Loading...
HomeMy WebLinkAboutA6686 - INTERWEST CONSULTING GROUP INC - ON-CALL PUBLIC WORKS CAPITAL PROJ. CONSTR. MGMT/INSPECTION SVCS LM Sp City of Palm Springs Marcus Fuller /�coenorsntea,9�� *r-" Assistant City Manager-Engineer Cq�/FORN�P 3200 E.Tahquitz Canyon Way,Palm Springs,CA 92262 Tel 760.322.8380 • Fax 760-323.8207 • TDD 760.864.9527 Marcus.Fuller@palmspringsca.gov • www.palmspingsca.gov June 24, 2019 Interwest Consulting Group, Inc. ATTN: Jim Ross 431 S. Palm Canyon Dr., #200 Palm Springs, CA 92262 Re: On-Call Public Works Capital Project Construction Management&Inspection Services and On-Call Building Inspection Services Agreement No. 6686 Dear Mr. Ross: The referenced agreement expired'on June 30, 2018 and in accordance with Section 3.4 of said Agreement, it may be extended at the discretion of the City Manager. This is to inform you that we wish to extend the Agreement for another year to June 30, 2020. This is the second of 2 one- year extensions provided for in said agreement. If you have any questions or concerns regarding the extension of this agreement, please contact me at your earliest convenience. rincerely, arcus L. Fuller Assistant City Manager/City Engineer _ - Approved-by: David H. Ready, City er Date Please sign and return to the Palm Springs to agree to extending Agreement 6686 for one (1) year ending June 30, 2 0. Interwest Consul ing Group, Inc. Date cc: Engineering File PO Box 2743, Palm Springs, California 92263 AL/N So 4 City of Palm Springs Marcus Fuller Assistant City Manager-Engineer C9`f/FORN�P 3200 E.Tahquitz Canyon Way,Palm Springs,CA 92262 Tel 760.322.8380 • Fax 760.323.5207 • TDD 760.864.9527 Marcus.Fuller@palmspringsca.gov • cvcvw.palmspingsca.gov September 11, 2018 Interwest Consulting Group, Inc. ATTN: Chris A. Vogt 431 S. Palm Canyon Dr., #200 Palm Springs, CA 92262 Re: On-Call Public Works Capital Project Construction Management&Inspection Services and On-Call Building Inspection Services Agreement No. 6686 Dear Mr. Vogt: The referenced agreement expired on June 30, 2018 and in accordance with Section 3.4 of said Agreement may be extended at the discretion of the City Manager. This is to inform you that we wish to extend the Agreement for an additional year to June 30, 2019. This is the first of 2 one ' year extensions provided for in said agreement. If you have any questions or concerns regarding the extension of this agreement please contact me at your earliest convenience. Incerely' tk Marcus L. Full Assistant City Manager/City Engineer -Approved by: - - - — -- ' ' David H. Ready,.Ci ager Date Please sign and return to the City of Palm Springs to agree to extending Agreement 6686 for one (1) ye riding June 30, io/Sfif� Interwest Consulting Group, Inc. Date cc: Engineering File PO Box 2743, Palm Springs, California 92263 CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT "ON-CALL" PUBLIC WORKS CAPITAL PROJECT CONSTRUCTION MANAGEMENT & INSPECTION SERVICES AND "ON-CALL" BUILDING 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 Interwest Consulting Group, Inc.. a Colorado 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, and "On-Call" Building Inspection Services for a variety of future residential and commercial 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, and "On-Call" Building Inspection Services for a variety of future residential and commercial 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. Page 1 of 17 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 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: (15) the terms of this Agreement; (2nd) the provisions of the Scope of Services (Exhibit "A"); as may be amended from time to time; (3rd) the provisions of the City's Request for Proposal (Exhibit "B"); and, (41h) 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. Page 2 of 17 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. 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 Page 3 of 17 "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. 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 and on-call building inspection services (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 or building 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 Channes in Scone. 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 Page 4 of 17 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, 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. Consultant hereby designates Tim D'Zmura, PE, CBO. AICP. or his designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. It is expressly understood that the experience, knowledge, education, capability, expertise and reputation of the foregoing Project Manager, Chris Vogt. PE, is a substantial inducement for City to enter into this Agreement. The foregoing Project Manager 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 Page 5 of 17 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. 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. S. INSURANCE 5.1 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 Page 6 of 17 authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager- (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. _Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its 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 Page 7 of 17 owned, non-owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of$10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of $10.000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: 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 Page 8 of 17 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 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 Page 9of17 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). 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: Page 10 of 17 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, 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. Page 11 of 17 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 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. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 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 Page 12 of 17 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. 8.4 Default of Consultant. A. Consultant's failure to comply with any provision of this Agreement shall constitute a default. B. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for any and all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 8.3. C. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.4.13, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein. 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 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 Lecial 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. Page 13 of 17 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. 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 Page 14 of 17 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 evidence of completed transmission, and shall be deemed received upon the earlier of (1) 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 CitU: 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: Interwest Consulting Group Attention: Tim D'Zmura, PE 431 S. Palm Canyon Dr., Suite 200 Palm Springs, CA 92262 Telephone: (760) 417-4329 Facsimile: (760) 417-4329 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. Page 15 of 17 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. (SIGNATURES ON FOLLOWING PAGE) Page 16 of 17 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated herein. "CITY" City of Palm Springs Date: By: David H. Rea le City Manager p r,�;rrn ,<�,-y rnypirii ADI PRM', E; : 11f� 21�- PId�Sb APPROVED AS TO FORM: ATTEST I&L By: B . Dou las C. Holland, James Thompson, City 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: Interwest Consulting Group 431 S. Palm Canyon Dr., Suite 200 Palm Springs, CA 92262 By By S' re ( d zed) Signa ure (Notarized) Page 17 of 17 ACKNOWLEDGEMENT State of Colorado ) ) ss. County of Boulder ) On aA" 30, before me, EbPnzzXt t. /[7 /ad, Notary Public, personally appeared (,rr✓ E)pGx- Tz;rcnsr who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Colorado that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public Dorothy I. Worley Notary Public State of Colorado Notary ID 20054029536 My Commission Ex Tres ul 27,2017 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 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 inspectiontwalk through with City staff, maintenance/service personnel and project architect/design consultant. 3. Issue preliminary and final punch list, including schedule for punch list completion. Monitor and follow through with contractor until completion of all punch list items. 4. Secure and transmit required guarantees, certifications, affidavits, leases, easement deeds, operating & maintenance manuals, warranties and other documents as stipulated in contract documents. 5. Review and process contractor's request for final payment and release of retention. 6. Deliver project files to City. Construction inspection services shall include, but are not limited to: 1. Review plans, specifications, and other contract and construction-related documents. Become familiar with traffic control plans, construction schedules, construction sequences, and permit requirements from other agencies. 2. Photograph prior, during, and after construction. 3. Attend pre-construction meetings and present special concerns, if any. 4. Interpret plans, specifications and regulations and ensure that contractors are following their contracts. Provide inspections to ensure projects are constructed according to project specifications. 5. Direct and notify construction contractors about non-compliance and correct compliance problems as soon as they are discovered. 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. "On-Call" Building Inspection Services — 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 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 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 codes. Services may be required upon 24 hour notice, including Fridays and weekends, as may be directed by the City. The Consultant shall furnish building inspector(s) appropriately certified by the International Code Council (]CC) with a preference for the ICC Commercial Combination Inspector certification. Consultant shall provide the City's Building Official with assigned building inspector positions with titles, responsibilities, certifications and hourly rates inclusive of any and all transportation fees. Consultant shall furnish all assigned building inspectors with cell phones at all times during the performance of their duties to facilitate communications. 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-calf' 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-calf' 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.Gladders(o)palmspringsca.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 pA L,N OF V � tiJ Ci S�LFOAtd�4 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, 2016. 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 strongly 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, 2015, 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 $1 M) • 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. 8. Maintain cost accounting records on authorized work performed under contract unit costs and additional work performed based on actual costs of time (labor) and materials (T&M). 9. Develop a reasonable cost control system, including regular monitoring of actual costs for activities in progress and estimates for uncompleted tasks and proposed changes. Identify variances between actual and estimated costs and report such variances to City at regular intervals. 10.Assist City in coordinating services of other consultants (geotechnical, NPDES, materials testing, deputy inspection, special laboratory testing, etc.) that may be hired or selected for the project. 11. Coordinate with project architect/design consultant contractor's requests for interpretation or clarification of meaning and intent of project plans and specifications. 12. Establish and implement job safety procedures in compliance with CAL-OSHA requirements. Monitor contractor's compliance with established safety program, respond to deficiencies and hazards, and investigate and report on accidents. 13. Track quantities of work completed for progress payment. Develop and implement procedures for review and processing of progress payment applications. Assist City with review and certification for payment. 14. Establish procedures and monitor contractor compliance with federal and state prevailing wage regulations and requirements. 15. Perform quality assurance reviews on a regular basis and recommend changes, as necessary. 16. Comply with federal and state grant funding requirements. 17. Prepare federal and state grant funding reimbursements. 17. Maintain a complete project filing system. Filing system shall be in accordance with Section 16.8 (Chapter 16) of the Caltrans LAPM, and any applicable filing system applicable for new building construction or building improvement projects. Post-Construction Phase 1. Evaluate completion of work and recommend to City when work is ready for final inspection. 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 construction/excavation 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 5. 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 presentationslinterviews 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(15 POINTS): 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 of 39 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-calf" public works inspection services. Relevant experience must be demonstrated. D. Firm Qualifications (30 POINTS): Past experience with "oh-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 % 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 EA 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 A) and provide a copy of its current business license (or of those it employs for this project) from a jurisdiction in the Coachella Valley. 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 I of 39 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 Gladders, 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. Any 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.Gladders(a)palmsoringsca.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 of 39 RFP#06-15 INFORMATION OR A TRADE SECRET. SUCH PROPOSALS MAY BE FOUND NOW 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 of39 RFP#06-15 F PALM S 49 Cq�LFORN�F 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-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: es s Authorized Signature: Date: n i5 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. PF pA LM S ywc� �P C V N R�1FO�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 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 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: Z e Authorized Signature: Date: 30 Acknowledgment of Receipt Addendum 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. PALM F S V N ���IFORN�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 staffAeam 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 namelcontact 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) 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: Z u Authorized Signature: Date: ' c 116 Acknowledgment of Receipt 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" FEBRUARY 3, 2015 PROPOSAL TO PROVIDE jag i°On-Call' Construction Management & Inspection Services (City Projects and Private Land Development Projects) City RFP # 06-15 PREPARED FOR O City of Palm Springs Craig Gladders, C.P.M. Procurement& Contracting Manager " 3200 E.Tahquitz Canyon Way ` Palm Springs, CA 92262 N By Interwest Consulting Group Tim D'Zmura—Director of Municipal Services 431 S. Palm Canyon Drive, Suite 200 Palm Springs, CA 92262 760.417.4329 Office/Fax 714.625.5840 Mobile www.interwestgrp.com February 3, 2015 INTERW EST C O N S U L T I N G G R O U P Craig Gladders, C.M.P. City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 RE: Proposal for"On-Call"Construction Management&Inspection Services Mr. Gladdens, Interwest Consulting Group is pleased to submit our proposal to provide Professional On-Call Construction Management & Inspection Services and Building Inspection Services to the City of Palm Springs. We are large enough—over 200 employees—to serve all of your public and private project needs,yet small enough to ensure that we maintain focus and are responsive to the needs of Palm Springs.We currently serve over 150 cities, counties and state agencies, including the municipalities of Yorba Linda, Bell, Culver City, Eastvale, Newport Beach and Wildomar. We are submitting for consideration under the following scope categories: Construction Management, Inspection Services, and Building Inspection Services. We have also teamed with L.O.R. Geotechnical Group to provide material testing services as needed. We thoroughly understand the challenges and requirements of municipal governments since many of our staff have held senior and executive management positions with numerous California cities including former Public Works Directors, City Engineers, Capital Projects Managers, Construction Managers, Public Works Inspectors, Chief Building Officials, and Building Inspectors. This background and experience is important since serving in the capacity of the "owner," especially local agencies, requires a high level of sensitivity towards community and special interest group issues. Accordingly, our professional staff truly understands and values the importance of maintaining a focus on representing the interests of our public agency clients in a manner which reflects positively on the cities we serve. As partners with the City,our strength is to provide the following: ✓ Excellent customer service. One of the keys to the success of your department is providing your customers (residents, engineers, contractors) with excellent service. We are committed to providing the City a level of service to you and your constituents that will meet or exceed your expectations. ✓ Tailored, City-specific services. We deliver skilled staff that will meet or exceed your expectations on each assignment. ✓ Timely turnaround service. We work with you to develop the most responsive schedule to meet the time constraints placed on your projects. Interwest Consulting Group will meet or exceed our proposed turnaround times. ✓ Effective Coordination with other City Departments. Our staff is trained in promoting collaboration and cooperation with other departments and agencies. Effective communication is a key component and we have multiple communication solutions available, which will be flexible to the unique needs of the City. Each of the staff members proposed for this assignment was carefully selected based on our understanding of the scope of the project.Tim D'Zmura, PE, CBO, AICP is the Director of Municipal Services for the Southern California area and will serve as Principal in Charge. He is an authorized representative of Interwest Consulting Group with the Interwest Consulting Group I www.interwestgrpxom authority to sign all necessary agreements. Mr. Chris A.Vogt, P.E. is the Regional Manager of the Coachella Valley branch of Interwest Consulting Group, and will serve as the Project Manager(lead), Project Representative, and the management contact to the City of Palm Springs. Tim D'Zmura, PE, CBO, AICP Chris A. Vogt, P.E. 431 S. Palm Canyon Drive, Suite 206 431 S. Palm Canyon Drive, Suite 206 Palm Springs, CA 92262 Palm Springs, CA 92262 714.975.9 048 Office 760.417.4329 Office 714.625.5840 Mobile 951.616.4925 Mobile tdzmura@interwestgrp.com cvogt@interwestgrp.com Interest Consulting Group has the staff and experience to perform the full range of services required by the City of Palm Springs. More importantly, we possess the experience and skills necessary to work with the existing City staff to successfully achieve established goals. We look forward to beginning a successful relationship by providing the services outlined in the RFP to the City. We view the keys to serving the City of Palm Springs as follows: ✓ Providing all services in a coordinated, cost-effective and transparent manner ✓ Providing the City with experienced and well-qualified individuals to meet and exceed goals set for any assigned project(s) ✓ Providing a high level of customer service for internal and external customers Services will be directed from our Palm Springs office, which serves the entire Coachella Valley region with professional staff performing functions in all of our disciplines. We appreciate the opportunity to present our qualifications for your review and consideration. This proposal remains valid for a period of 120 days from the due date. We understand that 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. We are available to meet with you to discuss our approach in more detail at your convenience. Please call if you have any questions or would like additional information. Sincerely, Tim D'Zmura, PE, CBO,AICP Director of Municipal Services Interwest Consulting Group I w anter estgrpxom Table of Contents SECTION A ProjectUnderstanding............................................................................. 1 Description ........................................................................................................................ 1 SpecificChallenges.......................................................................................................... 1 SECTION B Scopeof Work.............................................................................................. 3 1 -Construction Management .........................................................................................3 2 - Inspection Services ....................................................................................................7 3 - Building Inspection Services......................................................................................9 4— Materials Testing Services Inspection Services.................................................... 10 SECTION C Staff Qualifications ................................................................................. 11 KeyPersonnel ................................................................................................................ 11 OrganizationalChart....................................................................................................... 12 Personnel Qualifications................................................................................................ 13 SECTION D Firm Qualifications.................................................................................. 16 CompanyInformation..................................................................................................... 16 Affiliations........................................................................................................................ 17 Additional Resource Locations..................................................................................... 17 Comparable Contracts.................................................................................................... 18 References and Similar Services/Projects........................................................... 19 SECTION E LocalExperience ..................................................................................... 28 SECTION F Fee Schedule - under separate cover............................................ 29 Appendix RESUMES ATTACHMENT A: SIGNATURE AUTHORITY AND PALM SPRINGS BUSINESS LICENSE ATTACHMENT B: NON-COLLUSION AFFIDAVIT Interwest Consulting Group I w .intemestgrp.com ' DESCRI PTO N Interwest Consulting Group fully understands what is required for "On-Call" Construction Management, in ' Inspection, and Building Inspection Services since much of the company's experience is providing these very services to a number of municipalities in Southern and Northern California. The seamless integration of municipal service professionals in support of public agencies has been our purpose since Interwest Consulting Group formed in 2002. As the demands for project delivery are w— ", increased, Cities are faced with the challenge of providing capable and experienced individuals to manage and inspect those projects to ensure proper completion according to the California Contract Code, Uniform Building Codes, local, state and federal specifications and plans. The projects must be properly tracked to ensure completion on time and within budget. Plan constructability review must take place prior to bidding the project to identify possible design conflicts. This will minimize surprises during construction, further protecting the City from costly and sometimes time consuming change orders. During construction, full inspection and communication is needed. Bringing the successful contractor on and treating the contractor as a "member of the team" has proven to be a very successful approach to public contracting. Adherence to the California Contract Code,the City's Municipal Code and Ordinances, and all regulations tied to the type of project funding is of high importance throughout all stages of the project to ensure that all funding may be utilized. At the conclusion of the construction, a complete "punch list" of outstanding items of work must be completed and pursued prior to the acceptance of the project. A final adjusting change order will then be developed to bring the project funding into final balance. These"basics" must be followed and well documented for all construction projects to be successful. SPECIFIC CHALLENGES We also have a good understanding of the challenges of construction projects, both public and private, in the Coachella Valley. A number of our employees have direct experience working with Coachella Valley Cities. These challenges include obtaining compliance with the South Coast Air Quality Management District's(SCAQMD) PM 10 regulations. The Coachella y� Valley has been a "non-attainment" area for a long period of time. Palm Springs is a high wind corridor in the lower desert which causes a high amount of blowing sand during grading and construction operations. Much care must be taken during these operations to ensure adequate dust control to avoid project shutdown and fines by SCAQMD. This is further exacerbated by the on-going drought in the State, making it more difficult to use water spraying for PM 10 control. The spraying of water during grading operations is imperative. After grading is completed, a soil surface binder may be placed that will provide a hard crust surface,thus minimizing blowing sand and dust. Another challenge is the timing of projects. The cooler months in Palm Springs, November-March, is the"on-season" when the population doubles. Care must be taken not to disrupt the residents and visitors to the area, and also to ensure that the local businesses are not impacted since this is the time of year when business is at its maximum. Interwest Consulting Group I w Jntemestgrp.com Page 11 Interwest staff will meet with local business owners to inform them of the project schedule, discuss the possible impacts, and mitigate those impacts. The 'off-season" months, April —October, have less population and business impacts; however, extreme heat and high summer winds decrease the daylight hours of construction operations. These challenges must betaken into account when developing the schedule at the beginning of the project. Regulations must also be closely followed and tracked when constructing projects with various funding sources including the Coachella Valley's Transportation Uniform Mitigation Fee (TUMF) funding. No-compliance with the regulations may cost the City important project funding. For Building Inspection, it is important to have qualified, knowledgeable Inspectors available at a moments notice. The building industry has a high demand for these services since in most cases, time is money. Consistency of personnel is also important to avoid conflicting comments during construction. For all of the services requested, it is important that Interest be responsive with professional staff that acts as an extension of City Staff. Interwest Consulting Group I w .intor estgrpxom Page 12 • Interwest has prepared our approach to the Scope of Services based on our - understanding of the city's need for on-call Construction Management & Inspecition Services and Building Inspection Services. What follows is an overview of services we can provide. Specific services will be tailored to the needs and objectives of the city. 1 - CONSTRUCTION MANAGEMENT Overview Interest is experienced and highly skilled at providing services in the three main phases of capital projects: 1) Pre-Construction, Bidding & Award, 2) Construction, and 3) Project Close-out. Successful integration of the roles — project manager, construction manager and construction inspector — throughout these phases is critical to the success of any project. As such we have provided an integrated scope of work below detailing the key areas of responsibility for a typical project (Specific responsibility is designated CM— Construction Manager, CI — Construction Inspector and PM — Project Manager): ✓ Provide field inspection for compliance with the approved construction documents e.g. plans, Greenbook-Cl ✓ Verify all material amounts-Cl ✓ Verify implementation of storm water regulation requirements -CM ✓ Review all invoices for accuracy of work performed-Cl ✓ Assist designer in resolving problems arising from field conditions -Cl ✓ Attend field meetings-Cl ✓ Facilitate coordination with utility companies-Cl ✓ Provide coordination with the design consultant and inspector-CM ✓ Process all invoices-CM ✓ Provide monthly project funding reports—CM ✓ Provide weekly project monitoring reports—CM ✓ Process change orders-CM ✓ Coordinate final inspection-CM ✓ Process labor compliance review and acceptance-CM ✓ Coordinate project as-built drawings-CM ✓ Coordinate processing of project changes with stakeholders and other City departments-CM ✓ Coordinate project closeout activities such as staff report, notice of completion, release of retention,document archiving, GASB 34 reporting,etc.—CM&PM Interwest Consulting Group I www.interwestgrp.eom Page I 3 Detailed Plan for Public Works Construction Management & Inspections PRE-CONSTRUCTION/ BIDDING 1 AWARD PHASE Constructability j Contract Document Review j Bid Support: Review of the construction plans and contract documents prior to bidding and report to the City any areas where there may be an opportunity to save money or find areas that can be corrected prior to the bid, resulting in more competitive bids and fewer construction change orders.This assistance is provided during the bidding process. w Pre-Project Photographs j Video: The Construction Inspector will document the condition of the project as well as the adjacent areas prior to the contractor mobilizing, thus minimizing any dispute that may arise regarding existing vs. construction damage. Pre-Construction Meeting: We will organize or attend the pre-construction meetings prior to the Notice to Proceed being issued. Meeting notes and a list of invitees and attendees will be distributed. Plans, Specification & Estimate (PS&E): The PS&E package is essentially the contract document from which the contractor will bid and build the project. The project engineer, in consultation with the construction manager,takes the approved project and begins the formal design process. Every effort must be made to stay within the scope of the approved project, and adhere to the environmental document constraints. Any changes to the scope must be approved by the city; changes to the scope during the PS&E phase will likely increase construction costs, may require additional environmental studies, and possibly delay the schedule. As the PS&E package develops, a bigger emphasis is made on constructability,traffic handling and staging.All can significantly impact construction costs. Potential Pitfalls: Resulting in: Interwest Solutions: -Poorly prepared plans, -Extended review period - Review the PR and specifications and estimate -Delays in the permitting Environmental Document at (inconsistency in plan process the beginning of the PS&E sheets,unclear plans, -High contractor bids phase incomplete or incorrect -Contract change orders - Implement Quality information) (CCOs)and/or claims Assurance/Quality Control -Poorly written specifications Plan •Extended construction that are inconsistent with the period - Perform Constructability and plans or missing items -Traffic delays Bidability Reviews -Having plans/specifications .Potential for right-of-way that do not adhere to the delays Environmental Document -Having poor staging and traffic control Bidding and Construction Support ✓ During the bidding process, if so directed, the Interwest Team will be available to answer bidders' questions, prepare drafts of addenda or clarifications to the PS&E and assist in reviewing bids and recommending a contract award. ✓ During construction, we will provide supplemental support to the City and construction management section for construction inquiries. This supplemental construction support includes: o Reviewing and preparing responses to RFI's o Reviewing Contractor submittals and shop drawings for compatibility with design Interwest Consulting Group I w .intemestgrp.c Page 14 o Reviewing and providing recommendations of change order proposals o Performing final review/evaluation and assisting with the preparation of punch list for work deficiencies o Preparing record drawings of the completed projects based upon the redlined set of as-built plans provided by the Contractor. Potential Pitfalls: Resulting in: Interwest Solutions: - Having bidding Delays in bidding and Utilize experience to build realistic documents which are not construction which project schedules that properly consistent with City can lead to higher account for all reviews and standards costs approvals - Inadequate time allotted Misinterpreted Respond expeditiously to Contractor for PS&E approvals by contract documents RFI's and other requests to City Engineer and City which can lead to minimize CCO's and delay claims 4 Attorney's office CCO's and delay Utilize constructability and -Slow response time to claims specification reviews by I Contractor RFI's and other experienced staff to identify the requests most efficient construction methods I and to minimize CCO's I i CONSTRUCTION PHASE Project Schedule j Submittal Review:A realistic schedule that meets the requirements of the contract documents is critical to the success of the project. Our team will constantly monitor the schedule, noting and making the City aware of any critical path slips, as well as any opportunities to compress the schedule that may arise. Further, timely and thorough submittal review is critical to a project. Examples of activities include: ✓ Coordinate, review and approve the Contractor's proposed CPM schedule for completion of project. ✓ Review contractor's schedule, update submittals for conformance to master schedule and contract documents. Document Control: We use the proven method of controlling documents through the system developed and used by Caltrans. We will apply consistent procedures to track all documentation, regardless of project size and location. Doing so will result in a standard documentation and filing system across the board for capital projects. As a result, records retrieval will be quick and efficient. Work activities include: ✓ Maintain all project documents, drawings, contract change orders, contractor submittals, shop drawing and correspondence in electronic form and hard copy. ✓ Maintain at the project site in an "as current" basis a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction.We track documents, including all correspondence. ✓ Ensure an office engineer is available for projects with significant document control needs, and all files will be set up by our office engineer, regardless of size. ✓ Maintain a digital photographic library&significant activities. ✓ Maintain RFI, submittal and change order logs. Ensure consultants and engineers respond within contract time frames. We track the number of days submittals are outstanding and with a particular party on a weekly basis and report this information to the appropriate staff. Interwest Consulting Group I www.interwestgrp.com page 15 ✓ Monitor Contractor and the sub-contractors regarding compliance with prevailing wage rates and affirmative action requirements applicable to the project including a Labor Compliance Program in accordance with AB 1506 and the Davis-Bacon Act. Our inspectors and office engineers are trained on the appropriate forms and techniques necessary to conduct these compliance activities. ✓ Collect and review, for compliance with all State and Federal regulations, certified payroll records requirements. Weekly I Monthly Construction Meetings: We would attend and chair weekly or monthly project meetings with the contractors and stakeholders. We can prepare the agenda and discuss schedule, budget, changes, safety issues, etc. This has proven to be an important step to getting the project on schedule early. Change Order Review/Dispute Resolution: Our team will review any requests for contract change orders to verify the work is necessary and outside of the contract, and we will negotiate the best way from the City perspective to pay for the work,whether that is time and materials, unit prices, or a negotiated amount.We will advise City as to their effect on the contract time and cost. We can perform independent estimates of proposed change order work when necessary or when directed by the City. The Construction Manager will then make a recommendation for approval,which according to the City policy, will ultimately need approval by the Public Works Director. Materials Testing Management: We will coordinate and schedule the materials testing services to acquire the necessary services, and reports, in the most efficient manner. Compaction Control: We will coordinate compaction testing with the soil engineering firm to verify all compaction conducted meets all requirements and specifications. Progress Payment Processing: We will review progress payments and verify quantifies/unit prices, amount due, certified payroll, appropriate rates, etc. If the review shows the progress payment is accurate, we will then recommend payment and circulate it to Project Manager for additional review,signature and approval. Agency Coordination: We will coordinate any work with other agencies to maximize contractor efficiency and keep the project on schedule. PROJECT CLOSE-OUT PHASE Punch List Completion: Our Inspector will generate and make the contractor aware of deficiencies as they occur in the field. We will encourage the contractor to repair or replace work that does not meet the specifications when it is identified. Interwest will oversee the complete performance of all punch list items and final clean-up before contractor moves off- site. Each punch list item is personally signed off by a member of our team, and all items must be signed off before the construction manager signs the list as complete. Record Drawings and Other Documents: Our Construction Manager will review the record drawings with the Inspector for accuracy and completeness prior to acceptance of the project. This is monitored weekly. At the end of the project, we will obtain from contractor all record (as-built) drawings: 0 & M materials, attic stock, contract required documents, lien releases, and written warrantees. Geotechnical Report: Our Geotechnical sub-consultant will complete a geotechnical report with all test results, logs, and correspondence. Final Report: Our team will prepare a final report for the project that recaps the costs, schedule, successes, and lessons learned to the City and the Project Manager for use in preparing the City Council Notice of Acceptance Staff Report. An inventory of the"wrap up"tasks for construction management activities include: Interwest Consulting Group I w .intemestgrpxom Page 16 �I ✓ Administer post-construction training of custodial, maintenance,operations and grounds staff for all new equipment, systems and finish materials. We intend to invite the appropriate City maintenance personnel to the final walk-through of the project so they may ask questions and review the work. We understand that the project is built for the end-user, which is usually the maintenance department on behalf of the citizens. ✓ Coordinate final testing, documentation and regulatory inspections. We require all materials testing and special inspection documentation to be in a final report in chronological order. ✓ Advise on substantial and final completion and liquidated damages. ✓ Evaluate any contractor claim, negotiate and resolve claim issues. Recommend approval or denial by the City. ✓ Establish a warranty process and schedule six(6)months and eleven(11)months warranty walks. ✓ Oversee the complete performance of all warranty repair items. Document Archive: Once the project is complete,we will turn over all project documents in archive form to the City. 2 . INSPECTION SERVICES General Approach Utilizing construction management services through Interwest Consulting Group is an extremely valuable strategy for delivering cost-effective, high quality municipal services. We understand the City is seeking highly qualified civil engineering firms to provide Construction Management and Inspection Services for various city capital improvement projects. This could include a variety of elements such as: roadway rehabilitations, new park developments, building and utility projects on an "as-needed" basis, streets, driveways, sidewalks, curb and gutters, pedestrian ramps, drainage improvements, parks, buildings, open space amenities, trails, traffic signals, playground equipment and sports fields plus related services including sewer lift stations, sewer, sewage treatment plant expansion/improvements, domestic water, reclaimed water and street lighting. We have a proven track record of providing all of these services. Our Inspectors will ensure that all work conforms to the project construction documents, City Codes ®L=1> and Ordinances including the City Grading Code and Manual, APWA "Greenbook" Standard ®� Specifications for Public Works Construction, AWWA Standards, Los Angeles County Public Works ^ Standards, State and Federal Building Codes related to site accessibility as well as Title 24 and ADA requirements, Caltrans' Local Programs Manual,the City's Quality Assurance Plan for Federal and State Funded Projects and all applicable prevailing wage laws including the Davis-Bacon and Related Acts. Our team of professionals proposed for this assignment has extensive career expertise in the public works industry. Our local knowledge in combination with our depth of experience translates into g better, more consistent decision making. This provides the City with excellent value not only today in cost for services, but more importantly in the future while operating the infrastructure. All Inspections shall be carried out using City established policies and procedures with the highest quality staff in a timely and professional manner. We shall be an advisor and advocate and provide services with the best interest of the City in mind. Quality Control For all projects we will create and apply tailored management systems that work and will carefully monitor program effectiveness, closely tracking work quality, quantity, and cost. Delivering projects under aggressive schedules requires careful management, administration, and oversight of project development teams from inception to Interwest Consulting Group I www.interwestgrp.eom Page 17 completion with committed, complete ownership of all aspects. Despite this approach, some projects may fall behind schedule. If this occurs, Interwest will quickly review the reasons for the delay, identify options for getting the project back on track, and implement the selected option after consulting with the City. Scope, schedule and budget impacts of the delay will be scrutinized to ensure critical elements are not jeopardized by implementation of the corrective action. Guaranteed Deliverables There are several important areas of work requiring special attention for project management, construction management,and construction observation to ensure successful completion of a project: Standardization & Maintenance of Project Documentation — In order to effectively combat claims, it is vitally important that the construction manager and inspector follow a uniform standard to ensure that potentially volatile issues are dealt with in a timely, accurate and consistent manner. Interwest has instituted such a system and has a proven track record of helping its clients to avoid costly claims. Monitoring Quality&Objectiveness of Field Personnel—Our construction supervisors routinely check the files and performance of our construction inspectors. Regular training meetings are conducted at which changes in rules and regulations are discussed. Of critical importance are the storm water compliance rules and the requirements of the general construction permit on City projects. Public Relations — Public works projects that impact residents and businesses present unique, non-technical challenges which must be addressed throughout the life of a project. Interwest staff will work closely with these stakeholders to make them aware of the project, its status and any changes that are made. Our assigned staff possesses the non-technical skill set needed to navigate the public relations arena. Construction Inspections (Including SWPP Compliance): Our Inspector, as well as any other field personnel performing services will document all work, quantities, contractor and subcontractor personnel and equipment,visitors, and field orders on a daily basis. Some specific duties include: ✓ Oversee Quality Assurance of the construction activities to conform to plans and specifications. ✓ Monitor contractor work performance for deficiencies and recommend any special testing needed. ✓ Perform all special inspection required for project. ✓ Maintain daily onsite project log and as-built schedule report. Prepare daily reports of observations and activities. Secure the general contractor's daily log reports. Our reports will be based on the Caltrans daily report forms. ✓ Perform periodic digital video and still photography of the progress of the project. Said photography will show date of the events and conditions being recorded. All non-compliance issues as well as any other site conditions requested by the City shall be photographed. Our inspectors will take photographs of work on a daily basis as part of our inspection protocol. ✓ Maintain a daily log containing a record of weather, contractors, work onsite, number of workers, work accomplished, problems encountered, solutions agreed upon, and other similar relevant data as the City may require. ✓ Monitor and endeavor to ensure the establishment and implementation of appropriate safety programs by the Contractor. ✓ Ensure compliance to reporting requirements of the State Water Resources Control Board as it relates to SWPP reporting. Interwest Consulting Group I www.interwestgrp.com Page 18 3 - BUILDING INSPECTION SERVICES General Approach Interest Consulting Group tailors inspection services to the particular needs of Am each client with special attention to providing competent, consistent service at all levels—at all times. We handpick our candidates and identify skill levels required to best match the City's inspection goals and philosophy. All Interest Consulting Group inspectors are ICC certified. Interwest staff has performed inspection services on a wide variety of construction projects including custom homes, large residential developments, and commercial, institutional and essential service buildings. We provide valuable experience gained through successful work with government clients throughout California. This clear understanding of the construction process enables our people to quickly identify and resolve problems both in the office and in the field. Assigned staff will perform continuous or periodic construction inspections to verify that the work of construction is in conformance with the approved project plans as well as identifying issues of non-compliance with applicable building codes. Many of our inspector candidates can provide dual plan check and inspector services for our clients. When necessary for large or fast-track projects, multiple inspectors are available. Staff assigned will contact the Building Official for interpretations, local ordinances, local preferences, alternate materials and exceptions/alternates to the model codes. They will report directly to the jurisdiction Building Official or other person designated for all project-related work. Items, if any, which cannot be resolved between the project inspectors and contractors,will be forwarded to the Building Official for final resolution. Inspection personnel assigned will be able to read, understand and interpret construction plans, truss drawings and calculations, prepare and maintain accurate records and reports, communicate effectively orally and in writing and to work effectively with contractors, the public and general staff. Inspectors will posses knowledge of approved and modem methods, materials,tools and safety used in building inspection and the most current building standards. Services include, but are not limited to: ✓ Perform all necessary building inspections in a timely and courteous manner. ✓ Resolve code interpretation issues in the field. ✓ Enforce compliance with the conditions of approval, provisions of your jurisdiction's ordinances and the code requirements set forth on the plans for which a permit was issued. ✓ Observe each project at the completion of the various stages of construction for compliance with the appropriate building code; state disabled access and energy regulations. ✓ Identify issues of non-compliance with applicable building codes. ✓ Ensure that adequate records are maintained for all building inspection activities. ✓ Administrative duties including but not limited to scheduling of inspections and record keeping. ✓ Coordinate with the Code Enforcement Officer on building code violations. ✓ Coordinate with Public Works Inspectors on matters involving public water,sewer,storm drainage and street improvements. Integration with City Staff and Departments As municipal consultants to many jurisdictions, Interwest staff is highly adaptive to all processes and procedures and quickly and seamlessly assimilates to your specialized requirements. All personnel are cross-trained in municipal Interwest Consulting Group I www.interwestgrp.com Page 19 operations to successfully bridge across departments and are accustomed to partnering, assisting, and coordinating with Planning, Public Works, Code Enforcement and other vital City staff and departments. Inspection Schedule Interest Consulting Group inspectors are familiar with a multitude of jurisdictional scheduling and tracking systems and can quickly adapt to City requirements. Inspectors will provide inspections for all inspection requests received. Emergency inspections (usually requests that pertain to a serious or urgent life/safety issue)can be provided as they are needed; nights, weekends and holidays. Many of our inspectors are also available to serve at the public counter when needed. Tools & Equipment interest Consulting Group provides all vehicles, fuel maintenance, and other equipment necessary for inspectors to carry out duties. 4 - MATERIALS TESTING SERVICE General Approach According to the City's Request for Proposal, the successful firm must also provide material testing services as needed. To ensure quality geotechnical services, Interest Consulting Group is partnering with L.O.R. Geotechnical Group to provide all material testing services as needed for each project. LOR has been delivering professional geotechnical consulting and construction materials testing services to the private and public sector in southern California for over 25 years. LOR's principles are directly involved in the implementation and completion of its professional services. All of our field and laboratory personnel have been employed by this firm for over 10 years. LOR is an Employee Stock Owned Program(ESOP)company.Their employees are as committed as the principles to the future of the company and the clients' needs. LOR is Small Business Certified. Their laboratory is currently approved by the Cal'rfomia Department of Transportation (Caltrans). Their field and laboratory personnel are Caltrans, International Code Council (ICC), American Concrete Institute (ACI) and American Construction Institute Association (ACIA) certified. Short Bios and resumes of the principles and key personnel are provided within this proposal. L.O.R. Geotechnical Group has provided geotechnical engineering services for over three thousand projects within Southern California, most of which lie within the County of Riverside and surrounding communities. In the past five years they have or are currently providing on-call geotechnical testing and inspection services to the following Public Works and Capital Projects Departments:the Cities of Bell,Big Bear Lake, Indio, Moreno Valley,Penis, Riverside,Santa Monica,and Yucaipa. They also provide services to the Counties of Riverside and San Bernardino. Interwest Consulting Group I w Jnter estgrp.com Page 110 KEY PERSONNEL All of our proposed staff has significant direct experience working as city employees and as contract staff members in similar jurisdictions throughout Southern California. The resumes for each individual are included in the Appendix. Individually, the professionals showcased below excel in each of their backgrounds. As a team, they possess the professional capability to innovatively create and implement effective solutions with your agency and the community's interests in mind. Depending on the type, size, and schedule of the project(s), the following individuals would be available to serve the City. We propose Tim D'Zmura, PE, CBO, AICP as Principal-in-Charge. Tim brings 26 years of experience in serving a number of jurisdictions throughout Southern California in the capacity of building official, public works director, city engineer and planning director. Tim D'Zmura, PE, CBO, AICP I PRINCIPLE IN CHARGE Tim has served in a number of capacities in the fields of civil engineering, municipal public works, current and advanced planning, and building safety administration and inspection. He has served public sector clients as in- house public works director, city engineer, planning director, assistant city engineer and building official. He has served private sector clients as a project manager and design engineer. His background also includes responsibility for leading and managing the successful delivery of a variety of municipal contract services to numerous cities throughout Southern California. He has dedicated himself to serving the client's needs in the most effective and efficient manner possible. Chris A. Vogt, PE I PROJECT MANAGER I PROJECT REPRESENTATIVE KEY CONTACT Chris has nearly 32 years of successful planning, implementing, and administering public works projects and programs. He brings a solid history of successful management with over 20 years as a Public Works Director/City Engineer. He brings an exemplary work ethic focusing on continuous process improvements while maintaining the ability to effectively navigate through politically sensitive environments. He has managed an operational budget over $39 million and a comprehensive Capital Improvement Program in excess of $1.6 billion. Supporting cities in Southern California, Chris has a wealth of knowledge in budget preparation; infrastructure maintenance; professional and construction contract negotiations; organizational development; project management; water, sewer and electrical utility operations and construction; engineering design; staff development; training and mentoring; complex engineering studies such as Development Impact Fees and assessment engineering; and public informational and collaborative meetings. Chris has been Project Manager over a number of Municipal Building construction projects including the first City Hall for the City of Chino Hills, a locker room/restroom/office facility for a public pool project in La Quinta, and the renovation of the Pomona Fox Theater. Chris also has over five years of experience in the Coachella Valley when he was the Public Works Director/City Engineer for the City of La Quinta. Chris is a professional who brings solutions to our clients. He is flexible and open with his communications and fosters a teamwork atmosphere in resolving challenges. He is committed to serving the needs of the client through strong leadership and a collaborative approach. Of the references listed, Chris has experience working directly with Joe Perez (City of Bell, (323) 588-6211), Robert Van Nort(City of Eastvale,(951) 361-0900), and Gary Nordquist(City of Wildomar, (951)677-7751). Interwest Consulting Group I www.interwestgrp.com Page 111 ORGANIZATION CHART We propose the follow structure and staffing candidates to serve the City of Palm Springs. City of Springs Tim D7mura, PE, :• Principal-in-Charge RepresentativelKey Contact Iw�wint 7prvleas flsrvhs :` Tan Maroodia John Cb&WAMFW Tap iNr6wg.:.. Join Lauer Kabono OW cnft Sh*** Dowel R•CCA"" Joke R.Rhdr Juio VeV•ee: ChAstie"'an P ip llallkov% Munk swifter Interwest Consulting Group I www.interwestgrp.com Page 112 Construction Management Tom Marnocha, CESSWI, Q.SP I CONSTRUCTION MANAGER Tom brings more than 29 years experience in the areas of construction management, inspection, planning, schedule analysis, project management, billings and payments, contract administration and compliance, field engineering, quality assurance, and materials testing for a variety of public works, residential and transportation projects. He also has Coachella Valley experience by working as a Construction Manager on a number of projects for Palm Desert and Rancho Mirage. He possesses a vast array of certifications, including his certifications in QSP (Qualified SWPPP Practitioner) and CESSWI (Certified Erosion, Sediment, and Storm Water Inspector). These two certifications allow Tom to serve as an inspector, monitoring Storm Water Prevention Plans ensuring they are adhering to all California rules and regulations. Tom's diverse background allows him to bring a deep understanding and expertise to cities and government agencies on large, complex, high-value construction projects. Projects range from small city projects to multi-million dollar projects including parks,fire stations, street improvements, and community buildings. Tom is an expert in using the Contract Manager Document Control System which facilitates his ability to collaboratively work with all parties ensuring projects are well managed and brought to a successful completion. Kahono Oei, P.E I CONSTRUCTION MANAGER Kahono brings more than 28 years experience in Construction Management and Civil Engineering experience including over 15 years experience as the City Engineer/Engineering Manager for the City of Banning. In addition to his city engineering experience, Mr. Oei has much experience in project management of City Capital Improvement Projects including a number of improvements and upgrades to the Banning wastewater treatment plant. Having provided technical and strategic assistance to Public Works Directors, City Managers, elected officials, and the community on various Public Works Capital Projects, programs, policies and activities, he is an excellent background for providing Construction Management services on a large variety of projects for the City of Palm Springs. He also understands the regulations regarding various local, state, and federal funding sources, including the TUMF program. With his many years of Construction Management experience from a City standpoint, he has a thorough understanding of the construction regulations in the California Construction Code, Caltrans Standards, and the Greenbook. Julio Velasco I CONSTRUCTION MANAGER Julio has over a decade of experience providing quality Construction Management services to municipalities. He is very familiar with all facets and phases of the construction process, having overseen and propelled projects ranging from small city structures to multi-million dollar developments including parks, civic centers, water pollution control plants and treatment facilities. Over his career, he has earned a reputation for successful project completion through coordinating trades, developing client relationships and building positive rapport with architects, engineers, subcontractors and vendors while maintaining budget costs. Julio is well-versed in Standard Specifications for Public Works Construction ("Green Book"),the Work Area Traffic Control Handbook(WATCH), and material purchasing, as well as document preparation and tracking. Interwest Consulting Group I www.intemostgrp.com Page 113 Inspection Services John Chesworth I CONSTRUCTION INSPECTOR John has more than 20 years of construction and Civil Engineering experience. He has worked as a construction lead inspector and superintendent for large construction companies specializing in various fields including but not limited to, utilities construction and relocation, commercial construction, and development construction. Over his career, John has been responsible for construction inspection and Quality Control, daily reports and quantity take-offs, review and monitoring the schedule of work, compliance with plans and specifications, shop drawings, change orders, submittals and RFI's, safety compliance, preparing and reviewing as-built plans, and preparing final punch lists. John's wealth of code knowledge makes him a qualified inspector for any construction project. Christian Ott I CONSTRUCTION MANAGER & INSPECTOR Christian has more than 13 years of progressive construction experience serving cities throughout the Southern California region. Christian brings a wealth of hands-on, diverse knowledge and experience with many small and large construction projects. He maintains a high standard of quality and productivity on each project to ensure a successful completion. Christian stands out by developing solid partnerships with staff, contractors, business,and the public to achieve the goals of our clients. He maintains a productive environment by providing thorough observations, maintains excellent communication and delivers a high level of customer service in a professional manner at all times. Craig Stubbe I CONSTRUCTION INSPECTOR Craig is a seasoned Public Works Inspector and brings more than 35 years of progressive experience serving the Southern California region. His knowledge of the construction industry, as well as on the job experience, helps him provide thorough and accurate inspections. He strives to maintain a high level of customer service to the developers and clients while ensuring the project schedules are maintained and the proper procedures are followed. Craig stands out by developing solid partnerships with staff,contractors, businesses, and the public to achieve the goals of our clients. He maintains a productive environment by providing thorough inspections, maintains excellent communication and delivers a high level of customer service in a professional manner at all times. Building Inspection Services Tom Hartung, CBO I BUILDING OFFICIAL BUILDING INSPECTOR Tom served the City of La Quinta for over 20 years as Building Official. He is intimately familiar with local and regional agencies and brings a strong background in managing municipal building departments. Complimenting Tom's decades of experience is his ability to effectively communicate and collaboratively work with contractors, engineers, developers and the public with what can sometimes be complex issues relating to development and building issues. Daniel McCance I BUILDING INSPECTOR Daniel is an ICC Certified Building Inspector and possesses over 10 years of experience providing building inspection services to various jurisdictions in Southern California. Daniel holds a vast number of ICC certifications and has a thorough understanding of the principles and procedures of record keeping and report preparation. He brings a wealth of hands-on and diverse knowledge in building inspections for both residential and commercial arenas. Interwest Consulting Group I www.interwestgrp.com Page 114 Daniel develops solid partnerships with staff, developers, and the public to achieve the goals of the client. He maintains a productive environment by providing thorough inspections, maintains excellent communication and delivers a high level of customer service in a professional manner at all times. Philip Hallberg I BUILDING INSPECTOR Phil has over a decade of experience in the industry working in both the public and private sector. Having served the City of San Jacinto for nearly ten years, he is well-acquainted with the intricacies of municipal Building and Safety Departments and has complete knowledge of building, electrical, plumbing and mechanical codes, as well as NPDES and ADA compliance. Phil knows that customer service is always of primary importance to a successful project. In past positions, he often lent his expertise both to the public and the development Community by conferring with contractors,engineers,architects, homeowners and others concerning complex code issues and requirements. Material Testing Services (LOR Geotechnical) John Leuer, C.E., G.E. I PRESIDENT OF L.O.R. GEOTECHNICAL Mr. Leuer has over 32 years of professional experience in the geotechnical and civil engineering field. In this time, Mr. Leuer has developed an extensive knowledge of the many geotechnical considerations involved in construction in the souther California area. Mr. Leuer is highly experienced in all aspects of soil and foundation engineering for a wide variety of projects ranging from multi-story commercial and industrial structures to several thousand acre planned community developments. Mr. Leuer has substantial experience coordinating projects for many City, County, and State agencies as well as in the public sector,gaining a reputation for being responsive to clients needs while providing strong technical expertise. John R. Muir, ACIA, ACI I REGISTERED CONSTRUCTION INSPECTOR Mr. Muir has over 20 years experience as a geotechnical field technician. Mr. Muir has extensive field experience with all geotechnical and inspection aspects for construction. His experience includes grading compliance and observations, compaction testing of soils in the field using the Sand Cone Method and the Nuclear Gauge Method, compaction testing of asphalt concrete,casting concrete cylinders,and full-time observation of major street construction projects. Mr. Muir is a American Construction Institute Association (A.C.I.A.) Registered Construction Inspector and an American Concrete Institute(ACI)Grade 1 Technician and holds certification in the Caltrans Test Methods: 125,216,231,375,504,518, 523,533, 539,540, 556,557.Additionally, Mr. Muir has certification by the California Department of Transportation(Caltrans) for sampling and testing of soil,aggregate base,asphalt concrete,and Portland Cement Concrete. Mark Switzer, ACIA, ACII I LABORATORY MANAGER FIELD TECHNICIAN Mr.Switzer has been working in our geotechnical laboratory and in the field since 2001. He has knowledge and experience in the laboratory performing a wide range of materials testing, including soils, asphalt concrete, epoxy grout, and concrete for both ASTM and Caltrans standards and specifications. In addition, he has performed materials testing for City, County, and State agencies for Quality Control/Quality Assurance projects. Mr. Switzer oversees all work performed by personnel in the laboratory, including finalizing and reporting laboratory data. He also has experience in the field with Sand Cone and Nuclear Gauge Testing methods, measuring cut and fill, basic trench compaction, bolt tensioning,and sampling materials in the field. Mr. Switzer is an American Concrete Institute(ACI)Grade 1 Technician and holds certifications in the following CaIVanS Test Methods: 105, 125, 201,202, 216,217,226, 227,229, 231, 301,304,305,307,308,and 366. Interwest Consulting Group I w Anterwestgrp.com Page 115 r r � COMPANY INFORMATION The seamless integration of municipal service professionals in support of public agencies has been our purpose since Interwest Consulting Group formed Ln 2002. Intenvest was founded by individuals with a passion for serving municipalities.We currently employ approximately 200 employees spanning a multitude of disciplines within city engineering, public works, and building and safety departments throughout California. We currently serve over 150 cities, counties and state agencies, including the municipalities of Yorba Linda, Bell, Culver City, Eastvale, Newport Beach, Wildomar, La Quinta, and Coachella. We provide the following services to cities/counties: ✓ Construction Management&Inspection ✓ Building and Safety ✓ City Engineering ✓ Capital Improvement Plan/Map Review and Entitlement ✓ Geographic Information System(GIS) ✓ Information Technology ✓ Real Property Acquisition ✓ Traffic Engineering &Transportation Planning ✓ Transportation Program Management&Funding Our staff has held staff, senior and executive management positions within numerous California cities including the titles of City Engineer, Public Works Director, Building Official, Traffic Engineer, Construction Manager, Public Works Construction Inspector, Building Inspector, and other well-seasoned personnel. This depth of experience brings a high level of expertise and sensitivity towards community and special interest group issues. We value the importance of a focus that represents the interests of our public agency clients and reflects positively on the citizens they serve. Collectively, our professionals have programmed and delivered projects, and developed and implemented innovative programs and public policies recognized by the American Public Works Association, California Transportation Foundation, Solid Waste Association of North America, State of California Office of Traffic Safety,American Planning Association, and been awarded with the Leadership in Energy and Environmental Design(LEED)Award. We furnish both technical excellence and a thorough understanding of the regulatory process to assist our clients through the sometimes daunting complexities associated with the delivery of projects, implementation of important public programs,and adoption of significant public policy. Interwest Consulting Group I www.rnterwestgrp.eom Page 116 AFFILIATIONS Education and certification are at the very core of our company.We support and encourage staff to participate in and contribute to the many associations important to the industry knowing that technical excellence and proficiency is vital to public service. Attending specialized training classes, seminars and industry-related conferences is part of our dedication to the industry. Many of our staff holds or have held key positions within the groups listed below: ✓ League of California Cities ✓ American Public Works Association ✓ California Association of Building Officials ✓ International Code Council ✓ County Building Officials of California ✓ Institute of Transportation Engineers ✓ ICC Chapters of: Los Angeles Basin, ✓ California Water Environment Cochella, Orange Empire, Foothill, East Association Bay, Peninsula,Sacramento Valley, ✓ California Stormwater Quality Shasta Cascade Association ✓ SEAOSC ✓ City Engineer's Association of ✓ City/County Engineer's Association Inland Orange County Empire ADDITIONAL RESOURCE LOCATIONS SOUTHERN CALIFORNIA NORTHERN COLORADO 15061 Springdale Street CALIFORNIA 1218 W.Ash Street Suite 205 8150 Sierra College Blvd. Suite C Huntington Beach,CA 92649 Suite 100 Windsor,CO 80550 714.899.9039 Office Roseville,CA 95661 970.674.3300 Office 916.781.6600 Office 9519 Chamberlain Street 1505 Patton Drive Ventura,CA 93004 9300 West Stockton Blvd. Boulder,CO 80303 805.659.0017 Office Suite 105 303.444.0524 Office Elk Grove,CA 95758 431 S. Palm Canyon Drive, 916.683.3340 Office Suite 206 NEVADA Palm Springs,CA 92262 6280 W.Las Positas Blvd. 4815 W.Russell Road 760.417,4329 Office Suite 220 Suite 11 K Pleasanton,CA 94588 Las Vegas,NV 89118 CENTRAL CALIFORNIA 925.462.1114Office 702.476.22000ffice 7491 N.Remington Avenue Suite 103 Fresno,CA 93711 559.448.9839 Office Interwest Consulting Group I w .inter estgrp.com Page 1117 COMPARABLE CONTRACTS CLIENT SCOPE OF WORK City of Bell City Engineering, Building Plan Review, Building Inspection, Engineering Plan Check, Project Management,Construction Management, Public Works Inspection,Engineering Support, GIS City of Coachella Building Inspection City of Culver City On-call Construction Management,Public Works Inspection City of Eastvale City Engineering, Plan Review, Building Inspection, Construction Management,Public Works Inspection Engineering Plan Check, Engineering Support,NPDES, Transportation Planning,Traffic Engineering, Drainage Engineering,GIS, Real Estate Acquisition,Grant Writing City of Irvine Engineering Plan Review, On-call Construction Management, Public Works Inspection La Quinta Interim Building Official City of Lomita On-call Construction Management,Public Works Inspection City of Newport Beach Construction Management, Public Works Inspection City of Wildomar City Engineering, Building Plan Review,Building Inspection, Public Works Inspection,Transportation Planning,Traffic Engineering,Code Enforcement, Drainage Engineering,GIS, IT, Real Estate Acquisition,Grant Writing City of Yorba Linda Public Works Inspection,Construction Management y, Interwest Consulting Group j www.interwestgrp.com page 178 REFERENCES AND SIMILAR SERVICES/ PROJECTS With many Interwest staff having worked directly for public agencies, we understand the importance and challenges of municipal government. Below are a few samples of our relevant experience: City of Yorba Linda Interwest Consulting Group began serving the City of Yorba Linda [population 64,000] in April 2010. A city who continues to see growth we are pleased to provide Building and Safety plan review and Public Works inspection services for the City. - - Building Plan Review services are performed off-site by experienced, licensed engineers with a focus on delivering thorough and timely plan reviews for the development community. Our full-time onsite staff performs public works inspection services and construction management services on a variety of commercial and residential development projects. Interwest currently provides: Rick Yee, PE ✓ Building Plan Review Assistant City Engineer ✓ Construction Management& Inspection (714)961-7171 ryee@yorba-linda.org HIGHLIGHTED PROJECTS ( Mark Stowell, PE Previous Public Works Director Public Works Inspection j Construction Management City Engineer Hidden Hills Storm Drain Lining Project - 150OLF of storm drain lining which (562)902-2385 included the flushing, video documentation and lining installation. mstowell@cityofiamirada.org Richfield Widening Project-Approximately 50OLF of new curb and gutter, sidewalk and retaining wall.Coordinated utility relocations,survey and materials testing. Bastanchury Road-This project involved the installation of two intersections of new traffic signal poles and head, traffic loops, interconnect communication conduit, construction of new horse trail with fencing, sidewalk and handicap ramp construction. Yorba Linda Medical Office Building - Approximately 10,000 sq. ft. of medical office space. Interwest performed grading, roadwork and sidewalk improvement inspections. Four New Housing Developments - Interwest performed grading and SWPP inspection services entire project scope. ✓ Corta Bella-150 new home development ✓ Heritage- 100 homes in a new residential housing development ✓ Vista Vel Verde-Residential community with 100 homes ✓ Encanto-Residential development of 100 single family homes Richfield/ Buena Vista Street Light Improvement Project - Project included relocating Edison power lines, installation of new traffic signal poles, signal heads and safety lighting, traffic loops and advanced loops and restriping. Yorba Linda Rehabilitation: Project included grinding the existing pavement and replace with new asphalt concrete pavement and included restriping over roadway and adjusting the utility boxes. Interwest Consulting Group I www.interwestgrp.com Page 119 City of Bell In November 2010, as part of its recovery process, the City of Bell selected F Interwest Consulting Group to provide building plan check services. Interwa,t has reviewed a number of projects in the City, including a new commercial building, several commercial Tls and residential addition and remodel projects. The opportunity to assist Bell in its recovery presented unique challenges with nearly every manager and the entire City Council departing the City in a matter of months. We worked closely with staff to maintain a high level of customer service and deliver quality plan reviews to the City. We were selected to provide City Engineering services in December 2011 and Building and Safety services in I Joe Perez 2012. Our staff seamlessly integrated into the City working closely with new Community Development Director managers helping identify new policies and procedures that were needed, 6330 Pine Avenue reconnecting with regional projects and preparing master plans. Bell,California 90201 (323)588-6211 We currently provide the following services: jperez@cityoPoell.org ✓ City Engineering ✓ Building Official ✓ Plan Review ✓ Building Inspection ✓ Project/Program Management ✓ Construction Management ✓ Construction Inspection ✓ Geographic Information Systems(GIS) HIGHLIGHTED PROJECTS Construction Management j Inspection Veterans Memorial Park: Interwest provided pre-construction bid preparation services and managed the bid and award process for the softball field renovation project at Veterans Memorial Park. The project involved removing and replacing all turf in the outfield and survey and laser leveling the infield and outfield. Furthermore, Interwest monitored the project schedule and budget, and provided construction management administration,field inspection and close-out services. Washington Elementary Natural Park: This project included new landscaping and irrigation, amphitheater, playground equipment, workout trail, Bio Swale, retention tanks, parking lot and stub-outs for future facilities. Interwest performed construction management and inspection services which included attending weekly progress meetings, inspecting all aspects of construction, daily documents and NPDES inspections. Bandini: The project is a single-story tilt up building structure/demolition with groups S1, F1, and B occupancy classifications and Type III-B construction. The total area of the proposed project consists of 484,400 square feet. Interwest provided all public works inspection and onsite building inspection. Our staff conducted full plan review services for specification shell office/warehouse with a detached fire pump house, truck court, screen walls, fences,truck enclosure and light poles. The estimated construction cost for this project is$20 million. Interwest Consulting Group I www.interwestgrp.com Page 120 Florence Avenue Resurfacing: Interwest provided pre-construction bid preparation services and managed the bid and award process. During construction, Interwest provided construction management administration, field inspection, and close-out services. Valuation: $280,000. Interwest's construction manager closely monitored the project schedule and budget, and acted as the City's central point of contact for all project team members. The project also included coordination with the adjacent mobile home park to provide a temporary access drive on Live Oak Avenue. Americans with Disabilities Act(ADA) Improvement: Interest developed a transition plan that complied with the a regulations under 28 CFR Part 35.150(d)that set forth the steps necessary to ensure compliance with the ADA and its implementing regulations. The j x projects scope included the investigation and identification of barriers to - access and to compile an ADA Transition Plan for City owned facilities, public rl rights-of-way (streets, intersections, ramps and sidewalks, etc.), and program services, in accordance with Americans with Disabilities Accessibility Guidelines(ADAAG)and the California State Accessibility Standards(CSAS). Pavement Management Plan Update: Interest updated the City's PMP providing an effective planning, programming tool enabling the City to evaluate maintenance priorities and make informed recommendations for improvements. The project scope included Streetsaver Program installation and set-up, updating of PMP, and GIS linkage & map reporting. The PMP had not been updated since 2008 and the City needed the most current and complete information to be in compliance with the LA County MTA Congestion Management Plan, and to certify that the streets have been assessed and inventoried to receive both local and federal funds. Interest is now implementing the recommendations for the year one improvements which include re-construction and overlay projects throughout the city. Street Rehabilitation Project 201212013 in Various Streets: To implement the Pavement Management Plan, Interest provided design, pre-construction bid preparation, managed the bid and award process for the Street Rehabilitation Project 2012/2013 in various streets. This project involves work such as overlay, reconstruction, striping and improvements of curb ramps, sidewalks, curb & gutter and cross gutters. Interest is providing construction management administration, field inspection, and will be providing close-out services. The estimated construction costs for this project is$1.8 million. Stormwater MS4/NPDES: Interest coordinates with the Principal permittee, Los Angeles County Public Works Department by monitoring and implementing the MS4 permit(Separate Storm Sewer System Permit) and advises the City staff as to the need to meet NPDES permit regulations and policies accompanying SUSMP and SWPPP. Interest reviews the required post construction BMPs plan prior to the issuance of building/grading permit. Interwest also prepares NPDES annual reports for Los Angeles County Public Works and has participated in Gateway Cities Water Management Committee to provide communication about common problems and solutions concerning the stormwater quality in Bell. Interwest Consulting Group I www.rnterwestgrp.eom Page 121 City of Culver City Interwest Consulting Group provides construction management and inspection services for special public works projects for the city on an on-call basis. Projects include pedestrian improvements — strictly complying with f mandatory ADA regulations; street striping and traffic signal updating; and complicated concrete replacements following Caltrans guidelines. ✓ Construction Management ✓ Project Inspections Lee Torres Project/Construction Manager-Engineering HIGHLIGHTED PROJECT 9770 Culver Boulevard 0232 Pedestrian Improvement at Intersection with Bus Stop: This Culver City,CA intersection improvement included ADA ramp and PCC pavement (310)253-5623 5623 upgrade, rebar reinforcement, saw cutting, brick paving, new striping and traffic signalization. City of Eastvale Since incorporation of the City of Eastvale on July 1,2010, Interwest Consulting Group has created and implemented necessary systems and processes to provide the following services: - ✓ City Engineering ✓ Program Management ✓ Construction Management I Public Works Inspection ✓ Engineering Support Services ✓ Building Department Administration ✓ Building Plan Review, Inspections and Permit Counter ✓ Building and Safety Code Compliance Robert L.Van Nort ✓ NPDES-Storm Water Compliance Support Services Interim City Manager ✓ Grant Writing Services 12363 Limonite Ave,Suite 910 Eastvale, CA 91752 ✓ Development Engineering and Entitlements (951)361-0900 ✓ Transportation Planning rvannort@eastvaleca.gov ✓ Traffic Engineering Services ✓ Drainage Engineering ✓ Geographic Information Systems ✓ Real Estate Acquisitions Services HIGHLIGHTED PROJECTS Capital Improvement Program After completing the City's Pavement Management Program, Interwest identified a priority list of preventive maintenance projects to further the design life of the pavement. The budget in FY 2013/2014 includes more than $2 million of thin overlays,crack seal,and slurry seal projects. Interwest Consulting Group I www.interwestgrp.com Page 122 The City's Capital Improvement Program expenditures for FY 2013-2014 total more than $13.6 million in over the next five years. The CIP identified Measure "A", Gas Tax and AB2766 Funds to program and advance projects consistent with Council direction. The CIP includes resurfacing arterial streets, implementing Pavement Management Program, preparing grant applications for SR2S and SB 821 to fund schools safety project and synchronizing traffic signals along Limonite Avenue. The budget also includes$100,000 to prepare a Citywide Bicycle and Pedestrian and a Truck Route. Santa Ana Regional Water Control Board MS4 Permit - Interest is representing the City of Eastvale in the development of its new MS4 stone water permit. Compliance requirements and task are being coordinated with the County Flood District and other agencies to meet all permit requirements. Bridge Projects -Interest is an active participant and is working with local, regional and state transportation agencies to plan, design and fund two major bridge widening projects. The first bridge is a new interchange on Limonite at 1-15 ($30 million). The second bridge is a widening project at Hamner at Santa Ana River set to replace the four lanes with six lanes($60 million). Interest was successful to fund pre-planning work for both bridges using Western Riverside Council of Government (WRCOG) Transportation Uniform Mitigation Fee (TUMF). While the County of Riverside is the lead agency, Interest staff is involved in reviewing and commenting on the work. Project Management / Public Works Inspection Hellman Ave and Schleisman Road — This development project consisted of 354 new single family homes on the southeast corner of Schleisman Road & Hellman Avenue. Upon completion, Interest inspectors will have inspected approximately 3.15 miles of new residential roadway pavement (19 new streets), 6.3 miles of sidewalk, curb and gutter, .85 mile of arterial roadway pavement, 0.85 mile of sidewalk, curb and gutter on the major roadway and all traffic control devices. Archibald Ave and Schleisman Road — This development project consisted of 173 new single family homes. Project includes approximately 1.3 miles of new residential roadway pavement(8 new streets); 2.6 miles of sidewalk, curb and gutter; 1.5 miles of arterial roadway pavement; 1 mile of sidewalk, curb and gutter on the arterial roadway and all traffic control devices associated with the improvements. Limonite Ave and Bellegrave Avenue—Development project with 204 new single family homes. Upon completion, Interest inspectors will have inspected approximately 1.5 miles of new residential roadway pavement (16 new streets); 3 miles of sidewalk, curb and gutter; .16 mile of major roadway pavement; .16 mile of sidewalk, curb and gutter on the major roadway and all traffic control devices. River Road West of Archibald Avenue — Project required repairs due to pavement failure at several locations caused by sewer line failure. River Road was excavated on a section and re-compacted to avoid future settlement of the roadway. Interest provided inspections and oversight of the trench excavation and all traffic control associated with this work. This work was part a total project with 290 homes. Grant Funding The City of Eastvale was successful in receiving SB 821 and SR2S grant funds ($220,000 and $150,000 respectively) to construct sidewalks at two elementary schools to enhance pedestrian safety. Interest is also designing the sidewalks and will perform construction management in 2013 when construction begins. Interwest Consulting Group I w .inter estgrp.com Page 123 In the spring of 2013, the City applied for$100,000 in State funds to prepare a Bicycle and Pedestrian Master Plan. Interwest prepared and submitted all the grant application to RCTC and Caltrans. The study involved four major categories of data collection and analysis. The study and recommended speed limits were also reviewed by the Police Department. Development Services Eastvale Commerce Center—A 200 acre industrial /commercial development along the west side of 1-15. The project includes 3.1 million square foot of industrial space, 610,000 square feet of Business Park, and 340,000 square feet of commercial retail. The project is surrounded by the Cites of Ontario and Jurupa Valley requiring close coordination for transportation improvements. Interwest prepared the conditions of approval and reviewed the traffic impact analysis of the EIR. Walmart Retail Center — A 175,000 square foot retail store with fast food is now in the review process. The retail center is adjacent to 220 KV Southern California Edison lines that may require the relocation of a tower to widen a major arterial highway. Interwest is coordinating efforts with SCE to shift the centerline of the highway to avoid relocation of the SCE tower.Additionally, preparing the conditions of approval and reviewing the EIR is the responsibility of Interwest. The Enclave — KB Homes - A 90-acre, gated development planned with five neighborhoods; the largest new home community launched in Riverside and San Bernardino counties since the housing downturn in 2007. Includes 106 homes, large recreation center, pools, parks, featuring an array of energy-saving and water-conserving technologies such as tankless water heaters, rooftop solar systems, electric car-charging stations and roof tiles coated with a catalyst that neutralizes nitrogen oxide, a key component of smog. Public improvements, included but not limited to, extensions of water, sewer, and storm drainage to the site and half street improvements of two major ." arterial (6-lane) streets. Median and parkway landscape improvements have also been installed at the beginning of the project. Everton Grove- Pulte Homes-A 51 acre residential project made up of 204 units. This project was initiated in the County of Riverside and Pulte Homes stopped the process to have the City and tY PP P h' r Interwest provide a significantly shorter review and approval process of approximately 3 months from submittal of maps and plans to approval of the maps and subdivision agreements by the City Council. Construction has been initiated and includes over 1500 If of offsite sewer within a major arterial involving multiple layers of traffic control for safe movement of local and regional traffic. Eastvale Gateway South — 60,000 square-foot mixed use center including M, Walgreens, McDonalds, Taco Bell and Chevron on 15.3 acres at the entrance into the City. Improvements include major flood control facilities, water upgrades and loop systems, and substantial improvements and signalization of two major arterial(6-lanes)streets. Interwest Consulting Group I www.interwestgrp.com Page 124 City of Newport Beach Interwest Consulting Group began working with the city in 2010 providing plan w' review services and complete onsite inspection services on the new Newport Beach Civic Center and Library Expansion project. In 2013 we were selected to provide construction management services in support of their public works projects. Services Provided: ✓ Construction Management ✓ Building Plan Review Patrick Thomas ✓ Structural Plan Review Former Deputy Public Works Director ✓ Onsite Inspection Services (951)461-6076 HIGHLIGHTED PROJECT pthomas@mur6eta.org Newport Beach Civic Center, Library Expansion and Parking Structure • This ! For Civic Center Project: Stephen Badum $130 million project consisted of a 103,000 square foot, two story City Hall Office Assistant City Manager Building, a 25,850 square foot, one story City Hall Assembly Building which (949)644-3002 includes a Council Chambers, a 67,370 square foot, two story addition to an i sbadum@newportbeachca.gov existing library and a 155,000 square foot, three story parking structure. Also included in the project is a 16 acre park which contains numerous retaining walls, pedestrian bridges and a pedestrian bridge over a busy street to connect two portions of the park. The City Hall Office, City Hall Assembly, Council Chambers Building and the library expansion are constructed of structural steel supporting steel decking with concrete fill at the second floor levels and steel decking at the roof level. The lateral force resisting system for the City Hall Office Building and the City Hall Assembly Building incorporate buckling restrained braced frames to resist lateral seismic loads. The parking structure is constructed of poured-in-place concrete columns and supported post-tensioned concrete floor slabs. The lateral force resisting system _ for the parking structure consists of concrete shear walls. The construction type is II-B (fully sprinklered) with two hour fire walls, and with B, A-2, A-3 and F-1 occupancies at the City Hall Office Building, City Hall Assembly Building, Council 1 Chambers Building and the library expansion.The construction type for the parking structure is type II-B with S-2 occupancy. Interwest Consulting Group I www.interwestgrp.corn Page 125 City of Wildomar Since incorporation of the City of Wildomar on July 1, 2008, Interwest Consulting Group has created and implemented necessary systems and processes to provide the following services: ✓ City Engineering 0 ft ✓ Development Engineering and Entitlements ✓ Transportation Planning ✓ ig Public Works Inspection ✓ Traffic Engineering Services Gary Nordquist ✓ Building Department Administration ✓ Building and Safety Code Compliance City Manager 23873 Clinton Keith Road, ✓ Building Plan Review and Inspections Suite 201 ✓ Code Enforcement Wildomar,CA 92595 ✓ Drainage Engineering (951)677-7751 ✓ Geographic Information Systems gnordquist@cityofwildomar.org ✓ Information Technology ✓ Real Estate Acquisitions Services ✓ Grant Writing Services HIGHLIGHTED PROJECTS Accessibility Evaluation Report and ADA Transition Plan - Interwest prepared for the City of Wildomar the "Accessibility Evaluation Report." This Report identified the existing architectural barriers at the various City facilities and along City Right-of-Way. Specifically, Interest conducted extensive surveys of city hall, parks, bus stops, and roadways (curb ramps, sidewalks) and provided information in a detailed checklist of each location. Interest furnished suggestions to remove those barriers that are readily achievable and suggested a method of providing equivalent facilitation. Interest also prepared I .. cost estimates for improvements. In cases where the barrier was not proposed for removal, Interest provided documentation justifying that the barrier is an undue hardship to remove. The Report is based on the guidelines established by the Department of Justice's Title III of the Americans with Disabilities Act. With information from the evaluation report, Interest developed the ADA Transition Plan for the city which prioritized the improvements. Safe Routes to School Sidewalk Project- Interest was responsible for the design and management of sidewalk and roadway improvements to two existing elementary schools - Wildomar Elementary School and Ronald Reagan Elementary School. Improvements included new sidewalks, handicap-accessible ramps, curb and gutter, and roadway widening along selected routes to each school. The projects were funded by bicycle and pedestrian safety grants. The Wildomar Elementary improvements were %'k approximately 1.5 acres in size and the Ronald Reagan improvements consisted of approximately 0.5 acres. This project involved coordination with the police department and School District to bring to fruition and received extensive coverage in the local news. Interest provides oversight for the City's participation in the WRCOG Transportation Uniform Mitigation Fee (TUMF) Program and assisted the City in evaluating a regional effort to consider TUMF reductions.. There were multiple unique challenges associated with each site. The Wildomar Elementary improvements had several challenges including maintaining multiple existing driveway access points, meandering the sidewalk to avoid existing Interwest Consulting Group I www.rnterwestgrp.com Page 126 trees and utilities, and minor drainage improvements along the affected area. The biggest challenge associated with the Ronald Reagan improvements was acquiring the additional right-of-way required to construct the roadway and sidewalk. Interwest services provided — included Transportation Planning, Capital Project Management, Grant Writing, and Traffic Engineering. The project was made possible by two grants written and secured by Interwest for the City. The City adopted its first CIP in 2009 with the design of an expanded interchange, implementation of a slurry seal program, a traffic signal and trail improvements being the focus of the program the first year. Our team also approached the local water district and have scheduled quarterly meetings which have allowed both agencies to alleviate a strained partnership the water district had prior to City incorporation. 6 City's first Capital Improvement Program, totaling over $8 million in revenue over the next five years. The CIP identified Measure"A", gas tax, and air quality revenue (AB 2766)to advance projects and programs consistent with Council direction. The CIP included the traffic signal program, the unpaved roadway program, the slurry seal program, and accessibility program which involved Interwest collaboration with Riverside County, City Council, and the public. We also secured and administered over $1 million dollars in grants from the Riverside County Transportation Commission's SB 821 program, Caltrans Safe Routes to School Program, and the Caltrans Highway Safety Improvement Program. These funds leveraged existing Measure "A" revenues to bring in state and federal funds,significantly augmenting the City's Capital Improvement Program budgets. Hoover Ranch: This project consisted of a Tentative Subdivision Map, Zone Change, General Plan Amendment and an Environmental Assessment to evaluate the impacts of the protect f for a 51 lot subdivision map in a proposed gated community. The site required the extension of street infrastructure to provide access this parcel. Additionally,this site is adjacent to a creek '°` and was to provide emergency access through an existing park �- Interwest reviewed the tentative subdivision map, the proposed site plan and how it interfaced with the surrounding infrastructure = y� and land use, water quality plan and hydrology study. Due to the —WSW -- urgency of the project, conditions were generated to deal with the -- inadequacies of the submittals as well as the required infrastructure to make this a feasible development. Canyon Plaza: This project consisted of a Conditional Use Permit for a gasoline service station with carwash,three drive-thru restaurants, and two retail buildings totaling approximately 37,000 square feet of floor area, a Tentative Parcel Map to subdivide two existing parcels into 6 commercial parcels and 1 reciprocal access parcel, and an Environmental Assessment to evaluate the impacts of the project. Interwest provided review of the tentative map, commercial site plans and how it interfaced with the surrounding infrastructure and land use, review of the water quality plan, hydrology study. Traffic was evaluated to determine if the project impacted the surrounding area. Study comments were provided to have the Applicant for study revisions to address the various issues. Sand Diego Regional Water Control Board MS4 Permit Negotiation — Interwest represented the City of Wildomar in the negotiation of its new MS4 storm water permit. Battling two different watersheds the City found itself in a unique position relative to the new requirements. Interwest was able to assist the City in these negotiations to be in compliance with 1 watershed set of requirements. Staff participated on the negotiating team which consisted of the County of Riverside, Riverside County Flood Control,and neighboring cities. I Interwest Consulting Group I www.rnterwestgrp.com Page 127 The team in this proposal has a large amount of local experience in the Coachella Valley. Chris A.Vogt, P.E., Project Manager/Key Contact is presently the head of the Interest Consulting Group Coachella Valley Office located at 431 S. Palm Canyon Drive, Palm Springs(approximately 2.7 miles from Palm Springs City Hall). Chris was the Public Works Director/City Engineer for the City of La Quinta where among his other duties, he was responsible for many different Capital Improvement Projects. Tom Marnocha, Construction Manager has many years experience as a Construction Manager for Capital Improvement Projects in the Cities of Palm Desert and Rancho Mirage. Tom Hartung, CBO, Building Official/Building Inspector was the Building Official for the City of La Quinta for 20 years. He has many years experience working with the development community. Kahono Cal, P.E., Construction Manager was the City Engineer in Banning for 15 years. During that time, he was the construction manager for many Capital Improvement Projects including the expansion and improvements of the Banning Watewater Treatment Plant. Philip Hallberg,CBO, CASp, Building Inspector,was a building inspector for the City of San Jacinto for 10 years. L.O.R. Geotechnical Services has many years of experience in the Coachella Valley.A few of the projects they provided geotechnical services on include: • Bridge Widening and Related Improvements on Hwy. 111 East of Jefferson Street • Interstate 10 & Monroe Street Interchange • Highway 111 Street Improvement Project,from Jackson Street to Golf Center Parkway • Monroe Street from 49th to 52nd • Palm Springs Airport—Solar Canopy Interest's base will be out of the Palm Springs office. A copy of the Palm Springs Business license is included in the Appendices. Interwest Consulting Group I www.interwestgrp.com Page 128 SECTON F Schedule ee The proposed fee schedule is being submitted under a separate cover as required in the RFP. Interwest Consulting Group i www.interwestgrp.com Page 129 OE I abed woo•dj6asavualui-m I dnoig 6ui;lnsuoo ;se uue;ul XION3ddV RESUMES Interwest Consulting Group www.interwestgrpxom Page 31 / Tim D7mura, PE, CBO, AICP 1 Principal in Charge N T E R W E ST Tim has served in a number of capacities in the fields of civil engineering, municipal public CONSULTING works, current and advanced planning, and building safety administration and inspection. GROUP He has served public sector clients as in-house public works director, city engineer, www.interwestgrp.com planning director,assistant city engineer and building official. He has served private sector clients as a project manager and design engineer. His background also includes responsibility for leading and managing the successful E D u C A T 1 0 N delivery of a variety of municipal contract services to numerous cities throughout BS,Civil Engineering Southern California. He has dedicated himself to serving the client's needs in the most University of Notre Dame effective and efficient manner possible. MBA,Emphasis in Leadership and Tim has extensive experience in personally providing municipal contract services to Managing Organizational Change, Communities throughout Southern California. He has personally served as Public Works Pepperdine University Director,City Engineer, Deputy City Engineer or Associate Engineer for the following cities: Certificate in International Business,ESC Rouen,France Bell 2012 San Gabriel 2001—2002 Certificate in International Business, Wildomar 2009—2013 Palos Verdes Estates 1991—2000 Oxford University,England Pomona 2006-2009 Hidden Hills 1990-2000 R E e I S T R A T 1 o N s Los Alamitos 2002—2005 Baldwin Park 1990 CERTIFICATIONS Professional Civil Engineer Yucca Valley 2001—2002 Rancho Palos Verdes 1987 State of California No.45607 Additionally, he has personally served as Building Official for the following cities: Professional Engineer Pomona 2006-2009 Hidden Hills 1991-2000 State of Illinois Mission Viejo 1995 Palos Verdes Estates 1991-2000 No.0062-049267 Professional Engineer PROJECT SPECIF IC EXPERIEN C E State of Maryland No.20260 '.. Contract Public Works Director ICC Certified Building Official 2009-2013 City of Wildomar ICC Certified Building Inspector '', Tim currently serves as the Public Works Director for the City and has responsibility for the overall direction of the city engineering services and capital project delivery. He has P R 0 F E s s 1 0 N A L represented the City in MS4 stormwater permit negotiations with the San Diego Regional A F F I L I A T 1 0 N S '... Water Quality Control Board. He also successfully coordinated and transitioned the American Public works association management of local capital improvement projects from the county of Riverside to the (APWA)—Board of Directors Southern City of Wildomar. California Chapter Rotary International Public Works Director ) City Engineer 2006—2009 City of Pomona Tim served as Public Works Director/City Engineer/Building Official reporting directly to the City Manager. Charged with overall responsibility for managing and directing the engineering, public works and building safety divisions,Tim focused on ensuring the timely implementation of the City's capital improvement program and the re-structuring of the building safety division. Department and budget restructuring resulted in the successful implementation of nearly$2 million in annual operational savings. - Implementation of the City's $250 million Capital Improvement Program(CIP) and its more than 350 projects - Establishment of a Traffic Committee - Developed City's Marketing Partnership Program - Implementation of the first railway Quiet Zone in Los Angeles County - Development and securing of funding for more than $3 million of shovel ready projects for implementation under the federal stimulus program - Analysis, specification & bidding for $1 million contract for street sweeping and park maintenance services as an alternative to in-house services Page 132 Contract City Engineer 4 2002—2005 City of Los Alamitos Serving as the City's Contract City Engineer, Tim's accomplishments and assignments INTERWEST included the development of the Traffic Commission's policies and procedures, which CONSULTING enabled the City to effectively and efficiently resolve traffic-related issues. He also GROUP developed project reports for road and intersection improvements, and was successful at www.interwesigrp.com securing approximately $1 million in funding through the Orange County Transportation ' Authority's Combined Transportation Funding Program. Contract City Engineer 2001—2002 Town of Yucca Valley Tim served as Contract City Engineer for this San Bernardino County city and was responsible for the engineering activities including: - Land Development Review - Resident Engineering on Highway 62 Median Improvement Projects - All Contract Administration and Project Management on Federally Funded Roadway '.. Improvement Projects - Project Management and Resident Engineering on the California Welcome Center Project - Development and review of two new roadway projects Contract Public Works Director ( City Engineer '.. 1991—2000 City of Palos Verdes Estates Principal accomplishments and assignments included: - Development of a Pavement Management System - Drafted the Soils and Geology Review Process - Provided Project Engineering on the Via Zurita Hairpin Turn Roadway Repair Project - Management of the Preparation of the Traffic Calming Plan ',. - Construction Contract Management ',. - Plan Review - Capital Improvement Planning and Implementation - Guidance on Hillside Development and Grading - Roadway and Landscape Maintenance Management - Feasibility Studies Contract Building Official 1991—2000 City of Palos Verdes Estates Tim was instrumental in the following: Development and implementation of the City's first Computer Building Permit System which provides automated tracking of all permit activity in the City. He also facilitated the City obtaining the highest rating given to a building department under the Building Code Effectiveness Grading Schedule (BCEGS), a national insurance industry rating system. I Page 133 Chris & Vogt, PE Project Manager NT E R W E ST Chris has 32 years of successful management, planning, implementing, and administering CONSULT I N G public works projects and programs. He brings a solid history of successful management GROUP I with over 20 years as a Public Works Director/City Engineer. He brings an exemplary work ethic focusing on continuous process improvements while maintaining the ability to www.interwestgrp.com effectively navigate politically sensitive environments. E D 0 C A T I O N He has managed an operational budget of over $39 million and a comprehensive Capital . Improvement Program in excess of$1.6 billion. Supporting cities in Southern California , BS,Civil Engineering Chris has a wealth of knowledge in budget preparation; infrastructure maintenance; University of Pittsburgh professional and construction contract negotiations; organizational development; project Pittsburgh,PA management; water, sewer and electrical utility operations and construction; engineering R E G I S T R A T 1 O N 5 design; staff development; training and mentoring; complex engineering studies such as C E RTI F I CATIONS Development Impact Fees and assessment engineering; and public informational and Professional Engineer I Civil Engineering collaborative meetings. P R O F E S S 1 0 N A L Chris is a professional who brings solutions to our clients. He is flexible and open with his A F FILIATION S communications and fosters a teamwork atmosphere in resolving challenges. He is APWA-American Public Works committed to serving the needs of the client through strong leadership and a collaborative Association, approach. Southern California Chapter President 2012 SPECIFIC EXPERIENCE APWA-American Public works Deputy City Engineer ) Senior Project Manager Association,Coachella valley Branch of 2012—Present Interwest Consulting Group Southern CA, President& Creator,2000-2001 Chris provides various public works director and city engineer services to jurisdictions throughout Southern California. His responsibilities include: implementing and developing City/County Engineers Association capital improvement programs and development impact fees; staff training, mentoring Inland Empire President,1996 and management; direction and supervision of professional, technical and maintenance staff; program management over consulting contracts (design and construction management professionals); completion of specialty projects; and coordination of issues with public utilities. Director of Public Works 1 City Engineer 2006—2011 City of Moreno Valley Managed a Public Works Department of 145 professional, technical, maintenance and clerical staff with an operational budget of $39 million and Capital Improvement budget of $180 million (comprehensive $1.6 billion). Public Works included seven divisions: Administration, Engineering Land Development, Traffic, Capital Improvement Projects, Maintenance (solid waste, street, storm drainage, graffiti, fleet), Special Districts, and the Moreno Valley Electric Utility. Select Accomplishments: - Completed a $25 million electric sub-station project and participated on the City's bond team - Reorganized the new City Electric Utility '... - Completed a $1.6 million Veterans Memorial project within schedule and budget by working with a citizen design committee - Directed staff in the development of a comprehensive Capital Improvement Program that reflects all projects to ultimate build-out of the City($1.6 billion) - Coordinated City regional projects with Caltrans, Western Riverside Council of Governments,and the Riverside County Transportation Commission - Completed a$10 million regional soccer facility(synthetic turf) - Renegotiated the City's Solid Waste contract resulting in enhanced services and full indemnification under AB 939 without additional costs to the City Page 134 Developed a streamlined plan check and inspection program to support local / development 1 Director of Public Works I City Engineer 2001-2006 City of Pomona INTERWEST Supervised the Public Works of 97 Department CONSULTING P professionals, which included GROUP Administration, Engineering, Development,Traffic, Capital Improvement Projects, Streets, Stormwater, Graffiti Abatement, Facilities Maintenance, Building and Safety, and City www.interwestgrp.com Communications. Select Accomplishments: - Developed a comprehensive Capital Improvement Program - Developed a bond issue with Gas Tax proceeds to complete $10 million worth of street rehabilitations and improvements - Completed $2 million White Avenue beautification project fronting the L.A. County Fairgrounds - Established and implemented the City's Graffiti Abatement Program that improved removal time to 24 hours Director of Public Works I City Engineer 1996—2001 City of La Quinta Managed the Public Works Department of 20 professional, technical, and clerical staff. This included Administration, Engineering, Development, Traffic , Capital Improvements and Street Maintenance. Select Accomplishments: - Coordinated the development and implementation of La Quinta's first Development Impact Fees - Updated the City's $800,000/year Lighting and Landscape Assessments to conform to Proposition 218 - Completed a $500,000 community pool and locker room/office facility project within schedule and budget utilizing the design/build process ',. - Completed a $20 million assessment issue and coordinated the construction associated '.. with the assessment for public sewers, street improvements, and a downtown beautification project Director of Public Works )City Engineer 1991-1996 City of Chino Hills Held multiple positions while serving the City of Chino Hills.Was the first Director of Public Works/City Engineering when the city was incorporated in December 1991. Established and directed the Public Works Department of 40 employees (not including consultants) under six divisions. These divisions included Administration, Engineering Design and Development, Traffic and Roads, Water, Sewer, Drainage, Utility Operations, and Facilities/Vehicle Maintenance and Operations. From 1992 - 1993, the Parks and Landscape Maintenance Division (1972 Lighting and Landscape Act) was also under his direction including a Parks and Landscape Manager and 15 employees. Select Accomplishments: - Completed the $10 million extension of the ultimate improvements to Chino Hills Parkway from Carbon Canyon Road(SR142)to the 60 freeway in Pomona - Developed the first Public Works Department for the City of Chino Hills after Incorporation - Supervised a$13M/year Water Utility operational budget for the City - Developed the first Pavement Management System for Chino Hills - Developed and Streamlined the Final Map and Developer Entitlement process Page 135 T Public Works Engineer II/Project Engineer III 1986-1991 County of San Bernardino/Special Districts 1 Municipal Engineer 1983-1986 Westmoreland, Washington, Somerset, and Alleghany INTERWEST Counties in South Western PA CONSULTING GROUP www.1nterwestgrp.com l Pagel36 Tom Marnocha, CESSWI, QSP Construction Manager INTERWEST Tom brings more than 29 years experience in the areas of construction management, CONSULTING inspection, planning, schedule analysis, project management, billings and payments, GROUP contract administration and compliance, field engineering, quality assurance, and www.interwestgrp.com materials testing for a variety of public works, residential and transportation projects. He possesses a vast array of certifications, including his certifications in QSP (Qualified SWPPP Practitioner) and CESSWI (Certified Erosion, Sediment, and Storm Water Inspector). These two certifications allow Tom to serve as an inspector, monitoring Storm ED DCATION Water Prevention Plans ensuring they are adhering to all California rules and regulations. AS,Civil Engineering Technology Tom's diverse background allows him to bring a deep understanding and expertise to NWTI,Northwest Wisconsin cities and government agencies on large, complex, high-value construction projects. Technical Institute,1982 Projects range from small city projects to multi-million dollar projects including parks, fire REG I STRATIONS stations, street improvements, and community buildings. Tom is an expert in using the C E R T I F I C A T 1 o N s Contract Manager Document Control System which facilitates his ability to collaboratively CALTRANS work with all parties ensuring projects are well managed and brought to a successful Post Earthquake Inspections&Safety completion. Evaluation NICET,Level II Certification PROJECT SPECIFIC EXPERIENCE CALTRANS ! Construction Manager )Construction Inspector Sampling&Testing Construction Materials 2011—Present Interwest Consulting Group CESSWI Provides a variety of services to clients in the Southern California region, including Certified Erosion,Sediment&Storm Water Inspector 12305 construction management, public works construction management and observation, QSP,Qualified SWPPP Practitioner l 22064 Inspection, and SWPPP inspections. He currently provides public works construction AWS,Certified Associate welding Inspector management and inspection services on a variety of projects throughout the City of Yorba Nuclear Density Gauge Operator,Troxler Linda: Electronic Laboratories - Richfield Widening Project-Approximately 500 lineal feet(LF)of new curb and gutter, P R O F E 5 5 1 o N A L sidewalk and retaining wall. Coordinated utility relocations,survey and materials testing. A F F I L I A T 1 0 N s - Hidden Hills Storm Drain Lining Project-1500 LF of storm drain lining which includes the ACIA,American construction Inspector flushing,video documentation and lining installation. Association - Bastanchury Road - Project involved the installation of two intersections of new traffic AWS,American welding Society 'I! signal poles and head, traffic loops, interconnect communication conduit, construction of National Institute for certification ':. new horse trail with fencing,sidewalk and handicap ramp construction. in Engineering Technologies - Richfield/ Buena Vista Street Light Improvement Project - Project included relocating SSPC,The Society for Protective Coatings Edison power lines, installation of new traffic signal poles, signal heads and safety lighting, '... traffic loops and advanced loops and restriping. - Yorba Linda Medical Office Building Approximately 10,000 sq ft.of medical office space. Interwest performed grading,roadwork and sidewalk improvement inspections. - Corta Bella, Heritage, Vista Vet Verdes, Amalfi and Encanto - New residential housing developments totaling more than 500 homes. Interwest performed the grading and SWPP inspections for all three projects. - Traffic Signal—Provided construction management and inspection for new construction of traffic signal at Richfield/Buena Vista ensuring compliance to the plans and specifications. - Yorba Linda Water District Phase 1 Water Main—Replacement of 5,000 LF of 18" water main. Provided oversight for the city which included compliance to the required traffic control and completion of the final striping to the city standards. - Traffic Signals — $500,000 new construction project consisting of traffic signals at two intersections. i Page 137 ADDITIONAL EXPERIENCE Performed construction management and inspection services on a contract basis. - Pier Avenue Streetscape-$4 million project, which had several funding sources including I N T E R W E S T '.. a$1.2 million federal ARRA Grant from the State Water Boards.The primary goals for this CONSULTING project, for the City of Hermosa, was to improve the aesthetics of the street and GROUP improving pedestrian accessibility, parking, landscape and hardscape. Pier Avenue is the www.interwestgrp.com City's "main street" in the downtown area connecting Pacific Coast Highway to the City's Municipal Pier and Pier Plaza. Pier Avenue is one of the few MTA Bus Routes in the City and will include new bus shelters and other transit related improvements. Civic Center Median (City of Garden Grove) - This project involved replacing the existing landscaping and irrigation on a busy road. Project also involved installing a perimeter decorative mow strip and a city monument with lighting. - Garden Grove Euclid Intersection Improvement Project -This project included widening the right turn lane on north bound Euclid to east bound Garden Grove, including adding protective barriers at the corner. The project also included adding decorative sidewalk crosswalks and a garden wall at the NE corner of the intersection. - Freedom Park-$10 million, 23-acre park project in the City of Palm Desert that received the California Park and Recreation Society's (CPRS) Award of Excellence. Served as Construction Manager for the project, which included underground utility construction; clearing and grubbing; irrigation and landscape installation; rough and finish grading for baseball fields, volleyball courts, tennis courts, skate park, play equipment, and soccer field with an underground drainage system;concrete site improvements;curb and gutter; asphalt parking lot; a Snack Bar and Men's/Women's Restroom facility per City of Palm li !' Desert specifications and plans. Coordination with Coachella Valley Water District on the ',.. placement of a future well site was a major component of the project. Palm Desert Redevelopment Agency - Served as the owner's representative on this $4 million, 8,200 sf Visitor Information Center project. Responsible for quality control and construction safety oversight. Conducted daily meetings and conferences; and received, managed, and distributed submittals. Managed all contract administration and li compliance. Staff also provided pre-construction (including a biddability/constructability review)and construction management services. Rancho Mirage Santa Rosa Villa Housing Project-Provided pre-construction services,and construction management and administration-related services for the City's low-income housing project. Was on site daily serving as owner's representative. Ensured construction '.... safety oversight, quality control, progress payments, contract administration/compliance, and document control. - Rancho Mirage Public Library-A new $15 million public library, a one-story civic library building of approximately 43,000 square feet on a 9-acre site located along Highway 111 '...... between San Jacinto Drive and Paxton Drive. The building interior floor plan consists of offices, classrooms,a commercial kitchen, a conference room, a dining room, lounges and reading rooms. The site development incorporates two transition roads and parking lots, civil grading/soil export work, architectural surface feature improvements, and irrigation '.... and landscaping. '.. - Hathaway Park Improvements - As Construction Manager, provided construction management services for the installation of new playground equipment at Hathaway Park for the City of Lomita. - Capital Improvement Projects - Construction Manager and Inspector for capital ',.. improvement projects in the City of Lomita ranging from street repair to the construction of new municipal facilities. Coordinated and scheduled appropriate design services, reviewed completed plans and specifications, prepared or supervised the preparation of bid packages, reviewed bids and provided general engineering supervision during construction.Tracked all project correspondence using Expedition. - "H" Street Bridge - Provided construction management services for this unique lead '.. abatement/bridge painting project for the City of Sacramento, which was the first fully contained, lead paint removal project on a steel bridge in California as regulated by the promulgation of the EPA's Title 10. Full containment and redundant systems were required to contain lead paint waste. In addition to knowing the requirements of the lead Page 138 '.. abatement regulations, he supervised two other inspectors who assisted in the quality assurance program. Routine ambient conditions were taken periodically throughout the day including air temperature, steel surface temperatures, relative humidity and dew point temperature.After abrasive blasting,the inspection team visually inspected the steel NT E R W E ST surface for cleanliness and anchor profile. After each coat of paint dried, the inspection CONSULTING team randomly tested the dry film mil thickness to assure conformance to the GROUP specifications. Other aspects of the project included the repainting of the bridge and www.interwest9rp.com maintaining the traffic flow of 45,000 vehicles per day as the work proceeded. (SF 330: 1995/1995) i Pagel39 Kahono, Oei, PE Construction Manager I N T E R W E ST Mr.Oei has over 28 years of Civil Engineering progressively challenging experience in both CONSULTING the private and public sector. He has served in a number of capacities including Deputy GROUP Director of Public Works and City Engineer responsible for all aspects of residential and commercial land development; design and implementation of capital improvement www.I n t e rw e s t g rP.c o on projects such as streets, water, wastewater treatment plants and distribution systems; managed solid waste collection and managed airport operations. E D U C A T 1 O N Serving as a project engineer, Mr. Oei has managed the design/preparation of grading, street, water, sewer and storm drain improvement plans for residential and commercial BS,Civil Engineering land subdivision developments. In addition, he has managed and constructed several University of Fullerton,CA residential,commercial,and public facility building developments in California. MS,Civil Engineering University of Fullerton,CA He brings a strong customer service approach. Recognized as a dedicated professional with an exemplary work ethic, he focuses delivering a high-level of quality services and solutions to our clients. He has managed many diverse capital projects and is committed REG ISTRATI ONS to serving the needs of the client through strong leadership and a collaborative approach. CERTIFICATIONS '.. SPECIFIC EXPERIENCE Professional Engineer CA 52652 City Engineer 2000-2014 City of Banning As City Engineer, directed and supervised the public works and engineering departments. Areas of responsibility included evaluating the needs of public works and formulating short and long range plans to satisfy all areas of responsibility including transportation, street, water, sewer, storm drainage, landscape maintenance district and the capital improvement program. Also responsible for preparation of engineering plans, specifications, bidding, selection of contractor and preparation of staff reports to Council for award. During his tenure he successfully completed more than 140 public works projects, approving more than 40 tract/ parcel maps and obtained more than $40 Million in grants/loans. '... Engineering Manager 1999—2000 City of Torrance Responsible for the capital improvement project division and supervision of the professional engineering team. During his tenure with the City of Torrance, he successfully completed 2 challenging storm drain projects on time and within the approved budget. Associate Engineer 1991-1999 City of Banning Responsible for organizing, coordinating and implementing the City's capital improvement project in the water, wastewater and street division. In addition, he was heavily involved with the budget and preparation of grant applications through the county,state and federal agencies. Project Engineer 1987-1991 KW Lawler and Associates - Responsible for the design/preparation of grading, water and sewer, storm drainage plans for residential and commercial development in southern California. Project Manager '.. 1985-1987 KW Lawler and Associates Responsible for the construction management of multi-unit residential developments, hotel/motel and senior citizen apartment complex. The projects were completed on time and within the budget. Page140 SPECIFIC PROJECT TYPE EXPERIENCE 4 STREET • Sunset Avenue underpass I N T E R W E ST • Street pavement rehabilitation using hot and cold recycling and 2"A.C. overlay CONSULTING • Street improvement(Curb,gutter, sidewalk,driveway, H.C. Ramp) projects GROUP 0 Design and construction of traffic signals and storm drain lines www.interwestgrp.com BUILDING AND PARK FACILITY • Construction of 30,000 sf. police department facility, 10,000 sf.fire department facility,3,000 sf.senior center facility, aquatic park facility, community center WATER • 1.5 MG concrete reservoir(Sun Lakes Reservoir) • 8.0 MG concrete reservoir(Brinton Reservoir) • 2 miles of 24" and 30"steel water transmission line • 8", 10"and 12"steel water distribution lines • Well pump equipment installation in 4locations • Construction of regulating valves WASTEWATER • Construction of 1.5 MG trickling filter • Upgrade of the wastewater treatment plants to a capacity of 3.6 MG and 7.2 MG • Construction of lift stations • Construction of 12"sewer distribution line • Design of 1.5 MG wastewater treatment package plants • Update user's fee, implement rate study and evaluation of connection fee HOUSING DEVELOPMENT • Approved 3,400 housing units in Sun Lakes community • Approval of residential and commercial tract maps • Processing specific plans for 5,400 housing for Butterfield Specific plans • Perform plan review for grading,street,water,sewer and storm drain plans GRANT FUNDING • Obtained approximately$40M in county, state and federal grants including S13821,CDBG, ISTEA,TEA 21, FAA AIP,SRF, Park Prop 84 Fund, CMACt, RAC, PUC section 190 Page 141 Julio Velasco 4 Construction Manager INTERWEST Julio is a dedicated Construction Manager with a 12 year record of success in several CONSULTING GROUP facets of government and public works projects. Over his career, he has earned a ''... reputation for the successful completion of multi-million dollar projects through www.interwestgrp•com coordinating trades, developing client relationships and building positive rapport with architects, engineers, subcontractors and vendors while maintaining budget costs. Julio is well-versed in Standard Specifications for Public Works Construction ("Green Book"), the Work Area Traffic Control Handbook (WATCH), and material purchasing, as well as E D u c A T 1 o N document preparation and tracking. AA,CARD Technology, PROJECT SPECIFIC EXPERIENCE ITT Technical Institute, 1997 Project Manager R E G 1 5 T R A T 1 O N 5 2013—2014 Metro Builders& Engineering Group C E R T I F I C A T 1 O N s In this position,Julio's duties included the development and updating of project schedules, Licensed Contractor in the state of management of construction field operations, contract administration, change orders, California,#928807 negotiation activities, and claims mitigations. He was also responsible for the coordination Construction Health and Safety of activities including interfacing with clients, architects, contractors, consultants, utility Technician(CHST),2011 companies and public agencies. Julio also prepared Submittals, RFI's, Change Orders, Board of Certified Safety Professionals subcontracts, daily project reports, and weekly safety meetings, as well as managed and (BCSP),2011 oversaw entire projects in the areas of project communication and project HAZWOPER Training Certification,2012 ( documentation, meetings with project owner and A/E, procurement of vendors and subcontractors, development of pay requests, closeout documents and coordination with field superintendent and field foreman as necessary. Field Safety Officer 2002-2014 Metro Builders& Engineering Group Julio oversaw all health and safety aspects of this company's operations for the welfare of all employees and subcontractors. This included scheduling necessary employee safety and injury prevention training, ensuring the proper use of all necessary Personal Protective Equipment (PPE), and safely operating all heavy equipment, light equipment and tools (power, pneumatic, and powder actuated). This position also involved performing incident investigation. Julio performed reports immediately after an incident when improper safety procedures were reported or an incident or accident occurred. This also required the maintenance of all project and employee incident records and assisting project superintendents with all aspects of company safety programs and project specific '... IIPPs. Each project includes but is not limited to, Weekly Safety Tool Box Meetings, Daily Inspections, Job Hazard Analysis and all components of planning, communication and coordination. Programs Used: MS Office 2012 (Excel, Word, Access, Project, Outlook, OneNote and Power Point),AutoCAD 2007&2012 LT&Adobe Professional. Project Engineer/Project Coordinator 2002-2012 Metro Builders&Engineering Group Serving in the capacity of Project Engineer and Coordinator,Julio was responsible for the preparation of Submittals, RFI's, Change Orders, subcontracts, daily project reports, and weekly safety meetings. He managed and oversaw entire projects including project communication and project documentation, meetings with project owner and A/E, procurement of vendors and subcontractors, development of pay requests, closeout documents and coordinate with field superintendent and field foreman as necessary. Engineering Draftsman 2000—2001 Lambco Engineering Inc. Page 142 T Julio's duties as an Engineering Draftsman involved the production and coordination of /1 traffic control plans and engineering the re-route of underground telecommunication utility lines. This work was engineered using AutoCAD standards and menus for Level 3 and GST Telecom, now Time Warner Telecom. Engineering included:traffic control plans INTERWEST in accordance to county, city, and Caltrans requirements. Also included the AutoCAD CONSULTING development of construction plans; site plan, general notes, details of manholes, bore GROUP holes, barrel vaults, and bridges 3-D, and As-built plans. These drawings noted stationing www.intorwestgrp.com of street and location of all existing underground utilities such as; water lines, gas lines, sewer lines,telephone lines,cable lines,storm drains and proposed trench. Programs used:AutoCAD R14 and 2K, Microsoft Office 98&2K, Microsoft maps&trips 2K, Digital Thomas bros.Guide,and ArcView. Engineering Draftsman 1997—2000 David H. Lee&Associates Julio's responsibilities included coordination and maintenance of the Drafting Department, Geological identification of Client job site, field measurements of existing floor plan,floor level surveys (contour mapping), boring log profiles, Floor level survey performed (with a manometer) and AutoCAD drafting of site plan, Geotechnical map, floor plan, floor level survey, contour map,water usage graph, and boring logs. Programs Used:AutoCAD LT; 97, 98, & 2K, Microsoft Office 98, Surfer, Adobe PhotoShop, & Digital Thomas Bros. Guide. HIGHLIGHTED PROJECTS - C0990 Crenshaw-LAX Advanced Utility Relocations, LA Metropolitan Transportation Authority—$7.8M - C1020 Union Station West Entry Skylight, LA Metropolitan Transportation Authority—$410K - C1027 Division 9 Fire Protection System, LA Metropolitan Transportation Authority—$760K - Pacoima Dam Hoist and Operator House for Cableway,City of Los Angeles Public Works-$11A - Downtown Anaheim Fountain, City of Anaheim — Anaheim Redevelopment Agency—$190K - Joint Water Pollution Control Plant - Dewatering Facility Modifications — Co. Sanitation Districts of LA County-$9.9M - OP33402480 Red Line Civic Center Station Escalator Replacement, LA Metropolitan Transportation Authority—$4.6M - C0940 Div. 3 Maintenance Build Renovation, LA Metropolitan Transportation Authority—$5M - Waste Water Pump Station Rehabilitation,City of Newport Beach-$2M - Air Treatment Facility ECIS— La Cienega and Jefferson-$12.7M '.. - Kenneth Hahn State Recreational Area - Baldwin Hills Scenic Overlook, California Department of Parks&Recreation-$7M - Public Parking and Corporation Yard,City of Laguna Beach-$8.5M - James & Rosemary Nix Nature Center at Laguna Coast Wilderness Park, City of Laguna Beach-$3.1M - Crystal Cove State Park-Phase I, Laguna Beach, CA. Owner: California Department of Parks& Recreation-$11.2M - James & Rosemary Nix Nature Center, Laguna Beach, CA. — Owner: County '..... Orange-$3.1M - Salt Creek Ozone Treatment Facility, Dana Point, CA—Owner: City of Dana Point -$4.6M Page 143 John Chesworth 4 Construction Inspector INTERWEST John has more than 20 years of construction and Civil Engineering experience which CONSULTING includes roadway, highway, freeway, and utilities construction. He has worked as a GROUP construction lead inspector and superintendent for large construction companies www.interwestgrp.com specializing in various fields including but not limited to: highway widening and improvements, bridge widening and reconstruction, HMA Pavement per Caltrans Section 39 and CA/QC procedures, utilities construction and relocation, commercial construction, and development construction. He has extensive experience with Structural Concrete, E 0 u c a T I 0 N Minor Concrete, Paving, Traffic Control, MBGR, Drainage, Water and Sewer Lines, San Bernardino Valley College, Electrical, Landscape, Safety, and SWPPP. Over his career, John has been responsible for studying water Technology and construction inspection and Quality Control, daily reports and quantities take-offs, review Construction Management and monitor schedule of work, compliance with plans and specifications and certificates, R E G I s T R A T 1 0 N s shop drawings, change orders, submittals and RFI's, safety compliance, preparing and c E R T I F I c A T 1 0 N s reviewing as-built plans,and preparing final punch list. Certified 6ackflow Tesler,AWWA tt13720 John has the ability to interpret contract plans and specifications properly due to his '.. extensive understanding of the Caltrans Standard Plans and Specifications, Caltrans Cross-connection Control Specialist, Construction Manual, OSHA Safety Manual, Traffic Control Manual, Watch Manual, and A W WA,s02181 "Green Book". His wealth of code knowledge makes him a qualified inspector for any Safety Hazard training in Confined '',. construction project. Spaces,Welding Scaffolds,and Stairs, Ladders,and Fall Protection PROJECT SPECIFIC EXPERIENCE Field Inspector 2012—2013 FCG John was responsible for the inspection of traffic control, removal of unsound concrete, roadway excavation, lean concrete base paving, HMA paving, HMA dyke, JPCP, concrete paving, joint seal, structural concrete, polyester concrete overlay, MBGR installation, thermal plastic stripe, modified lighting, and documentation of ongoing daily and monthly quantities, progress meetings and Safety implementation per Osha/Caltrans Guild lines. Projects: Interstate 5 Rehab. (Vista del Lago to Frazier Park) Supervisor/QC 2010-2012 Western Structures Experience gained in this position includes field engineering on a variety of construction projects for cities, counties, and various public and private agencies. John also gained experience in the construction of bridge footings/widening, HMA paving,columns/column casings, structure girders, soffit, barrier rails / sidewalk; approach slabs, Underground Utilities, directional drilling, soil nailing, HMA/PCC paving, Mass Grading, and documentation control. He was responsible for safety and training crew members, scheduling,daily diaries,quantities etc. Projects: LAX,Century Blvd East&West Overpasses Seismic Retrofit Construction Inspector 2009—2010 Kaufman Consultation John performed inspection for commercial and residential water and sewer and reclaimed water. Daily activities included pressure testing sewer mains, hydro testing of water mains, and video review. Photo Documenting daily reports of ongoing activity of project, monitoring safety per OSHA/EVMWD guidelines, making in-the-field decisions as needed all per EVMWD/"Green Book"standards and Cal OSHA regulations. Page 144 Inspector 2007—20D8 Caltrop Corp./City of Moreno Valley John was an inspector for the land development department and public works dept. for NT E R W E ST the City of Moreno Valley. He provided inspections on Verizon FTTP, New install of Fiber CONSULTING Optic system and Sunesys, which entailed interconnection of City schools through fiber GROUP optic cable. John's duties included inspection, SWPPS, and Safety enforcement, restoration, and photo documentations of street paving, sidewalk, Utilities locations, www.interwestgrp.com Public Relations for residential/commercial & local utilities complaints. Observation of Approved plan installation of Directional drilling Sub-duct placement and recording as- builds as needed. Held Pre-construction meetings, Safety meetings, Public Relations meeting with prime and sub-Contractors, Dispute Resolution, and dig alert awareness. Final releases Inspector(Contract Employee) 2007—2010 Eastern Municipal Water District John provided inspection services for new construction of commercial and residential water and sewer. Installations varied from 1" service to 36" mains.John was responsible for monitoring the daily activities of multiple projects. His duties included daily diaries and photo documentation, the scheduling of ongoing activity of each project (Up to 15 projects visited per day), bacteria sampling, checking grade, pressure testing, video review, bond releases punch list and enforcement of safety standards and SWPPPs. Making in-the-field decisions as needed all per EMWD Standard Specifications, approved '... plans and Cal OSHA regulations. Pagel45 / Christian Ott 1 Construction Inspector INTERWEST Christian has more than 13 years of progressive construction experience serving cities CONSULTING throughout the Southern California region. Christian brings a wealth of hands-on, diverse GROUP ''.. knowledge and experience with many small and large construction projects. He maintains www.intorwest9rp.com '.. a high standard of quality and productivity on each project to ensure a successful completion. Christian stands out by developing solid partnerships with staff, contractors, business, and A o I T I D N n L E X X P E R I E N C E '... the public to achieve the goals of our clients. He maintains a productive environment by '.. Confined space providing thorough observations, maintains excellent communication and delivers a high Radiation safety level of customer service in a professional manner at all times. Trenching and Shoring Courses PROJECT SPECIFIC EXPERIENCE High Pressure Manhole Placement Construction Observer Concrete Joint Placement Inspection 2013—Present Interwest Consulting Group Flow Line Inspection Christian provides comprehensive construction inspection services to a variety of clients in the Southern California region. - Street Rehabilitation Various Locations I Inspection of existing concrete R/R such as, ADA ramps, curb and gutter, sidewalk and drive approaches. Asphalt/Concrete inspection-removal of existing a/c, some removal of existing in place base material and replacement. Inspection of PG64-16, PG64-10. Rising of manhole lids as well as other utilities. Replacement of all previous removed striping as well as RPMs. BMPs and SWPPP were monitored. Created daily reports and attending weekly meetings. Valuation $1.8 million. - Street Slurry Seal Various Locations I Inspection of existing striping removal,crack seal, slurry seal placement, restriping of cross walks, SO ft. yellow center striping, stop bars, legends and RPM's.Also traffic control, BMPs and SWPP.Valuation$100,000. - Street Resurfacing of Vinevale Ave I Inspection of concrete R/R such as curb and gutter, sidewalk and cross gutters. Concrete work included ADA ramps and DWS. Project also included 2" in grind of existing roadway material, replacement of 2" C2 PG64-10 A/C, manhole covers, utilities (water & gas), removal and replacement of all striping (stop bars and legends), BMPs,SWPPP and traffic control.Valuation$110,000. ADDITIONAL EXPERIENCE Performed Construction Management and Inspection services on a contract basis: Trabuco Road Widening,City of Lake Forest ) Provided inspection and monitoring for a two-phase street widening project. Inspection included clearing and grubbing, rough grading, over x fill placement, import material, base placement, curb and gutter, block wall, sidewalk, paving, landscaping, and electrical. Also, work was performed with a Geotechnical company for 30,000 cut and fill. Inspections were performed on storm drain installation from 24 to 36 inches as well as catch basin, stormceptors, outlet structure and rip rap installation. Inspections continued with grade preparation for sidewalk, curb and gutter, ADA ramps, traffic signal pole and lights, installation of controller cabinets, conduit placement, wire installation, connection services, saw cutting, removal of existing A/C, removal of striping. Inspection and monitoring concluded with median curb and gutter, irrigation, drip systems, and planting. Throughout the project responsible for traffic control and BMP's and SWPPP's were inspected and monitored on a daily basis. Daily logs of quantities on the bid schedule were maintained and monthly billing with contractor was processed.Attended a weekly group status meeting where a discussion of project questions and concerns were addressed. Page 146 - Etnies Skate park,City of Lake Forest ) Inspected and monitored construction of 18,000 square foot shotcrete expansion project. Duties included inspection of clear and grub of 4 construction limits, SWPPP, BMP's, excavation of existing materials, joint trench excavation for dry utilities, storm drain placement, stormceptor and tie-ins to existing INTERW EST storm drains, electrical, rebar (4 and 5 bar), shotcrete placement, concrete mix design CONSULTING assurance, concrete placement, and time-temperature and slump of shotcrete. This GROUP project included inspection and monitoring of difficult designs such as vertical walls, half www.interwestgrp.com ''.... domes and large and small bowls.The project concluded with inspection and monitoring of the landscaping, wrought iron gate placement and A/C paving. Bid items and quantities were tracked on a daily basis and used to process monthly billings. Attended a weekly status meeting where project questions and concerns were addressed. - a1h Street Storm Drain and Street Improvements,City of Hermosa Beach I Construction Inspector for this federally funded ARRA project. The job required monitoring a storm drain and street improvement project in a densely populated residential and commercial area of Hermosa Beach. Work consisted of removing the existing and construction of a storm drain, curb,gutter and sidewalk replacements; asphalt concrete pavement overlay; utility adjustments, and other work necessary to complete the project. - Storm Drain Installation, Riverside County Flood Control ) Construction Inspector responsible for construction oversight of double 72" RCP, throughout KB Home Developments. Responsibilities included plan reading and review, as well as verifying cut sheets and station locations, oversight of trenching and shoring safety practices, oversight of high pressure manhole placement and concrete joint placement for laterals off of main storm drain, flow line inspection (joints), scheduling weekly progress meetings and observation of backfill and compaction- - Storm Drain Installation, City of Perris ) Inspected the installation of double 72" RCP storm drain pipe throughout a new residential home development. Responsibilities included review of cut sheets and station locations, ensuring trenching and shoring safety practices,and oversight of high pressure manhole placement. - Slurry Seal of Various Locations, City of Lake Forest ) Complete inspection of construction activities for the City's annual and citywide slurry seal program. The project work consisted of contractor mobilization, traffic control, slurry seal, adjusting manholes, survey monument covers and valve covers to grade, pavement striping, and markings for several residential streets. Inspection services performed included daily project documentation, coordinating sampling and testing of construction materials for conformance with the project specifications, monitoring of the contractor's daily labor force for compliance with state labor laws,and inspection of traffic control procedures. Annual Street Resurfacing Citywide, City of Camarillo) Construction Inspector responsible for inspection of construction activities for the City's annual street resurfacing program. The project work consisted of contractor mobilization, traffic control, cold milling, asphalt concrete overlay with pavement reinforcing fabric, asphalt concrete deep lift in dig-out areas, slurry seal, adjusting manholes, survey monument covers and valve covers to grade, pavement striping, and markings for several residential streets. Inspection services performed included daily project documentation, coordinating sampling and testing of construction materials for conformance with the project specifications, monitoring of the contractor's daily labor force for compliance with state labor laws,and inspection of traffic control procedures. 101 Moorpark ramp Expansion and Improvements, Caltrans ) Construction Inspector responsible for construction oversight of the 101 Moorpark Exit ramp expansion along with the concrete and asphalt improvements project. The responsibilities included ensuring traffic control in compliance with MUTCD standards, ensuring best management practices,and erosion control. Page 147 Coursework Taken with 4 -American Concrete Institute -Hazardous Materials/First on Scene I N T E R W E S T -Radiation Safety Rebar Inspection CONSULTING i -Arizona Testing Institution (Construction) GROUP -Green Book Standards www.interwestg rp.com -Caltrans 375-231-125, 216 -Caltrans Specifications i I Page 148 Craig Stubble Construction Inspector I NTE R W E ST Craig is a seasoned Public Works Inspector and brings more than 35 years of progressive CONSULTING GROUP experience serving the Southern California region. His knowledge of the construction industry, as well as on the job experience, helps him provide thorough and accurate www.interwestgrp.com '.. inspections. He strives to maintain a high level of customer service to the developers and clients while ensuring the project schedules are maintained and the proper procedures are followed. Craig stands out by developing solid partnerships with staff, contractors, businesses, and REG ISTRATI DNS the public to achieve the goals of our clients. He maintains a productive environment by C E R T I F I C A T 1 0 N S providing thorough inspections, maintains excellent communication and delivers a high 2012 StreetSaver Pavement level of customer service in a professional manner at all times. Management Program OC Watersheds 2003 Drainage Area Management Plan(DAMP) PROJECT SPECIFIC EXPERIENCE Hazmat/First Responder Construction Observer 2009—Present Interwest Consulting Group Craig serves a variety of clients on a contract basis providing comprehensive public works inspections. Below are a few highlighted projects: - Sidewalks to Schools Improvement Projects — Provided inspection services to the City of Wildomar for the Sidewalks to Schools Improvement Project, which included tree removal, installation of curb, gutter, sidewalk, driveway, mailboxes, and handicap ramps on a half '..... mile of existing arterial roadway. This project involved retrofitting improvements into an older, existing developed area;and required significant coordination with residents. - Target Shopping Center — Provided inspection services to the City of Pomona related to storm drain and sewer line site work for the Rio Rancho Road Target Shopping Center Complex.Also coordinated all project related underground utilities. - DigAlert (USA) — Coordinated all DigAlert markings of utilities for various projects throughout the City of Yorba Linda. Coordinated and oversaw traffic control for all project related utilities. ADDITIONAL EXPERIENCE Performed public works inspection on a contract basis for the following cities: Diamond Bar,2009 1 Slurry seal project,which included asphalt repairs, striping,and slurry seal of several streets within the City. - City of San Gabriel, 2008 — 2009 1 Rehabilitation projects installing new gutter places, driveway approaches, handicap ramps, widening existing medians, and grind and pave streets.Also included soil stabilization,new street paving and stripping. - City of Sierra Madre, 2002 1 Street Rehabilitation project including curb and gutter replacement, along with street reconstruction, new storm drain inlet, grind and pave and slurry seal of various streets. - City of Whittier I Sewer line replacement, which included the installation of new 6-inch sewer lines, new manholes and tie-ins,trench work shoring, backfill testing and paving,and pressure testing of piping. Additionally, inspected a cast-iron pipe water line involving trench work with shoring, backfill, testing, paving, and installation of fire hydrants with appropriate testing. Performed chip seal/slurry seal project inspection. - City of Lake Forest I Slurry seal project which included asphalt repairs, striping, and slurry seal of several streets within the City. - City of El Segundo j Inspector of Record as the City underwent a large downtown improvement project that was almost a mile long on Main Street and Grand. The project was a total reconstruction from City property line to City property line. This project required sensitivity to approximately 150 different business owners. The project included Page 149 T the removal of all the sidewalk curbs and gutters, parkway trees,and streets. Installed new curbs and gutters, planters, irrigation, decorative lighting poles with water and streets. 1 Also included new storm drainpipe and catch basins, street lighting and traffic signal poles, and bus pads. INTERWEST _ City of Buena Park I Street improvement project consisting of the construction of new CONSULTING median with planters and irrigation. GROUP Public Works Manager I Inspector www.interwestgrp.com 1987-2002 City of Stanton Craig served the City for 26 years. As the Public Works Manager, starting in 1990, he was ''.... responsible for the management and all operations within the Public Works Department. This included many projects related to curb, gutter and sidewalk replacement programs, removal, compaction, form and pour and street reconstruction. As the Facilities Maintenance Supervisor he was responsible for a variety of areas including: parks, maintenance,building maintenance,vehicles and equipment,and sewer i j PageI50 4 Tom Hartung, CBO I N T E R W E ST Certified Building Official CONSULTING GROUP Tom brings more than 20 years of expert experience in building & safety department administration. His experience includes budget preparation, www.interwest9rp.com personnel mentoring and supervision, contract negotiations, department management,procedures and project management. Having served the City of La Quinta for over 20 years as Building Official, he R E G i s T R A T 1 0 N s is intimately familiar with local and regional agencies and brings a strong c E R T I F I c a T i 0 N s '... background in managing municipal building departments. Complimenting Council of American Building Officials- ',. Tom's decades of experience is his ability to effectively communicate and Certified Building Official ',. collaboratively work with contractors, engineers, developers and the public with what can sometimes be complex issues relating to development and building issues. PROJECT SPECIFIC EXPERIENCE Building Official 2013—Present Interwest Consulting Group ',. Responsible for serving various clients through the effective delivery of Building and Safety Services. Responsible for the establishment of timely ',. and thorough plan review, permitting and inspection policies and ',. procedures in the most efficient manner. Building Official 1993—2012 City of La Quinta Responsible for all department administration, staffing and budget management of entire building department staff. Included the daily management of all plan reviews, inspection services and permit technician process. worked closely with all city departments to establish effective processes. Page 151 �T Daniel L. McCance 1 Building Inspector INTERWEST Daniel is an ICC Certified Building Inspector and possesses over 10 years of experience CONSULTING providing building inspection services to various jurisdictions in Southern California. GROUP Daniel holds a vast number of ICC certifications and has a thorough understanding of the principles and procedures of record keeping and report preparation. He brings a wealth of hands-on and diverse knowledge in building inspections for both residential and commercial EDUCATION - arenas. Construction Technology Riverside City College Daniel develops solid partnerships with staff, developers,and the public to achieve the goals of Riverside,CA the client. He maintains a productive environment by providing thorough inspections, REGISTRATIONS maintains excellent communication and delivers a high level of customer service in a CERTIFICATIONS prOfe59100a1 manner at all times. ICC Building Inspector PROJECT SPECIFIC EXPERIENCE No.5073719-135 UBC Building Inspector Building Inspector No.5073719-10 2007—Present Interwest Consulting Group ICC Combination Inspector Perform inspection services of all phases of residential, industrial, commercial building, No.5073719-C8 '.. and accessibility inspection at various client locations. Clients include but are not limited ICC Combination Inspector Uniform to the Cities Of Pomona, Big Bear Lake, Perris, and San Jose. Codes No.5073719-50 Building Inspector I ICC Electrical Inspector 2002-2007 Willdan No.5073719-E5 Performed Building Inspection services to various clients. Provided inspection for a CC Mechanical Inspector No.5073719-M5 variety Of commercial projects, multi-unit tract homes, large custom homes, and tenant '.. UMC Mechanical Inspector Improvements. No.5073719-44 ICC Plumbing Inspector UPC No.5073719-34 IAPMO Plumbing Inspector No.N90898 IAPMO Mechanical Inspector No.N98804 I i Page 152 Philip Hallberg, CBO, CASp Building Inspector NTERW EST Phil has over a decade of experience in the industry working in both the public and private CONSULTING sector. Having served the City of San Jacinto for nearly ten years, he is well-acquainted GROUP with the intricacies of municipal Building and Safety Departments and has surpassing knowledge of building, electrical, plumbing and mechanical codes, as well as NPDES and www.interwestgrp.com '.., ADA compliance. Phil knows that customer service is always of primary importance to a successful project. In past positions, he often lent his expertise both to the public and the development community by conferring with contractors, engineers, architects, homeowners and others concerning complex code issues and requirements. PROJECT SPECIFIC EXPERIENCE Senior Facilities Inspector 2014 City of San Jacinto Inspect and oversee city landscape and other maintenance and installations activities performed by contractors. Inspect city facilities for safety, building safety, NPDES and ADA REGISTRATIONS C E R T I F I C A T I O N S compliance. Investigate complaints from public regarding to parks, medians, and ICC/UBCCertified Building Inspector landscaping irrigations systems and miscellaneous. Approve and track expenditures for LLPD maintenance including review and verification of the contractor's monthly invoices. ICC Certified Building Official Participate in pre-constructions meetings and prepare inspection reports. ICC Certified Building Inspector CBC—K1 Building Official ICC Certified Building Inspector CBC—B5 2013—2014 City of San Jacinto Plan, supervise, and manage the activities of the Building Division, including building, Certified Accessibility Specialists(CASp) electrical, plumbing and mechanical inspections, plan checking, zoning, ordinances, and nuisance code enforcement and the maintenance and repair of city facilities for Valid AWS-Welding Certification Card conformance with appropriate codes and regulations. Confer with engineers, architects, #757 contractors, homeowners and others concerning building issues or requirements. CACEO Certified Code Enforcement '., Coordinate inspection activities with other departments and agencies. Represent city in Officer court proceedings related to building and code enforcement activities. C o u R s E w o R K Building Inspector II/Acting Code Enforcement Manager State of California Emergency 2009—2013 City Of San Jacinto Management—Safety Assessment Direct and supervise code enforcement officers and community development clerk. Program Oversee staffs case loads, assist in enforcing field work with officers, analyze and assist SEMS/ICS/NIMS—Riverside County Fire With various complaints from citizens, and assist staff at office with hostile residents. Department Enforce zoning and municipal codes for the City and act as a liaison with the Sheriffs and NPDES Storm water compliance Fire department. Continue to perform duties as a building inspector. CACEO Housing Enforcement,Laws& Building Inspector/Code Enforcement Officer Property Management 2005—2009 City of San Jacinto Review and interpret plans, enforce building, plumbing, electrical and mechanical codes. CACEO Recognizing and Respondingto Conduct initial and follow-up field inspections independently. Inspect residential, Financially Distressed Properties commercial buildings, structures, accessibility and mobile home codes and regulations. Check all phases of new construction, alterations, and approve completed work for each stage and make final inspections. Investigate of non-compliance construction and issue "stop-work"notices. Daily interaction with property owners,contractors,and builders. Conduct field inspection for NPDES at all tracts and developments and verify all plans. Perform daily clean up of illegal dumping, weed abatement, inspection of vacant lots, foreclosed homes, and abatement of housing tracts and vehicle abatements. Respond to financially distressed properties and perform emergency clean-up. Enforce zoning and land uses within the City. Write citations for non-compliance and prepare all documentation necessary to submit various cases to the preservation committee for Page 153 T review and further approval for penances against owner's property. Recognize and abate 1 hazardous hoarding sites. Participate in the quarterly City clean-up Superintendent 2005 Muhlhauser Steel, Inc. INTERWEST Responsible for opening of shop and getting equipment ready for the shop crew. Assign CONSULTING daily job duties to shop personnel. Continued responsibility of shop equipment GROUP maintenance and repairs. Coordinate outside repairs for the business. Liaison with www.interwestgrp.com Caltrans for finalizing inspections on various construction projects. Maintain shop inventory and supply purchasing. Organize loading of semi-truck for delivery. Set up oversize loads for permits and traffic control. Driver/Maintenance Supervisor 1996—2005 Muhlhauser Steel, Inc. Delivery of steel for fabrication of buildings. Pickup and delivery of raw steel. Steel erection at job sites. Maintenance of the overhead cranes, forklifts, small tools, and equipment in yard. Maintenance of all vehicle to be in good condition. Repairs and servicing of machinery for fabrication. Maintain accurate records of DOT. New building construction and repairs of existing buildings framing, electrical, plumbing and drywall. Welding repairs on shop equipment and overhead cranes. Job site welding and miscellaneous steel fabrication. Foreman/Lead Man 1993—1995 DMD Steel Fabrication Perform. Responsible for all fabrication of structural steel and miscellaneous iron for various building components. Operated portable welding service in the area of fieldwork processing, material orders, walk-in/door trade, shop repairs and steel sales. Read blueprints and shop architectural drawings. Responsible from start-to-finish of all steel ordering, layout, and fabrication of shop and field erection at job sites and interpretation of blueprints. Worked with structural steel and pipe components,miscellaneous steel, and handrails. It was my duty to open and close the shop, and to delegate the workload to the shop personnel. Also responsible for the supervision of employees off and on job sites. i i I i Page154 LURGEOTECHNICAL GROUP, INC. Soil Engineering ♦ Geology ♦ Environmental John P. Leuer, President, CE, GE, President Mr. Leuer holds a B.S. in Civil Engineering from Cal State University at Northridge, graduating in 1979. He is a registered Geotechnical and Civil Engineer in the State of California. Mr. Leuer is a member of the American Society of Civil Engineers, Building Industry of Southern California (BIASC), and the National Groundwater Association. Mr. Leuer believes in continuing education and completed a nine-month soils engineering course at the California State Polytechnical University in Pomona. In addition, Mr. Leuer has instructed evening Soils Technology courses at Riverside Community College for Inspection Certifications. Mr. Leuer has over 32 years of professional experience in the geotechnical and civil engineering field. In this time, Mr. Leuer has developed an extensive knowledge of the many geotechnical considerations involved in construction in the southern California area. Mr. Leuer is highly experienced in all aspects of soil and foundation engineering for a wide variety of projects ranging from multi-story commercial and industrial structures to several thousand acre planned community developments. Mr. Leuer has substantial experience coordinating projects for many City, County, and State agencies as well as in the public sector, gaining a reputation for being responsive to clients needs while providing strong technical expertise. 6121 Qual Vary Court a Riverside.CA 92507 •(951)6531760• (951)653-1741 (fax) • www.lorgeo com Page 155 LURGEOTECHNICAL GROUP, INC. Soil Engineering ♦ Geology ♦ Environmental John R. Muir Registered Construction Inspector, ACIA, ACI Mr. Muir has over 20 years experience as a geotechnical field technician. Mr. Muir has extensive field experience with all geotechnical and inspection aspects for construction. His experience includes grading compliance and observations, compaction testing of soils in the field using the Sand Cone Method and the Nuclear Gauge Method, compaction testing of asphalt concrete, casting concrete cylinders, and full-time observation of major street construction projects. Mr. Muir is a American Construction Institute Association (A.C.I.A.) Registered Construction Inspector and an American Concrete Institute (ACI) Grade 1 Technician and holds certification in the Caltrans Test Methods: 125, 216, 231, 375, 504, 518, 523, 533, 539, 540, 556, 557. Additionally, Mr Muir has certification by the California Department of Transportation (Caltrans) for sampling and testing of soil, aggregate base, asphalt concrete, and Portland Cement Concrete. 6121 Qual Valloy Court • Riverside,CA 92507 • (951)653-1760 (951)653-1741 (fax) .vevw.lorgco.com Page 156 L(>j� GEOTECHNICAL GROUP, INC. � R Soil Engineering ♦ Geology ♦ Environmental Mark A. Switzer Laboratory Manager, Field Technician Mr. Switzer has been working in our geotechnical laboratory and in the field since 2001. He has knowledge and experience in the laboratory performing a wide range of materials testing, including soils, asphalt concrete, epoxy grout, and concrete for both ASTM and Caltrans standards and specifications. In addition, he has performed materials testing for City, County, and State agencies for Quality Control/Quality Assurance projects. Mr. Switzer oversees all work performed by personnel in the laboratory, including finalizing and reporting laboratory data. He also has experience in the field with Sand Cone and Nuclear Gauge Testing methods, measuring cut and fill, basic trench compaction, bolt tensioning, and sampling materials in the field. Mr. Switzer is an American Concrete Institute (ACI) Grade 1 Technician and holds certifications in the following Caltrans Test Methods: 105, 125, 201, 202, 216, 217, 226, 227, 229, 231, 301, 304, 305, 307, 308, and 366. 6121 Quad Val$oy Court A Rrvorsdc,GA 92507 • (951)653,1760 & (951)653-1741 (lax)a w Jorgco.com Page 157 ATTACHMENT A SIGNATURE AUTHORIZATION PALM SPRINGS BUSINESS LICENSE Page 58 ATTACHMENT "A" 'NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED INSIDE ENVELOPE#1 "WORT( PROPOSAL"* REQUESTS FOR PROPOSALS (RFP) #06-15 FOR "ON-CALL" CONSTRUCTION MANAGEMENT & INSPECTION SERVICES (CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS) SIGNATURE AUTHORIZATION PROPOSER: Interwest Consultino Group 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 myselfRhis company in a contract should I be successful in my proposal. SIGNATURE 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 melmy company as: An indiviclual; A partnership, Partners`names: _A company; A corporation X 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: 73-1630909 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. & 3 is/are hereby acknowledged. Page is of 39 RFP#06-15 Page 159 CITY OF PALM SPRINGS BUSINESS LICENSE 3200 E TAIIQUITZ CANYON WAY, PALSI SPRINGS, CA 92262(760) 323 8289 PLEASE NOTE TIIAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. BUSINESS NLlIBER: 20018441 EXPIRATION TAVADMIIV.FEE CERT NO BUSINESS TYPE: ENGINEERING CONSULTING 01/31/2016 18.00 71070 OWNER NAME: TERRY RODRIGUE O1r3l/2016 28.(K) 71071 011311201E 1.00 71072 01J31/2016 133.00 71073 BUSINESS NAME: INTERWEST CONSULTING GROUP INC 01/31/2016 92.00 71074 BUSINESS ADDRESS: 431 S PALM CANYON DR 01/31/2016 101.00 71075 PALM SPRIDIGS.CA 92262 INTERWEST CONSULTING GROUP INC IS.4L':ANCE OF TMS LICENSE DOES NOT WITI'LE 431 S PALM CANYON DR THE LICENW l-0 OPERATE OR MAINTAIIN A BUSINESS 1N VIOLATION OF ANY OTI IER I.AW PALM SPRINGS CA 92262 OR ORDINANCE. THIS IS NOT AN FNI)ORSEMENT OF THE ACIR'ITV NOR OF THE APPLICA.N rS QUALIFICATIONS MUST BE POSTED IN A CONSPICUOUS PLACE Page 160 ATTACHMENT B NON-COLLUSION AFFIDAVIT Page 161 ATTACHMENT "B" 'THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL/WORK 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 sworn, deposes and says that he or she is Tim D'Zmura of Interwest Consulting Group .the party 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 Page 162 e Title: Director of Municipal Services Subscribed and sworn to before me this 27 day of 2015. Page 17 of 39 RFP#06-15 Page 163 T 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 oYL Subscribed and sworn to (oroirmed) before me on this 2°1 day of ^�v R r`Z, 20 i a , by r a n k S. m-y wN 3 r,-g proved to me on the basis of satisfactory evidence to be the person(g)'who appeared before me. V. NGO COMM...2087488 ri j Gkiy NOTARY PUDLICCALIFORNIA -i ORANGE COUNTY Term EW.November 21,2010 (Seal) Signature ` Page 1 64 �-v- EXHIBIT "D" SCHEDULE OF COMPENSATION CONSULTANT'S SCHEDULE OF FEES FOLLOWS THIS PAGE ScheduleFee Schedule of hourly rates by classification: Classification Hourly Billing Rate Engineering Principal .............................................................................$140 Project Manager.................................................................$125 Construction Manager........................................................$120 Assistant Construction Manager........................................$110 Supervising Public Works Observer...................................$105 Senior Public Works Observer.............................................$95 Construction Inspector III.....................................................$85 Construction Inspector I I ......................................................$80 Construction Inspector I.......................................................$75 Design Engineer.................................................................$120 Storm Water Engineer........................................................$120 Civil Plan Review Engineer................................................$120 Associate Engineer III........................................................$105 Associate Engineer II.........................................................$100 Associate Engineer I............................................................$85 Assistant Engineer...............................................................$75 Engineering in Training........................................................$65 SWPPP Professional...........................................................$85 Engineering Technician III....................................................$73 Engineering Technician II.....................................................$70 Engineering Technician I......................................................$65 Draftsperson.........................................................................$60 Building and Safety Building Official ..................................................................$120 Deputy Building Official......................................................$100 Building Inspector I...............................................................$70 Building Inspector II..............................................................$75 Building Inspector III.............................................................$80 Permit Technician I ..............................................................$40 Permit Technician II .............................................................$45 Permit Technician III ............................................................$50 Reimursables: Construction Management Office/Trailer........................Cost+ 15% Administration of Sub-Consultants................................Cost+ 15% Permits....................................................................Cost+ 15% 2015 Fee Schedule Printing, reproduction, research, meetings, mileage,telephone usage,general office supplies, overhead, etc..., are included as incidental to the charges in the"Not-to-Exceed" fee schedule and total cost proposal. Rates are typically reviewed yearly on July f and may be subject to revision unless underspecific contract obligations BILLING PROCESS Invoices are typically generated upon the conclusion of the month. Interest Consulting Group will work with the City to supply the necessary billing information. 2015 Fee S L�R GEOTECHNICAL GROUP, INC. Soil Engineering ♦ Geology ♦ Environmental FEE SCHEDULE 2015 FEES The hourly personnel charges and laboratory test unit rates are as follows: Personnel Charges-Hourly PrincipalEngineer.......................................................................................................................................$250.00 ProjectEngineer/Geologist........................................................................................................................$130.00 StaffEngineer/Geologist............................................................................................................................$110.00 Soil Technician/Deputy Inspector(Field or Laboratory) * ...........................................................................$80.00 Soil Technician/Deputy Inspector(Prevailing Wage) *..............................................................................$104.00 Traffic Control(Prevailing Wage) *..............................................................................................................$94.00 Drafting ........................................................................................................................................................$70.00 Clerical..........................................................................................................................................................$60.00 Laboratory Testing Charges-Unit Casts CT 202:Sieve Analysis(Soil)...................................................................................................................... $75.00 CT 202:Sieve Analysis(Aggregate) ......................................................................................................... $100.00 CT202:#200 Sieve Wash............................................................................................................................ $50.00 CT 205:Crushed Particle Analysis................................................................................................................$85.00 CT211:LA Rattler.......................................................................................................................................$200.00 2015 Fee Schedule CT213:Organic Impurities...........................................................................................................................$70.00 CT217: Sand Equivalent...............................................................................................................................$70.00 CT217:Sand Equivalent-QC......................................................................................................................$110.00 CT 226: Moisture Content............................................................................................................................$15.00 CT227:Cleanness Value............................................................................................................................$110.00 CT 229: Durability Index Fine/Coarse.........................................................................................................$110.00 CT301: R-Value......................................................................................................................................... $240.00 CT305:Swell Tests.......................................................................................................................................$80.00 CT 307: Moisture Vapor Susceptibility........................................................................................................ $80.00 CT 308&CT 366:Asphalt Concrete Density&Stability/Rubberized..........................................$180.00/$230.00 CT 308&CT 366:Asphalt Concrete Density/Rubberized .......................................................... $110.00/$160.00 CT 309:Asphalt Concrete Theoretical Maximum Density .........................................................................$120.00 CT 366:Asphalt Concrete Stability/Rubberized......................................................................... $140.00/$190.00 CT 382:Asphalt Extraction &Gradation ....................................................................................................$200.00 CT 521:Concrete Cylinder Compressive Strength .......................................................................................$20.00 CT523: Beam Cylinder ................................................................................................................................$35.00 Concrete& Beam Cylinder Hold.....................................................................................................................$5.00 ASTM D422: Mechanical Analysis..............................................................................................................$140.00 ASTM D1557: (Modified)/ASTM D698: (Standard) Proctor(4")................................................................$150.00 ASTM D1557 :(Modified)/ASTM D698: Proctor(6" or Cal-216)................................................................$180.00 ASTM D2434: Permeability........................................................................................................................$350.00 ASTM D2435:Consolidation.......................................................................................................................$140.00 ASTM D2216: Moisture Content................................................................................................................. $15.00 ASTM D221/D2937: Moisture/Unit Weight(Ring)...................................................................................... $20.00 ASTM D2974:Organic Matter Test..............................................................................................................$65.00 ASTMD4318:Atterberg Limits...................................................................................................................$150.00 2015 Fee Schedule ASTM D4829: Expansion Index...................................................................................................................$130.00 ASTMD3080: Direct Shear.........................................................................................................................$190.00 Soluble Sulfate(Test Kit SF-1) ......................................................................................................................$60.00 ChemicalTests..........................................................................................................................................By Quote * 10%field supervision and equipment/vehicle charge will be added to all field services. TERMS Reimbursable Expenses Outside services performed by others and direct costs expended on the client's behalf are charged at cost plus twenty percent. These expenses include rental of drill rigs, bulldozers, backhoes, travel and subsistence, permits, reproduction costs,etc. Travel Time Travel time required to provide professional or technical services will be charged at the appropriate hourly rates. Overtime An overtime rate of 1.5 times the standard rate will be used for time in excess of 8 hours per day and Saturdays. An overtime rate of 2.0 times the standard rate will be added for work on Sundays, official company holidays, and on all work in excess of 12 hours per day. Prepayments A retainer of fifty percent of the total fee is required for all field studies. The balance of the fee must be paid at the time the report is released to the client. Billing Billings will be provided periodically and will be classified by fee categories set forth above or as given by proposal. Terms of Payment Invoices rendered for professional services are due upon presentation. A service charge of 1.5 percent, per month, may be charged on accounts not paid within thirty days to cover additional processing and carrying costs. Any attorney's fees or other costs incurred in collecting a delinquent account, will be paid by the client. 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"