone, other than you, for whom the person or organization is legally liable. c. We will not provide the additional insured any broader coverage or any higher limit of liability than the least that is: (1) Required by the "written contract"; or (2) Afforded to you under this policy. 3. Condition 2. Duties In the Event of Accident, Claim, Suit or Loss of Section IV - BUSINESS AUTO CONDITIONS is amended to add the following conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: a. Give us written notice of an "accident" which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; b. Agree to make available any other insurance the additional insured has for a loss we cover under this policy; c. Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit"; and d. Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this policy. But if the "written contract" requires this insurance to be primary and non-contributory, this provision d. does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a "suit." Attachment Code: D587561 Master ID: 1491108, Certificate ID: 18143130 4. Only for the purpose of the insurance provided by this endorsement, SECTION V - DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured under this policy, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to the accident for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. Policy No: 7014842659 Effective Date: 5/1/2023 Insured Name: NV5, Inc. CNA71526XX (Ed. 10/12) Attae: D587560 Master ID: 1491108, Certificate ID: 18143130 CNA71527XX (Ed. 10112) ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE I Name of Additional Insured Persons Or Organizations In conformance with paragraph A.1.c. of Who Is An Insured of Section II - LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Policy No: 7014842659 Endorsement No: Effective Date: 0 5 / 01 / 2 02 3 Insured Name: NV5 GLOBAL, INC. Copyright CNA All Rights Reserved. Attachment Code: D587563 Master ID: 1491108, Certificate ID: 18143130 POLICY NUMBER: 7014842659 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: NV5 Global, Inc Endorsement Effective Date: 05/01/2023 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE SUCH RIGHT OF RECOVERY IN A WRITTEN CONTRACT OR AGREEMENT. to comDlete this Schedule. if not shown above. will be shown in th The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organizations) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident' or the "loss" under a contract with that person or organization. CA 04 44 03 10 © Insurance Services Office, Inc., 2009 Page 1 of 1 L7 Attachment Code: D587582 Master ID: 1491108, Certificate ID: 18143130 CNA I Policy No. 7014842824 Workers' Compensation We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization against whom you have agreed to waive such right of recovery in a written contract or agreement The premium charge for the endorsement is reflected in the Schedule of Operations. All other terms and conditions of the policy remain unchanged. endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, laakete s effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 00 03 13 (04-1984) Policy : 7014842824 Endorsement Effective pate 05/01/2023 y UTICIJ un ComperTation insurance. Attachment Code: D587581 Master ID: 1491108, Certificate ID: 18143130 CNA POLICY NO: 7014842824 WORKERS COMPENSATION WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule.(This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization against whom you have agreed to waive such right of recovery in a written contract or agreement. The premium charge for the endorsement is reflected in the Schedule of Operations. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC00 03 13 (04-1984) Endorsement Effective Date: 5/1/2023 Policy: 7014842824 Attachment Code: D587581 Master ID: 1491108, Certificate ID: 18143130 [�1 WORKERS COMPENSATION TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. [ ] Specific Waiver [X] Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: Waiver of Subrogation Operations Premium: The premium charge for this endorsement shall be premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 1. Advance Premium: Waiver of Subrogation Advance Premium All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No:WC.A2 03 04 B (06-2014) Endorsement Effective Date:05/01/2023 Policy No. 7014842824 Attachment Code: D587581 Master ID: 1491108, Certificate ID: 18143130 CNA UTAH WAIVER OF SUBROGATION ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Utah is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Our waiver of rights does not release your employees' rights against third parties and does not release our authority as trustee of claims against third parties. Schedule Any person or organization against whom you have agreed to waive such right of recovery in a written contract or agreement All other terms and conditions of the policy remain unchanged. :his endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 43 03 05 (07-2000) Endorsement Effective Date: 05/01/2023 Policy No. 7014842824 Attachment Code: D587584 Master ID: 1491108. Certificate ID: 18143130 Policy No. 7014842810 CNA Workers' C tia, 'BLAN KET WAIVER OF OUR • RECOVER FROMOTHERS This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers' Compensation Insurance G. Recovery From Others and Part Two - Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is Blanket Waiver of Subrogation Percentage Charge%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: G-19160-6 It 1-19971 Policy No. 7014842810 Endorsement Effective Date: t05/0112023 Attachment Code: D587579 Master ID: 1491108, Certificate ID: 18143130 OVA DTICF OF CANCEL I ATInN TO CFRTIFICATFHOLr It is understood and agreed that If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged. This endorsement, which fors a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Forth No: CC68021A (02-2013) Policy NO: 7014a42824. 7014842810 Endorsement Effective Date: 05/01/23 © CNA All Rights Reserved. Attachment Code: D585737 Master ID: 1491108, Certificate 1D: 18143130 Contractor's Equipment Coverage Coverage: Contractor's Equipment Carrier: Continental Insurance Company Effective: 5/ 1/23-5/ 1/24 Policy Number: 7014900785 Blanket Policy Limit: $8,024.397 Limit Per Item: $500,000 Blanket Short -Term Equipment Leased, Borrowed, or Rented From Others Limit: $100,000 Per occurrence/item