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"