Loading...
HomeMy WebLinkAboutA6685 - DUDEK & ASSOCIATES, INC - ON-CALL PUBLIC WORKS CAPITAL PROJ. CONSTR. MGMT./INSPECTION SVCS CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT "ON-CALL" PUBLIC WORKS CAPITAL PROJECT CONSTRUCTION MANAGEMENT& INSPECTION SERVICES THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this 1st day of April, 2015, by and between the CITY OF PALM SPRINGS. a California charter city and municipal corporation, (hereinafter referred to as "City") and Dudek & Associates. Inc.. a California corporation, (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 & Inspection Services for a variety of future City Public Works capital projects and private land development projects, (hereinafter the"Project"). B. Consultant has submitted to City a proposal to provide As-Needed, "On-Call" Construction Management & Inspection Services for a variety of future City Public Works capital projects and private land development projects, 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 CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit "A," which is attached hereto and is incorporated herein by reference (hereinafter referred to as the "Services" or "Work"). 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 and Services contemplated herein and, in light of such status and experience, Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required hereunder. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the City's Request for Proposals; and, (4) the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"), (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, 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 Page 1 of 17 ORIGINAL BID pq►NWOR AGREEMENT 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: (16) the terms of this Agreement; (2nd) the provisions of the Scope of Services (Exhibit"A"); as may be amended from time to time; (3r°) the provisions of the City's Request for Proposal (Exhibit "B"); and, (4'") 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 Cal/OSHA requirements. 1.4 Licenses, Permits, Fees and Assessments. Consultant represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work and Services under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the Work and Services required by this Agreement, 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 the City Engineer, 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 City Engineer 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. Page 2 of 17 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 and/or services 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 scope of services required by this Agreement will vary dependent upon the number, type, and extent of the services or work the Consultant shall provide; and no guarantee of the extent or the type of services required of Consultant under the terms 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 contract, City and Consultant hereby acknowledge and agree that a specific "Maximum Contract Sum" 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 or a Purchase Order authorized by the City Engineer or the City Manager as provided in this Section 2.1. For the services rendered pursuant to this Agreement, the Consultant shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit"D" and incorporated herein by this reference. The method of compensation 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 shall be entitled to compensation in accordance with separate City authorized "Task Orders" (Purchase Orders) with corresponding Not-to-Exceed payment amounts established pursuant to the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "D". Consultant's compensation shall be limited to the 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 construction management and inspection services (pursuant to Schedule "D") necessary for and associated specifically with the City's Public Works capital projects, subject to existing expenditure threshold and authorization limits established by the municipal code. Page 3 of 17 By approval of this Agreement, the City Council authorizes the City Manager to approve Task Orders (Purchase Orders) for any amount in excess of $25,000 sufficient to cover the cost of required on-call public works inspections (pursuant to Schedule "D") necessary for and associated specifically with private land development projects insofar as the cost of the services authorized by any such Task Order (Purchase Order) pursuant to this Agreement is paid exclusively with developer "pass-through" fees received from construction permits. 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 Chances in Scope. 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 work or services and Consultant shall not be entitled to payment for any work or 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. 3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant(financial inability excepted), including, but not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City, if Consultant, Page 4 of 17 within ten (10) days of the commencement of such delay, notifies the City Manager in writing of the causes of the delay. The City Manager shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the City Manager such delay is justified. The City Manager's determination shall be final and conclusive upon the Parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement pursuant to this section. 3.4 Term. Unless earlier terminated under the terms of this Agreement, this Agreement shall continue in full force and effect for an initial term of three (3) years and three (3) months ending on June 30, 2018. 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: George Litzinger, PE: Principal in Charge. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be 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, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest 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 (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. Page 5 of 17 4.4 Independent Contractor. A. The legal relationship between the Parties is that of an independent contractor, 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 fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint 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, subcontractors, or agents, Consultant shall indemnify City for all such financial obligations. 5. INSURANCE 6.1 Types 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. Page 6 of 17 (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 subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars- E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. Page 7 of 17 6.2 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: 5.3.1 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. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 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. 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in Page 8 of 17 this or any other regard. 5.3.8 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. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements 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. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required 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 and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured..." ("as respects City of Palm Springs Contract No._" or 'for any and all work performed with the City"may be included in this statement). Page 9 of 17 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract No._" or "for any and all work performed with the City' may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will 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. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved 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, from any violation of any federal, state, or local law or ordinance, and from errors and omissions committed by Consultant, its officers, employees, representatives, and agents, that arise out of or relate to Consultant's performance under this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Consultant's indemnification obligation or other liability under this Agreement. Consultant's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 6.2 Design Professional Services Indemnification and Reimbursement. If the Agreement is determined to be a "design professional services agreement" and Consultant is a "design professional" under California Civil Code Section 2782.8, then: A.To the fullest extent permitted by law, Consultant shall indemnify, defend (at Consultant's sole cost and expense), protect and hold harmless City and its elected officials, officers, employees, agents and volunteers and all other public agencies whose approval of the project is required, (individually "Indemnified Party"; collectively "Indemnified Parties") against any and all liabilities, claims, judgments, arbitration awards, settlements, costs, demands, orders and penalties (collectively "Claims"), including but not limited to Claims arising from injuries or death of persons (Consultant's employees included) and damage to property, which Claims arise out of, pertain to, or are related to the negligence, Page 10 of 17 recklessness or willful misconduct of Consultant, its agents, employees, or subcontractors, or arise from Consultant's negligent, reckless or willful performance of or failure to perform any term, provision, covenant or condition of this Agreement ("Indemnified Claims"), but Consultant's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or willful misconduct of the City and its elected officials. Officers, employees, agents and volunteers. B. Consultant shall reimburse the Indemnified Parties for any reasonable expenditures, including reasonable attorneys' fees, expert fees, litigation costs, and expenses that each Indemnified Party may incur by reason of Indemnified Claims. Upon request by an Indemnified Party, Consultant shall defend with legal counsel reasonably acceptable to the Indemnified Party all Claims against the Indemnified Party that may arise out of, pertain to, or relate to Indemnified Claims, whether or not Consultant is named as a party to the Claim proceeding. The determination whether a Claim "may arise out of, pertain to, or relate to Indemnified Claims" shall be based on the allegations made in the Claim and the facts known or subsequently discovered by the Parties. Consultant's indemnification obligation hereunder shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified hereunder are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. C. The Consultant shall require all non-design-profession sub-contractors, used or sub- contracted by Consultant to perform the Services or Work required under this Agreement, to execute an Indemnification Agreement adopting the indemnity provisions in sub-section 6.1 in favor of the Indemnified Parties. In additions, Consultant shall require all non-design-professional sub-contractors, used or sub-contracted by Consultant to perform the Services or Work required under this Agreement, to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement, as well as any other insurance that may be required by Contract Officer. 7. REPORTS AND RECORDS 7.1 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and Services 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 or Services 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. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement, 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 Page 11 of 17 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 subcontractors 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. B. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such notice, City shall pay Consultant for Services performed through the date of termination. Upon receipt of such notice, Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. Thereafter, Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. In addition, the Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice to the City, except that where termination is due to material default by the City, the period of notice may be such shorter time as the Consultant may determine. Page 12 of 17 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 8.4.6, 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. 8.6 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 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Legal 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. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non-judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. Page 13 of 17 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership, or association in which he/she is, directly or indirectly, interested in violation of any state statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. 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 suit or claim, provided, however, that such defense shall be at Consultant's expense. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 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 Page 14 of 17 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, 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 Facsimile: (760) 323-8332 To Consultant: Dudek &Associates, Inc. Attention: George Litzinger, PE 40-004 Cook Street, Suite 4 Palm Desert, CA 92211 Telephone: (760) 341-6660 Facsimile: (760) 346-6118 10.3 Entire Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter 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 Beneficiary. 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. Page 15 of 17 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. (SIGNATURES ON FOLLOWING PAGE) Page 16 of 17 4 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated herein. "CITY" City of Palm Springs Date: David H. R City Manag r eAPPROVED BY CIiY COhNCII �•\•1� a� �+IdV`��2 APPROVED AS TO FORM: ATTEST By: By: Do glas C. Holland, James Thompson, ity Attorney City Clerk APPROVED BY CITY COUNCIL: Date: Agreement No. Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer. CONSULTANT NAME: Dudek &Associates, Inc. 40-004 Cook Street, Suite 4 Palm Desert, CA 92211 By Z41111 By y�o��a�r1 3_Zo X< Signature (Notarized) ` Signature (Notarized) Dudek Frank Dudek budrk President June Collins Corporate Secretary Page 17 of 17 ACKNOWLEDGMENT 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 County of fAN pl ew o ) On AA,2GH o26 j .A-o/S before me, /AuiEL 1Vd-1AXy Pu$Z.iC GG (insert name and title of the officer) personally appeared 4,vo t/UNE e4zi-ma- I , who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) ' /are subscribed to the within instrument and acknowledged to me that kg/��/they executed the same in pK/Per/their authorized capacity(ies), and that by,�is/Xr/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 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. l3ANEL WL y PWAc r690g� Signature I -->(Seal) EXHIBIT "A" SCOPE OF SERVICES General Scope of Services for "On-Call" Private Land Development Construction Management & Inspection Services — 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. Construction management services associated with private land development projects shall be provided to the extent that changes to the approved plans are requested by the developer/owner, and require review and approval by the City Engineer; 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 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 (currently: Board Order 2009-0009-DWQ General Permit No. CAS000002 as further amended by Order No. 2010-0014-DWQ and Order No. 2012-0006-DWQ), 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 (currently: Board Order No. R7-2013-0011, NPDES No. CAS 617002). The Consultant shall review installation of all required storm water pollution control measures identified on the approved WQMP. General Scope of Services for "On-Call" Public Works Capital Project Construction Management & Inspection Services — The Consultant shall provide first class as-needed construction management and inspection services associated with various City Public Works Capital Projects, including: street improvements, storm drainage improvements, traffic improvements, and facilities construction. 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). Exhibit "A" Page 1 of 6 EXHIBIT "A" SCOPE OF SERVICES "On-Call" Public Works Capital Project Construction Management & Inspection Services —Technical Scope of Services 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. Package bid documents for advertising. 5. Coordinate with project architect/design consultant in responding to relevant questions during bid phase. Issue addenda as necessary to address these questions or clarifications. 6. Review and evaluate bids received and submit recommendation to award to lowest responsible bidder. 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. Coordinate the services of other required consultants (geotechnical, NPDES, materials testing, deputy inspection, special laboratory testing, etc.) that may be necessary for the project. Exhibit"A" Page 2 of 6 EXHIBIT "A" SCOPE OF SERVICES 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. Coordinate all require labor compliance and equal employment opportunity rules and regulations. 15. Perform quality assurance reviews on a regular basis and recommend changes, as necessary. 16. Comply with federal and state grant funding requirements. Assist City in preparing and processing reimbursements. 17. Maintain a complete project filing system. Filing system shall be in accordance with Section 16.8 (Chapter 16) of the Caltrans LAPM. 18. Provide and coordinate public outreach, press releases, and communication regarding progress of construction. 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. Exhibit"A" Page 3 of 6 EXHIBIT "A" SCOPE OF SERVICES 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. 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 businesses/residents 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. Exhibit"A" Page 4 of 6 EXHIBIT "A" SCOPE OF SERVICES 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. The Consultant shall provide encroachment permit coordination and inspections (including work associated with public and private utility companies and/or their contractors). Initially, the Consultant shall provide the following work: • Review the City's existing encroachment permit application forms; • Review existing encroachment permit application forms from other agencies, • Prepare draft encroachment permit application forms, licenses, indemnification agreements, and other forms for City review and approval; • Propose permit tracking system to adequately coordinate issuance of encroachment permits 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. Exhibit "A" Page 5 of 6 EXHIBIT "A" SCOPE OF SERVICES 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. Other Services "On-Call" Services — Consult shall provide various other on-call services, as assigned and as needed by the City, which may include, but not be limited to: engineering design services (including topographic and land surveying), grant application and preparation services, and Caltrans Local Assistance coordination and related Project Management assistance on local Federal-Aid projects. END OF EXHIBIT "A" Exhibit"A" Page 6 of 6 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS CITY'S REQUEST FOR PROPOSALS FOLLOWS THIS PAGE Exhibit"B" CITY OF PALM SPRINGS, CA NOTICE INVITING PROPOSALS FOR RFP#06-15 "ON-CALL" CONSTRUCTION MANAGEMENT& INSPECTION SERVICES (CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS) NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals from qualified professional firms to provide the City with "on-call' construction management and inspection services associated with various City projects and private land development projects within the City of Palm Springs, (hereinafter the"Project"). PROJECT LOCATION: Various locations within the City of Palm Springs, to be assigned on a case-by-case basis as necessary and as required by the City. SCOPE OF SERVICES: The scope of work will consist of providing "on-call' construction management and inspection services associated with various City Projects, private land development projects, and coordinating encroachment permit inspections within the City of Palm Springs. OBTAINING RFP DOCUMENTS AND ADDENDA: The RFP document may be downloaded via the internet at www.palmspringsca.gov (go to Departments, Procurement, Open Bids & Proposals), or by calling the Office of Procurement and Contracting, (760) 322-8368. Upon downloading the RFP via the internet, contact Craig Gladders, Procurement & Contracting Manager, via email at Craig.Gladdersopalmspringsca.gov to register as a firm interested in this project. Failure to register may result in not receiving addenda to the RFP. EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been developed in the Request for Proposals (RFP) format. Accordingly, firms should take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee to determine which proposal best meets the requirements set forth in the RFP document. PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA. 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: All proposals 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, FEBRUARY 3rd, 2015. The receiving time in the Procurement Office will be the governing time for acceptability of Proposals. Telegraphic and telephonic Proposals will not be accepted. Reference the RFP document for additional dates and deadlines. Late proposals will not be accepted and shall be returned unopened. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. Craig L. Gladders, C.P.M. Procurement and Contracting Manager December 30, 2014 Page 1 of 39 RFP#06-15 OF PALM S h � 2 V � CITY OF PALM SPRINGS, CA REQUEST FOR PROPOSALS (RFP) #06-15 "ON-CALL" CONSTRUCTION MANAGEMENT & INSPECTION SERVICES (CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS) Requests for Proposals (RFP #06-15), for "on-call' construction management and inspection services associated with various City Projects, private land development projects for the City of Palm Springs, CA, (hereinafter the 'RFP") 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, FEBRUARY 3rd, 2015. It is the responsibility of the respondent to see that any proposal 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 proposals. Telegraphic, telephonic, faxed or emailed proposals will not be accepted. Late proposals will be returned unopened. Failure to register as a Proposer to this RFP process per the instructions in the Notice Inviting Requests for Proposals (under "Obtaining RFP Documents') may result in not receiving Addenda or other important information pertaining to this process. Failure to acknowledge Addenda may render a proposal as being non-responsive. We strong[V advise that interested firms officially register per the instructions. 1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting proposals from qualified professional firms to provide the City with "on-call' construction management and inspection services associated with various City projects and private land development projects, (hereinafter the "Project'). The selected firm (or firms) will be expected to provide various professional services, including materials testing services, as necessary to provide as-needed construction management and inspections services for a variety of projects for the City. SCHEDULE: Notice requesting Proposals posted and issued ............................................December 30, 2014 Deadline for receipt of Questions................................Tuesday, January 27, 2016, 3:00 P.M. Deadline for receipt of Proposals................................Tuesday, February 3, 2015, 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-proposal conference for this procurement *Dates above are subject to change. "KEY" TO RFP ATTACHMENTS: ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment. *Must be completed and included with Work/Technical Proposal envelope. ATTACHMENT "B" — Non Collusion Affidavit Form. *Must be completed and included with Work/Technical Proposal envelope. ATTACHMENT "C" — Sample boilerplate Contract Services Agreement (for reference only) Page 2 of 39 RFP#06-15 2. BACKGROUND: The City of Palm Springs currently performs public works inspections with City staff, however, in anticipation of several large City Projects to commence in 2015, and as a result of increased development occurring within the City of Palm Springs, it is the City's intention to have available, at its request, contractual "on-call" public works inspection services to provide necessary "turn-key" construction management services for various City Projects, as well as independent 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 Consultant will be required to demonstrate adequate experience and capacity to provide 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 • 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. Additionally, the City anticipates commencing with construction on several priority projects at the City's Wastewater Treatment Plant, which include: • City Project No. 13-19: Digester No. 2 Dome Replacement(Budget$1M) • City Project No. 13-20: New Sludge Centrifuge (Budget$1.5M) • City Project No. 13-21: New Primary Effluent Pump Station (Budget $3M) • City Project No. 13-22: New Headworks (Budget$6M) • City Project No. 13-23: New Circular Primary Clarifiers w/Sludge Pump Station (Budget$9M) The selected Consultant will be required to demonstrate adequate experience and capacity to administer, manage, and inspect the construction of these various capital projects at the City's wastewater treatment plant, while coordinating its continued operation by the City's wastewater operator, Veolia West Operating Services. The City may, but does not guarantee, to request the selected Consultant to provide services associated with these wastewater projects. 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 Engineer and mutual consent of the selected Consultant, for a total maximum term of five years. The Public Works & Engineering Department will be coordinating all public works inspections. 3. SCOPE OF WORK: The selected 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 selected 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 construction. More specifically, construction management services shall include, but are not limited to: Page 3 of 39 RFP#06-15 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. 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. B. 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. Page 4 of 39 RFP#06-15 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 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. 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 businesses/residents 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. Page 5 of 39 RFP#06-15 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. At the City's sole discretion, as may be necessary to supplement existing staff, the selected 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 selected 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 constructionlexcavation permits. Private Land Development Projects The selected 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 Page 6 of 39 RFP#06-15 services shall be provided on review and approval of on-site and off-site improvements associated with private land development projects. The selected 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 testing/inspection paid for by the developer/owner). The selected Consultant shall ensure approved Water Quality Management Plans (a 'WQMP") are implemented accordingly. The selected Consultant shall verify the developer/owner has obtained clearance under the Statewide General Permit (currently: Board Order 2009-0009- DWQ General Permit No. CAS000002, as amended), and has been issued a Waste Discharge Identification Number (WDID#). The selected 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 (currently: Board Order No. R7-2013-0011, NPDES No. CAS 617002). The selected Consultant shall review installation of all required storm water pollution control measures identified on the approved WQMP. Special Note: The selected 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 selected Consultant shall be expected to be available to meet, as necessary, with City staff, including but not limited to, the Public Works & Engineering 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. 4. PROPOSAL REQUIREMENTS: The firm's proposal should describe the methodology to be used to accomplish each of the project tasks. The proposal should also describe the work which shall be necessary in order to satisfactorily complete the task requirements. Please note: this RFP 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 firm to be knowledgeable of the general areas identified in the scope of work and to include in its proposal all required tasks and subtasks, personnel commitments, man-hours, direct and indirect costs, etc. The City of Palm Springs will not approve addenda to the selected firm's agreement which do not involve a substantial change from the general scope of work identified in this RFP. The proposal shall include the following relevant information: • A discussion of previous on-call public works inspection services experience. • A discussion of experience with municipal government, private development, and civil engineering and public works projects. • A listing of the specific individuals who will be assigned to provide construction management and inspection services, including their experience and professional qualifications. • A statement regarding the availability of qualified staff to provide required construction management and inspection services. Page 7 of 39 RFP#06-15 S. SELECTION PROCESS: The City of Palm Springs is utilizing a Qualifications Based Selection process to select a firm to provide the services requested by this RFP. The City shall review the proposals submitted in reply to this RFP, and a limited number of firms may be invited to make a formal presentation at a future date. The format, selection criteria and date of the presentation will be established at the time of short listing. Preparation of proposals in reply to this RFP, and participation in any future presentation is at the sole expense of the firms responding to this RFP. 6. PROPOSAL EVALUATION CRITERIA: This solicitation has been developed in the "Request for Proposals" (RFP) format. Accordingly, firms should take note that the City will consider multiple criteria in selecting the most qualified firm. Consistent with Federal, State and Local laws for the acquisition of professional services, price is NOT an evaluation criteria. Cost proposals submitted in separate sealed envelopes are not opened, nor considered during proposal evaluations. Upon selection of the most qualified firm, the associated cost proposal will be used as a basis for contract negotiations. A contract shall be negotiated on the basis of the submitted Cost Proposal, and in consideration of reasonable and mutually agreed project costs and time requirements. Should successful negotiations not occur with the highest ranked firm, the City may, at its sole discretion, choose to enter into negotiations with the second 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 the evaluation committee. All firms are evaluated solely on the information contained in their proposal, information obtained from references, and presentations if requested. All proposals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. An Evaluation Committee, using the following evaluation criteria for this RFP, will evaluate all responsive proposals to this RFP. The Evaluation Committee may request, if desired by City, formal presentations/interviews from short listed firms at a future date of which the format and presentation evaluation criteria shall be provided at the time of short listing. Participation in any phase of this RFP process, including the interview phase if conducted, is at the sole expense of the firms replying to this RFP. The City shall NOT be responsible for any costs incurred by any firm in response to, or participation in, this RFP. Firms are requested to submit their proposals so that they correspond to and are identified with the following specific evaluation criteria: A. Project Understanding (20 POINTS): The firm's proposal adequately demonstrates an understanding of the Project and familiarity with public works construction issues within the Coachella Valley; familiarity with "on-call° public works inspection services for a municipal government. Note: Firms should not simply restate the information contained in this RFP; this evaluation criteria requires that the proposal identify "critical issues" to the Project, identify an approach to resolving any critical issues, and otherwise provide additional information regarding the Project which supports the firm's ability to perform if selected. B. Scope of Work (16 POINTS I: Proposed scope of work, including the expected time commitment of key personnel, and their technical approach to public works inspection. C. Staff Qualifications (30 POINTS): Page 8 of39 RFP#06-15 Qualifications of the staff assigned to manage and provide services related to the Project; and familiarity with public works construction issues within the Inland Empire; experience with "on-call' public works inspection services for a municipal government. Note: This evaluation criteria requires that the proposal identify specific experience with "on-call' public works inspection services. Relevant experience must be demonstrated. D. Firm Qualifications (30 POINTS): Past experience with "on-call' public works inspection services for a municipal government (also include private development projects). Past experience providing construction management of multiple critical wastewater treatment process capital projects at a municipal wastewater treatment plant. Past experience providing construction management services on public building improvement and new public building construction projects. E. 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 E.1 below, pursuant to the City of Palm Springs Local Preference Ordinance 1756). The full local preference, five (5) points, may be awarded to those that qualify as a Local Business. Two (2) points may 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. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses correspond directly to, and are identified with, the specific evaluation criteria stated in Section 6 above. The proposals must be in an 8 '/z X 11 format, may be no more than a total of forty (40) sheets of paper, double sided is OK, which shall include a cover letter, an organization chart, staff resumes and any appendices. NOTE: Dividers, Attachment "A", Addenda acknowledgments, and the Cost Proposal ('in a separate sealed envelope) do NOT count toward the page limit. Interested firms shall submit SIX (6) copies (one marked "Original' plus five copies) of both your Technical/Work Proposal and your Cost Proposal by the deadline. All proposals shall be sealed within one package and be clearly marked, "RFP #06-15, REQUESTS FOR PROPOSALS FOR "ON-CALL" CONSTRUCTION MANAGEMENT & INSPECTION SERVICES (CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS). Within the sealed proposal package, the Cost Proposal shall be separately sealed from the Work Proposal. Proposals not meeting the above criteria may be found to be non-responsive. EACH PROPOSAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED ENVELOPES: Envelope #1, clearly marked "Work Proposal', 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 specific request for Local Preference (reference Attachment A) and a copy of a valid business license from a jurisdiction in the Coachella Valley. • Technical proposal — describe in detail your approach and understanding of all necessary tasks and steps involved in the project; include a list of deliverables • Related Experience; include relevant experience date, name of agency, and reference name/contact information Page 9 of 39 RFP#06-15 • A thumb drive or flash drive containing the Work Proposal in Microsoft Word (".doc) and Adobe Acrobat(".pdf)formats Envelope#2, clearly marked "Cost Proposal", shall include the following item: • Cost proposal—provide a Cost Proposal that identifies a schedule of hourly rates for various staff assigned to perform the requested services. In addition to the items above, at a minimum, firms must provide the information identified below. All such information shall be presented in a format that directly corresponds to the numbering scheme identified here SECTION A: PROJECT UNDERSTANDING A.1 Without reciting the information regarding the Project verbatim as contained in this RFP, convey an understanding of the intent of the Project and an understanding of the City's expectations upon implementation of the Project. A.2 Identify "key" or "critical" issues that may be encountered on the Project based on the firm's prior experiences; provide steps to be taken to ensure the issues do not affect the successful delivery of the Project. A.3 Discuss coordinating construction management and inspection services in accordance with the Caltrans Construction Manual. SECTION B: SCOPE OF WORK B.1 Provide a detailed technical scope of work identifying all tasks and sub-tasks required to successfully implement the construction phase of an assigned City Project. B.2 Provide a detailed technical scope of work identifying all tasks and sub-tasks required to successfully coordinate inspection of an assigned private land development project. B.3 Identify how the firm will propose to budget and allocate resources to various assignments, including City Projects and private land development projects. SECTION C: STAFF QUALIFICATIONS CA List the name and qualifications of the key staff/team members that will be assigned to the Project. Provide detailed qualifications of the Project Manager that will be assigned to the Project. C.2 List specific and relevant experience for the key staff/team members assigned to the Project with "on-call" construction management and inspection services for a municipal government. Detailed project information, including dates project started and completed, local agency contact information, and other appropriate supporting information shall be provided. C.3 Explain the Project Manager's past experience with resolving disputes between the assigned Inspector and contractors. What is the firm's philosophy for minimizing the frequency of any disputes? SECTION D: FIRM QUALIFICATIONS Page 10 of 39 RFP#06-15 D.1 List the 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. D.2 List the name and title of the firm's principal officers with the authority to bind your company in a contractual agreement. D.3 Describe the firm's background and qualifications in the type of effort that this project will require, specifically identifying experience with "on-call" construction management and inspection services for a municipal government. DA 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 the Project. D.5 Identify any prior local experience providing "on-call" construction management and inspection services to municipal governments. D.6 Specifically explain why the firm is the most qualified firm to provide "on-call" construction management and inspection services to the City of Palm Springs. SECTION E: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM E.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 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 Al and provide a copy of its current business license (or of those it employs for this project) from a jurisdiction in the Coachella Valley. A non-local business that requests the preference based on employing local residents must provide proof of full-time primary residency from a jurisdiction in the Coachella Valley with the proposal. The City reserves the right to determine eligibility. E.2 List all team members with local expertise. Clearly define their role in the overall project. Envelope#2, clearly marked "Cost Proposal", shall include the following item: • Cost proposal—provide a Cost Proposal that identifies a schedule of hourly rates for various staff assigned to perform the requested services. Page 11 of39 RFP#06-15 Do NOT include Attachments "A" or "B" in the Cost Proposal, Envelope#2. Attachments "A" and "B" are to be included in Envelope#1, "Work Proposal'. DEADLINE FOR SUBMISSION OF PROPOSALS: Proposals will be received in the City of Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, TUESDAY, FEBRUARY 3rd, 2015. 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 RFP to see that any proposal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Late proposals will be returned to the firm unopened. Proposals 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 Gladdens, C.P.M., Procurement &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 RFP other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a proposal. An questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING and directed ONLY to: Craig Gladders, C.P.M. Procurement& Contracting Manager 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Craig.Gladdersca)palmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the RFP. The deadline for all questions is 3:00 P.M., Local Time, Tuesday, January 27, 2015. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division 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 on-call Professional Services Agreement (see Attachment "C"). Please note that Exhibits A, B, C, D and E are intentionally not complete in the attached document. These exhibits will be negotiated with the selected firm, 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 firm must ensure that the attached document will be executed. Failure or refusal to enter into an Agreement or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. Page 12 of 39 RFP#06-15 AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide all of the services identified in the RFP document. However, the City reserves the right to award a contract to multiple Respondents or to a single Respondent, 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 firm to be recommended for award and a contract has been negotiated and agendized for consideration. The decision of the City Council will be final. RIGHT TO ACCEPT OR REJECT PROPOSALS: The City of Palm Springs reserves the right to waive any informality or technical defect in a proposal and to accept or reject, in whole or in part, any or all proposals and to cancel all or part of this RFP and seek new proposals, 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 Contract Services sample agreement included in the RFP. The successful Proposer will be required to comply with these provisions. It is recommended that Proposers have their insurance provider review the insurance provisions BEFORE they submit their proposal. RESPONSIBILITY OF PROPOSER: All firms responding to this RFP 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 RFP without an authorized signature, falsified any information in the proposal package, etc.), the proposal 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 recommended to the City Council the award of a contract to a specific firm, but before final action is taken by the City Council to award the contract. 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 proposal 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 proposal 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 proposal 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 proposal or other information or documents submitted to the City as part of this RFP process. NOTE THAT THE CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY Page 13 of39 RFP#06-15 INFORMATION OR A TRADE SECRET. SUCH PROPOSALS MAY BE FOUND NON- RESPONSIVE. COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this RFP in the preparation of their proposal or participation in any presentation if requested, or any other aspects of the entire RFP 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 RFP. 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 RFP 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 proposal 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. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted to mean that the firm responding to this RFP has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request for Proposals, and any attached sample agreement. Exceptions to any of the language in either the RFP documents or attached sample agreement, including the insurance requirements, must be included in the proposal and clearly defined. Exceptions to the City's RFP 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. Page 14 of 39 RFP#06-15 F PALM s O L .1_ C.11 R��P REQUEST FOR PROPOSALS (RFP 06-15) FOR "ON-CALL" CONSTRUCTION MANAGEMENT &INSPECTION SERVICES (CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS) 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. ADDITIONAL SCOPE OF SERVICES: The City is hereby amending the Scope of Services to include certified building inspection services to the request for "on-call' public works inspection services. The following text is hereby added to Section 2 "Background," of RFP 06-15: The purpose of this Request for Proposals ("RFP") is also to solicit competitive proposals from qualified persons and/or firms to provide Building Inspections on an as needed basis to the City of Palm Springs ("City"). The City's intent is to minimize response time and improve customer service by supplementing in house staff with consulting services on as needed basis in the areas of building inspections. In particular, the City is currently underway on the redevelopment of the Desert Fashion Plaza ("DFP") in downtown Palm Springs. The DFP redevelopment includes the construction of a new 155 room Kimpton Hotel, a new 135 room Marriott AC Hotel, construction of up to 385,000 square feet of retail and professional office buildings, construction of up to 900 residential dwelling units, and associated underground parking improvements and infrastructure. Additionally, the City anticipates construction of various other hotel properties, retail commercial and residential projects, and public facilities, requiring "on-calf' building inspection services to supplement existing staff. The selected Consultant will be required to demonstrate adequate experience, including all required certifications, to inspect the construction of these various hotel, retail/commercial, and residential projects throughout the City. The City may, but does not guarantee, to request the selected Consultant to provide the requested building inspection services associated with the DFP and other major projects to break ground in the near future. The City intends to award one or more contracts for building inspection services with an initial term of three years, with two one-year extensions upon approval of the Director of Building and Code Enforcement, and mutual consent of the selected Consultant, for a total maximum term of five years. The following text is hereby added to Section 3 "Scope of Work," of RFP 06-15: The selected Consultant shall provide first class as-needed building inspection services associated with various projects as may be assigned. For work provided on assigned projects, the selected Consultant shall provide building inspection services as requested by the City. Such services shall include enforcement of the City's building laws and codes and all applicable State Codes; review of construction drawings to assure compliance with City and State adopted laws and code; interfacing with permit applicants and City staff; and conducting inspections. Specific projects may include residential or non-residential projects. The selected Consultant upon request of the City shall provide building inspection services during the course of the construction to enforce compliance with the conditions of approval, provisions of the City's Building laws and the Code requirements set forth on the approved plans for which a permit was issued. In the performance of such duties Consultant shall observe each project at the completion of the various stages of construction for compliance with the appropriate City and State code. Services may be required upon 24 hour notice, including Fridays and weekends, as may be directed by the City. The selected Consultant shall furnish building inspector(s) appropriately certified by the International Code Council (ICC) with a preference for the ICC Commercial Combination Inspector certification. Firms shall provide building inspector position(s) with titles, responsibilities, certifications and hourly rates inclusive of any and all transportation fees. The City requires that all assigned building inspectors have cell phones at all times during the performance of their duties to facilitate communications. Section 6 "Proposal Evaluation Criteria," of RFP 06-15 is hereby amended as follows: • The following is hereby added to Evaluation Criteria A, "Project Understanding:" The firm's proposal adequately demonstrates familiarity with residential and non- residential building code requirements within Palm Springs; familiarity with "on-call" building inspection services for a municipal government. • Evaluation Criteria C, "Staff Qualifications" is hereby deleted and replaced with the following: Qualifications of the staff assigned to manage and provide services related to the Project; and familiarity with public works construction issues within the Coachella Valley; experience with "on-call" public works inspection services for a municipal government. Qualifications of the staff assigned to provide building inspection services for assigned projects; and familiarity with various building code requirements within Palm Springs; experience with "on-call' building inspection services for a municipal government. • The following is hereby added to Evaluation Criteria D, "Firm Qualifications:" Past experience with "on-call" building inspection services for a municipal government. Past experience providing building inspection services on large hotel, retail and commercial projects. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement & Contracting Manager DATE: January 12, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt 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 non-responsive. BALM Of s. V N REQUEST FOR PROPOSALS (RFP 06-15) FOR "ON-CALL" CONSTRUCTION MANAGEMENT & INSPECTION SERVICES (CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS) ADDENDUM NO. 2 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 City has received the following questions and is hereby providing answers thereto: Q 1: Under Section B the RFP requests that proposers provide "the expected time commitment of key personnel'. Since this is an on-call contract and specific projects have not yet been identified, we cannot estimate the hours for each key person. Or do you mean estimated percentage time involvement over the term of the contract? A 1: The City acknowledges that proposers cannot property answer this question at this time and hereby removes the question from the RFP. Q 2: With regard to the above RFP, we do not have the in-house expertise for C/M of waste water treatment-industrial facilities. Would the City be receptive to our responding to the RFP; qualified to our professional experience for performance of C/M and Inspections on any vertical or horizontal (ie. Civil / land development) projects? A 2: Consultants may submit proposals even if they do not have requisite experience for wastewater treatment facility projects, the proposal will be evaluated in the context of all of the proposals received. The City reserves its rights to award one or more contracts based on its evaluation of proposals received. Q 3: As we are a new firm to the Coachella Valley, would the City be receptive to accepting a joint proposal with our firm and a local Architectural-Civil firm; assuming, for simplification of contracting and responsibility-liability, that one firm, the local firm, would be designated as the Prime Consultant? A 3: Yes. Proposals identifying a local firm as a component of the "team"will be evaluated for the local expertise in accordance with the criteria in the RFP. Q 4: 1 have a question related to Special note on page 7 of 39. Is this requirement related to each task order/project assignment or for the entire on-call agreement period of 3 years? Special Note: The selected 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 selected Consultant shall be expected to be available to meet, as necessary, with City staff, including but not limited to, the Public Works & Engineering 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. A 4: The entire on-call agreement period. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement& Contracting Manager DATE: January 22, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt 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. V ALAS U N ' Cqi IFpRN�P , REQUEST FOR PROPOSALS (RFP 06-15) FOR "ON-CALL" CONSTRUCTION MANAGEMENT & INSPECTION SERVICES (CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS) ADDENDUM NO. 3 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 City has received the following questions and is hereby providing answers thereto: Q 1: The Proposals for the above referenced project were limited to 40 pages when the project was for "on-call' Construction Management and Inspection only. With the addition of Building Inspection Services, are we allowed any additional pages? Al: Yes. The City will allow 10 additional pages, for a revised total of 50 pages (double-sided is ok, as in the original RFP document). Q 2: The City requests for a thumb drive or flash drive containing the Work Proposal in Microsoft Word and PDF. Would it be sufficient to ONLY submit our Work Proposal in PDF? Our standard proposal program is Adobe InDesign, Microsoft Project, and Excel. A 2: No. A PDF copy and a file of the original document on the thumb or flash drive should be provided. Software programs other than Microsoft Word are acceptable. Q 3: If our proposal is submitted double-sided, does each side of the page count toward the page limit? A 3: No. Q 4: The RFP states on page 10 of 39: B.1 "Provide a detailed technical scope of work identifying all tasks and sub-tasks required to successfully implement the construction phase of an assigned City Project." Does the City use the term `The Construction Phase' in general terms (which may include Pre-construction, construction, post-construction phase) or does the city want to know about the construction phase specifically? A 4: The Construction phase may include all "construction phases" such as bidding and contract award, pre-construction, construction, and project close-out. Q 5: The RFP states on page 9 of 39: "The proposals must be in an 8 %X 11 format, may be no more than a total of forty (40) sheets of paper, double sided is OK, which shall include a cover letter, an organization chart, staff resumes and any appendices." Does this mean that if we use double side, we can still submit forty (40) sheets of paper which equals eighty (80) pages of text? A 5: Yes, however, as per Question #1 above, fifty(50) sheets of paper, double- sided, is now allowed. Q 6: Answer 1 to Question 1 of Addendum #2 states that proposers are not required to estimate the time allocated for staff since this is an on-call contract. Does this mean that B3 on page 10 of 39 of the RFP: B.3 'Identify how the firm will propose to budget and allocate resources to various assignments, including City Projects and private land development projects"is eliminated and doesn't require a response? A 6: Generally identify how the firm proposes to best allocate its resources for an on-call assignment given the fluctuating scope of services involved with the assignment. Explain how the firm has accommodated allocation of resources when its other clients have had to significantly increase the need for on-call support, and likewise, how the firm has addressed a decrease in the need for on- call support. Q 7: The RFP states on pg. 10 of 39: "C.2 List specific and relevant experience for the key staff/team members assigned to the Project with "on-call" construction management and inspection services for a municipal government. Detailed project information, including dates project started and completed, local agency contact information, and other appropriate supporting information shall be provided."On page 9 of 39 the RFP states: "-Related Experience; include relevant experience date, name of agency, and reference name%ontact information". Does this mean that references are included for Relevant Firm Experience AND on resumes? A 7. Yes. You should identify relevant experience that the Finn has had, as well as assigned staff(as the staff may have had experience while with another firm, for example). Q 8: We are not a local business to the City of Palm Springs, however, our sub consultant for this proposal is located in Indio. Would their location qualify our entire team to meet the local business preference? A 8: No. As provided in the RFP, only(prime) firms submitting a proposal that qualify as a Local Business would qualify for the full 5 points for Local Preference. A prime using a qualifying Local Business as a sub consultant may be awarded 2 points. As provided in the RFP BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement& Contracting Manager DATE: January 27, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name Authorized Signature: Date: Acknowledgment of Receipt 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 "C" CONSULTANT'S PROPOSAL CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE Exhibit"C" ON-CALL .� CONSTRUCTION MANAGEMENT �_� ��-_-��- , _ _._ AND INSPECTION SERVICES PREPARED FOR City of Palm Springs DUDEK Procurement and Contracting Department '-� PREPARED BY Dudek 40-004 Cooke Street, #4 Palm Desert, CA 92211 760.341.6660 www.dudek.com DUDEK �0 00J COOK 5TREET SUITE i PALM DESERT CALIFORNIA 92211 T 760 3+1 6660 F 760.346 6118 February 3, 2015 Mr. Craig Gladders, C.P.M. Procurement and Contracting Manager City of Palm Springs 3200 East Tahquitz Canyon Way Palm Springs, California 92262 Subject: On-Call Construction Management and Inspection Services Dear Mr. Gladders: We appreciate the opportunity to submit this proposal to provide On-Call Construction Management and Inspection services to the City of Palm Springs (City). We understand that the City requires these services from a consultant for a variety of City and private developer projects. The key to providing as-needed services is to match the right personnel to the specific projects—and to the particular client—who have the requisite expertise and experience to be successful. The City will be constructing a variety of projects and the construction managers and inspectors we have selected have the qualifications, experience, and expertise to make these projects a success. Dudek has provided similar on-call services to other cities on a variety ofprojects with great success Dudek has the flexibility and responsiveness to go with the flow of the ever-changing construction process. We are able to adapt and work shoulder-to-shoulder with the City to make construction work go as smooth as possible. There will be challenges, and Dudek will work as a close team member with the City to resolve issues and get projects done on time and within budget. Dudek Advantage Dudek has successfully completed hundreds of millions of dollars in public works projects in Southern California since 1980, Dudek has provided project management, construction management, and inspection services for public infrastructure projects throughout this time, most recently in the cities of Riverside, San Bernardino, Fontana, El Centro, and Coachella. Through our varied experience on similar projects in your area, we are familiar with many of the issues that will arise during the course of these projects. Should you have any questions or require additional information during the proposal evaluation process, please contact me anytime on my cell 619.980.7048. Sin erely, . George Litziri6er, PE 4jr udekPrincipal in Charge ent **Dudek guarantees all contents of this proposal are valid for 120 calendar days from February 3, 2015 1...; ,. Dun E- ,_n,1 Table of Contents SECTIONS 1 Project Understanding.....................................................................................................................................1 2 Scope of Work....................................................................................................................................................3 3 Staff Qualifications.............................................................................................................................................7 4 Firm Qualifications....................................................................................._......._.......................................15 4.1 Firm Overview..................................................................................................................................15 4.2 Project Experience and References.................._........._.........................................................16 5 Local Expertise..................................................................................................................................................27 TABLES 1 Dudek's On-Call Construction Management and Inspection Contracts.......................................16 2 Dudek Wastewater Treatment Plant Construction Management Experience_.........................21 3 Partial List of Dudek's Public Buildings Experience................................................................................24 FIGURES 1 Organization Chart...........................................................................................................................................7 APPENDICES A Resumes B Required Documents DUDEK On-Call CM and Inspection Services for the City of Palm Springs INTENTIONALLY LEFT BLANK DUDEK On-Call CM and Inspection Services for the City of Palm Springs 1 Project Understanding 1.1 Project Overview Dudek understands the City of Palm Springs (City) is looking for a professional consultant to provide on-call construction management, inspection, and related - r services on a variety of City development projects and private land development projects within the City. With — this proposal, Dudek presents a suite of construction — s management services and expertise—a toolkit for the .' City to initiate and complete projects over the next T "' three (3) years, with the possibility of extending two additional years. Our assembled team offers a broad .� r range of expertise under an experienced project manager. The Dudek team approach is to provide the City with construction management services that facilitate projects that are completed per code, on time, within budget, and to the City's standards. Furthermore, we need to ensure the City is completely satisfied. Dudek places a great emphasis on establishing cooperative and professional working relationships to realize this mutual goal. 1.2 Approach to Resolving Key Issues Our proposed staffing has provided project management, construction management, and inspection services on all types of projects throughout the Inland Empire and the surrounding areas, as described in our project experience section. Based on our past experience, there are�r essential essential issues that must be addressed that are the foundation of all successful projects. As a firm, we train and expect our construction managers, resident engineers,and inspectors to identify and proactively address these issues throughout the project which will lead to success or failure if they are not properly addressed: Establish a Single Point of Contact Establish a single point of contact between the owner and the contractor. One person must be in charge of the project and responsible for overall project coordination. This has to be established from the beginning of the project in order for the construction manager to effectively administer the contract, maintain proactive communication with all stakeholders, promptly resolve issues when they arise, properly document the project, conserve the project budget and contingency, and stay firm with the contractor. All correspondence between the owner/agency/contractor must go first through the construction manager. This eliminates misunderstandings and misdirection. Maintain Strict Adherence to the Contract Documents We have found most unnecessary disputes/claims are ultimately the result of allowing the contractor to stray from the contract requirements during the course of the project. Once this has occurred, it is nearly impossible to get this strict control of the contractor back, so therefore it is critical that the construction manager maintains strict adherence to the contract documents in handling all issues in dealing with the contractor. The construction manager and inspector must be firm and fair in all dealings with the contractor throughout the project. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 1 PROJECT UNDERSTANDING Timely Response to Issues The key to avoiding controllable schedule delays are timely responses to submittals, RFIs, and other contractor inquiries.It is essential these issues are dealt with expeditiously, which requires the construction manager to pre- review all submittal/RFIs/change orders that need to be reviewed by the design engineer or owner, and regularly follow up with the reviewers to ensure these items are reviewed promptly.Coordination meetings and conference calls will be scheduled to discuss and resolve all issues as quickly as possible rather than tabling these items to be resolved at a later date. Ensure Quality Assurance Dudek believes the most important role we perform on the project will be quality assurance of the work during construction. We want to ensure there is no lingering long-term maintenance issues left for the owner due to lack of or improper inspection. We understand future costs can result when a project is not constructed and inspected properly, so it is essential the right personnel are assigned to the project. Dudek will provide the proper, qualified personnel who have a long track record of successfully inspecting the particular type of work being built on each project We have an exceptional mix of construction managers, resident engineers, and inspectors with specialties in civil, mechanical, structural, and electrical disciplines on sewer lift stations, water lines, parks, and roadway rehabilitation projects.Our proposed staffing has a history of successful completion of high-quality projects in the Los Angeles County area. They will be responsible for documenting, testing, and coordinating material testing/special inspection to ensure all work is constructed in accordance with the contract documents;if work does not meet these standards it will be rejected and reworked until it is acceptable. 1.3 Allocation of Resources and Budget The Dudek team is composed of a wide range of experienced, local talent with depth to meet any of the City s needs. George Litzinger, a firm principal who leads Dudek's construction management practice, will be assigned as the City's main contact. Mr. Litzinger will be supported by the team of construction managers, inspectors, special inspectors, and administrative staff. Mr. Litzinger will assign personnel with directly relevant experience and training related to each task order. Mr. Litzinger will maintain open and effective lines of communication with the City regarding a project's status. Prior to initiating contract management services in support of each task order request Mr. Litzinger and his team will develop a project procedures plan based on five elements per the City's requirements: Team, Budget Schedule, Lines of communication, and QA/QC control. Each element will be part of the management approach and will be used for allocation of staff resources, establishment of budget and schedule milestones,and assessment of progress during the course of work. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 2 2 Scope of Work 2.1 Construction Services General Approach Construction Management Philosophy Our philosophy is that obtaining quality construction is a t combined responsibility of the construction contractor and the construction team. Our mutual goal must be a quality product conforming to the contract requirements. A cooperative and professional working relationship must be t 4- established to realize this common goal. The plan C' specifications establish the standards the construction inspector will use to monitor the project's progress. Quality assurance (QA) is the process by which the construction manager(CM) and inspector delivers the end product, using plan specifications, the contract, conditions of approval, and permits. The process starts well before construction and r includes reviews of the plans and specifications for bidding and constructability. The key to success for the City's construction projects is to develop a clear understanding of the project and issues that will be encountered during construction. The CM's role is to understand and interpret each project's plans, specifications, and permits to ensure compliance. They must be able to anticipate and have knowledge of the challenges the contractor will face and have the ability to proactively discuss and resolve them with the contractor, engineers, property owners, and the public-at-large to avoid negatively impacting the project schedule and budget. Communications in Writing Paperwork is critically important in construction management. All communication will be provided to effected personnel in writing. Our CMs maintain daily logs, complete incident reports, and photograph elements of a project. CMs will provide monthly progress pay estimates, contract change orders, labor and equipment records, personnel records, and other general correspondence that will ensure the effectiveness of your projects.We have found this philosophy helps alleviate any miscommunication or forgotten responsibilities. 2.2 Construction Services Technical Approach The Dudek team approach is to provide the City with construction management and inspection services to facilitate a project that is completed per code, on time, within budget and to the Citys standards.We will listen to the City closely to develop a complete understanding of the goals and needs by attending all pre- construction meetings from the outset. We believe to develop a team that works together seamlessly, roles and task assignments must be clearly defined.Although not all inclusive, responsibilities for the CM and inspectors are detailed as follows: DUDEK On-Call CM and Inspection Services for the City of Palm Springs 3 SCOPE OF WORK Construction Manager Responsibilities The CM will be responsible for overall QA and coordination of the project and will work closely with the City, contractor, and inspectors to resolve day-to-day construction issues. The CM will also ensure project issues are identified and resolved quickly. Project issues will be organized on a critical action item report, which will detail administrative, design, construction, environmental, and coordination issues that arise. Each action item will be assigned to project personnel with a target date to complete or resolve. The report will be updated at the weekly construction management staff and contractor progress meetings and will be included in the monthly progress report. The CM will be responsible for tracking change orders and reviewing submittals and RFIs. He will also be responsible for directly managing the inspection and testing on the project. One of the most important duties for the CM will be making sure the contractor stays in constant compliance with all SWPPP requirements by making sure the inspectors check and report on the status of SWEEP on a daily basis during the rainy season. The CM will meet the City's representative to discuss the plan for the upcoming work on what may affect the public or traffic. She or he will also be available to meet with community groups to develop methods to inform the public, agencies, community groups, and contractors in the area regarding the work schedule. There are a number of issues that the community will be watching closely on construction projects: work hours, storm water control, noise control, dust control, and environmental measures,to name a few. The CM will coordinate with the City all tie-ins and schedule a final walk through. We will make sure the project is complete and acceptable prior to scheduling a final punch list workthrough with the City. The CM will review and recommend final payment and release retention once all outstanding items are completed to the satisfaction of the City. At the completion of the project, we will review and certify the as-builts, draft final change orders, and prepare a final construction summary report for the project. Inspector Responsibilities The inspectors assigned to the City will be on site daily during working hours and whenever work is performed outside of normal working hours. They will be available by cell phone whenever not at the site to answer any questions and resolve issues. The inspector will be the key point of contact for the contractor's project manager and superintendent during the course of the work. The inspector will not direct the contractor's work but will facilitate the contractor's efforts by anticipating issues that might affect the progress of the work. Dudek employs a state-of-the-art photo documentation system using commercial-standard photo management software. Upon beginning each day's fieldwork, our personnel will download the day's images from each digital camera to the computer network located in the field office. Using these images, the construction inspector will review completed work with the City's plans and specifications. The inspector will examine the site daily, manage subconsultants, and conduct weekly progress meetings with the contractor. One of the key activities is the weekly progress meeting with the contractor. This is where old and new business issues are discussed, such as action items developed, progress to date is reviewed in detail, a contractor's three week look-ahead schedule is developed, and items from the City or other consultants discussed.A description of these meetings and the inspector's role are provided as on the following pages. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 4 SCOPE OF WORK Weekly progress meeting minutes will be written and will designate who is responsible for action item results, and will be distributed to all in attendance and the City within 48 hours of the meeting. These action items, chronologically listed by the meeting number, are tracked until they are resolved. If work is non-conforming per the specifications, the inspector will issue a written Notice of Non-Compliance report for any work installed by the contractor that does not comply with the project plans and specifications. This will require a written response from the contractor and the issue will be tracked weekly until it is resolved to our satisfaction.The inspector will also prepare a list of items for correction and redline as-built plans as needed. The inspector will assist with a submittal review meeting and with expediting the submittal turnaround process. He or she will conduct a submittal review meeting with the contractor for designated critical submittals to insure they are returned for prompt material procurement. Progress Payment The Dudek team realizes the importance of an accurate timely review of the progress for each month. The on- site inspector will field measure pay quantities in accordance with Greenbook standards. We will meet with the contractor and discuss the status of pay quantities, schedule of values Of there are any lump sum bid items), and review the contractor's as-builts at the end of the month. The on-site construction inspector will then make a recommendation to the City for the amount of the monthly progress payment application. 2.3 Project Management and QA/QC The construction management team and contract manager will establish and implement a QA/QC Plan organized as follows: L Organization and Responsibility 2. Execution and Schedule 3. Procedural Requirements 4. Requirements for Subconsultants 5. Project Quality Management Audits. The CM is committed to supporting construction of your projects on behalf of the City. Regular meetings with the contractor and the use of a three-week schedule for field work should prevent any delays due to inspection needs. Dudek's approach to quality assurance and quality control is directed toward ensuring the quality of the final product meets the design drawings and specifications while increasing management's awareness and confidence in the details of the entire fabrication and construction process. Dudek will employ proven methods for the project-specific quality assurance and quality control program for the City's projects. This program will largely consist of existing corporate procedures and standards from the company's Total Quality Program, tailored to match the unique requirements as indicated in the City's overall QA/QC Plan. Our approach includes a mixture of senior staff review, constructability evaluation and operability/maintainability evaluations throughout the process. The focus on achieving a consistent high-quality product is carried through the review of contractor's procedures, submittal review, shop and field inspections, as well as field and laboratory testing to ensure that quality materials and equipment are delivered and constructed to the project specifications and drawings. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 5 SCOPL OF WORK Quality Assurance Inspection Services Inspectors will provide technical inspection at each job site where the contractor is performing work to ensure compliance with the contract documents. They will coordinate material deliveries, inspect materials as they arrive on site, and verify that all materials and equipment are properly stored. Inspectors will prepare daily reports as required by the project scope of work and the City's standards. Inspection staff will note and document deviations in the work. The City's PM and the contractor will be notified when deviations are observed. When needed, we will issue the contractor a Notice of Non-Compliance and follow-up to resolve any such notices. Project Management Key elements of our project management approach to keep project deliverables on time and error-free are: • Assigning Principal-in-Charge George Litzinger, PE, who has over 29 years' public and private project experience • Assigning personnel with directly relevant experience and training related to each task assignment by the City • Using senior-level staff for quality assurance/quality control of work products before they are delivered to the City • Maintaining open and effective lines of communication with the City regarding a project's status • Early involvement in development, planning, staffing, and implementation of project work. Prior to initiating contract management services in support of each project request, Mr. Litzinger and his team will develop a project plan based on five elements: team, budget, schedule, communication, and QA control. Each element will be part of the management approach and will be used for allocation of staff resources, establishment of budget and schedule milestones, and assessment of progress during the course of work. DU DEK On-Call CM and Inspection Services for the City of Palm Springs 6 3 Staff Qualifications To staff as-needed contracts appropriately, Dudek selects staff members who will be the most responsive, applicable, and efficient to meet client needs. George Litzinger, PE, is the management contact for the City and will serve as project manager and principal-in-charge for the City's projects. For this contract, Mr. Litzinger has assigned Southern California team members who are conveniently located within a comfortable drive of the City, skilled to match the variety of City needs, and committed for the duration of the contract. Also available to our team, as-needed, are Dudek's total resources of over 300 people, including experts in engineering, environmental, hazardous waste, grant writing, and water quality. All key personnel have direct, recent experience with similar projects and are knowledgeable regarding construction management procedures. Figure 1, Organizational Chart presents our proposed team for this contract. Brief biographies follow the organizational chart. Full resumes are provided in Appendix A. FIGURE 1.ORGANIZATION CHART r . CrTY OF PALM SPRINGS ��rro•r'�P George Litzinger, PE PROJECT TEAM CONSTRUCTION MANAGERS INSPECTORS Jason Linsdau At Olea William Gallegos Garrett White William Harrison,CPE Ryan Ruiz, EIT Marius Jaskula, PE Paul Trujillo Chad Costello John Przybyszewski DUDEK On-Call CM and Inspection Services for the City of Palm Springs 7 STAFF QUALIFICATIONS Project Management Principal in Charge George Litzinger, PE George Litzinger has more than 29 years' experience, EDUCATION leadership, and supervision in engineering and construction. As United States International University, San project director, he supervises the Construction Management Diego, BS Civil Engineering Division and is responsible for all of Dudek's construction CERTIFICATIONS projects and programs ranging between $50 million and $100 Professional Civil Engineer CA No.47544 million. In managing construction projects, his duties typically —exp. 1 2131/2 01 5 include: contract administration, cost control, scheduling, California Contractor Engineering Class"A" contract bidding/award, constructability reviews, field License No. 731744 engineering, project coordination, claims management, and Landscape License C-27 estimating. Mr. Litzinger has managed a variety of projects for both the private and public sectors, including water treatment plants, reservoirs, pipelines, golf courses, small dams, subdivisions, streets and roads, drainage projects, sewage treatment plants and fire stations. Sample Relevant Projects: • Principal/Contract Manager for over 20 As-Needed CM & Inspection Services contracts throughout Southern California • Dogwood/Interstate 8 Freeway Ramp Widening and Signalization Project, City of El Centro, California • Dogwood Avenue Improvements Project State Street to Interstate 8,City of El Centro, California Project Team Construction Manager Jason Linsdau Jason Linsdau has more than 13 years' supervision and EDUCATION leadership experience in engineering and construction. As a San Diego State University construction manager/resident engineer, he manages BS Civil Engineering, 2001 construction projects ranging between $1.5 million and $25 CERTIFICATIONS million. His responsibilities include project management, contract AGC Advanced SWPPP Training administration, cost control, scheduling, constructability reviews, 8-Hour Course field engineering, project coordination, claims management, and estimating. Mr. Linsdau has worked on a variety of projects for public agencies and municipalities, including parks, fire stations, administration buildings, reservoirs, pipelines, pump stations, treatment plants, golf courses, dams, roads, and drainage projects. Sample Relevant Projects: • Yorktown 30"Transmission Main Corrosion Rehabilitation, City of Huntington Beach, California • Lift Station 26 and Force Main Replacement, City of Huntington Beach, California • Autumn Drive Street Improvements and Reconstruction of Buelow Park, San Marcos, California • Barham Drive Improvement and Barham Drive Wall Replacement Projects, City of San Marcos DUDEK On-Call CM and Inspection Services for the City of Palm Springs 8 STAFF QUALIFICATIONS Construction Manager Williams Gallegos William Gallegos is a highly qualified construction manager who EDUCATION previously worked over 20 years for the U.S. Army Corps of California Polytechnic State University Engineers. His first two years at the Corps were spent in the Civil and MS Structural Engineering, 1985 Structural Design Branch where he performed public works design for California Polytechnic State University Military Base Public Works and local government civil works projects. BS Civil Engineering: 1982 Mr. Gallegos then transferred to the Contract Administration Branch CERTIFICATIONS where he prepared plans and specifications, contracts, contract US Army Corps of Engineers change orders, and RFPs, responded to RFIs, and responded to Vicksburg Educational and Experimental contractors' requests for equitable adjustment, pay estimates, cost Center estimates, cost negotiations, and claim recommendations. As a Various 80-Hour Courses project engineer, he was responsible for the completion of projects from the planning stage to design to final construction, assuring that all schedules were met and all funds were properly distributed and maintained. Sample Relevant Projects: • Avenue 54 Wastewater Treatment Plant Expansion, Coachella, California • Entertainment District Avenue 52 Sewage Pump Station, Coachella California • Baseline Ave. Street Improvements/Double-Box Concrete Reinforced Storm Drain, Fontana, Calif. • Dogwood/Interstate 8 Freeway Ramp Widening and Signalization Project, City of FI Centro, Calif. • Dogwood Avenue Improvements Project State Street to Interstate 8, City of U Centro, California Construction Manager William Harrison, CPE Mr. Harrison has over 35 years of construction management EDUCATION experience involving estimating, engineering, contracting, scheduling, Chaffey College procurement, and claims for fixed price projects. Project scopes have AA Business Administration, 1973 included hydroelectric, cogeneration, petrochemical, food processing, CERTIFICATIONS water treatment, wastewater treatment, landfill gas recovery and American Society of Professional landfill closures. Upon successful negotiations or hard bids of projects, Estimators-CPE he has been responsible for procurement, cost control, scheduling, State of California, General Engineering and project management. This includes the establishment of methods Contractor's License and procedures for cost control and reporting. He also assists in value State of Nevada, General Engineering engineering, with the emphases on constructability of the project, Contractor's License developing and maintaining clear paths to project completion within Timberline Certification the contract time. Mr. Harrison also has managed as many as one hundred and fifteen direct and indirect personnel concurrently. Sample Relevant Projects: • City of Fontana Community Senior Center, Fontana, California • City of Fontana Police Facility Expansion, City of Fontana, California • Valencia Library Remodel, City of Fontana, California DUDEK On-Call CM and Inspection Services for the City of Palm Springs 9 STAFF QUALIFICATIONS Construction Manager Marius Jaskula, PE Mr. Jaskula has 20 years of experience in construction management, EDUCATION contract administration, and quality assurance on civil public works University of Illinois at Chicago, Illinois infrastructure projects. Projects have included sewer and water Bachelor of Science in Civil Engineering, treatment plants; sewer, water and storm water pump/lift stations; 1986 reservoirs, Caltrans structures; roadway construction; large earthwork CERTIFICATIONS projects; and water, sewer and drainage pipeline projects with Professional Engineer,State of California, tunneling. Positions held have been the following: Construction Civil#C61060 Manager for U.S. Government (Navy), Construction CMCI Certified Construction Manager, ID Manager/Resident Engineer for a municipality and engineering #A1588 consulting firms, and a Quality Control Manager and Superintendent U.S.A.C.E, Construction Quality for a general contractor. Management Certification Relevant project experience includes: • Home Plant Lift Station and Force Main Replacement, Carlsbad • Terramar Lift Station and Force Main Replacement, Carlsbad • Del Dios Joint Facility Pump Station, Rancho Santa Fe • Rancho Cielo Midpoint Sewer Pump Station, San Diego • 4S Ranch Neighborhood 3 Wastewater Pump Station, San Diego Construction Manager Chad Costello Chad Costello has more than 17 years' of construction experience, EDUCATION the past nine of which have focused on water tank construction American Concrete Institute inspection. He began his career in working for the local pre-stressing 8-hour seminar tank contractor working only on concrete reservoir construction American Shotcrete Institute projects. Working his way up to superintendent in a very short time 8-hour seminar period, Mr. Costello left the construction side of pre-Stressed tank PROFESSIONAL AFFILIATIONS construction after working on 18 pre-stressed reservoirs. He then American Shotcrete Institute began working as an quality assurance construction inspector specializing in pre-stressed concrete tank construction.With his unparalleled experience,working hands on with this unique type of construction, Mr.Costello is a great asset to any agency able to use his talents. Chad has constructed tanks ranging in size from 0.5 to 40 million gallons and has performed work throughout Southern California. He has also prepared and presented multiple jobsite pre-stressing demonstrations for private and public clients and design professionals. Relevant project experience includes: • Conifer Tank Replacement, Triunfo Sanitation District, Ventura, California. • Recycled Water System Expansion,City of San Clemente, California. • Rancho California Water District Concrete Tank,Temecula, California. • Beaumont Cherry Valley Water District Concrete Tank, Beaumont, California. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 10 STAFF QUALIFICATIONS Inspector Al Olea At Olea has more than 25 years' experience as a construction project EDUCATION manager, inspector, and supervisor for residential, commercial, and California State Polytechnic University, public works projects. He has completed inspection of a variety of public Pomona works projects, including roadways, pipelines, pump stations, treatment BA, Business Management plant projects, and administration buildings. His construction background CERTIFICATIONS includes scheduling and supervising up to 150 employees, cost Hazmat Certified CFR-49 estimating, preparing construction proposals, obtaining building permits, CBO-Certified Building Inspector and managing construction sites. Mr. Olea provided roadway inspection services on the City of Calexico's Towncenter Portico project, which includes grading, curb, gutter, sidewalk, traffic signals, streetlights, asphalt, and base installation. Mr. Olea also provided roadway inspection services to the City of El Centro for its Dogwood Avenue Improvements and Interstate 8 Freeway ramp widening and signalization that included overlay, removal, and repair of curb, gutters, cross gutters, and sidewalk. Sample Relevant Projects: • Dogwood/Interstate 8 Freeway Ramp Widening and Signalization Project, City of EI Centro • Street Rehabilitation Phases 1 and 2,City of Coachella • City of Coachella Pump Station and Pipeline Project, Coachella, California • Senior Community Center, City of Fontana,California • Wastewater Treatment Expansion, City of Coachella, California Inspector Garrett White Garrett White has over 25 years' experience in the rapidly changing EDUCATION construction industry, with an emphasis in the construction of water, Palomar College Courses wastewater, and storm drain facilities for public agencies. Mr.White is an Public Works Inspection I experienced public works inspector who is an expert in concrete Water Distribution I structures and underground utilities and infrastructure. He has been Water Treatment I involved with the construction of large- and small-diameter pipelines, CERTIFICATIONS treatment plants, pump stations for potable and non-potable distribution ACI Concrete Field Testing Technician systems, horizontal directional drilling (HDD), with an emphasis in Grade I trenchless technologies. Mr. White has been responsible for providing ACI Concrete Repair Basics field inspection services and construction management for various cities SWPPP Certification and water districts on capital improvement and developer projects. As a OSHA 10-Hour Confined Space Safety and field engineer he is responsible for project coordination, issuing field Training Certification orders, verifying adherence to submitted schedules, quality control and NASSCO Certifications assurance, project documentation, and review of as-built records. Sample Relevant Projects: • Riverside Community Services District Regional Waste Water Facilities Replacement Force Mains and Gravity Sewer and Regional and Juan Diaz Lift Stations, Riverside, California • Yorktown 30"Transmission Main Corrosion Rehabilitation,City of Huntington Beach, California • Sewer Rehabilitation Project P-906, City of Culver City, California DU DEK On-Call CM and Inspection Services for the City of Palm Springs 11 STAFF QUALIFICATIONS Inspector Ryan Ruiz, EIT Mr. Ruiz has experience as an inspector, office engineer and field EDUCATION engineer. Projects have included wastewater treatment facilities, pump University of California,San Diego, La stations, tanks, large and small diameter sewer and water pipelines, and Jolla,California roadwork. Mr. Ruiz's duties typically include reviewing contractor's B.S., Structural Engineering schedules, progress payment requests, RFI's and submittals, contractor Engineer in Training proposed change orders, and inspection of the work. Mr. Ruiz has also participated in design revisions, safety, and negotiations on change orders. Sample Relevant Projects: • Water Treatment Plant Upgrade, Goleta Sanitary District, California • Coachella Valley Water District, Water Reclamation Plant No. 4 and No. 7 Headworks Improvements Project • City of Fontana, Sanitary Sewer Pump Station Replacement Project • City of Fontana, Police Station Expansion Project Inspector Paul Trujillo Mr. Trujillo has over 24 years' experience as a construction manager, EDUCATION resident engineer, and special inspector. He is experienced in reinforced University of Colorado, Boulder, concrete and masonry structures, roadway grading and paving, and B.A., Geography, 1985 hardscape. Projects included large- and small-diameter pipelines of San Diego Slate University, Construction various materials including CML&C, HDPE, PVC, DIP, and RCP in many Inspection Technology, 1994 settings including existing streets, easements, deep trench, groundwater CERTIFICATIONS dewatering, and unsuitable soils. Pipelines were part of reservoir projects, International Code Council(ICC). water and sewer replacement projects, water reclamation plants, water SPECIAL INSPECTOR and sewer pump stations, and storm drain projects for both private _Reinforced Concrete developments and public projects (Capital Improvement Projects). Many _Structural Masonry of the projects included reviewing and commenting on contractor's American Welding Society schedules (CPM), progress payment requests, RFI's, and contractor proposed change orders. Mr. Trujillo also participated in design —Associate Welding Inspector revisions, safety program oversight, storm water BMP monitoring and City of San Diego Deputy Special enforcement, and negotiations on change orders. Inspector. No. 692 Confined Space Entry Certification Sample Relevant Projects: ACI Grade 1 • As-Needed Construction Inspection, Vallecitos Water District, California. • Joint First Responders Training Facility, City of Carlsbad,California. • North City Water Reclamation Plant, City of San Diego, California. • Del Dios Pump Station, Olivenhain Municipal Water District, California. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 12 STAFF QUALIFICATIONS Inspector John Przybyszewski John Przybyszewski has over 37 years' experience in construction EDUCATION management, park, and golf course construction, and country club University Of Massachusetts management, including capital improvements and remodels, project AATurfgrassManagement management and quality control, maintenance and irrigation programs, CERTIFICATIONS grading, plan review, documentation and contract administration, bid South Coast Air Quality Management evaluation, regulatory compliance, budget design and administration, District Fugitive Dust Control Certificate owner/designer liaison. Sample Relevant Projects: • Recycled Water System Expansion, City of San Clemente, California • The Crossings at Carlsbad Golf Course and Clubhouse, Carlsbad, California. • Big League Dreams Sports Complex, City of West Covina, California. • Palm Desert Country Club, Palm Desert, California • Silver Rock Resort, La Quinta. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 13 STAFF QUALIFICATIONS INTENTIONALLY LEFT BLANK DUDEK On-Call CM and Inspection Services for the City of Palm Springs 14 4 Firm Qualifications 4.1 Firm Overview Dudek is an employee-owned, privately held California Corporation founded in 1980. For more than 34 years, California municipal agency/public-sector clients have relied on Dudek to deliver practical, workable, and cost-effective solutions for infrastructure and construction management projects. Dudek's Construction Management Division specializes in public infrastructure and building projects, and private-owner development projects. We employ project managers, inspectors (including special inspectors), resident engineers, administrative personnel, and specialty staff who blend technical knowledge with a commitment to meeting Dudek Snapshot client needs. Mr.George Litzinger, P.E., started the Construction • California Corporation,founded 1980 Management Division in 1985. Since then, our team has 300+employees in nine California managed complex projects throughout Southern California offices involving multiple stakeholders such as regulatory agencies, contractors, consulting firms, and municipal agencies. • Employee-owned,financially stable More than 20 current As-Needed Local Presence and Experience Construction Management and P Inspection Services contracts Dudek has an ofce in Palm Desert from which projects throughout Southern California will be managed. Dudek has extensive experience providing • Headquartered in Encinitas, California construction management and inspection services throughout with a local office in Palm Desert the Coachella Valley and the surrounding areas. We have provided as-needed and project-based services to the cities of Moreno Valley, Rialto, Desert Hot Springs, and El Centro, as well as the Riverside County Regional Park & Open-Space District. In addition, we have worked extensively with the City of Coachella on various roadway, pipeline and sewer projects. Consequently, Dudek has an excellent rapport with the County's and affected cities' departments, as well as the utility companies that service the area, which will be an asset on the City's upcoming projects. Through our work in the area, Dudek has worked with many of the local contractors that will be bidding on the construction of the City's various projects. The expertise of our construction management team and knowledge of the construction process and procedures gives the Dudek team a thorough knowledge of the construction climate in the area and the ability to successfully serve the City. Staff Availability and Continuity Dudek offers the City a team with accessible, committed staff who are ready to begin work immediately. Internally, Dudek focuses on hiring and retaining the most qualified construction management and inspection staff. We take care of our professionals. As a result, we have low staff turnover and career longevity. We can deliver a team that will stay dedicated to project assignments and committed to responding to project needs or changes promptly. A key element of our commitment to the City is our capability to work on multiple projects concurrently. This will be a crucial component of the services required for the as-needed construction management consultant due to the unique nature of the City that balances the complexities of land use, recreational, and public safety concerns. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 15 FIRM QUALIFICATIONS Diverse Capabilities Dudek's mid-sized structure means we are small enough to provide customized services to meet the needs of the community, while still having the depth of experience available, as needed. A simple phone call or e-mail to other Dudek staff members can provide our project managers a broader perspective from a diverse group of seasoned professionals. This is an added benefit to each project we undertake, without adding any cost. Our in house team includes: • AICP-certified environmental • Professional foresters planners • Certified GIS professionals • CDFG and USFWS certified • Accredited LEED professionals biologists • Certified hydrogeologists • Registered professional archaeologists Licensed geologists • Registered environmental • Noise and air quality specialists assessors • Registered landscape architects a Licensed professional engineers • Certified arborists and foresters • Licensed contractor 4.2 Project Experience and References On-Call Experts Dudek has provided environmental, engineering, and construction management services for public agencies throughout the Coachella Valley. We are familiar with the viewpoints held by the City, County and stakeholders who will likely be involved throughout design, planning, construction, and implementation of projects. We present a specialized, committed team with the necessary experience including: • As a firm, we service over 70 current on-call service contracts for California public agencies, 25 solely for construction management services • Extensive public agency infrastructure experience throughout the Inland Empire from engineering and construction management project work • In-depth knowledge of the County's regulatory environment gained from providing environmental services throughout the area. TABLE 1. DUDEWS ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION CONTRACTS City of El Centro City/County/Port of San Diego City of Poway City of Irvine San Diego County Water Authority City of Anaheim City of Brawley SANDAG City of Hundngton Beach City of Riverside Parks&Rec.Dept. City of Rialto City of Moreno Valley City of Desert Hot Springs City of San Clemente City of San Marcos City of Fontana City of Lake Forest City of Thousand Oaks City of Menifee City of National City City of Cypress City of Culver City City of Pomona City of Stanton DUDEK On-Call CM and Inspection Services for the City of Palm Springs 16 FIRM QUALIFICATIONS Dudek has the resources and staff to meet the needs and requirements of the City's projects. The key to providing as-needed services is to be flexible and responsive to the needs of the projects, especially in construction. Construction is very unpredictable and contractor's schedules can change daily. Dudek is accustomed to responding to the changing schedules and being proactive to minimize underutilized staff working on a daily basis with the contractor. For example, we have an as-needed contract with the City of San Marcos that regularly calls upon Dudek to provide inspection support on a day's notice or on a part-time basis to meet either personal shortages or contractors'ever-changing schedules. Dudek has met their requests on every occasion and worked within their schedules to avoid billing them for unproductive hours by our inspection staff. As-Needed Project Experience The following samples of work demonstrate our firm's qualifications and experience with on-call contracts and other facilities-related work similar to the City's upcoming projects, as well as our extensive experience in the area. References with address and telephone number are provided with each project description. City of Huntington Beach, As-Needed CM and Inspection Services Client: City of Huntington Beach Client Reference: Andy Ferrigno, PE, Principal Civil Engineer, 714.536.5291 Since 2008, Dudek has been providing construction management and inspection services on several water and wastewater projects. Over the last five years, we have provided the City with construction managers, inspectors, and special inspectors on their Lift Station No. 26 and Force Main Replacement Project and 30- Inch Yorktown Transmission Main Corrosion Rehabilitation Project. The City's staffing needs were typically a full turnkey CM team —construction manager, inspector, and special inspectors. The services provided to date have been construction management and administration, daily and special inspections, manage schedules, change orders, document control, progress payments, submittal review, RFI review, cost estimates, as-built drawings and O&M manuals, start up and project closeout, and warranty period support. Lift Station No.26 and Force Main Replacement Dudek provided construction management and inspection services for the City of Huntington Beach's Lift Station No.26 and force main replacement. The project consisted of the slurry fill demolition of an existing sewage lift station and construction of a new cast-in-place lift station vault, 1,000 linear feet of 6-inch PVC force main, slurry fill abandonment of 1,000 linear feet of old 6-inch force main, installation of a new water service, cathodic protection, and abandonment of manholes and vaults. The project also involved major underground dry utility relocations.The project was completed on schedule in September 2009. Yorktown 30"Transmission Line Dudek provided construction management and inspection services for this challenging multi-phased project. The project involved the installation of impressed current cathodic protection system and replacement multiple DUDEK On-Call CM and Inspection Services for the City of Palm Springs 17 FIRM QUALIFICATIONS pipe sections, inline and interconnect valves, air vacuum valves and blow offs on 18,000 LF of the City's 30-inch transmission main located in Yorktown Avenue (originally constructed in 1964). The project was broken down into four (4) separate phase sections isolating the 30-inch transmission main to maintain water distribution throughout the City. The shutdowns for tie-ins to interconnect pipelines to replace valve and connection piping were completed in 4 and 8-hours maximum as to not effect customers. Multi-agency coordination with Caltrans and Mesa Consolidated Water District were required to complete this project. Work performed on this project includes installation/replacerrent of six (6) 30-inch butterfly valves, twenty (20) air and vacuum release valves, twenty (20) blow assemblies, blind flange replacements, access manholes, replacement of twenty-five (25) interconnections to existing PVC and AC distribution lines between 6-inch to 20-inches and high-lining private and commercial services, traffic control, asphalt paving and replacement of sidewalk. This project also included the hydrostatic testing and disinfection and bacteria testing of 18,000 LF of 30-inch CML&C. as well as construction of a new 8-inch PVC water line. The cathodic protection system consists of three(3)deep well anode rectifiers stations were installed to provide a DC impressed current system to protect the pipeline,while the isolated appurtenances were protected by separate buried anodes. Continuity bonding of over 485 pipe joints, 29 corrosion test stations, bond cables on all mechanical joints, test leads, installation of insulating flange kits and wax tape and poly wrap of all buried fittings and valves. City of Lake Forest As-Needed CM and Inspection Services Client: City of Lake Forest Client Reference: Doug Erdman, P.E., Principal Civil Engineer, 949.282.5233 Since 2012, Dudek has been providing construction management and inspection services on several road and traffic signal improvement projects. Over the last two(2) years, we have provided the City with construction managers and inspectors on 5 different capital improvement program (CIP) projects. The projects have included: • Lake Forest Bake Parkway Resurfacing Project 2014: 2" grind and asphalt overlay of approximately 137,000 SF on an active arterial roadway. Removal and replacement of existing curb and pedestrian ramps was also included.Contract Value: $386,997. • Lake Forest Foothill Ranch Slurry Seal Project 2014: 52Qoo0 SF of asphalt pavement slurry seal and repair of various existing concrete curb and sidewalk within residential neighborhoods. Contract Value:$983,487. • Lake Forest ADA Ramps Project 2013: 52 individual ADA compliant pedestrian ramps within various residential neighborhoods throughout the city. Processing of the required Community Development Block Grant, (CDBG), and compliance documents was also included. Contract Value: $117,752.00 • Lake Forest Resurfacing Project 2013: T 2" grind and asphalt overlay of approximately 267,000 SF on two separate active arterial roadways.Contract Value: $817,550. • Lake Forest Portolla Hills Slurry Seal Project 2011475,000 SF of asphalt pavement slurry seal and repair of various existing concrete curb and sidewalk within residential neighborhoods. Contract Value: $745,421. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 18 FIRM QUALIFICATIONS City of San Marcos, As-Needed CM and Inspection Services Client: City of San Marcos Client Reference: Jim Chafe, Deputy Public Works Inspector, 760-594.4710 Since 2009, Dudek has been providing construction management and inspection services on several road, drainage, and park projects. Over the last 4 years, we have provided the City with construction managers, inspectors,and special inspectors on over r 17 different capital improvement program (CIP) projects. Dudek provides qualified construction managers or inspectors to meet `►y each of their requests depending on the type/level of staffing * required, typically on short notice. The City's staffing needs vary from needing only a single inspector or construction manager to a full turnkey construction management team. The services provided to date have included construction management and administration, daily and special inspections, schedule management, change orders, document control, progress payments, submittal review, RFI review, cost estimates, as-built drawings and operations and maintenance manuals, start up and project closeout, and warranty period support. The projects Dudek has completed to date include road widening and realignments, emergency drainage, slurry seal, pavement ' overlays, pavement repairs, new parks, restroom buildings, Americans with Disabilities Act (ADA) upgrades, sewer line extensions, traffic signal upgrades, landscaping, traffic signals, and street scape projects. Dudek provided a construction manager for the following projects (construction value): • Barham Drive Widening and Overlay($4.5 million), Barham Drive Wall($50Q000), • Buelow Park and Autumn Drive Improvements($2 million) • Coronado Hills Emergency Drainage Repairs($75,000) • Realignment of Mission Street and Pacific Street ($250,000), 2008 Highway Safety Improvement Projects($450,000) • Reconstruction of Mission Rd.at Knoll Rd.($300000), Reconstr.of Mission and Pacific St. ($250,000) • 2012 City-Wide Slurry Seal Program included approximately 2.5 million-square-feet of scrub seal and 4 million-square-feet of Type 11 conventional scrub seal.($2 million) Dudek provided an inspector for the following projects: • 2010 City-Wide Slurry Seal Program ($1.5 million) • Rock Springs Road Widening($3 million) • Discovery Street Median Improvements($100,000) • Various development projects($25 million) • Descanso Street Box Culvert($750,000) • San Marcos Boulevard Sewer Extension($400,000) • Rancho Santa Fe Road Fiber Optic Interconnect($250,000) • Slurry Seal of Grand Avenue and San Marcos Boulevard($40,000). DUDEK On-Call CM and Inspection Services for the City of Palm Springs 19 FIRM QUALIFICATIONS Dogwood/Interstate 8 Freeway Ramp Widening and Signalization Project Client: City of El Centro Client Reference: Abraham Campos, Project Manager, 760.336.8520 Dudek recently provided resident engineering, construction management, and inspection services to the City of El Centro for the widening of four on and off ramps, road widening, 196 retaining wall construction, bridge rehabilitation, traffic signal installation, and landscaping. The project was completed under a co-op agreement between the City of El Centro and Caltrans, and Dudek provided resident engineering and inspection services, coordinating daily with Caltrans' Oversight Field Engineer that was assigned by District 11. Dudek administered the project in accordance with Cattrans' Construction Manual, Standard Specifications, Local Assistance Procedures Manual, and Encroachment Permits Manual. Dudek provided inspection for earthwork utility installations, storm drains, Class Q base, guard rail, traffic signals, asphalt, and signage. Dudek also processed all plan changes,traffic control, and detour plans.Administration responsibilities also ensured the contractor followed prevailing wage requirements, which included employee interviews and confirmation that all DBE goals were met by the contractor. Dogwood Avenue Improvements Project State Street to Interstate 8 Client City of El Centro Client Reference: Abraham Campos,Project Manager,760.336.8520 Dudek was selected to provide full CM and inspection services for the City's Dogwood Avenue Improvement Project. The project was funded by the American Recovery and Reinvestment Act (ARRA) and Prop 1B. The project included removal of the existing road and replacement with new base, geofabric, geogrid, and asphalt. In addition, all curb returns were removed and replaced to comply with ADA requirements. This project tied into Caltrans' ROW and required coordination with Caltrans' Field Oversight Engineer. Dudek administered the project in accordance with the Local Assistance Procedures Manual and the Standard Specifications. The project was completed on time and within budget, even though an unknown fiber optic was discovered and required relocation,which took four weeks to complete. Inspection and CM for Street Rehabilitation Projects Client: City of Coachella Client Reference: Jerry Santillan,former City Manager,760.481A290 Dudek provided inspection and construction management services for approximately four (4) miles of street rehabilitation projects for the City of Coachella. Projects included removal of pavement, utility coordination, curb, gutter, repaving, cross gutters, and traffic control. Dudek provided regularly scheduled progress meetings to keep all involved parties current on project issues and to identify potential problems or design conflicts in advance of the scheduled work. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 20 FIRM QUALIFICATIONS Wastewater Treatment Project Experience Since 1980, Dudek has successfully completed, managed and inspected the construction of over 20 wastewater treatment plant programs that included obtaining financing, environmental, value engineering, constructability reviews, design-build, construction management and inspection, and owner's representative services. Table 2 below summarizes Dudek's relevant project experience. TABLE 2. DUDEK WASTEWATER TREATMENT PLANT CONSTRUCTION MANAGEMENT EXPERIENCE Wastewater Treatment Plant Projectp - Goleta Sanitary District—WWTP Expansion ♦ ♦ ♦ ♦ ♦ 10.0 30 City of Anaheim—Membrane ♦ ♦ ♦ ♦ ♦ 1.0 10 City of Coachella—Expansion ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ 4.0 30 City of Imperiak—Expansion(Design-Build) ♦ ♦ ♦ ♦ ♦ ♦ ♦ 3.0 25 City of Westmorland--New ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ 2.0 6 Encina Joint Powers Authority—Expansion ♦ ♦ ♦ ♦ ♦ 25.0 10 Heber Public Utilities—New ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ 4.0 8 City of Brawfey—Expansion ♦ ♦ ♦ ♦ 10.0 20 Ramona MWD—San Vicente—Expansion ♦ ♦ ♦ 5.0 10 Ramona MWD—Santa Maria—Expansion ♦ ♦ ♦ 2.0 5 ElsinoreMWD—Horsethief-New- ♦ ♦ 2.0 5 City of Santa Maria—Expansion ♦ ♦ ♦ 4.0 2 City of California City—Expansion ♦ ♦ ♦ 2.0 5 Valley Center MWD—Expansion ♦ ♦ ♦ 2.0 5 4S Ranch--New ♦ 2.0 10 Whispering Palms CSD—Phases I through IV ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ 2.0 20 Fairbanks Ranch CSD—Expansion ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ 1.0 5 Rancho Santa Fe CSD—Expansion ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ 3.0 10 City of Oceanside—San Luis Rey—Expansion ♦ ♦ 15.0 10 Lee Lake Water District—Expansion ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ 5.0 15 Leucadia County Water District—Expansion ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ 8.0 20 City of San Diego—Clean Water Program ♦ ♦ ♦ 100.0 100 El Centro WWTP—Expansion ♦ ♦ ♦ ♦ ♦ 4.0 5 DUDEK On-Call CM and Inspection Services for the City of Palm Springs 21 FIRM QUALIFICATIONS Avenue 48 WWTP Expansion and Entertainment District Pump Station Client: City of Coachella Client Reference: Tony Lucero, City Engineer, 760.398.5744 Avenue48 WWTP Expansion Dudek provided construction management and inspection of this 18-month, $25 million treatment plant expansion, which was funded by the State of California revolving fund program. Dudek designed and performed a constructability review for this project as well as managed the bid process on behalf of the City. �* Dudek's CQA coordinated every aspect of the construction - process with the contractor and provided inspection of all civil, structural, mechanical, and electrical/instrumentation work. The project was very successful as the change orders amount was less than $150,000, which is less than 1%of the construction bid —' amount. The low change order amount was directly attributable to a solid design and a clear concise set of contract documents provided by a constructability review team that understands minimizing change orders. Entertainment District Pump Station and Sewer Line The City of Coachella Wastewater District (District) needed to expand its sewer capacity for a rapidly growing region. The Entertainment District Pump Station and Sewerline project, which is part of an assessment district, was funded by the USDA.The project consisted of over 1Q000 sq.ft. of 24-inch-diameter PVC sewerline and a new ($5 million) pump station. The District contracted with Dudek to provide construction management and inspection services. Dudek fulfilled this role, coordinating with the District and providing soils/concrete testing and surveying. Dudek was responsible for submitting reimbursement requests to the USDa and providing all documentation to the board/funding stakeholders to ensure timely payment to the contractors. Successful completion of this project paved the way for substantial roadway improvements. The Entertainment District Pump Station was designed to serve initial low flows of 2 mgd with features that allow it to be greatly expanded to 22 mgd without having to demolish existing equipment or structures.All of the equipment and structures for the initial pump station and its subsequent expansions will be incorporated into the final and ultimate pump station configuration.The design is a roadmap for several planned expansions of pump station capacity that will minimize the changes necessary to obtain greater capacity. Goleta Sanitary District Wastewater Treatment Plant Upgrade Client: Goleta Sanitary District Client Reference: Robert Hildago/Operations Manager, 80S.967.4519 Dudek provided construction management and inspection ' services for a $50 million upgrade to the District's wastewater treatment plant that services the cities of Goleta and Santa Barbara. It is the first major upgrade of the plant since 1985. _ Dudek provided a constructability review of the project's plans and specifications and evaluated the project for "value engineering" opportunities. Project improvements include a new biofiher and secondary clarifiers, new sludge tanks and flow s - equalization tank, and upgraded employee facilities. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 22 FIRM QUALIFICATIONS Project Features • Convert existing solids stabilization basin • Blower building No. 1 into a primary effluent flow • Upgraded Return Activated Sludge (RAS) equalization basin pumping station No. 1 (Waste Activated • New equalization basin pump station Sludge(WAS) pumping station added) • New biofilter pumping station for new • New WAS/RAS pumping station No.2 biofilter No.2 • Upgraded secondary effluent pumping • Ungraded biofilter pumping station for station biofilter No. 1 • Two WAS mechanical thickeners (in the • New valve box for biofifters solids handling building) • New split box for biofllters • Solids handling building • Three new activated sludge tanks • Sludge holding tank. • Two secondary sedimentation tanks Water Recycling Demonstration Project Client: City of Anaheim Client Reference: Bill Moorhead, Project Manager, 714.765.4165 Dudek recently provided construction management and inspection services for the Water Recycling Demonstration Project, which will serve as a demonstration project showcasing the viability of recycled water and the value of conserving limited potable water supplies. The project consists of a 100,000 gallon per day (gpd) capacity water reclamation facility (WRF) at the i north side of the City Hall. The project will be designed and constructed in phases to reduce the initial cost. The first phase of the project consisted of a 50,000 gpd water recycling facility that could be expanded to 100,000 gpd in the future. The first phase of the project will provide recycled water for toilet and urinal flushing in Anaheim West Tower and landscape irrigation around City Hall. In the subsequent phases, the project could be expanded to serve Pearson Park, George Washington Park, Colony Square, Anaheim High School, and some of the existing or future developments.At build out, the water recycling plant will produce a new drought-proof water supply of 110-acre-feet or 35 million gallons per year. The raw wastewater will be conveyed through a force main from the Lemon Street trunk sewer at the intersection with Oak Street. The building footprint is approximately 32 ft by 68 ft, with a building height of about 19 feet above ground. The facility would also include a buried storage tank with a capacity of approximately 27,000 gallons. Additional offsite storage tanks would be required for future phases. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 23 FIRM QUALIFICATIONS Public Buildings Project Experience Dudek has completed over 20 public building projects, Table 3 highlights a portion of Dudek's experience with construction of public building structures, followed by samples of work that demonstrate our qualifications and experience. References with address and telephone number are provided with each project description. TABLE 3. PARTIAL LIST OF DUDEK'S PUBLIC BUILDINGS EXPERIENCE Project Experience Senior Community Center ♦ City of Fontana El Corazon Senior Center City of Oceanside Edwards Fire Station No.6 ♦ City of Huntington Beach Del Amo Community Center ♦ City of Carson Ladera Fire Station No.58 Orange County Fire Authodty The Crossings Club House and Maintenance Facility ♦ City of Cadsbad Encina WW Authority Admin. Building City of Carlsbad Poway Fire Station No.3 City of Poway Fire Station No.1 Orange County Fire Authority Carlsbad Fire Station No.6 ♦ City of Carlsbad Administration Building Leucadia Water District ♦ Carlsbad Safety Center City of Carlsbad DUDEK On-Call CM and Inspection Services for the City of Palm Springs 24 FIRM QUALIFICATIONS City of Fontana Community Senior Center Client: City of Fontana Client Reference: Candy Thomas, 909.350.6644 Dudek provided construction management and inspection services for the City of Fontana's 42,320-square-foot senior community center, which is located on a two-acre site. Project responsibilifies included preconstruction project management, r construction management, quality control inspection, testing coordination, document control, and change order management. The center houses a fitness and exercise room, digital theater, multiple arts and crafts rooms, billiards room, computer center, library and gallery, card parlor, and counseling and screening exam rooms, as well as staff administration offices, a commercial kitchen,a cafe,a multipurpose room,and an outdoor patio. > Winner of the CMAA Southern California Chaoter2011 Project Achievement Award for New Construction Buildings Under$10 million "This project was new construction and Dudek was brought in during the planning stages to help insure a project that would be completed with the budget and schedule we set. Their record keeping, daily supervision, ability to track check change orders and record the weekly meetings was instrumental to us building a Community Center that would be the envy of any city." Police Headquarters Facility Expansion Client: City of Fontana Client Reference: Candy Thomas,909.350.6644 Dudek is currently providing construction management and inspection services for the City of Fontana's Police Station Expansion Project. The project consists of remodeling and expanding the station's 33,000-square-foot building and includes converting the underground parking garage into a new 25-yard shooting range. Other amenities include an expanded locker room, weight room, — report writing room, briefing area, new offices, property/evidence area, narcotics and met units, and new sergeant's headquarters. The project was designed and will be constructed for LEED Silver Certification. DUDEK On-Call CM and Inspection Services for the City of Palm Springs 25 FIRM QUALIFICATIONS City of Fontana Valencia Library Remodel Client: City of Fontana Client Reference: Candy Thomas, 909.350.6644 Dudek provided construction management and inspection services for the City of Fontana's Valencia Library Remodel project The project consisted of complete removal of the interior walls and surfaces exposing the existing exterior stud walls and plaster. During demolition, mold was discovered on the underside of the existing roofing, requiring remediation. Dudek coordinated testing and removal of mold surfaces prior to completion of the remodeling work. Carlsbad Safety Center Training Facility Client: City of Carlsbad, 1635 Faraday Ave.,Carlsbad Client Reference. Police Captain William Rowland,760.931.2157, Fire Chief Mike Lopez, 760,931.2114 Dudek provided construction management and inspection { services for the construction of three masonry buildings consisting of a 36,697-square-foot, two-story shooting range - and classroom facility, a 6,558-square-foot, four-story commercial bum prop training tower, and a 2,246-square-foot *— two-story residential bum prop, plus a concrete-paved training grounds that includes a car extrication area, trench rescue area, an underground confined space rescue area, artwork site, site lighting, masonry perimeter security wall, landscaping, and installation of on-site water sewer, recycled water, and storm drain pipelines. The building is an important regional training facility for both police and fire departments that includes two separate indoor shooting ranges that are 100 and 25 yards long. The shooting range also includes computer simulation for close combat operations. Other features include ballistic protection of the building structure and specialized lighting and rotating man targeting systems. The building will be a showcase and expected to draw police departments from around Southern California for training. Dudek coordinated weekly with the Carlsbad Police Department representatives, keeping them informed of progress. ➢ Winner of the CMAA Southern California Chapter 2012 ProjectAchievementAward for New Construction Buildings Under$25 million DUDEK On-Call CM and Inspection Services for the City of Palm Springs 26 5 Local Expertise As mentioned in Section 4, Firm Qualifications, Dudek has an office in the city of Palm Desert from which projects will be managed. The office is located at: 40-004 Cooke Street, #4 Palm Desert, California 92211 Dudek maintains a business license in the City of Palm Springs, evidence of which is provided below. 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. i BUSINESS NUMBER: 00004297 EXPIRATION TAX/ADMIN.PEE CERT NO BUSINESS TYPE: CONSULTING ENGINEERS 10/31/2015 18.00 2770 OWNER NAME: DUDEK(PRESIDENT), FRANK 1 10/31/2015 133.00 2771 10/31/2015 1.00 62064 BUSINESS NAME: DUDEK&ASSOCIATES INC BUSINESS ADDRESS: 40004 COOK ST#4 PALM DESERT,CA 92211 DUDEK&ASSOCIATES INC MWANCE OF THIS LICENSE DOES NOT ENTITLE 605 THIRD STREET THE LICENSEE TO OPERATE OR MAINTAIN A ENCINITAS CA g2024 BUSINESS IN VIOLATION OF ANY OTHER LAW l OR ORDINANCE. THIS IS NOT AN ENDORSTAIEBT OF THE ACTIVITY NOR OF THE APPLICANT'S QUALIFICATIONS. MUST BE POSTED IN A CONSPICUOUS PLACE DUDEK On-Call CM and Inspection Services for the City of Palm Springs 27 INTENTIONALLY LEFT BLANK DUDEK On-Call CM and Inspection Services for the City of Palm Springs 28 APPENDIX A Resumes George Litzinger, PE Principal in Charge/CM Division Manager George Litzinger has more than 29 years' experience, EDUCATION leadership, and supervision in engineering and construction. United States International University, As project director, he supervises the construction San Diego management division and is responsible for all of Dudek's BS,Civil Engineering, 1985 construction projects and programs ranging between $50 CERTIFICATIONS million and $100 million. In managing construction projects, Professional Civil Engineer CA No.47544- his duties typically include: contract administration, cost exp. 12/3112015 control, scheduling, contract bidding/award, constructability California Contractor Engineering Class"A" reviews, field engineering, project coordination, claims License No. 731744 management, and estimating. Landscape License C-27 PROFESSIONAL AFFILIATIONS Mr. Litzinger has managed a variety of projects for both the Construction Management Association of America private and public sectors including water treatment plants, American Society of Civil Engineers reservoirs, pipelines, golf courses, small dams, subdivisions, streets and roads, drainage projects, sewage treatment plants Building Industry Association and fire stations. Construction Industry Federation Project Experience As-Needed Services Inspection and Construction Management Services, City of Riverside Parks, Recreation and Community Services, California. Dudek was contracted to provide as-needed construction management services for various parks and recreation projects from September 2008 through April 2011. As project manager, Mr. Litzinger oversaw services requested and assigned project personnel. Inspection and Construction Management Services, City of San Marcos, California. Since April 2009, Dudek has been performing as-needed construction management and inspection services. Projects have included pipelines, water treatment plant improvements, and FHWA funded street rehabilitation. As project manager, Mr. Litzinger oversees services requested and assigns projects. Administrative and Construction Management Services, City of Huntington Beach, California. In June 2008, the City of Huntington Beach selected Dudek for their as-needed construction management and administrative support services contract. Throughout the 5-year contract, capital improvement projects included roadway improvements, new park developments, waterlines, and sewer lift station improvements. Inspection and Construction Management Services, City of San Clemente, California. In April 2007, Dudek was selected for a 3-year contract performing as-needed construction management and inspection services. Projects included pipelines, water treatment plant improvements, and street rehabilitation. As project manager, Mr. Litzinger oversaw services requested and assigned projects. Water/Wastewater Water Recycling Demonstration Project, City of Anaheim, Anaheim, California. Mr. Litzinger was the project principal for Dudek on this project. Dudek provided construction management, inspection and initial operation services on this project. The project consisted of constructing a new state of the art 50,000 DUDEK Page 1 of GEORGE LITZINGER, PF — CONTINUED gpd treatment facility within 2,000 SF building constructed adjacent to City Hall that incorporated several treatment methods: membrane bioreactor, ozone and UV disinfection to treat raw sewage into title 22 recycled water for toilet and irrigation use throughout the City. The project also included the construction of new lift station and force main. Goleta Sanitary District (District) WWTP Expansion. Mr. Litzinger and the Dudek CM Team are currently providing construction management and inspection services for a $50 million upgrade to the District's wastewater treatment plant that services the cities of Goleta and Santa Barbara. The project is nearly complete. Dudek is currently providing closeout phase services on this project. Avenue 48 Wastewater Treatment Plant Expansion, City of Coachella. Dudek provided construction management and inspection of this 18-month, $30-million treatment plant expansion, which was funded by the State of California's Revolving Fund Program. Mr. Litzinger and his construction management team performed a constructability review for this project as well as managed the bid process on behalf of the City. Dudek's construction QA (CQA) experts coordinated every aspect of the construction process with the contractor and provided inspection of all civil, structural, mechanical, and electrical/instrumentation work. Ramona Municipal Water District Construction Management Services. Over a 6-year period, Mr. Litzinger provided construction management services for over $30 million worth of Ramona Municipal Water District Capital Improvement Projects. These projects upgraded and expanded the District's water system and increased capacity to higher elevations. Projects included: • San Vicente Storage Reservoir:200-acre-foot earth-filled small dam • Mt. Woodson Reservoir: rehabilitation of 10 mg open reservoir involving several lining systems • San Vicente Treatment Plant: 150,000 gpd expansion • Dye Road Booster Pump Station: installation of new 75 hp booster pump station and associated appurtenances • Dye Road Pipelines:4 miles of 12- to 20-inch ductile iron, steel and PVC pipelines. Bridge, Roadway and Street Improvements Towncenter/Portico Industrial Development, City of Calexico, California. The City of Calexico contracted Dudek to provide as-needed construction management services for the construction of street improvements, storm drain, and water and sewer facilities for Cole Road, Sunset Boulevard, Robinson Avenue, Pump Station No. 10, and traffic signalization on Cole Road. Mr. Litzinger was principal in charge of Dudek's construction management staff that worked closely and coordinated with the city's staff, the contractor's construction staking and surveying consultant, and the funding administrative representatives from the U.S. Economic Development Administration/U.S. Department of Commerce and its requirements. Van De Graaff/Cole Boulevard Intersection Improvements, City of Calexico, California. Dudek was retained by the City of Calexico to provide continuing construction support services for intersection improvements to Van De Graaff Avenue and Cole Boulevard. Mr. Litzinger was the principal in charge of the construction services that were provided in three phases: pre-construction, construction, and post-construction. Dudek provided a resident engineer as extension of City staff, coordinated the construction management, quality assurance/quality control (QA/QC), and inspection and materials DUDEK Page 2 of 4 GEORGL LITZINGLR, PL —CONTINUED testing activities, in accordance with the City's standards, Quality Assurance Program (QAP), and Caltrans Local Assistance Procedures Manual (LAPM). Dogwood/Interstate 8 Freeway Ramp Widening and Signalization Project, City of El Centro, California. Mr. Litzinger was the project manager for the widening of four ramps, new signalization, landscaping, and new road sections. This was a Caltrans project administered by the City. As such, Mr. Litzinger coordinated with Caltrans District 11 personnel as needed and ensured that all project documentation was in accordance with the Caltrans Local Assistance Procedures Manual. Dogwood Avenue Improvements Project State Street to Interstate 8, City of El Centro, California. Mr. Litzinger was the project manager on the City's Dogwood Avenue Improvement Project. Mr. Litzinger coordinated with Caltrans District 11 personnel as needed and oversaw that all project documentation in accordance with the Caltrans Local Assistance Procedures Manual. The project is funded by the American Recovery and Reinvestment Act (ARRA) and Prop 1B. The project includes removal of the existing road and replacement with new base, geofabric, geogrid, and asphalt. In addition, all curb returns will be removed and replaced to comply with ADA requirements. Street Rehabilitation Projects, City of Coachella, California. As project manager, Mr. Litzinger was responsible for overall project success. Dudek provided construction management and inspection services for rehabilitating approximately 4 miles of streets within the City. Projects included removal of pavement, utility coordination, curb, gutter, repaving, cross gutters, and traffic control. Dudek provided regularly scheduled progress meetings to keep all involved parties up to date on project issues and to identify potential problems or design conflicts in advance of the scheduled work. Municipal Buildings and Facilities City of Fontana Police Facility Expansion, City of Fontana, California. Mr. Litzinger is currently project principal for the City of Fontana's Police Station Expansion Project. The project consists of remodeling and expanding the station's 33,000-square-foot building and includes converting the underground parking garage into a new 25-yard shooting range. Other amenities include an expanded locker room, weight room, report writing room, briefing area, new offices, property/evidence area, narcotics and met units, and new sergeant's headquarters. The project was designed and will be constructed for LEED Silver Certification. Carlsbad Safety Center, City of Carlsbad, California. Mr. Litzinger was the project manager on the City's new construction of three masonry buildings consisting of a 36,697 square foot (SF), two story, shooting range and classroom facility, a 6,558 SF, four story, commercial burn prop training tower, and a 2,246 SF, two story, residential burn prop, plus a concrete paved training grounds that includes a car extrication area, trench rescue area, an underground confined space rescue area, artwork site, site lighting, masonry perimeter security wall, landscaping, and installation of onsite water sewer, recycled water, and storm drain pipelines. City of Fontana Community Senior Center, Fontana, California. Mr. Litzinger was the project principal/project manager for a $16 million dollar, 43,000-square-foot senior community center. Responsibilities included pre-bid budget estimates, design review, constructability review, and directing all of Dudek's staff and resources. DUDEK Page 3 of GLORGL LITZINGLR, PL — CONTINUED Valencia Library Remodel, City of Fontana, California. Mr. Litzinger was the project principal for the 20,000-square-foot remodel. The building's interior was completely demolished and the interior was rebuilt for the City of Fontana's Community Service Group. The original building was built in the 1960s and presented many challenges and unforeseen conditions that required numerous field changes. Fire Station No. 6, Carlsbad, California. Mr. Litzinger was the project principal for the wood frame and masonry block, two-story, 6,200-square-foot Fire Station No. 6 for the City of Carlsbad. The project consisted of a 400-foot concrete paved driveway, 1,400 feet of PVC waterlines, joint utility trenches, 400 feet of gravity sewer line, a new traffic signal, median improvements on Rancho Santa Fe Road, and demolition of Temporary Fire Station No. 6. Mr. Litzinger was part of the team that performed constructability reviews of the project at the 90% and 100% design phases and coordinated the enforcement of permits with the U.S. Fish and Wildlife Service (USFWS) and the California Department of Fish and Game (CDFG). The project was completed on schedule and within budget. Contract value: $4 million. Headquarters Improvements, Orange County Fire Authority, California. Mr. Litzinger managed several projects on the Authority's Headquarters campus ranging in size from $10,000 to $400,000 that improved the existing buildings. Projects included tenant improvements, demolition work, parking lot improvements, lead paint abatement, and miscellaneous carpet, painting, and drywall work. Mr. Litzinger was responsible for managing the various architects, cost estimating the various projects, scheduling the work, contract administration, and inspection, essentially working as an extension of the Authority's staff. Ladera Fire Station No. 58, Orange County Fire Authority, California. Dudek provided overall project management, construction management, and essential facilities inspection services for the Ladera Fire Station 58. Dudek was involved with site selection of this station with the developer, procurement and selection of the architect, space needs analysis, planning, review of construction documents, bidding, and construction. After nearly a year of negotiations, a site was agreed upon that met all of Orange County Fire Authority's criteria. DUDEK Page 4 of 4 Jason Linsdau Construction Manager Jason Linsdau has more than 15 years' supervision and EDUCATION leadership experience in engineering and construction. As a San Diego State University construction manager/resident engineer, he manages BS, Civil and Environmental Engineering construction projects ranging between $1.5 million and $25 CERTIFICATIONS million. His responsibilities include project management, AGC Advanced SWPPP Training contract administration, cost control, scheduling, constructability 8-Hour Course reviews, field engineering, project coordination, claims PROFESSIONAL AFFILIATIONS management, and estimating. Mr. Linsdau has worked on a Member ofCMAA variety of projects for public agencies and municipalities, including parks, fire stations, administration buildings, reservoirs, pipelines, pump stations, treatment plants, golf courses, dams, roads, and drainage projects. Project Experience Water Reclamation Plant No. 4 and No. 7 Headworks Improvements, Coachella Valley Water District, Indio, California. Mr. Linsdau, as a subconsultant to Psomas, provided construction management services on the construction of a new pump station, screen building, grit building, and various pumps and vaults of new headworks facilities constructed at two separate reclamation plants. Avenue 54 Wastewater Treatment Plant Expansion, City Coachella, California. Mr. Linsdau was the construction manager for Dudek on this project. In addition to these duties, he reviewed submittals and RFIs, negotiated change orders, oversaw claims management, and reviewed the project schedules. Dudek provided design and construction management and inspection services on this project. The project consisted of constructing new headworks, oxidation ditches, clarifiers, and chlorine contact basins to expand the existing plant's treatment capacity from 2.4 mgd to 4.5 mgd. This project was funded by the U.S. Department of Agriculture (USDA). Contract value: $23 million. Sewer Main Lining Rehabilitation Project (Phase II and AI) and Lining of Abandoned 10" Braddock Force Main, City of Culver City, California. Mr. Linsdau was the construction manager for the rehabilitation of 92,000 LF of sewer mains, 90 full wrap lining of lateral connections and 30 manholes that were located in busy urban areas as well as backyard easements. The project also involved the CIPP lining of 4,600 LF of a 10-inch force main and two force main tie-ins into the 60-inch WLAS sewer interceptor. Over 20 open trench point repairs were also completed during the project. This was a challenging citywide project requiring coordination with multiple agencies (City of Los Angeles, Army Corp. and Golden State Water Company), thousands of residents, and large corporations (Sony Studios, Culver Movie Studios and NFL Network). Dudek inspected traffic control and site SWPPP as well. Water Recycling Demonstration Project, City of Anaheim, California. Mr. Linsdau was the construction manager for Dudek on this project. In addition to these duties, he reviewed submittals and RFIs, negotiated change orders, oversaw claims management, and reviewed the project schedules. The project consisted of constructing a new state-of-the-art 50,000 gpd treatment facility within a 2,000 SF building constructed adjacent to City Hall that incorporated several treatment methods: membrane bioreactor, ozone, and UV disinfection to treat raw sewage into Title 22 recycled water for toilet and irrigation use throughout the city. The project also included the construction of new lift station and force main. Contract value: $8 million. DUDEK Page 1 of 2 JASON LINSDAU — CONTINUED Yorktown 30" Transmission Main Corrosion Rehabilitation, City of Huntington Beach, California. Mr. Linsdau provided construction management as part of Dudek's as-needed contract with the city. He reviewed submittals and RFIs, negotiated change orders, oversaw claims management, and reviewed the project schedules. This project included the corrosion rehabilitation of 18,000 LF of 30-inch CMLC pipeline, installation of over sixteen 30-inch butterfly valves, multiple air and vacuum valves, blow assemblies, blind flange replacements, access manholes, aged interconnection, inline valves, replacement of 25 interconnections to existing PVC and AC distribution lines between 6-inches to 20-inches and high-lining private and commercial services, traffic control, asphalt paving, and replacement of sidewalk. Lift Station 26 and Force Main Replacement, City of Huntington Beach, California. Mr. Linsdau was the construction manager on this project. In addition to these duties, he reviewed submittals and RFIs, negotiated change orders, oversaw claims management, and reviewed the project schedules. This project involved replacement of an existing lift station with new below-grade cast-in-place structure with two dry pit submersible pumps and 1,000 LF of new PVC force main.The project was particularly challenging since it was constructed below sea level in the Bolsa Chica Wetlands, 15' from high-end homes. The construction methods included a major dewatering operation below sea level (200,000 gallons per day), 'press-in' shoring method, instrumentation and controls hardware and software. Mr. Linsdau was also responsible for the implanting de-silting operations and testing plan approved by the Regional Water Quality Control Board (RWQCB) as well as weekly reporting directly to the RWQCB. No correction notices or fines were ever levied by RWQCB on this project. Contract value $1.5 million. Fire Station No. 6, Carlsbad, California. Mr. Linsdau was the construction manager for the wood frame and masonry block, two-story, 6,200-square-foot Fire Station No. 6 for the City of Carlsbad. The project also consisted of a 400-foot concrete paved driveway, 1,400 feet of PVC waterlines,joint utility trenches, 400 feet of gravity sewer line, a new traffic signal, median improvements on Rancho Santa Fe Road, and demolition of Temporary Fire Station No. 6. Mr. Linsdau performed constructability reviews of the project at the 90% and 100% design phases and coordinated the enforcement of permits with the U.S. Fish and Wildlife Service (USFWS) and the California Department of Fish and Game (CDFG). The project was completed on schedule and within budget. Contract value: $4 million. 2012, 2103, & 2014 Chip Seal and Seal Coat Projects, City of San Marcos, California. Mr. Linsdau was the construction manager for the City wide 2014 chip seal and slurry seal street rehabilitation project. The project consisted of resurfacing over 130 residential streets and City parking lots with a 1.2 M SF of 5/16-inch chip seal (Type Pass CR scrub seal) and 4.3 M of Type 2 slurry seal and 1.2M of Type 1 slurry seal. The project also included permitting and coordination with Caltrans and NCTD RXR. Mr. Linsdau coordinated the work with two contractors (separate chip and slurry seal contractors), utilities and performed public outreach working daily with the businesses and residents, and inspected traffic control and ensured business/resident access were maintained throughout the project. Barham Drive Improvement and Barham Drive Wall Replacement Projects, City of San Marcos, California. Mr. Linsdau is the construction manager improvements and widen Barham Drive between Woodland Parkway and Mission Road, including improvement to other minor streets. These improvements included storm drain facilities, roadways, curb, gutter, sidewalk, irrigation, traffic striping, traffic signals, signing, and other appurtenant work. Construction involved grading, drainage, multiple retaining walls, roadway, underground utilities which included a 20B conversion underground all of the old overhead utilities. A separate 2,100-liner-foot masonry sound wall project was also constructed in conjunction with this project, which Dudek also provided construction management services. DUDEK Page 2 of 2 William Gallegos Construction Manager William Gallegos is a highly qualified construction manager EDUCATION who previously worked over 20 years for the U.S. Army Corps California Polytechnic State University of Engineers. His first two years at the Corps were spent in the MS Structural Engineering, 1985 Civil and Structural Design Branch where he performed public California Polytechnic State University works design for Military Base Public Works and local BS Civil Engineering, 1982 government civil works projects. Mr. Gallegos then transferred CERTIFICATIONS to the Contract Administration Branch where he prepared US Army Corps of Engineers plans and specifications, contracts, contract change orders, and Vicksburg Educational and Experimental RFPs, responded to RFls, and responded to contractors' Center requests for equitable adjustment, pay estimates, cost 80-Hour Courses: estimates, cost negotiations, and claim recommendations. Asa Soil Design and Construction project engineer, he was responsible for the completion of . Quality Assurance and Quality Control projects from the planning stage to design to final . Levee Design and Construction construction, assuring that all schedules were met and all funds . Cost Estimating were properly distributed and maintained. In this role, Mr. . Concrete Design and Construction Gallegos was assigned several projects not to exceed $50 . Contract Specification Writing million per year and was responsible for constructing them Channel Design and Construction according to plans and specifications, as well as approving contractor pay estimates, providing corrective action for all A and lt Contracting . construction and design deficiencies, responding to all Asphalt Design and Construction contractor correspondence, negotiating change orders, Construction Contracting developing cost proposals, materials testing, managing up to Contract Administration 10 inspectors and one office engineer, and recommending • Vertical Construction project acceptance. . Contract Law Claims and Modifications As a resident engineer for over 10 years, Mr. Gallegos was . Construction Engineering responsible for various construction projects to a combined . Contract Negotiations minimum total of $50 million per year. His responsibility included similar responsibilities to those of the project engineer as described above, as well as the supervision of 10 project engineers. He had Contracting Officer Authority, which enabled him to sign change orders to an amount of$100,000. Mr. Gallegos coordinated with the local agencies and customers and briefed the locals on project progress. He provided contract clarifications, assured that sufficient funds were available for completion of the project, managed an on-site material testing lab, interpreted all testing data, advised all project engineers and inspectors under his supervision, provided walkthrough briefings to the local agencies and customers, performed public awareness meetings, and accepted completion of all projects assigned to him. Project Experience Avenue 54 Wastewater Treatment Plant Expansion, Coachella, California. Construction manager for expansion of the treatment plant from a capacity of 2.4 mgd to a capacity of 5.4 mgd and construction of 54-inch and 45-inch main sewer lines. DUDEK Page 1 of 2 WILLIAM GALLEGOS — CONTINUED Entertainment District Avenue 52 Sewage Pump Station, Coachella California. Construction manager for construction of a new 16-inch force main, a new 12-inch water line, 30-inch gravity sewer, a new pump station building, structural appurtenances, and site work, installing new pumps, motors, piping, valves, fittings and appurtenances, a new diesel engine generator, and a new electrical system. Baseline Avenue Street Improvements and Double-Box Concrete Reinforced Storm Drain, Fontana, California. Project manager for the design and the construction management of this project. The project consisted of constructing a 12 ft. x 12 ft. double concrete-reinforced box 4 feet below grade. Reconstruction of a one lane each way major arterial to a three lane each way with curb and gutter, sidewalk, and six new traffic signals. Special coordination and scheduling with two major developers of two strip malls and three residential housing tracts and Caltrans had to be achieved. �Mr. Gallegos was responsible for all RFls, change orders, redesign of construction and design deficiencies, all material testing, quality control coordination of all surveying, inspectors, pay estimates, City Manager briefings, haul routes, traffic control, detours, public awareness, stormwater pollution plans, and emergency response agencies coordination. Dogwood/Interstate 8 Freeway Ramp Widening and Signalization Project, City of El Centro, California. Mr. Gallegos the construction manager for the widening of four ramps, new signalization, Landscaping, and new road sections. This is a Caltrans project that is being administered by the City. As such, Mr. Gallegos is coordinating daily with Caltrans District 11 personnel and providing all project documentation in accordance with the Caltrans Local Assistance Procedures Manual. Dogwood Avenue Improvements Project State Street to Interstate 8, City of El Centro, California. Mr. Gallegos will also be the construction manager on the City's upcoming Dogwood Avenue Improvement Project. Mr. Gallegos will coordinate daily with Caltrans District 11 personnel and providing all project documentation in accordance with the Caltrans Local Assistance Procedures Manual. The project is funded by the American Recovery and Reinvestment Act (ARRA) and Prop I.B. The project includes removal of the existing road and replacement with new base, geofabric, geogrid, and asphalt. In addition, all curb returns will be removed and replaced to comply with ADA requirements. Rancho Santa Fe Road North, Phase 1, City of Carlsbad, California. Construction manager for realignment and widening of approximately 9,000 ft. of roadway and construction of four to six lanes of asphalt pavement and raised concrete curb medians with earthwork and drainage facilities necessary to support the city's prime arterial standards. The project included waterline, sewer, and related facilities construction and relocation. Military Base Construction As a construction manager on military bases worldwide, Mr. Gallegos was responsible for the construction of a public works infrastructure, water treatment plants, and sewage treatment plants. Mr. Gallegos also was responsible for the construction of administration buildings, dental clinics, hospitals, officers' and enlisted men's housing, AFB runways, and fueling stations. As a construction manager at March AFB, Riverside, California; Norton AFB, San Bernardino, California; all Army Reserve Facilities in Los Angeles Area; Fort Huachuca Arizona; Davis-Monthan AFB Arizona; and Luke AFB Arizona, Mr. Gallegos was responsible for managing and supervising the construction of various facilities ranging in cost from $500,000 to $20,000,000. DUDEK Page 2 of 2 Bill Harrison, CPE Construction Manager Mr. Harrison has over 35 years of construction management EDUCATION experience involving estimating, engineering, contracting, Chaffey College scheduling, procurement, and claims for fixed price projects. AA Business Administration, 1973 Project scopes have included hydroelectric, cogeneration, CERTIFICATIONS petrochemical, food processing, water treatment, wastewater American Society of Professional treatment, landfill gas recovery and landfill closures. Estimators-CPE State of California,General Engineering He started his career with a petro-chemical design/build firm. Contractor's License He has assisted in the management of over 40 design build State of Nevada,General Engineering projects which involved chemical refineries. He was the Contractor's License design/build construction manager for two 9 MW landfill gas Timberline Certification energy plants for SoCal Gas, a 2.5 MW hydro-electric dam retrofit for Yolo County Flood Control District, two waste to energy pyroisis plants in 1976, as well as various food processing plants and micro hydro-electric plants. Upon successful negotiations or hard bids of projects, he has been responsible for procurement, cost control, scheduling, and project management. This includes the establishment of methods and procedures for cost control and reporting. He also assists in value engineering, with the emphases on constructability of the project, developing and maintaining clear paths to project completion within the contract time. Mr. Harrison also has managed as many as one hundred and fifteen direct and indirect personnel concurrently.Eric Honour has more than 35 years of experience in the Southern California construction industry and has held a California general contractor license for over 20 years. He has extensive experience managing highly technical, large-scale construction projects and has completed projects with a combined value exceeding $300 million. Major Project Highlights • $8 Million Headworks Expansion, Pt. Loma, San Diego, California as Sr. Project Manager • $10 Million Water Treatment Plant, San Diego,California as Senior Project Manager • $12 Million Wastewater Treatment Plant, Carpinteria, California as Project Manager • $10 Million Wastewater Treatment Plant, Oceanside, California as Project Manager • $30 Million Wastewater Treatment Plant, Kailua, Oahu as Mechanical Engineer • $30 Million Wastewater Treatment Plant, Waianae, Oahu as Project Engineer • A Water Pumping Station, Kapolei, Oahu as Project Superintendent • A Cooling Water Treatment Facility for Southern California Edison at their Dagget, California power plant as Project Engineer. Project Experience City of Fontana Community Senior Center, Fontana, California. On-site construction manager for a $16 million dollar, 43,000-square-foot senior community center. Responsibilities included pre-bid budget estimates, design review, constructability review, documentation, and management of submittals, request for information, clarifications to specifications, drawings, monthly progress payments, and changes in scope. DUDEK Page 1 of 2 BILL HARRISON, CONSTRUCTION MANAGER City of Fontana Police Facility Expansion, City of Fontana, California. Mr. Harrison provided cost estimating services and served as construction manager for the City of Fontana's Police Station Expansion Project. The project consists of remodeling and expanding the station's 33,000-square-foot building and includes converting the underground parking garage into a new 25-yard shooting range. Other amenities include an expanded locker room, weight room, report writing room, briefing area, new offices, property/evidence area, narcotics and met units, and new sergeant's headquarters. The project was designed and constructed for LEED Silver Certification. Valencia Library Remodel, City of Fontana, California. Mr. Harrison was the full-time on-site construction manager for the 20,000-square-foot remodel. Responsibilities included pre-bid budget estimates, design review, constructability review, documentation, and management of submittals, request for information, clarifications to specifications, drawings, monthly progress payments, and changes in scope. The building's interior was completely demolished and the interior was rebuilt for the City of Fontana's Community Service Group. The original building was built in the 1960s and presented many challenges and unforeseen conditions that required numerous field changes. City of San Diego, Metropolitan Wastewater Department (MWWD), California. Senior project manager for a $60 million wastewater treatment plant. Responsible for procurement, scheduling, construction, change orders, claims documentation and preparation, startup, and training of city personnel. This facility was designed for sludge processing, and included the largest tilt-up panel building constructed in California, a facility laboratory, a plant-wide computer control room, 13 centrifuges and supporting equipment, and a pipe gallery. The facility had an original contract value of $52 million and final contract value of$60 million. Encina Wastewater Authority (EWA), California. Construction manager for a $12.7 million flow equalization and recycled water project. Responsibilities included design review, constructability review, documentation, and management of submittals, requests for information, clarifications to specifications, drawings, monthly progress payment, and changes in scope. Management and co-ordination of communications/documentation between EWA, City of Carlsbad, design engineer, EWA's program manager, and the general contractor. Constructability review had a net savings of$600,000. Pacific Lighting and Energy, California. Construction manager for two design/build 9 megawatt landfill gas fueled cogeneration power plants within Los Angeles City and County. Responsible for coordination of design of both the recovery system and the power plants. On-site project manager with responsibilities for permitting, design co-ordination, procurement, scheduling, construction, subcontracting, and startup following the mandated federal regulations. Failure to meet the startup requirements would have resulted in an investor loss of over $30 million. Yolo County Water District, California. Project manager for a 2.5 megawatt design/build hydroelectric power plant in Clearlake, California. Responsible for design and constructability of the power plant and penstock. Project manager with responsibilities for permitting, procurement, scheduling, construction, and startup. Permitting involved LEFF, California Fish and Game, US Army Corps of Engineers, and State of California. Construction involved excavation and blasting of over 1 mile of rock for penstock and building foundation. DUDEK Page 2 of 2 Marius Jaskula, PE/CCM Construction Manager Marius Jaskula has over 22 years' experience in construction EDUCATION management, contract administration, and quality assurance on University of Illinois at Chicago,Illinois civil public works infrastructure projects. Projects have included BS, Civil Engineering, 1997 sewer; water and storm water pump/lift stations; reservoirs; sewer Affiliations/Registrations and water treatment facilities; Caltrans structures; roadway Professional Engineer,State of California, construction; large earthwork projects; and water, sewer and Civil#C61060 drainage pipeline projects with tunneling. Positions held have CMCI Certified Construction Manager, ID been the following: Construction Manager for U.S. Government #A1588 (Navy), Construction Manager/Resident Engineer for a U.S.A.C.E.Construction quality municipality and engineering consulting firms, and a Quality Management Certification Control Manager and Superintendent for a general contractor. Project Experience Home Plant Lift Station and Forcemain Replacement Project, City of Carlsbad, California. Construction Manager and Resident Engineer for $2.8 million city project to replace the failing existing station and increase emergency storage capacity. The HLPS consists of a submersible lift station with a PVC lined wet well, three 25HP submersible pumps, bubbler level control, odor control bed, new emergency generator, emergency storage structure, influent sewer piping and manholes, flow meter and valve/camlock vaults, new controls and electrical panel located in the new control building, new site fencing, new and restored landscaping, recycled irrigation and asphalt paving. The station is fed by an 18-inch influent sewer and pumps into a 8-inch force main which ultimately outlets into the Vista/Carlsbad interceptor sewer. Forcemain improvements included 1,900 LF of 8-inch HDPE open cut piping and 400 LF of 8-inch HDPE HDD tunneling. Terramar Lift Station and Forcemain Replacement Project, City of Carlsbad, California. Construction Manager and Resident Engineer for $0.9 million city project to replace the failing existing station. Project involved replacing the existing lift station with a 30-foot deep pre-cast 6-foot diameter wet well with two submersible pumps and new valve vault. Location of PS and vault was in the road and behind the sidewalk of a major thoroughfare through the City. Forcemain improvements included the installation of a new 400 LF 6-inch PVC open cut piping and 200 LF of 8-inch CIPP lining of exsisting gravity sewer under the NCTD tracks. Pump motor controls, SDG&E service panel and mobile emergency generator were installed in a block enclosure with steel canopy cover. The existing lift station was taken out of service and continuously bypassed for approximately 3 months until the new lift station and force main were put in service. Recycled Water System Expansion, City of San Clemente, California. Resident Engineer for $8.2 million multi-phase City project to install 10 miles of recycled water pipelines (6-inch to 20-inch PVC and DI), HOA service conversion connections, Bella Collina Towne & Golf Course Metering Station and new Pressure Reducing Station. The project also included the a new 200,000 gallon DN tank. He is managing all aspects of construction and providing daily inspection services. The project required coordination with multiple agencies. The project also involved the expansion of the City's Water Reclamation Plant from 2,200,000 gallons per day to 5,000,000 per day and new effluent pump station. Water Recycling Demonstration Project, City of Anaheim, California. Resident Engineer for this $6.5 million city project serving as a demonstration facility showcasing the viability of recycled water and the value of conserving limited potable water supplies. The project consisted of a 50,000 gallon per day (gpd) DUDEK Page 1 of2 MARIUS JASKULA, PE/CCM capacity (100,000 gpd at buildout) Membrane Bid Reactor (MBR) water reclamation facility at the north side of the City Hall. The project included an influent pump station with sewer diversion structure, force main, and a recycled water distribution system to surrounding landscaped areas and to the dual plumbed water system at Anahiem West Tower. The treatment facility is housed in a beautiful 2000 s.f. building with a 25-foot tall waterfall feature and floor to ceiling window wall glazing allowing for outside viewing of the interior treatment plant workings. The bioreactor is contained underneath the bulding footprint with a series of seven underground, 18-foot-deep concrete tanks (2 pre-anoxic, 2 aeration, 2 post-anoxic and 1 clearwell) with an approximate total capacity of 250,000 gallons. Treatment process equipment includes fine screen, membrane filtration modules, ozone system, UV reactor, and chemical feed system. At build out, the water recycling plant will produce a drought-proof water supply of 35 million gallons per year. P-1041 Southern Regional Treatment Plant Expansion, Camp Pendleton, California. Construction manager for the $43 million fast track design-build military construction project. P-1041 will expand and modify the existing 5.0 mgd Southern Regional Tertiary Treatment Plant to 7.5 mgd average annual daily flow capacity, to reliably produce effluent meeting California Code of Regulations Title 22. The capacity expansion will be achieved by modular addition to the existing treatment processes within the existing site by expanding the capacity of the headworks to include upgrades of the influent pump station, provide two stage screening and a continuous grit removal system; installation of a new aerobic digester and WAS tank, adding a three- compartment Sequence Batch Reactor (SBR): providing an additional equalization basin, and upgrading the Disk Filter filtration system. Other facility upgrades include a new blower building; expansion of plant support systems such as yard piping, electrical, additional process instrumentation and SCADA; new centrifuges for sludge dewatering; covered sludge storage area with conveyor for ease of loading. The project will provide for uninterrupted continuous operations at the SRTTP during construction. P-0002/P-110 Waste Water System O and M, Camp Pendleton, California. Contract/project manager for the $2.3 million per fiscal year operation and maintenance contract of the existing 5.0 mgd Southern Regional Tertiary Treatment Plant, raw sewage conveyance system and reclamation system for the southern area of Camp Pendleton. Contract management includes close coordination with Contractor, Base Environmental, Base Facility Maintenance Division and Base Public Works for strict compliance of RWQCB, NPDES and APCD regulatory permits; and providing Contract Quality Assurance of all O&M activities for system reliability and regulatory compliance. Buena Vista Force Main Replacement-Phases 1 & 2, Oceanside, California. Construction manager for a $5.4 Million City CIP project; Phase 1 entailed microtunneling under the 78 highway and El Camino North Shopping Center. 1200 feet of 45 inch tunnel casing was installed successfully on line and grade. 28 inch HDPE was welded and pulled back into casing for force main piping. Project was completed on time with change orders accounting for less than 1% of the contract value. Phase 2 included installation of 8000 feet of 24 inch C-905 force main piping primarily in main arterial El Camino Real. A 250 footjack and bore was performed under the NCTD tracks. Project issues included unforeseen utility conflicts and changed conditions that were resolved expeditiously without claims utilizing close coordination with the City, utility agencies, project designer and Contractor. Del Dios Joint Facility Pump Station, Rancho Santa Fe, California. Construction Manager/Resident Engineer for an $8.0 Million Olivenhain Municipal Water District project to renovate an old failing sewer pump station. The pump station is equipped with two 125 HP non-clog horizontal sewage pumps and two non-clog submersible sewage pumps operating in tandem with 1100 GPM capacity each, appurtenant piping, back up generator, surge tank, and odor control systems. Electrical components include pump control, SCADA system and a 350KW back up generator. Pump station pumps and electrical equipment are contained in the 3000 SF masonry building. DUDEK Page 2 of 2 Chad Costello Construction Manager Chad Costello has more than 17 years' of construction EDUCATION experience, the past nine of which have focused on water tank American Concrete Institute construction inspection. He began his career in working for the 8-hour seminar local pre-stressing tank contractor working only on concrete American Shotcrete Institute reservoir construction projects. Working his way up to 8-hour seminar superintendent in a very short time period, Mr. Costello left the PROFESSIONAL AFFILIATIONS construction side of pre-stressed tank construction after American Shotcrete Institute working on 18 pre-stressed reservoirs. He then began working as an quality assurance construction inspector specializing in pre-stressed concrete tank construction. With his unparalleled experience, working hands on with this unique type of construction, Mr. Costello is a great asset to any agency able to use his talents. Chad has constructed tanks ranging in size from 0.5 to 40 million gallons and has performed work throughout Southern California. He has also prepared and presented multiple jobsite pre-stressing demonstrations for private and public clients and design professionals. Project Experience Conifer Tank Replacement, Triunfo Sanitation District, Ventura, California. Mr. Costello was the construction manager and inspector on the 2.1 MG Conifer Tank Construction Project. He provided RFI and submittal reviews, contract administration, and public relations services. He also inspected every aspect of the project, coordinating the special inspection and geotechnical/laboratory services. Recycled Water System Expansion, City of San Clemente, California. Mr. Costello is currently providing resident engineering services on 10 miles of recycled water pipelines that also includes a 200,000 gallon DN tank. He is managing all aspects of construction and providing daily inspection services. He is also handling all resident inquiries and coordinating the city's public relations representative. Various Pre-stressed Concrete Tanks, Southern California. As a DYK employee, Mr. Costello has worked on pre-stressed concrete water tank construction. He was Superintendent for the following projects: • City of Vacaville, Vacaville, California, 5 MG Tank • City of Fullerton, Fullerton, California, 5 MG Tank • City of Ontario, Ontario, California, 6.0 MG Tank, Otay Water District, Spring Valley, California. Mr. Costello was project Superintendent for two 10 MG 640-1 & 2 Reservoirs. Yucaipa Valley Water District, Yucaipa, California. Mr. Costello was project Superintendent for a 4.0 MG concrete tank. Rancho California Water District, Temecula, California. Mr. Costello was project Superintendent for its 3.5 MG concrete tank. DUDEK Pagel of 2 CHAD COSTELLO — CONTINUED Irvine Ranch Water District, Irvine, California. Mr. Costello was project Superintendent for the 3.5 MG and 2.2 MG pre-stressed concrete tanks. City of San Juan Capistrano, San Juan Capistrano, California. Mr. Costello was project Superintendent for the 6 MG pre-stressed concrete tank. San Diego County Water Authority, San Diego, California. Mr. Costello was project Superintendent for two 7.5 MG pre-stressed concrete tank. Twin Oaks Reservoir, Vallecitos Water District, San Marcos, California. Mr. Costello was Superintendent for this 40 MG, circular pre-stressed concrete tank which is one of the largest pre-stressed tanks currently in operation. The project involved a large excavation of earthworks to burry the 50 ft tall, .25 mile circumference tank. Bank retention, shotcrete and pre-stressed tendons were all a part of this project. City of Brentwood, Brentwood, California. Mr. Costello was project Superintendent for a 4.0 MG concrete tank. City of Brentwood, Brentwood, California / Shea Homes California, Livermore, California. Mr. Costello was project Superintendent for its 4.0 MG concrete tank. City of Mountain View, Mountain View, California. Mr. Costello was project Superintendent for an 8.0 MG concrete tank. City of Glendora, Glendora, California. Mr.Costello was project Superintendent for its 3.5 MG concrete tank. Beaumont Cherry Valley Water District, Beaumont, California. Mr. Costello was project Superintendent for its 5.0 MG concrete tank. Carpinteria Valley Water District, Carpinteria, California. Mr. Costello was project Superintendent for its 3.8 MG concrete tank. Los Angeles Department of Water & Power, Los Angeles, California. Mr. Costello was project Superintendent for the City's 7.2 MG concrete tank. West Basin Municipal Water District, El Segundo, California. Mr. Costello was project Superintendent for the District's 5.0 MG concrete tank. DUDEK Page 2 of 2 Al Olea Construction Inspector Al Olea has more than 21 years' experience as a construction EDUCATION project manager, inspector, and supervisor for residential, California State Polytechnic University, commercial, and public works projects. He has completed Pomona inspection of a variety of public works projects, including BA Business Management roadways, pipelines, pump stations, treatment plant projects, CERTIFICATIONS and administration buildings. His construction background Hazmat Certified CFR-49 includes scheduling and supervising up to 150 employees, cost ICBC-Certified Building Inspector estimating, preparing construction proposals, obtaining building permits, and managing construction sites. Project Experience Dogwood/interstate 8 Freeway Ramp Widening and Signalization Project, City of El Centro, California. Mr. Olea is currently providing roadway inspection services on the City's Dogwood Road expansion project that includes widening of four ramps, grading, curb, gutter, sidewalk, new signalization, landscaping, and new road sections. This is a Caltrans project that is being administered by the City. As such, Mr. Olea is coordinating daily with Caltrans District 11 personnel and providing all project documentation in accordance with the Caltrans Local Assistance Procedures Manual. This project is expected to be completed in September 2010 Valencia Library Remodel City of Fontana, California. Mr. Olea performed full-time quality control and quality assurance inspection for this 20,000-square-foot remodel. Responsibilities included the coordination of third party material testing and inspections for both asbestos removal and mold mitigation. The building's interior was completely demolished and the interior was rebuilt for the City of Fontana's Community Service Group. Mr. Olea coordinated on a daily basis with the general contractor to schedule the work and monitor numerous subcontractors. He coordinated changes and modified issues in the field with the architect to keep the project on track and within budget. The original building was built in the 1960s and presented many challenges and unforeseen conditions that required numerous field changes. Street Rehabilitation Phases 1 and 2, City of Coachella. Mr. Olea provided inspection services for pavement rehabilitation and reconstruction at multiple locations throughout the City. Rehabilitation methods included overlay, heater remix, and removal and replacement of existing curb and gutter, sidewalks, cross gutters, and driveways. Mr. Olea was also responsible for coordinating the work with the public during driveway and street closures, as well as monitoring all contractors'traffic control. Senior Community Center, City of Fontana, California. Mr. Olea performed full-time quality control and quality assurance inspection for this 43,000-square-foot facility starting with the on-site grading, over- excavation and re-compaction of the building pad, through to completion of the project. Quality assurance oversight and coordination also included upgrading and tie-in to the City water and sewer systems. Responsibilities included the coordination of third-party material testing and inspections, as well as daily coordination with the general contractor and numerous subcontractors. He also coordinated DUDEK Page 1 of 2 AL OLEA — CONTINUED numerous RFIs and submittals, as well as tracked change orders and processed monthly payment requests. In addition, Mr. Olea provided daily field reports and kept a daily photo journal. Administration Building and Laboratory, City of Coachella, California. Mr. Olea provided daily field inspection of the city's administration and laboratory building located at the city's treatment plant. The 10,000-square-foot building was made out of masonry block, concrete, and structural steel. Responsibilities included inspection of all construction including water, sewer, storm drain and electrical underground installations. A portion of the building contained an intricate testing laboratory with a series of shelves, counters, sinks, cabinets, and special flooring to resist chemical spills. The remainder of the building contained offices and a laboratory for the plant's books and documents. Wastewater Treatment Expansion, City of Coachella, California. As lead inspector for the City's $24 million expansion project, Mr. Olea inspected all structural concrete and steel elements for the various structures, the installation of underground piping, and the mechanical and electrical components. Structures inspected by Mr. Olea included the administration building, headworks/influent lift station, oxidation ditches, clarifiers, and a chlorine contact basin. He worked closely with the contractor's superintendent, coordinating every aspect of this project. Several critical tie-ins required coordination with the operators of the plant to ensure minimal disruption of sewer service to the public. Mr. Olea was responsible for documenting all field aspects of construction, including daily reports and the manpower, equipment, and materials used on the project. City of Coachella Pump Station and Pipeline Project, Coachella, California. As an Inspector for the pump station and pipeline project, Mr. Olea's duties included inspecting all structural, electrical, mechanical, pipelines and plumbing, as well as installation of base, asphalt, and petromat overlay and landscape installation. He was the lead inspector for this $8 million project, which was taken over by the contractor's bonding company because the contractor defaulted on the original contract. Mr. Olea was instrumental in evaluating the value of work remaining after the default, as well as putting together the work program to complete thework for the take-over contractor. He also inspected the installation of the large-diameter pipelines connecting the pump station to the city's backbone system, as well as monitoring the start-up of the 10 mgd pump station. Previous Experience Prior to working as an inspector for Dudek, Mr. Olea worked for APEX Construction, where he was responsible for oversight and management of all Target, Black Angus, and Chevron retrofit projects throughout the United States. His responsibilities included supervising and scheduling work forces, obtaining all building permits, and close-out procedures for the projects. Mr. Olea has also worked as a laborer on several roadway, utility underground, asphalt and concrete paving and structural concrete projects, providing him with hands-on experience on a variety of types of construction. DUDEK Page 2 of 2 Ryan Ruiz Inspector Mr. Ruiz has experience as an inspector, office engineer and EDUCATION field engineer. Projects have included wastewater treatment University of California,San Diego facilities, pump stations, tanks, large and small diameter sewer BS, Structural Engineering and water pipelines, and roadwork. Mr. Ruiz's duties typically CERTIFICATIONS include reviewing contractor's schedules, progress payment EIT,Engineer-in-Training Certification- requests, RFI's and submittals, contractor proposed change State of California(F.E.) orders, and inspection of the work. Mr. Ruiz has also Certified Erosion,Sediment and Storm participated in design revisions, safety, and negotiations on Water Inspector(CESSWI) change orders. Certificate of Completion for Approved Training for Qualified SWPPP Practitioner(QSP) Project Experience NASSCO CERTIFICATIONS Goleta Sanitary District, Waste Water Treatment Plant Cured-in-Place Pipe(ITCP)Inspection Upgrade ($30M Construction Value). Mr. Ruiz worked as a Certification Program Field and Office Engineer on the City of Goleta's new Pipeline Assessment Certification wastewater treatment plant upgrade. Mr. Ruiz performs daily Program(PACP) field surveillance of field construction operations to assure Manhole Assessment and Certification compliance with contract documents. Responsible for a daily Program(MACP) engineer's report that documents daily observations of field operations. Attend meetings for the Construction Manager on variety of subjects, such as safety, weekly progress, schedule, RFI's, submittals, change orders, and quality assurance. Responsible for project files to assure that all correspondences, RFI's, submittals, emails, change orders, invoice payments, project photos, contractor's pay applications, daily inspection reports, engineering reports, material testing reports, weekly progress schedule, weekly project agendas and minutes are properly recorded and filed. Assure labor wage compliance with state and federal regulations of all contractor and subcontractor workers. Responsible for response to contractor request for information, reviewing submittals, reviewing change orders for merit, preparing construction cost estimates, negotiating change order proposals, preparing change orders for the construction manager, verifying dimensions in the field, recommending solutions for construction and design deficiencies and assist the construction manager in various engineering tasks. Casmalia Water Tank Replacement Project ($0.5 Million Construction Value). Mr. Ruiz worked as the Field and Office Engineer for the Casmalia Community Service District's galvanized welded steel tank replacement project. Assure that all work complies with the contract documents. Observes, for compliance, soil excavation and compaction, pipeline installation and testing, temporary tank switch-over, steel tank demolition and reconstruction, foundation reinforced ring-wall construction and procedures, grind and pave operations, the relocation and plugging of other water lines, and tie-in of existing pipelines to new pipelines. Assure compliance of all aspects of water tank construction and coating. Coordinates work with contractor, subcontractors and (CCSD) Casmalia Community Service District. Track quantities and quality of materials. Responsible for daily observation of work and documenting engineer's report, coordinating field changes, inspection of field welding, construction of appurtenances, and coordination with (CCSD) Casmalia Community Service District representatives concerning construction issues. Schedule appropriate testing for tank and pipes, including radiation testing, holiday testing, vacuum testing, sponge testing, bac- t testing, and volatile organic compounds (VOC) testing. Mr. Ruiz attends bi-monthly project meetings to discuss potential or immediate problems with subcontractors and owner. Prepares construction cost DUDEK Pagel of 2 RYAN RUIZ, OFFICE ENGINEER estimates. Recommends corrective action for design and constructive deficiencies. Responsible for labor interviews of all subcontractor's workers to ensure labor wage compliance with state and federal regulations. Ensure accuracy of all subcontractors' invoice. Maintains project files of all information in regards to the project including RFI's, submittals, change orders, schedule, bi- monthly meeting minutes and notes, progress photos, concrete and testing receipts, and emails. City of Fontana, Police Station Expansion Project ($4.4M Construction Value). Mr. Ruiz worked as a Field and Office Engineer for the Police Expansion project which included the fabrication of an entirely new east stair tower, HVAC system, simulator room and firing range for the department, locker rooms, conference rooms, offices, weight room and bathrooms by demolishing and reconstruction of the entire basement and east stair tower.Inspected all work by the contractor to ensure plan and specifications were completed properly. Attend weekly meetings in discussion of any problems that may have occurred during the week, and helped delegate the solutions of the problems. Responsible for scheduling special inspections for the project during contractor requests and insuring schedule accuracy and workability. Post all pertinent information to the project server, including all correspondences, RFI's, submittals, emails, change orders, invoice payments, project photos, contractor's pay applications, daily inspection reports, engineering reports, material testing reports, weekly progress schedule, weekly project agendas and minutes. Carlsbad Desalination Pipeline Project ($1113 Construction Value). Mr. Ruiz worked as a Field Engineer and Consultant City Inspector for the City of San Marcos. Mr. Ruiz inspected all work by the contractor within the city to ensure plan and specifications were correctly met. Responsible for ensuring quality assurance and safety was implemented during over 2,640 feet of 55' water pipeline installation throughout the city of San Marcos. Responsibilities included project restoration of ADA sidewalks and ramp ways, catch basins and curbs, property damage, dealing with resident inquiries as needed, and proper traffic control operations. Responsible for a daily engineer's report that documents daily observations of field operations. City of Fontana, Sanitary Sewer Pump Station Replacement Project ($1M Construction Value). Mr. Ruiz was the project inspector for this project which includes demolishing and constructing three different lift stations for the city of Fontana. Responsibilities include all inspections and assurance of work to be done per plan and specification, including the MCC room, pump room, generator and equipment pads, wet wells, AC pavement installation, sewer system, manholes, and all control diagrams pertaining to the lift station operations. Coordinate with contractor and city representatives to ensure proper work and safety procedures. Coachella Valley Water District, Water Reclamation Plant No. 4 and No. 7 Headworks Improvements Project ($24M Construction Value). Mr. Ruiz is currently the project inspector for the construction of a new Pump Station, Screen Building, Grit Building, and various pumps and vaults as well as monitoring proper BMP's, and backfill and compaction operations at the WRP 4 site in Thermal, CA. Mr. Ruiz is responsible for daily inspection reports and documenting photos of the various activities ongoing on site. Mr. Ruiz inspected all work by the contractor and subcontractors to ensure work is completed per approved plans and specifications. City of Culver City, Sewer Main Rehabilitation Project (Phase 2) ($4M Construction Value). Mr. Ruiz assisted Garrett White with inspections for 90,000 LF of CIPP for the City wide sewer main relining project. Mr. Ruiz's duties included quality assurance inspection of the pre and post CCTV, lining installation inspection; SWPPP and traffic control inspection and open trench point repairs. DUDEK Page 2 of 2 Garrett White Construction Inspector Garrett White has over 24 years' experience in the rapidly EDUCATION changing construction industry, with an emphasis in the Palomar College Courses construction of water, wastewater, and storm drain facilities for Public Works Inspection I public agencies. He has been involved with the construction of Water Distribution I large- and small-diameter pipelines, treatment plants; pump Water Treatment I stations for potable and non-potable distribution systems, CERTIFICATIONS horizontal directional drilling (HDD), with an emphasis in ACI Concrete Field Testing Technician Grade I trenchless technologies. For the past 9 years, Mr. White has been ACI Concrete Repair Basics responsible for providing field inspection services and SWPPP Certification construction management for various cities and water districts on OSHA 10-Hour Confined Space Safety and capital improvement and developer projects. As a field engineer, Training Certification he is responsible for project coordination, issuing field orders, NASSCO Certifications: verifying adherence to submitted schedules, quality control and NASSCO certified Trainer assurance, project documentation, and review of as-built records. Cured-in-Place Pipe(ITCP) Inspection Certification Program Project Experience Pipeline Assessment Certification Riverside Community Services District Regional Waste Program(PACP) Water Facilities Replacement Force Mains and Gravity Manhole Assessment and Certification Sewer and Regional and Juan Diaz Lift Stations, Program(MACP) Riverside, California. Mr. White served as the Inspector of Record for construction for the Gravity Sewer and Force Main Project, Regional and Juan Diaz Lift station, and the Kern Peralta re-habilitation projects, simultaneously. The Force Main and Gravity Sewer project consisted of installation of approximately 2,580 linear feet of 14" and 18" DR11 HDPE force mains by directional drilling through dual bore holes. Installation of approximately 1,660 linear feet of 16" and 18" PVC force mains by the cut and cover method. Installation of approximately 2,360 linear feet of 12" PVC deep cut gravity sewer. Installation of approximately installation of approximately 600 linear feet of 2" PVC force main. All construction of the project occurred within a culturally sensitive native area. City of San Marcos Public Works Inspector, California. Mr. White served full time on staff for nine months as a Public Works Inspector for the City of San Marcos on public and privately funded projects. With a variety of projects and duties ranging from issuing and enforcing right-of-way permits, examining conditions existing within rights-of-way. Reviewing and approving traffic control plans and subsequent implementation of traffic control devices. Inspected single family multi-home developments, including grading and compaction of streets, curbs, gutters, sidewalks, driveways, retaining walls, drainage facilities, pipe and trench excavations, backfill, conduits, and water pollutions prevention practices. Further, Mr. White assisted in coordinating the timing of work performed by sub-contractors, such as soils engineering and survey parties. Obtained, reviewed, and fled documents related to construction, such as soils reports, materials testing results, survey documents, delivery tickets, and similar submittals. PVC Sanitary Sewer Pipe Installation and Inspection Services,City of Palm Desert/Coachella Valley, California. Installation, testing, and inspection of over 10 miles of various-size PVC sanitary sewer pipe (deep) with drop manholes. DUDEK Page 1 of 2 GARRETT WHITE — CONTINUED City of Lake Forest Public Works Inspector, California. Since 2012, Dudek has been providing construction management and inspection services on several road and traffic signal improvement projects. As part of this as-needed contract, Mr. White served as inspector on four (4) different capital improvements projects. The projects included: • Lake Forest Bake Parkway Resurfacing Project 2014: 2" grind and asphalt overlay of approximately 137,000 SF on an active arterial roadway. Removal and replacement of existing curb and pedestrian ramps was also included. Contract Value: $386,997.00 • Lake Forest Foothill Ranch Slurry Seal Project 2014: 520,000 SF of asphalt pavement slurry seal and repair of various existing concrete curb and sidewalk within residential neighborhoods. Contract Value: $983,487.00 • Lake Forest ADA Ramps Project 2013: 52 individual ADA compliant pedestrian ramps within various residential neighborhoods throughout the city. Processing of the required Community Development Block Grant, (CDBG), and compliance documents was also included. Contract Value: $117,752.00 • Rancho Sports Parkway& Sports Park Traffic Signal Improvements Main and Eastside Lift Stations, City of El Centro, California. Mr. White served as the inspector for the construction of the construction of the Main and Eastside Lift Stations. The project consisted of replacing the wet well and site improvement for the Main Lift Station and replacement of submersible pumps, piping, controls, pump room improvements and start-up of the Eastside Lift Station, Sewer Rehabilitation Project P-906 Phase I through III, & Project P-964 Lining of Abandoned Force Main on Braddock Dr., City of Culver City, California. Mr. White was the inspector on this project, which involved the rehabilitation of 92,000 LF of sewer mains and manholes that were located in busy urban areas as well as backyard easements. The project also involved the CIPP lining of 4,600 LF of a 10-inch force main and two force main tie-ins into the 60-inch WLAS sewer interceptor. Over 20 open trench point repairs were also completed during the project. Water Recycling Demonstration Project, City of Anaheim, California. Mr. White was the inspector for Dudek on this project. The project consisted of constructing a new state of the art 50,000 gpd treatment facility within 2,000 SF building constructed adjacent to City Hall that incorporated several treatment methods: membrane bioreactor, ozone and UV disinfection to treat raw sewage into title 22 recycled water for toilet and irrigation use throughout the City. The project also included the construction of new lift station and force main. Contract value: $8 million. Home Plant Lift Station and Force Main Replacement, City of Carlsbad, California. Mr. White provided inspection services for this project. The purpose of the Home Plant Lift Station (HPLS) and Force Main (FM) Replacement project is to reduce several operation and maintenance issues with the existing system. The existing HPLS is an 800 GPM wet/dry well type lift station with 3 VFD controlled 20 HP pumps (2 duty & 1 standby). The station is fed by an 18-inch influent sewer and pumps into a 10-inch force main which ultimately outlets into the Vista/Carlsbad interceptor sewer. The new HLPS will consist of a submersible lift station with a PVC lined wet well, bubbler level control, odor control bed, new emergency generator, emergency storage structure, influent sewer piping and manholes, flow meter and valve/camlock vaults, new controls and electrical panel located in the control building, new site fencing, new and restored landscaping, recycled irrigation, asphalt paving and 1,900 LF of 8-inch HDPE force main. DUDEK Page 2 of 2 Paul Trujillo Inspector Mr. Trujillo has over 24 years' experience as a construction EDUCATION manager, resident engineer, and special inspector. He is University of Colorado, Boulder, experienced in reinforced concrete and masonry structures, B.A., Geography, 1985 roadway grading and paving, and hardscape. Projects San Diego State University,Construction included large- and small-diameter pipelines of various Inspection Technology, 1994 materials including CML&C, HDPE, PVC, DIP, and RCP in CERTIFICATIONS many settings including existing streets, easements, deep International Code Council(ICC). trench, groundwater dewatering, and unsuitable soils. SPECIAL INSPECTOR Pipelines were part of reservoir projects, water and sewer -Reinforced Concrete replacement projects, water reclamation plants, water and -Structural Masonry sewer pump stations, and storm drain projects for both American Welding Society private developments and public projects (Capital -Associate Welding Inspector Improvement Projects). Many of the projects included City of San Diego Deputy Special reviewing and commenting on contractor's schedules (CPM), Inspector. No. 692 progress payment requests, RFI's, and contractor proposed Confined Space Entry Certification change orders. Mr. Trujillo also participated in design ACI Grade 1 revisions, safety program oversight, storm water BMP monitoring and enforcement, and negotiations on change orders. Project Experience As-Needed Construction Inspection, Vallecitos Water District, California. Senior construction observer for various development projects. Provided construction observation for 16- and 24-inch transmission mains throughout a 2,500-unit subdivision. Responsible for daily observation, and compliance with plans and District standard specifications. Joint First Responders Training Facility, City of Carlsbad, California. Mr. Trujillo was the special inspector on the City's new construction of three masonry buildings consisting of a 36,697 square foot (SF), two-story shooting range and classroom facility; a 6,558 SF, four-story commercial burn prop training tower; and a 2,246 SF, two-story residential burn prop; plus a concrete paved training grounds that includes a car extrication area, trench rescue area, an underground confined space rescue area, artwork site, site lighting, masonry perimeter security wall, landscaping, and installation of onsite water sewer, recycled water, and storm drain pipelines. Special Inspection for Structural Masonry & Reinforced Concrete (including high strength epoxy bolting from residential to heavy industrial). Projects include: • Geico Insurance Company Corporate Office in Poway, California • Balboa Activity Center for the City of San Diego, California • Water Tanks for Olivenhain Municipal Water District, Carlsbad, California Unit Z Pump Station, Olivenhain Municipal Water District, California. Resident special inspector (structural masonry and reinforced concrete, including high strength epoxy bolting). Inspection for all aspects of building the pump station. Coordination for all parties: developer, owner, and City. DUDEK Page 1 of 2 PAUL TRUJILLO, INSPECTOR Del Dios Pump Station, Olivenhain Municipal Water District, California. Special inspector (reinforced concrete and structural masonry) for sewer pump station. Inspected the grading prior to structural work. Pipeline installation and testing. North City Water Reclamation Plant, City of San Diego, California. Resident inspector/senior engineering technician. Monitored placement of yard piping, including cathodic protection. Assisted special inspectors with quality control. Performed concrete and soil testing and geotechnical quality control. Lead Inspector for 1 million yards of grading. Fortuna Ranch Road Pipeline, Olivenhain Municipal Water District, California. Inspected over 1 mile of various sized transmission and distribution pipelines, including two underground pressure reducing stations with cathodic protection and electrical services. Abandonment of three existing pressure reducing stations. Fusible PVC slip lined through portions of existing main. Grind and pave operations. Hoover St. Sewer Line Replacement, City of Oceanside, California. Inspection and participation in construction management. Job involved replacing an old problematic sewer system in a very high profile neighborhood. New manholes were installed and old manholes were relined. All laterals were reconnected with no issues from the residents. Trench was paved and roadway was repaved. Received letter of accommodation from residents. Unit G-1 and Denk Inflow/Outflow Pipelines, Olivenhain Municipal Water District. Construction manager/fesident engineer/inspector for pipeline crossing environmentally sensitive wet habitat monitored by U.S. Dept of Fish and Game. Pipeline consisted of approximately 9,500 feet of 18-inch, and 1,700 feet of 30-inch welded steel pipe, using 18, 21, 24, 30-inch valves, flexible pipe couplings, thrust harnesses and appurtenances. Installed flow control facility and pipe connecting to existing steel reservoir. Electrical and telemetry equipment also installed. Inspected the proper installation of the cathodic protection system. Artesian Road Pipeline, Olivenhain Municipal Water District, California. Resident engineer for approximately 9,500 linear feet of welded steel, PVC, and HDPE pipe. The project included a 200-foot- long jack and bore steel casing adjacent to water ponds, which required BMPs to comply with SWPPP requirements. Artesian Road was also the sole roadway for the local community. Roadway was repaved upon completion of pipeline work. Mission Avenue Sewer Forcemain, City of Oceanside, California. Senior construction inspector for over a mile of 24—inch PVC and Ductile Iron Pipe. Work was done at night due to high traffic index. Road was restored for traffic each day. Low impact to local businesses. Upper Twin Oaks Pipeline, Vallecitos Water District, California. Senior construction observer for the installation of 21,000 linear feet of 36- to 42-inch CML&C steel pipeline. Responsible for the daily observation of work; coordinating field changes; inspection of field welding, construction of appurtenances, information, coordination and assistance with community residents concerning construction issues; coordination with County of San Diego and City of San Marcos for street restoration. DUDEK Page 2 of 2 John Przybyszewski Inspector John Przybyszewski has over 37 years' experience in EDUCATION construction management, park, and golf course University Of Massachusetts construction, and country club management, including capital AA Turfgrass Management improvements and remodels, project management and CERTIFICATIONS quality control, maintenance and irrigation programs, South Coast Air Quality Management grading, plan review, documentation and contract District Fugitive Dust Control Certificate administration, bid evaluation, regulatory compliance, budget PROFESSIONAL AFFILIATIONS design and administration, owner/designer IiaisonProject Southern California Turfgrass Council Experience Pesticide Applicators'Professional Association Recycled Water System Expansion, City of San Clemente, Golf Course Superintendents'Association California (construction value:$Zomillion). Mr. Przybyszewski of America provided construction management services that included the Golf Course Superintendents'Association observation and daily inspection for the installation of the San of Southern California(former Director) Clemente Recycled Water System Expansion Project, consisting of the installation of: • 30,040 Ln. Ft. Class 200 PVC AWWA C900 pipelines of various diameters 6', 8", 12" • 5,965 Ln. Ft. Class 350 D.I. pipeline of various diameters 6", 16', 20' • 2,030 Ln. Ft. Fusible 16' PVC C905 Slip lining in host 20' pipe installing services 75 - 2"Water Services • Cathodic Protection System • Pressure Reducing Station Big League Dreams Sports Complex, City of West Covina, California. As Project Manager, Mr. Przybyszewski performed as owner's representative, interfacing with site improvement contractors during construction of 6 replica baseball fields, which included Angel Stadium, Dodger Stadium, Fenway Park, Tiger Stadium, Wrigley Stadium, and Yankee Stadium. The $34 million project also included construction of 23,000 square feet covered special use pavilion, two children's playgrounds, nine station batting cage, two sports theme full service restaurants, 3,000 sq. ft. maintenance building, and installation of the irrigation system and site landscape material. Rustic Canyon Golf Course Moorpark, California. As project manager, managed construction of 18- hole championship Gil Hanse Design golf course, with $8.1 million budget and 60 personnel, including bid review, supervision of plans, building sites, grading, roads, paving, utilities, documentation and permits. Served as liaison with owner, course and landscape architects, engineering firm, and irrigation designer. Negotiated contracts with qualified contractors. Reviewed all construction drawings, specifications, costs and provide design recommendations for course, clubhouse, cart storage and maintenance buildings. Supervised quality control and regulatory compliance, marketing and advertising. The Crossings at Carlsbad, Carlsbad, California. As resident engineer, performed as owner's representative, interfacing with golf course and site improvement contractors during construction of a 18- hole Championship Greg Nash design golf course with $30 million budget for the City. DUDEK Page 1 of 2 JOHN PRZYBYSZEWSKI, INSPECTOR Western Golf Properties, Scottsdale, Arizona. As construction manager, performed as owner's representative, interfacing with golf course contractor during construction of 18-hole Tom Fazio course with $14 million budget at Shady Canyon in Irvine, CA, two 18-hole courses at Rancho La Sierra in Riverside, CA, and an 18-hole Pete Dye Design course with $8.6 million construction budget at Ocean Trails in Rancho Palos Verdes, CA, involving accelerating construction schedule in preparation for a celebrity golf tournament. Domani Golf Management, Inc., La Quinta, California. Mr. Przybyszewski established Domani Golf Management, Inc. and is presently subcontracting golf course construction management services to Heinbuch Golf, LLC. Mission Viejo Country Club, Mission Viejo, California. In his role as Project Manager, performed as owner's representative, interfacing with golf course and site improvement contractors during the restoration construction of the Robert Trent Jones Sr. designed Mission Viejo Country Club. The $6 million restoration project consisted of teeing area, all greenside and fairway sand bunker restoration, installation of complete golf course irrigation system as well as relocation and construction of the 1 ac. irrigation lake with new pump station equipment and building, and installation of 32,000 Ln. Ft. of fairway drainage and 8,800 Ln. Ft. of deep slope groundwater drainage. Silver Rock Resort, La Quinta. As project manager, performed as owner's representative, interfacing with golf course and site improvement contractors during construction of 18-hole championship Arnold Palmer golf course and 10,000 sq.ft. golf course maintenance building. Managed site improvements for temporary clubhouse and Greg Nash 9-hole addition. Palm Desert Country Club, Palm Desert, California. As Vice President/General Manager, managed $3 million annual budget and supervision of 30 personnel of country club with Billy Bell-designed golf course, including restoration and rejuvenation of course, and interior/exterior remodeling of clubhouse. Also aided Superintendent by performing troubleshooting on agronomic problems and designing maintenance programs for course and golf carts. American Golf Corporation, Santa Monica, California. As director of maintenance and regional golf course superintendent, Mr. Przybyszewski directed annual capital improvement/ equipment budget of up to $2.5 million. He also designed, evaluated, reviewed each golf course's course, clubhouse and cart maintenance programs/systems to maximize short- and long-term revenue. As well as supervised takeover of 15 golf courses and secured assets of three Landmark courses in Palm Springs during company's contract with RTC. Additionally he developed golf course maintenance audit and co-authored American Golf's Superintendent Training Manual still in use, and trained golf course superintendents. He also assisted superintendents with installation of Toro irrigation system at Knollwood Golf Course and construction of 18-hole Scholl Canyon Golf Course. DUDEK Page 2 of 2 APPENDIX B Required Documents ATTACHMENT "A" "NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED INSIDE ENVELOPE #1 "WORK PROPOSAL" REQUESTS FOR PROPOSALS (RFP) #06-15 FOR "ON-CALL" CONSTRUCTION MANAGEMENT& INSPECTION SERVICES (CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS) SIGNATURE AUTHORIZATION PROPOSER: Dudek A. I hereby certify that I have the authority to submit this Proposal 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 Pe successf 'n my proposal. GNATURE B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful, the contract language should refer to me/my company as: _An individual; _A partnership, Partners' names: _A company; Y A corporation _A Local Business(Licensed within the jurisdiction of the Coachella Valley). Copy of current business license is required to be attached to this document. 2. My tax identification number is: 95-3873865 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your proposal being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s)# 1, 2, and 3 islare hereby acknowledged. Page 15 of 39 RFP#06-15 ATTACHMENT "B" `THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALIWORK PROPOSAL (Envelope #1)' NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL STATE OF CALIFORNIA) ss COUNTY OF RIVERSIDE) The undersigned, being first duly swom, deposes and says that he or she is Frank Dudek, President of Dudek .the parry making the foregoing Proposal. That the Proposal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Proposal 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 Proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Proposal, 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 Proposal price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Proposal 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 Proposal are true; and, further, that the Proposer has not, directly or indirectly, submitted his or her Proposal 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, Proposal depository, or any other member or agent thereof to effectuate a collusive or sham Proposal. Page 16 of 39 RFP#06-15 B : f Title: President Subscribed and sworn to before me this �D day of fEBRdgRy 2015 MIEL KIL CNumv OMM.#2016308 i�SAMDMGO 61MY 0,W'AFJ , MAR.a 7AM7 Page 17 of39 RFP#06-15 ACKNOWLEDGMENT 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 County of IMAM D/E.'o ) On Fr6ia cit� oZ, c2d/S" beforeme, (Insert name and title of the officer) personally appeared frank 7441d�k who proved to me on the basis of satisfactory evidence to be the personA whose nameW is/aW subscribed to the within instrument and acknowledged to me that helsWfthey executed the same in his/ /tWr authorized capacityoegj, and that by his{h6r/tWr signatures on the Instrument the persono), or the entity upon behalf of which the persorX acted, executed the instrument. 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 E L K IL Comm 02016308 r x riaocotffm aecmam. _ M Comm E MAIL A 2M7 Signature (Seal) -J REQUEST FOR PROPOSALS (RFP 06-15) FOR "ON-CALL" CONSTRUCTION MANAGEMENT& INSPECTION SERVICES (CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS) ADDENDUM NO. 1 This Addendum is being issued for the following changes and infonnational 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. ADDITIONAL SCOPE OF SERVICES: The City is hereby amending the Scope of Services to include certified building insoection services to the request for "on-call" public works inspection services. The following text is hereby added to Section 2 "Background," of RFP 06-15: The purpose of this Request for Proposals ("RFP") is also to solicit competitive proposals from qualified persons and/or firms to provide Building Inspections on an as needed basis to the City of Palm Springs ("City"). The City's intent is to minimize response time and improve customer service by supplementing in house staff with consulting services on as needed basis in the areas of building inspections. In particular, the City is currently underway on the redevelopment of the Desert Fashion Plaza ("DFP") in downtown Palm Springs. The DFP redevelopment includes the construction of a new 155 room Kimpton Hotel, a new 135 room Marriott AC Hotel, construction of up to 385,000 square feet of retail and professional office buildings, construction of up to 900 residential dwelling units, and associated underground parking improvements and infrastructure. Additionally, the City anticipates construction of various other hotel properties, retail commercial and residential projects, and public facilities, requiring "on-call" building inspection services to supplement existing staff. The selected Consultant will be required to demonstrate adequate experience, including all required certifications, to inspect the construction of these various hotel, retail/commercial, and residential projects throughout the City. The City may, but does not guarantee, to request the selected Consultant to provide the requested building inspection services associated with the DFP and other major projects to break ground in the near future. The City intends to award one or more contracts for building inspection services with an initial term of three years, with two one-year extensions upon approval of the Director of Building and Code Enforcement, and mutual consent of the selected Consultant, for a total maximum term of five years. The following text is hereby added to Section 3"Scope of Work," of RFP 06-15: The selected Consultant shall provide first class as-needed building inspection services associated with various projects as may be assigned. For work provided on assigned projects, the selected Consultant shall provide building inspection services as requested by the City. Such services shall include enforcement of the City's building laws and codes and all applicable State Codes; review of construction drawings to assure compliance with City and State adopted laws and code; interfacing with permit applicants and City staff; and conducting inspections. Specific projects may include residential or non-residential projects. The selected Consultant upon request of the City shall provide building inspection services during the course of the construction to enforce compliance with the conditions of approval, provisions of the City's Building laws and the Code requirements set forth on the approved plans for which a permit was issued. In the performance of such duties Consultant shall observe each project at the completion of the various stages of construction for compliance with the appropriate City and State code. Services may be required upon 24 hour notice, including Fridays and weekends, as may be directed by the City. The selected Consultant shall furnish building inspector(s) appropriately certified by the International Code Council (ICC)with a preference for the ICC Commercial Combination Inspector certification. Firms shall provide building inspector position(s) with titles, responsibilities, certifications and hourly rates inclusive of any and all transportation fees. The City requires that all assigned building inspectors have cell phones at all times during the performance of their duties to facilitate communications. Section 6"Proposal Evaluation Criteria,"of RFP 06-15 is hereby amended as follows: • The following is hereby added to Evaluation Criteria A, "Project Understanding:" The firm's proposal adequately demonstrates familiarity with residential and non- residential building code requirements within Palm Springs; familiarity with "on-call" building inspection services for a municipal government. • Evaluation Criteria C, "Staff Qualifications" is hereby deleted and replaced with the following: Qualifications of the staff assigned to manage and provide services related to the Project; and familiarity with public works construction issues within the Coachella Valley; experience with "on-call" public works inspection services for a municipal government. Qualifications of the staff assigned to provide building inspection services for assigned projects; and familiarity with various building code requirements within Palm Springs; experience with "on-call" building inspection services for a municipal government. The following is hereby added to Evaluation Criteria D, "Firm Qualifications:" Past experience with "on-call" building inspection services for a municipal government. Past experience providing building inspection services on large hotel, retail and commercial projects. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement& Contracting Manager DATE: January 12, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Dudek Authorized Signature: Date: 2/2/2015 s Acknowledgment of Rec 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 non-responsive. REQUEST FOR PROPOSALS (RFP 06-15) FOR "ON-CALL" CONSTRUCTION MANAGEMENT& INSPECTION SERVICES (CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS) ADDENDUM NO. 2 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 City has received the following questions and is hereby providing answers thereto: Q 1: Under Section B the RFP requests that proposers provide "the expected time commitment of key personnel". Since this is an on-call contract and specific projects have not yet been identified, we cannot estimate the hours for each key person. Or do you mean estimated percentage time involvement over the term of the contract? A 1: The City acknowledges that proposers cannot properly answer this question at this time and hereby removes the question from the RFP. Q 2: With regard to the above RFP, we do not have the in-house expertise for C/M of waste water treatment-industrial facilities. Would the City be receptive to our responding to the RFP; qualified to our professional experience for performance of C/M and Inspections on any vertical or horizontal(ie. Civil /land development) projects? A 2: Consultants may submit proposals even if they do not have requisite experience for wastewater treatment facility projects, the proposal will be evaluated in the context of all of the proposals received. The City reserves its rights to award one or more contracts based on its evaluation of proposals received. Q 3: As we are a new firth to the Coachella Valley, would the City be receptive to accepting a joint proposal with our firth and a local Architectural-Civil firm; assuming, for simplification of contracting and responsibility-liability, that one firm, the local firm, would be designated as the Prime Consultant? A 3: Yes. Proposals identifying a local firm as a component of the "team"will be evaluated for the local expertise in accordance with the criteria in the RFP. Q 4: 1 have a question related to Special note on page 7 of 39. Is this requirement related to each task order/project assignment or for the entire on-call agreement period of 3 years? Special Note: The selected 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 selected Consultant shall be expected to be available to meet, as necessary, with City staff, including but not limited to, the Public Works& Engineering 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. A 4: The entire on-call agreement period. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement &Contracting Manager DATE: January 22, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Dudek Authorized Signature: Date: 2/2/2015 Acknowledgment of Racal 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. REQUEST FOR PROPOSALS (RFP O6-15) FOR "ON-CALL" CONSTRUCTION MANAGEMENT& INSPECTION SERVICES (CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS) ADDENDUM NO. 3 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 City has received the following questions and is hereby providing answers thereto: Q 1: The Proposals for the above referenced project were limited to 40 pages when the project was for "on-call" Construction Management and Inspection only. With the addition of Building Inspection Services, are we allowed any additional pages? Al: Yes. The City will allow 10 additional pages, for a revised total of 50 pages (double-sided Is ok, as in the original RFP document). Q 2: The City requests for a thumb drive or flash drive containing the Work Proposal in Microsoft Word and PDF. Would it be sufficient to ONLY submit our Work Proposal in PDF? Our standard proposal program is Adobe InDesign, Microsoft Project, and Excel. A 2: No. A PDF copy and a the of the original document on the thumb or flash drive should be provided. Software programs other than Microsoft Word are acceptable. Q 3: If our proposal is submitted double-sided, does each side of the page count toward the page limit? A 3: No. Q 4: The RFP states on page 10 of 39: B.1 "Provide a detailed technical scope of work identifying all tasks and sub-tasks required to successfully implement the construction phase of an assigned City Project." Does the City use the tern "The Construction Phase" in general terms (which may include Pre-construction, construction, post-construction phase) or does the city want to know about the construction phase specifically? A 4: The Construction phase may include all "construction phases" such as bidding and contract award, pre-construction, construction, and project close-out Q 5: The RFP states on page 9 of 39: "The proposals must be in an 8 Y X 11 format, may be no more than a total of forty (40) sheets of paper, double sided is OK, which shall include a cover letter, an organization chart, staff resumes and any appendices." Does this mean that if we use double side, we can still submit forty(40) sheets of paper which equals eighty(80)pages of text? A 5: Yes, however, as per Question #1 above, fifty(50) sheets of paper, double- sided, is now allowed. Q 6: Answer 1 to Question 1 of Addendum #2 states that proposers are not required to estimate the time allocated for staff since this is an on-call contract. Does this mean that B3 on page 10 of 39 of the RFP: B.3 "Identify how the firm will propose to budget and allocate resources to various assignments, including City Projects and private land development projects"is eliminated and doesn't require a response? A 6: Generally Identify how the firm proposes to best allocate Its resources for an on-call assignment given the fluctuating scope of services involved with the assignment Explain how the firm has accommodated allocation of resources when its other clients have had to significantly increase the need for on-call support, and likewise, how the firm has addressed a decrease In the need for on- call support. Q 7: The RFP states on pg. 10 of 39: "C.2 List specific and relevant experience for the key staff4eam members assigned to the Project with "on-call" construction management and inspection services for a municipal government. Detailed project information, including dates project started and completed, local agency contact information, and other appropriate supporting information shall be provided."On page 9 of 39 the RFP states: '-Related Experience; include relevant experience date, name of agency, and reference name%ontact information". Does this mean that references are included for Relevant Firm Experience AND on resumes? A 7: Yes. You should Identify relevant experience that the firm has had, as well as assigned staff(as the staff may have had experience while with another firm, for example). Q 8: We are not a local business to the City of Palm Springs, however, our sub consultant for this proposal is located in Indio. Would their location qualify our entire team to meet the local business preference? A 8: No. As provided in the RFP, only(prime) Srms submitting a proposal that qualify as a Local Business would qualify for the full 5 points for Local Preference. A prime using a qualifying Local Business as a sub consultant may be awarded 2 points. As provided in the RFP BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement& Contracting Manager DATE: January 27, 2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: 2/2/2015 Acknowledgment of Rece�&fdendum 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. ......................................... .................... .......... ................................... ...... OFFICES ONLINE San Diego Los Angeles Bay Area info @dud ek.corri 800.450,1818 626.204.9800 415.758.9883 Dudek.com Orange County Coachella Valley Sacramento 949.450.2525 760,341.6660 916.443.8335 facebook.com/dudeknews Inland Empire Central Coast Sierra Foothills 951.300.2100 805.963.0651 530.885.8232 EXHIBIT "D" SCHEDULE OF COMPENSATION CONSULTANT'S SCHEDULE OF FEES FOLLOWS THIS PAGE DUDEK 2015 STANDARD SCHEDULE OF CHARGES ENGINEERING SERVICES COMPLIANCE SERVICES Project Director.....................................................................$255.00/hr Compliance Director............................................................ $200.00/hr Principal Engineer III.....---..................................................$225.00/hr Compliance Manager..................................................-.......$140.00/hr Principal Engineer II.............................................................$215.00/hr Compliance Project Coordinator.........................................-$100.00/hr Principal Engineer I....................................................-........$205.00/hr Compliance Monitor...............................................................$90.00fir Program Manager................................................................$205.00/hr Senior Project Manager........................................................$195.00/hr HYDROGEOLOGICAL SERVICES ProjectManager.........................--.....................................$190.001hr Principal...............................................................................$235.001hr Senior Engineer III................................................................$185.00/hr Sr.Hydrogeologist IVIEngineer IV....................................... $215.00/hr Senior Engineer II................................................................$175.00/hr Sr.Hydrogeologist III/Engineer III.........................................$200.00/hr Senior Engineer I .................................................................$165.00/hr Sr.Hydrogeologist II/Engineer II...........................................$180.00/hr Project Engineer IVITechnician IV........................................$155.00/hr Sr.Hydrogeologist I/Engineer I.............................................$165.00/hr Project Engineer III/Technician III.........................................$140.001hr Hydrogeologist VI/Engineer VI............................................ $150.00/hr Project Engineer ll/Technician 11...........................................$125.00/hr Hydrogeologist V/Engineer V...............................................$140.00/hr Project Engineer Iliechnician I........................--..... ...........$110.00/hr Hydrogeologist IV/Engineer IV.............................................$130.00/hr Project Coordinator......................-.........................................$85.00/hr Hydrogeologist III/Engineer III..............................................$120.00/hr Engineering Assistant......--...................................................$75.00/hr Hydrogeologist II/Engineer 11................................................$110.00/hr Hydrogeologist I/Engineer I..................................................$100.00/hr ENVIRONMENTAL SERVICES Technician.............................................................................$95.00/hr Principal...............................................................................$235.00/hr Senior Project Manager/Specialist Il.....................................$220.00(hr DISTRICT MANAGEMENT&OPERATIONS Senior Project Manager/Specialist I......................................$210.00/hr District General Manager.............................-......................$175.00/hr Environmental SpecialisUPlanner VI.....................................$190.00/hr District Engineer...................................................................$160.00/hr Environmental Specialist/Planner V......................................$170.00/hr Operations Manager ...........................................................$150.00/hr Environmental SpecialisUPlanner IV.........--........................$160.00/hr District Secretary/Accountant .........................................-.....$85.00/hr Environmental Specialist./Planner III............................-.......$150.00/hr Collections System Manager..................................................$95.00/hr Environmental SpecialisUPlanner II...............--..................$130.00/hr Grade V Operator................................................................$100.001hr Environmental Specialist/Planner I.......................................$120.00/hr Grade IV Operator.............................................................-...$85.00/hr Analyst III.............................................................................$110.00/hr Grade III Operator.......................................-.........................$80.00/hr AnalystII..............................................................................$100.00/hr Grade II Operator...................................................................$63.00/hr AnalystI--...........................................................................-$90.001hr Grade I Operator....................................................................$55.00fir Planning Assistant 11..............................--.............................$80.00lhr Operator in Training...............................................................$40.00/hr Planning Assistant I................................................................$70.00/hr Collection Maintenance Worker Il...........................................$55.00/hr COASTAL PLANNINGIPOLICY SERVICES Collection Maintenance Worker I................-..........................$40.00/hr Senior Project Manager/Coastal Planner 11...........................$215.001hr OFFICE SERVICES Senior Project Manager/Coastal Planner I............................$205.00/hr Technical/DraRing/CADD Services Environmental Specialist/Coastal Planner VI........................$195.001hr 3D Graphic Artist..................................................................$150.00/hr Environmental Specialist/Coastal Planner V.........................$175.00/hr Senior Designer...................................................................$140.00/hr Environmental Specialist/Coastal Planner IV........................$165.001hr Designer..............................................................................$130.001hr Environmental Specialist/Coastal Planner III.............-.......-$155.00/hr Assistant Designer...............................................................$125.00/hr Environmental Specialist/Coastal Planner II.........................$145.00/hr GIS Specialist IV..................................................................$150.00/hr Environmental Specialist/Coastal Planner I..........................$135.00/hr GIS Specialist III................................-................................$140.00/hr ARCHAEOLOGICAL SERVICES GIS Specialist 11...............................................-..................$130.00/hr GIS Specialist I....................................................................$120.00/hr Senior Project Manager/Archaeologist 11............-.................$210.00/hr CADD Operator III................................................................$120.00/hr Senior Project Manager/Archaeologist I.............-.................$200.00/hr CADD Operator 11.........................................-......................$115.00/hr Environmental SpecialisUArchaeologisl VI............................$180.00Ihr CADD Operator I..................................................................$100.00/hr Environmental SpecialistlArchaeologist V.............................$160.00(hr CADD Drafer.........................................................................$90.00/hr Environmental Specialist/Archaeologist IV............................$150.00/hr CADD Technician..................................................................$80.00/hr Environmental Specialist/Archaeologist III............................$140.001hr Environmental Specialist/Archaeologist ll...............-............$130.00/hr SUPPORT SERVICES Environmental Specialist/Archaeologist I.....--...-...............$120.00/hr Technical Editor III........................-......................................$140.00rnr Environmental SpecialisUPaleontologist III...........................$160.00/hr Technical Editor II.................................................................$125.00/hr Environmental Specialist/Paleontologist 11............................$140.00/hr Technical Editor I.................................................................$110.00/hr Environmental Specialist/Paleontologist I.............................$120.00/hr Publications Specialist III...............-.....................................$100.00/hr Paleontological Technician III.................................................$80.00/hr Publications Specialist II...........................--.........................$90.00/hr Paleontological Technician II..................................................$70.001hr Publications Specialist I..........................................................$80.00/hr Paleontological Technician I...................................................$50.00/hr Clerical Administration II...............................-........................$80.001hr Archaeologist Technician It.....................................................$70.00/hr Clerical Administration I..........................................................$75.00/hr Archaeologist Technician I................-..............-....................$50.00/hr CONSTRUCTION MANAGEMENT SERVICES Forensic Engineering-Courtappearence depositions,and interrogatories as Principal/Manager................................................................$195.00lhr expert witnessswill be billed a12 00 times normal rates. Senior Construction Manager ..............................................$180.001hr Emergency and Holidays-Minimum charge of two hours will be billed at 1J5 Senior Project Manager............................................--.......$160.001hr times the normal rate. Material and Outside Services-Subcontractors, rental of special equipment, Construction Manager................................................... ......$150.00/hr special reproductions and blueprinting, outside data processing and computer Project Manager...................................................................$140.00/hr services,etc.,are charged at 1.155mes the direct cast Travel Expenses - Mileage at current IRS allowable rates. Per diem where Resident Engineerngin er..........--.........__.............................$140.00lhr overnight stay is involved is charged at cost Construction Engineer..........................................................$135.00/hr Invoices,Late Charges.-All fees will be billed to Client monthly and shall be due On-site Ovmer's Representative..........................................$130.001hr and payable upon receipt.Invoices are delinquent if not paid within thirty(30)days Construction Inspector III......................................................$125.00/hr from the date of the invoice. Client agrees to pay a monthly late charge equal to Construction Inspector II.......................................................$115.00/hr one percent(1%)per month of the outstanding balance until paid in full. Mnuan Increases-UNess identified ollanvose, these standard fates wit increase Construction Inspector I........................................................$105.00/hr 3%annualy. Prevailing Wage Inspector....................................................$135.00/hr D U D E K Effective January 1,2015 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. END OF EXHIBIT "E" Exhibit"E"