HomeMy WebLinkAboutA6688 - WILLDAN ENGINEERING City p g of Palm S rin s
Marcus Fuller
coRPORAI Assistant City Manager-Engineer
�41FORN�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
Willdan Group, Inc.
ATTN: Chris Baca
1,3191 Crossroads Parkway North, Suite 405
City-of Industry, CA 91746
Re: On-Call Public Works Capital Project Construction Management& Inspection Services
and On-Call Building Inspection Services Agreement No. 6688
Dear Mr. Baca:
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.
ncerely,
Marcus L. Full r
Assistant City Manager/City Engineer
-- -- _ -Approved by:
- z— /
David H. Ready, CityW Date
Please sign and return to the City of Palm Springs to agree to extending Agreement 6688 for one
(1) year ending June 3 0, 2020.
Willdan Engineering 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 Willdan
Engineering, a California corporation, (hereinafter referred to as "Consultant"). City and Consultant
are sometimes hereinafter individually referred to as "Party' and are hereinafter collectively referred to
as the "Parties."
RECITALS
A. City has determined that there is a need for As-Needed, "On-Call" Construction
Management & Inspection Services for a variety of future City Public Works capital projects and private
land development projects, 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: (1s) the terms of this
Agreement; (2nd) the provisions of the Scope of Services (Exhibit "A"); as may be amended from time to
time; (3`) the provisions of the City's Request for Proposal (Exhibit "B"); and, (4�) the provisions of the
Consultant's Proposal (Exhibit "C").
1.3 Compliance with Law. Consultant warrants that all Services rendered hereunder shall
be performed in accordance with all applicable federal, state, and local laws, statutes, and ordinances
and all lawful orders, rules, and regulations promulgated thereunder, including without limitation all
applicable Cal/OSHA requirements.
1.4 Licenses, Permits, Fees and Assessments. Consultant represents and warrants to
City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are
legally required to practice its profession and perform the Work and Services required by this
Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and
expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification,
or approval that is legally required for Consultant to perform the Work and Services under this
Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus
applicable penalties and interest, which may be imposed by law and arise from or are necessary for the
Consultant's performance of the Work and Services required by this Agreement, and shall indemnify,
defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied,
assessed, or imposed against City hereunder.
1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that
Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b)
has carefully considered how the Services should be performed, and (c) fully understands the facilities,
difficulties, and restrictions attending performance of the Services under this Agreement. If the
Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site
and is or will be fully acquainted with the conditions there existing, prior to commencement of any
Services hereunder. Should the Consultant discover any latent or unknown conditions that will
materially affect the performance of the Services hereunder, Consultant shall immediately inform the
City of such fact and shall not proceed except at Consultant's risk until written instructions are received
from the City.
1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the
Agreement to furnish continuous protection to the Work and the equipment, materials, papers,
documents, plans, studies, and/or other components thereof to prevent losses or damages, and shall
be responsible for all such damages, to persons or property, until acceptance of the Work by the City,
except such losses or damages as may be caused by City's own negligence.
1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and
diligence to perform their respective obligations under this Agreement. Both Parties agree to act in
good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably
necessary to carry out the purposes of this Agreement.
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 Changes in Scope. In the event any change or changes in the Scope of Services is
requested by the City, the Parties shall execute a written amendment to this Agreement, setting forth
with particularity all terms of such amendment, including, but not limited to, any additional professional
fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or
other work product or work when documents or other work product or work is required by the
enactment or revision of law subsequent to the preparation of any documents, other work product, or
work; and/or (b) to provide for additional services not included in this Agreement or not customarily
furnished in accordance with generally accepted practice in Consultant's profession.
2.4 Appropriations. This Agreement is subject to and contingent upon funds being
appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement.
If such appropriations are not made, the City Manager may terminate this Agreement as provided in
Section 8.3 of this Agreement; otherwise, there shall be no funding for any work or services and
Consultant shall not be entitled to payment for any work or services that Consultant may provide.
3. SCHEDULE OF PERFORMANCE
3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The
time for completion of the services to be performed by Consultant is an essential condition of this
Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according
to the agreed upon Schedule of Performance for each Task Order.
3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this
Agreement upon receipt of a written notice to proceed and shall perform all Services within the time
period(s) established in the Schedule of Performance. When requested by Consultant, extensions to
the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract
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. The following principal of Consultant is hereby
designated as being the principal and representative of Consultant authorized to act in its behalf with
respect to the Services to be performed under this Agreement and make all decisions in connection
therewith: Chris Baca, PE: Deputy Director. It is expressly understood that the experience,
knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial
inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be
responsible during the term of this Agreement for directing all activities of Consultant and devoting
sufficient time to personally supervise the services performed hereunder. The foregoing principal may
not be changed by Consultant without prior written approval of the Contract Officer.
4.2 Contract Officer. The Contract Officer shall be such person as may be designated by
the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's
responsibility to ensure that the Contract Officer is kept fully informed of the progress of the
performance of the Services, and the Consultant shall refer any decisions which must be made by City
to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder
shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all
documents on behalf of the City required hereunder to carry out the terms of this Agreement.
4.3 Prohibition Against Subcontracting or Assianments. 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.
5. 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. Emolover 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 9 of 17
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, ten (10)
days' notice if cancellation is due to nonpayment of premium." 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
negligence, recklessness or willful misconduct in its 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
Page 12 of 17
provides otherwise. Thereafter, Consultant shall have no further claims against the City under this
Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the
City an invoice for work and services performed prior to the date of termination. In addition, the
Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty
(60) days written notice to the City, except that where termination is due to material default by the City,
the period of notice may be such shorter time as the Consultant may determine.
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 Legal Action. In addition to any other rights or remedies, either Party may take legal
action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to
compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain
any other remedy consistent with the purposes of this Agreement.
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
Page 14 of 17
negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any
settlement made without Consultant's consent or in the event City fails to cooperate in the defense of
any suit or claim, provided, however, that such defense shall be at Consultant's expense. If the use or
sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall
obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City
and extend this patent and copyright indemnity thereto.
10.2 Notices. All notices or other communications required or permitted hereunder shall be
in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or
certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached
evidence of completed transmission, and shall be deemed received upon the earlier of (i) the date of
delivery to the address of the person to receive such notice if delivered personally or by messenger or
overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if
by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other
communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or
delivered. Other forms of electronic transmission such as e-mails, text messages, instant messages
are not acceptable manners of notice required hereunder. Notices or other communications shall be
addressed as follows:
To City: City of Palm Springs
Attention: City Manager
3200 E. Tahquitz Canyon Way
Palm springs, California 92262
Telephone: (760) 323-8204
Facsimile: (760) 323-8332
To Consultant: Willdan Engineering
Attention: Chris Baca, PE
650 E. Hospitality Lane, Suite 250
San Bernardino, CA 92408
Telephone: (909) 386-0200
Facsimile: (909) 888-5107
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
Page 15 of 17
entity or person not a party hereto.
10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement
as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for
purposes of this Agreement, by the same.
10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the
Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is
duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is
signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound
to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any
provision of any other Agreement to which the Party for which he or she is signing is bound.
(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
r
Date: By:
1" David H. R y,
City Manager
APPROVED A5 FORM: ATTEST
By: By:
Dougl Holland, James Thompson,
City Attorney City Clerk
APPROVED BY CITY COUNCIL: APFP,0`J_,^ EY r!!TY C-M!"Cl
.�•a��� av- Nwo
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:
Willdan Engineering
650 E. Hospitality Lane, Suite 250
San Bernardino, CA 92408
By / � A•I By
Signature (Notari ) Signature ( rized)
Page 17 of 17
CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed
the document to which this certificate is attached, and not the truthfulness,accuracy,or validity of that
document.
STATE OF CALIFORNIA }
�;COUNTY OF L5T' Y1°j�� G' }
On MAYG1 DO before me, M A�c�a Je al,� N aa5 Notary
(Public,
Date (here insert name and title of the officer)
personally appeared C•
who roved to me on the basis of satisfactory evidence to be the person(s) whose names is re
P r5' P ( ) ( �
subscribed to the within instrument and acknowledged to me that h she/they executed the same
in his er/their authorized capacity(ies), and that b 1i. ter/their signature(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
1I certify tinder PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
;WITNESS my hand and official seal.
MARCIA JEAN HIGASHI
COMM. #2011127
2 NOTARY PUSUC CALIFORNlA
LOS ANGELES COUNTY
My 00mm.expires Apr.07,2017
Signature: W rc�(Seal)
OPTIONAL
IDescription of Attached Document
',Title or Type of Document: 1�D't G`.f✓I DylSa t SLl(`(Lfi'S 11(1��duNumber of Pages: 1
IDocument Date; MOIYGVI ,0i�'D15 Other: Ci f t}1' f7Alyy� SIr,rsn
���1015 AoottffleSevice 709.9925s51 Avwv✓Califomi3AizocCllle us Cahlmia Mobile Notnry Network nv wCANINN - n
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of California )
County of (� )
On `\6\ ^� 1 before rna. 4 �O Y� � I p air{
Date Here Insert Name and Title of the 0 ricer
personally appeared Q-Nx. _./_� ` �-o
Name(s) of Signer(s)
l
who proved to me on the basis of satisfactory evidence to be the personN whose name():) is/axe
subscribed to the within instrument and acknowledged to me that he/she/tInsy executed the same in
'his/her/their authorized capacity(ioc),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 California that the foregoing paragraph
CATHALEEN 0. STEELE is true and correct.
Commission * 1972267
a •-:4
Notary Public •California Y
= WITNESS m hand and official seal.
�
z Orange County
My Comm.Expires A r 13.2016 �V pp �
Signature _ ff; Y p x(
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached ��c, ment ,erg (� _
Title or Type of Docum�entVMV rJ u °• document
Number of Pages: I Signer(s) Other Than NamoPd Above:`�
Capacity(ies) Claimed by Signer S)
Signer's Name: �� xCtr cup Signer's e:
C 1 Corporate Officer — Tr (s): F ❑ Corporate cer — Title(s):
❑ Partner — ❑ Limited ❑General ❑ Partner — ❑ Li 'ted eral
Individual ❑Attorney in Fact ❑ Individual rney in Fact
❑Trustee ❑ Guardian or Conservator ❑Trustee Guar ' nor Conservator
❑ Other ❑ Other:
Signer a esenting: C Sig s Representing:
02014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907
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
strip ing/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 inspection/walk through with City staff, maintenance/service personnel and
project architect/design consultant.
3. Issue preliminary and final punch list, including schedule for punch list completion. Monitor
and follow through with contractor until completion of all punch list items.
4. Secure and transmit required guarantees, certifications, affidavits, leases, easement
deeds, operating & maintenance manuals, warranties and other documents as stipulated
in contract documents.
5. Review and process contractor's request for final payment and release of retention.
6. Deliver project files to City.
Construction inspection services shall include, but are not limited to:
1. Review plans, specifications, and other contract and construction-related documents.
Become familiar with traffic control plans, construction schedules, construction sequences,
and permit requirements from other agencies.
2. Photograph prior, during, and after construction.
3. Attend pre-construction meetings and present special concerns, if any.
4. Interpret plans, specifications and regulations and ensure that contractors are following
their contracts. Provide inspections to ensure projects are constructed according to project
specifications.
5. Direct and notify construction contractors about non-compliance and correct compliance
problems as soon as they are discovered.
Exhibit "A"
Page 3 of 6
EXHIBIT "A"
SCOPE OF SERVICES
6. Maintain daily diaries showing site and weather conditions; traffic control measures taken
by contractors; labor, equipment and materials used; quantity of work performed; and
major incidents/safety violations. Daily diaries shall be submitted to City upon project
completion.
7. Review construction progress schedules on a regular basis; verify schedules are on track
with project milestones; identify deviations; and ensure that corrective actions are taken to
bring projects back on schedule.
8. Provide accurate measurements of work completed by contractors in accordance with
contract documents.
9. Review soil compaction and materials testing certifications of compliance (COC).
Coordinate with City's Acceptance Testing (AT) and Independent Assurance Program
(IAP) testing firms regarding quality of work completed.
10. Ensure that contractors do not install materials without approved material testing
certifications. Any failed tests shall be reported and direct contractor to take correction
measures to achieve compliance.
11. Monitor contractors' utility coordination to minimize utility conflict delays and potential need
for utility relocations. Report potential conflicts to utilities, and advise them to relocate or
remove conflicting utilities and report outcome to City.
12. Attend weekly progress meetings to communicate, coordinate and resolve any issues or
problems that may arise at the job site. Prepare and submit to contractor a "Weekly
Statement of Calendar/Working Days" report.
13. Conduct field construction employee interviews to comply with Equal Employment
Opportunity Law and Davis Bacon Act. Interviews shall be reported to City on a regular
basis.
14. Coordinate with contractor access to adjacent businesses/residents during construction.
Coordinate mitigation of construction impacts with contractor, City and other agencies.
15. Provide inspection of street lighting, traffic control, channelization, and all other traffic-
related work.
16. Observe construction safety, public safety and convenience, and report discovered
problems to City.
17. Monitor compliance with the City's National Pollutant Discharge Elimination System
(NPDES) Permits and requirements. Monitor compliance with all other local, state, and
federal laws and regulations.
18. Maintain data for change orders and record information regarding time of dispute, time of
notification by contractor, and action taken by inspector.
19. Provide complete measurements and calculations to administer progress payments and
make recommendations for payments.
20. Ensure that contractors submit certified payroll reports with monthly progress payment
requests. Review reports for compliance with federal and state prevailing wage
regulations. Ensure that labor and hours reported by contractors match inspector's daily
diaries and inspection reports.
Exhibit"A"
Page 4 of 6
EXHIBIT "A"
SCOPE OF SERVICES
21. Prepare and transmit to contractors correspondence related to construction management
and inspection of projects. All correspondence sent to and received from contractors shall
be copied and transmitted to City.
22. Coordinate preparation and submittal of as-built plans to City upon project completion.
23. Prepare preliminary and final punch list and follow through with contractor until completion.
24. Upon project completion, conduct final inspection and close-out encroachment and
construction/excavation permits.
The Consultant shall provide encroachment permit coordination and inspections (including
work associated with public and private utility companies and/or their contractors). Initially, the
Consultant shall provide the following work:
• Review the City's existing encroachment permit application forms;
• Review existing encroachment permit application forms from other agencies;
• Prepare draft encroachment permit application forms, licenses, indemnification
agreements, and other forms for City review and approval;
• Propose permit tracking system to adequately coordinate issuance of encroachment
permits
For work provided on miscellaneous encroachment permit inspections (including work
associated with public and private utility companies and/or their contractors), the Consultant
shall provide the following work:
1. Review plans, specifications, and other encroachment permit related documents. Become
familiar with traffic control plans, construction schedules, construction sequences, and
permit requirements from other agencies.
2. Photograph prior, during, and after construction.
3. Attend pre-construction meetings and present special concerns, if any.
4. Provide inspections to ensure encroachments are constructed according to permit
requirements.
5. Direct and notify encroachment permittees about non-compliance and correct compliance
problems as soon as they are discovered.
6. Maintain daily diaries showing site and weather conditions; traffic control measures taken
by contractors; labor, equipment and materials used; quantity of work performed; and
major incidents/safety violations. Daily diaries shall be submitted to City upon project
completion.
7. Ensure that encroachment permittees do not install materials without approved material
testing certifications. Any failed tests shall be reported and direct encroachment permittees
to take correction measures to achieve compliance.
11. Coordinate and ensure access to adjacent businesses/residents is maintained during
encroachment permittee work.
12. Observe construction safety, public safety and convenience, and report discovered
problems to City.
Exhibit"A"
Page 5 of 6
EXHIBIT "A"
SCOPE OF SERVICES
13. Monitor compliance with the City's National Pollutant Discharge Elimination System
(NPDES) Permits and requirements. Monitor compliance with all other local, state, and
federal laws and regulations.
14. Upon completion of encroachment permittee work, conduct final inspection and close-out
encroachment and construction/excavation permits.
Other Services "On-Call' Services — Consult shall provide various other on-call services, as
assigned and as needed by the City, which may include, but not be limited to: engineering
design services (including topographic and land surveying), grant application and preparation
services, and Caltrans Local Assistance coordination and related Project Management
assistance on local Federal-Aid projects.
END OF EXHIBIT "A"
Exhibit"A"
Page 6 of 6
EXHIBIT "B"
CITY'S REQUEST FOR PROPOSALS
CITY'S REQUEST FOR PROPOSALS FOLLOWS THIS PAGE
Exhibit "B"
CITY OF PALM SPRINGS, CA
NOTICE INVITING PROPOSALS FOR RFP#06-16
"ON-CALL" CONSTRUCTION MANAGEMENT & INSPECTION SERVICES
(CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS)
NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals from
qualified professional firms to provide the City with "on-call" construction management and
inspection services associated with various City projects and private land development projects
within the City of Palm Springs, (hereinafter the"Project').
PROJECT LOCATION: Various locations within the City of Palm Springs, to be assigned on a
case-by-case basis as necessary and as required by the City.
SCOPE OF SERVICES: The scope of work will consist of providing "on-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, 2016. The receiving time in the Procurement Office will be the governing time
for acceptability of Proposals. Telegraphic and telephonic Proposals will not be accepted.
Reference the RFP document for additional dates and deadlines. Late proposals will not be
accepted and shall be returned unopened.
PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their
proposal shall be valid for a period of 120 calendar days from the due date of proposals.
Craig L. Gladders, C.P.M.
Procurement and Contracting Manager
December 30, 2014
Page 1 of 39
RFP#06-15
OF PALM s
yv pi
V
7�
F00.N�P .
CITY OF PALM SPRINGS, CA
REQUEST FOR PROPOSALS (RFP) #06-15
"ON-CALL" CONSTRUCTION MANAGEMENT & INSPECTION SERVICES
(CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS)
Requests for Proposals (RFP #06-15), for "on-call' construction management and inspection
services associated with various City Projects, private land development projects for the City of
Palm Springs, CA, (hereinafter the "RFP") will be received at the Office of Procurement &
Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. LOCAL
TIME, TUESDAY, FEBRUARY 3rd, 2015. It is the responsibility of the respondent to see that
any proposal sent through the mail, or by any other delivery method, shall have sufficient time to
be received by this specified date and time. The receiving time in the Procurement Office will
be the governing time for acceptability of proposals. Telegraphic, telephonic, faxed or emailed
proposals will not be accepted. Late proposals will be returned unopened. Failure to register
as a Proposer to this RFP process per the instructions in the Notice Inviting Requests for
Proposals (under "Obtaining RFP Documents") may result in not receiving Addenda or other
important information pertaining to this process. Failure to acknowledge Addenda may render a
proposal as being non-responsive. We 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 "tum-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 RFls, 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 presentations/interviews from short listed firms at a future date of which the format and
presentation evaluation criteria shall be provided at the time of short listing. Participation in
any phase of this RFP process, including the interview phase if conducted, is at the sole
expense of the firms replying to this RFP. The City shall NOT be responsible for any costs
incurred by any firm in response to, or participation in, this RFP.
Firms are requested to submit their proposals so that they correspond to and are identified with
the following specific evaluation criteria:
A. Project Understanding (20 POINTS):
The firm's proposal adequately demonstrates an understanding of the Project and
familiarity with public works construction issues within the Coachella Valley; familiarity with
"on-call" public works inspection services for a municipal government.
Note: Firms should not simply restate the information contained in this RFP; this
evaluation criteria requires that the proposal identify "critical issues" to the Project, identify
an approach to resolving any critical issues, and otherwise provide additional information
regarding the Project which supports the firm's ability to perform if selected.
B. Scope of Work(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-call" public works inspection services. Relevant experience must be demonstrated.
D. Firm Qualifications (30 POINTS):
Past experience with "on-call' public works inspection services for a municipal government
(also include private development projects). Past experience providing construction
management of multiple critical wastewater treatment process capital projects at a
municipal wastewater treatment plant. Past experience providing construction
management services on public building improvement and new public building
construction projects.
E. Local Expertise Demonstrated on the Team (5 POINTS):
Firms that qualify as a Local Business, or employ local sub-consultants, and submit a valid
business license as more fully set forth in Section E.1 below, pursuant to the City of Palm
Springs Local Preference Ordinance 1756). The full local preference, five (5) points, may
be awarded to those that qualify as a Local Business. Two (2) points may be awarded to
a non-local business that employs or retains local residents and/or firms for this project.
Non-local firms that do not employ or retain any local residents and/or firms for this project
shall earn zero (0) points for this criteria.
7. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses
correspond directly to, and are identified with, the specific evaluation criteria stated in Section 6
above. The proposals must be in an 81/2 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
DA List the firm's complete name, type of firm (individual, partnership, corporation or other),
telephone number, FAX number, contact person and E-mail address. If a corporation, indicate
the state the corporation was organized under.
D.2 List the name and title of the firm's principal officers with the authority to bind your
company in a contractual agreement.
D.3 Describe the firm's background and qualifications in the type of effort that this project will
require, specifically identifying experience with "on-call" construction management and
inspection services for a municipal government.
DA Indicate the name of any sub-consultant firms that will be utilized to make up your team.
Describe each sub-consultant's background and specific expertise that they bring to the Project.
D.5 Identify any prior local experience providing "on-call" construction management and
inspection services to municipal governments.
D.6 Specifically explain why the firm is the most qualified firm to provide "on-call"
construction management and inspection services to the City of Palm Springs.
SECTION E: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM
E.1 Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding
contracts for services, including consultant services, preference to a Local Business shall be
given whenever practicable and to the extent consistent with the law and interests of the public.
The term "Local Business" is defined as a vendor, contractor, or consultant who has a valid
physical business address located within the Coachella Valley, at least six months prior to bid or
proposal opening date, from which the vendor, contractor, or consultant operates or performs
business on a day-to-day basis, and holds a valid business license by a jurisdiction located in
the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the
south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino
Mountains on the east and north. For the purposes of this definition, "Coachella Valley"
includes the cities of Beaumont and Banning and the unincorporated areas between Banning
and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the
purpose of establishing such physical address.
The consultant will also, to the extent legally possible, solicit applications for employment and
proposals for subcontractors and subconsultants for work associated with the proposed contract
from local residents and firms as opportunities occur and hire qualified local residents and firms
whenever feasible.
In order for a business to be eligible to claim the preference, the business MUST request the
preference in the Solicitation response(see Attachment 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 11 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�palmsprinasca.aov
Interpretations or clarifications considered necessary in response to such questions will be
resolved by the issuance of formal Addenda to the RFP. The deadline for all questions is
3:00 P.M., Local Time, Tuesday, January 27, 2015. Questions received after this date and
time may not be answered. Only questions that have been resolved by formal written Addenda
via the Division of Procurement and Contracting will be binding. Oral and other interpretations
or clarifications will be without legal or contractual effect.
FORM OF AGREEMENT: The selected firm will be required to enter into a contractual
agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance
with the standard on-call Professional Services Agreement (see Attachment "C"). Please note
that Exhibits A, B, C, D and E are intentionally not complete in the attached document.
These exhibits will be negotiated with the selected firm, and will appear in the final Professional
Services Agreement executed between the parties. Requested changes to the Professional
Services Agreement may not be approved, and the selected firm must ensure that the attached
document will be executed.
Failure or refusal to enter into an Agreement or to conform to any of the stipulated requirements
in connection therewith shall be just cause for an annulment of the award.
Page 12 of 39
RFP#06-15
AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide
all of the services identified in the RFP document. However, the City reserves the right to award
a contract to multiple Respondents or to a single Respondent, or to make no award, whichever
is in the best interest of the City. It is anticipated that award of the contract will occur at the
next regularly scheduled City Council meeting after the evaluation committee has made its final
selection of the firm to be recommended for award and a contract has been negotiated and
agendized for consideration. The decision of the City Council will be final.
RIGHT TO ACCEPT OR REJECT PROPOSALS: The City of Palm Springs reserves the right
to waive any informality or technical defect in a proposal and to accept or reject, in whole or in
part, any or all proposals and to cancel all or part of this RFP and seek new proposals, as best
serves the interests of the City. The City furthermore reserves the right to contract separately
with others certain tasks if deemed in the best interest of the City.
INSURANCE: Insurance provisions are contained in the Standard Contract Services sample
agreement included in the RFP. The successful Proposer will be required to comply with these
provisions. It is recommended that Proposers have their insurance provider review the
insurance provisions BEFORE they submit their proposal.
RESPONSIBILITY OF PROPOSER: All firms responding to this RFP shall be responsible. If it
is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an
RFP without an authorized signature, falsified any information in the proposal package, etc.),
the proposal shall be rejected.
PUBLIC RECORD: All documents submitted in response to this solicitation will become the
property of the City of Palm Springs and are subject to the California Code Section 6250 et seq.,
commonly known as the Public Records Act. Information contained in the documents, or any
other materials associated with the solicitation, pursuant to CA Government Code 6255 during
the negotiation process, may be made public after the City's negotiations are completed, and
staff has recommended to the City Council the award of a contract to a specific firm, but before
final action is taken by the City Council to award the contract.
Although the California Public Records Act ("CPRA") recognizes that certain confidential trade
secret information may be protected from disclosure, the City may not be in a position to
establish that the information submitted in a proposal is a trade secret. If a request is made for
information marked "Confidential," "Trade Secret," Proprietary," or any other similar designation,
the City will provide the party submitting such information with reasonable notice to allow the
party to seek protection from disclosure by a court of competent jurisdiction.
If a submitting party contends that a portion of the proposal is confidential even under the
CPRA, the party: 1) must clearly label each document and/or page deemed a confidential
document 2) the legal rationale supporting such contention including specific references to
applicable provisions of the Public Records laws of the State 3) must actively defend against
any request for disclosure of information which the party has determined should not be
released, and 4) must indemnify and hold harmless the City from any loss, claim or suit,
including attorneys' fees, brought by a person challenging the City's refusal to release the
documents. The City will not, under any circumstances, incur any expenses, or be responsible
for any damages or losses incurred by a party submitting a proposal or any other person or
entity, because of the release of such information. The City will not return the original or any
copies of the proposal or other information or documents submitted to the City as part of this
RFP process. NOTE THAT THE CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL
OF THE INFORMATION, VIA A BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY
Page 13 of39
RFP#06-15
INFORMATION OR A TRADE SECRET. SUCH PROPOSALS MAY BE FOUND 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 of 39
RFP#06-15
OF P A L
rgLtp�pri�� -
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 buildina 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:
Authorized Signature: Date.-
Acknowledgment of Receipt of Addendum 1 is required by signing and including
the acknowledgment with your submittal, or you may also acknowledge the
Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum
may result in your submittal being deemed non-responsive.
F PAtM S
REQUEST FOR PROPOSALS (RFP 06-15)
FOR
"ON-CALL" CONSTRUCTION MANAGEMENT& INSPECTION SERVICES
(CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS)
ADDENDUM NO. 2
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP
DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE
PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY
ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED
TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following questions and is hereby providing answers
thereto:
Q 1: Under Section B the RFP requests that proposers provide "the expected time
commitment of key personnel'. Since this is an on-call contract and specific projects
have not yet been identified, we cannot estimate the hours for each key person. Or do
you mean estimated percentage time involvement over the term of the contract?
A 1: The City acknowledges that proposers cannot property answer this question at
this time and hereby removes the question from the RFP.
Q 2: With regard to the above RFP, we do not have the in-house expertise for CIM of
waste water treatment-industrial facilities. Would the City be receptive to our responding
to the RFP; qualified to our professional experience for performance of C/M and
Inspections on any vertical or horizontal (ie. Civil / land development) projects?
A 2: Consultants may submit proposals even if they do not have requisite experience
for wastewater treatment facility projects, the proposal will be evaluated in the context of
all of the proposals received. The City reserves its rights to award one or more contracts
based on its evaluation of proposals received.
Q 3: As we are a new firm to the Coachella Valley, would the City be receptive to
accepting a joint proposal with our firm and a local Architectural-Civil firm; assuming, for
simplification of contracting and responsibility-liability, that one firm, the local firm, would
be designated as the Prime Consultant?
A 3: Yes. Proposals identifying a local firm as a component of the "team"will be
evaluated for the local expertise in accordance with the criteria in the RFP.
Q 4: 1 have a question related to Special note on page 7 of 39. Is this requirement
related to each task order/project assignment or for the entire on-call agreement period
of 3 years?
Special Note: The selected Consultant will be required to obtain an office space within
close proximity to City Hall, with part-time attendance by the assigned Inspector(s).
Throughout the assignment, the selected Consultant shall be expected to be available to
meet, as necessary, with City staff, including but not limited to, the Public Works &
Engineering Department to discuss assigned projects, review construction permits, and
other requirements. Fees for time required to meet with City staff shall be included in the
inspection fees charged by the Consultant, and shall not be separately paid for outside
of required inspections.
A 4: The entire on-call agreement period.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Craig L. Gladders, C.P.M.
Procurement & Contracting Manager
DATE: January 22, 2015
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name:
Authorized Signature: Date:
Acknowledgment of Receipt of Addendum 2 is required by signing and including
the acknowledgment with your submittal, or you may also acknowledge the
Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum
may result in your submittal being deemed non-responsive.
OF PA L/.1
y i
C4(lp7gC1\P
REQUEST FOR PROPOSALS (RFP 06-15)
FOR
"ON-CALL" CONSTRUCTION MANAGEMENT& INSPECTION SERVICES
(CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS)
ADDENDUM NO. 3
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP
DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE
PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY
ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED
TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following questions and is hereby providing answers
thereto:
Q 1: The Proposals for the above referenced project were limited to 40 pages when
the project was for "on-call' Construction Management and Inspection only. With the
addition of Building Inspection Services, are we allowed any additional pages?
Al: Yes. The City will allow 10 additional pages, for a revised total of 50 pages
(double-sided is ok, as in the original RFP document).
Q 2. The City requests for a thumb drive or flash drive containing the Work Proposal
in Microsoft Word and PDF. Would it be sufficient to ONLY submit our Work Proposal in
PDF? Our standard proposal program is Adobe InDesign, Microsoft Project, and Excel.
A 2: No. A PDF copy and a file of the original document on the thumb or flash
drive should be provided. Software programs other than Microsoft Word are
acceptable.
Q 3: If our proposal is submitted double-sided, does each side of the page
count toward the page limit?
A 3: No.
Q 4: The RFP states on page 10 of 39: B.1 "Provide a detailed technical scope of
work identifying all tasks and sub-tasks required to successfully implement the
construction phase of an assigned City Project." Does the City use the term 'The
Construction Phase" in general terms (which may include Pre-construction, construction,
post-construction phase) or does the city want to know about the construction phase
specifically?
A 4: The Construction phase may include all "construction phases" such as
bidding and contract award, pre-construction, construction, and project close-out.
Q 5: The RFP states on page 9 of 39: "The proposals must be in an 8 %X 11 format,
may be no more than a total of forty (40) sheets of paper, double sided is OK, which
shall include a cover letter, an organization chart, staff resumes and any appendices."
Does this mean that if we use double side, we can still submit forty (40) sheets of paper
which equals eighty (80) pages of text?
A 5: Yes, however, as per Question #1 above, fifty(50) sheets of paper, double-
sided, is now allowed.
Q 6: Answer 1 to Question 1 of Addendum #2 states that proposers are not required
to estimate the time allocated for staff since this is an on-call contract. Does this mean
that B3 on page 10 of 39 of the RFP: B.3 "Identify how the firm will propose to budget
and allocate resources to various assignments, including City Projects and private land
development projects"is eliminated and doesn't require a response?
A 6: Generally identify how the firm proposes to best allocate its resources for
an on-call assignment given the fluctuating scope of services involved with the
assignment. Explain how the firm has accommodated allocation of resources
when its other clients have had to significantly increase the need for on-call
support, and likewise, how the firm has addressed a decrease in the need for on-
call support.
Q 7: The RFP states on pg. 10 of 39. "C.2 List specific and relevant experience for
the key staff/team members assigned to the Project with "on-call" construction
management and inspection services for a municipal government. Detailed project
information, including dates project started and completed, local agency contact
information, and other appropriate supporting information shall be provided."On page 9
of 39 the RFP states: "-Related Experience; include relevant experience date, name
of agency, and reference name%ontact information". Does this mean that references
are included for Relevant Firm Experience AND on resumes?
A 7: Yes. You should identify relevant experience that the 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:
Authorized Signature: Date:
Acknowledgment of Receipt of Addendum 3 is required by signing and including
the acknowledgment with your submittal, or you may also acknowledge the
Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum
may result in your submittal being deemed non-responsive.
EXHIBIT "C"
CONSULTANT'S PROPOSAL
CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE
Exhibit"C"
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
ATTACHMENT"A"
*NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED INSIDE ENVELOPE#1,
"WORK PROPOSAL'`
REQUESTS FOR PROPOSALS(RFP)#06-15
FOR
"ON-CALL"CONSTRUCTION MANAGEMENT&INSPECTION SERVICES
(CITY PROJECTS AND PRIVATE LAND DEVELOPMENT PROJECTS)
SIGNATURE AUTHORIZATION
PROPOSER: 6wrldm lingbwft
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 shout 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 individual;
_A partnership,Partners'names:
A company;
X A corporation
_A Local Business(Licensed within the jurisdiction of the Coachella Valley)-
Copy of current business license is required to be attached to this document.
2. My tax Identification number is: 952295M
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,&s islare hereby acknowledged.
RFP fW6-15 Age 15 of 39
WILLDAN
atwrament"4"
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
ATTACHMENT"B"
'THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALIWORK PROPOSAL
(Envelope #9)'
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY
PROPOSER AND SUBMITTED WITH PROPOSAL
STATE OF CALIFORNIA)as
COUNTY OF RIVERSIDE)
The undersigned.
ndersigndd. being first duty swom, deposes and says that he or"Is
C--���C'e� &C6 of
.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 corporafion; 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 Proposed, 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 seam 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 prrd, and will not pay, any fee to
any corporation, partnership, company, association, organization, Proposal depository, or any other member
or agent thereof to affectuste a coliusWe or sham Proposal.
Page 16 of39
RFP#0S_J5
WILLDAN
!lttarbmenr B"
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
By. 13
Subsorlbed and swom to before me this Z- day of ctiy 2015
i
Page 17 Ong
III
RFP M08-'15
A#acbment B' WI LLDAN
JURAT
•....YY\YY.Y.....................................Y...............know....
State of California
County of h o a EN.A_e s )ss.
Subscribed and sworn to (or affirmed) before me on this Z day of
�,, ,. a.r.1 , 20_1 c;— , by Cy ram, R�2 rn
proved to me on the basis of satisfactory evidence to be the person(s) who appeared
before me.
r
Signature ANN COMM. 2004940
.Wmy
MM.#2004940 �
NOTARY PUBLIC CALIFORMA p
3LOS ANGELES COUNTY
comm.expires Feb.20,2017 t
( eal)
...............................................................
..a.....,
OPTIONAL INFORMATION
Date of Document Thumbprint of Sign
Type or Title of Document
Humber of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known
_Paper Identification
Credible Witness
Capacity of S' er: ❑ Check Here if
no thumbprint
Tr ee or fingerprint
ower Of Attorney is available.
CEO/CFO/COO
President I Vice-President I Secretary/Treasurer
Other:
Other Information:
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Table of Contents
Attachment"A"—Signature Authorization
Attachment"B"—Non-Collusion Affidavit
CoverLetter...........................................................................................................................................1
Section A—Project Understanding..........................................................................................................3
AS—Project Understanding...........................................................................................................................................3
A2—Key/Critica I Issues..................................................................................................................................................3
A3—Coordination with the Caltrans Construction Manual...........................................................................................4
A4—Encroachment Permit Processing Examples..........................................................................................................4
SectionB—Scope of Work......................................................................................................................5
B1—Scope of Work........................................................................................................................................................5
B2—Identification of Budget and Allocation of Resources..........................................................................................11
Section C—Staff Qualifications.............................................................................................................12
C1—Key Staff/Tea m Members.................................................................................................................................... 12
CZ—Team Members' Relevant Project Experience.....................................................................................................16
C3—Project Manager's Techniques for Resolving Disputes........................................................................................22
Section D—Firm Qualifications.............................................................................................................23
❑1—Firm Profile...........................................................................................................................................................23
D2—Authority to Bind..................................................................................................................................................23
D3—Relevant Project Experience................................................................................................................................24
D4—Subconsultant Firm Profile...................................................................................................................................24
05—Municipal Government Experience.....................................................................................................................24
D6—Why Wilidan7.......................................................................................................................................................24
LocalPreference...................................................................................................................................26
CostProposal.......................................................................................................................................27
AppendixA..........................................................................................................................................29
Resumes..........................................................__.........................................................................................................29
AppendixB.............................................................................................................................................2
PermittingExamples......................................................................................................................................................2
WILLDAN I Table of Contents
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management& Inspection Services
(for City Projects and Private Land Development Projects)
This page left blank intentionally.
j WILLDAN I AttathmentA'
WILLDAN Winding
Engineering reach
February 3, 2015
City of Palm Springs
Procurement and Contracting Department
3200 E.Tahquitz Canyon Way
Palm Springs, CA 92262
Attention: Mr.Craig Gladdens,CPM, Procurement&Contracting Manager
Subject: Work Proposal for RFP#06-15, Request for Proposals for"On-Call"Construction
Management& Inspection Services(For City Projects and Private Land Development
Projects)
Willdan Engineering(Willdan)is pleased to submit this proposal to provide professional consulting services
for On-Call Construction Management and Inspection Services. Willdan has assembled a team who are
committed to providing top-quality services to the City of Palm Springs(City). We believe that we are
highly qualified to undertake this assignment because of the special challenges Involved in the project.
As a municipal consulting firm,we are aware of the City's needs and desires in undertaking a project of this
type. Willdan's personnel are experienced in working as an integral part of agency staff and,therefore,are
familiar with municipal standards, guidelines,and procedures. This knowledge and experience will allow
Willdan to be most responsive to your requirements.As a multidisciplinary firm,we have a full complement
of resources under one roof to provide thorough and accurate design and project management.
We understand that the City of Palm Springs desires to hire a civil engineering firm to perform and provide
professional on-call construction management and public works inspection services for public funded and
private permit projects throughout the City.The advantages the Willdan team brings to the City of Palm
Springs include the following:
• Local Knowledge. We know the City,its policy and procedures! Willdan has provided these
services to local Cities for more than 20 years on all types of projects, including but not limited to,
building Inspection, building plan check,city engineer,design services, construction management,
public works inspection,and geotechnical services.
• Strong Project Manager. Mr.Chris Baca is responsible for managing improvement projects for
various agencies and municipalities throughout Southern California. He has provided similar
services for other Southern California Cities as follows:
✓ City of La Rialto—Pepper Avenue Extension&Metro Link Station Improvements
✓ City of Long Beach—On-Call Construction Management and Inspection Services
✓ County of Riverside On-Call Construction Management and Inspection Services
✓ City of South Gate—2013 Water&Sewer Improvements
✓ City of Highland—Base Line Avenue Improvements(Federal Funded)
• Unmatched Expertise. Providing public works inspection and construction management services to
public agencies for over 40 years.Serving public agencies is the cornerstone of Willdan's business;
simply put—it'swhat we do! The project team has past experience working together on hundreds
of street rehabilitation projects,and the strongest familiarity with latest developments in
Engineering and Planning I Energy Efficiency and Sustainability I Financial and Economic Consulting I National Preparedness and Interoperat
909,386.0200 1 800.789.7517 1 fax:909.888.5107 1 650 E.Hospitality Lane,Suite 250,San Bernardino,CA 92408-3317 1 www.wildan.com
City of Palm Springs
Work Proposal for RFP R06-15
February 3,2015
Page 2
technologies, construction methods,and application techniques that may be applied to minimize
costs, maximize pavement life and eliminate future maintenance issues.
• Turnkey Services. Willdan provides full service on in-house professional engineering consulting and
design services for almost any capital improvement project including roadway,grading,drainage,
water, sewer,major highway facilities, bridge structures,traffic signals and signing and striping
improvements. We prepare the associated reports including hydrology/hydraulic calculations,
water quality management plans,storm water pollution prevention plans,traffic studies,
geotechnical investigation reports,contract specifications,and special provisions along with the
engineer's estimates of probable cost of construction.
• Staff Augmentation. Be it on a full-time or part-time in-house basis, by project,or in consultation,
we offer staff augmentation services provided by experienced professionals who have likely served
in a public agency in a management capacity. Familiarity with the unique processes and policies of
public agencies allows our professionals to make educated decisions without the need for further
consultation,offering multidisciplinary skills through a sole consultant.
For this proposal,the contact person who will be authorized to make representations for the Willdan team
is Chris Baca, Deputy Director of Construction Management and Public Works Inspection at the following
address:
Willdan Engineering
650 E. Hospitality Lane,Suite400,San Bernardino,CA92408
(909) 386-0200/fax(909)888-5107/cbaca@willdan.com
We are sincerely interested in this assignment and thank you for this opportunity to present this proposal
for professional construction engineering services. We look forward to working with you in implementing
this important City project. If there are any questions regarding this proposal, please contact me at(562)
364-8198 or email cbaca@willdan.com.
Respectfully submitted,
Willdanlldan E�ng
Chris Baca, RCI
Deputy Director of CM & Inspection
91005/06-150/P15.012
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Section A—Project Understanding City Project No. 13-22: New Headworks(Budget
$6M)
A1—Project Understanding • City Project No. 13-23: New Circular Primary
Willdan Engineering understands that the City of Clarifiers w/Sludge Pump Station (Budget$9M)
Palm Springs currently performs public works The selected Consultant will be required to
inspections with City staff, however,in anticipation demonstrate adequate experience and capacity to
of several large City Projects to commence in 2015, administer, manage,and inspect the construction
and as a result of increased development occurring of these various capital projects at the City's
within the City of Palm Springs, it is the City's wastewater treatment plant,while coordinating its
intention to have available,at its request, continued operation by the City's wastewater
contractual "on-call" public works inspection operator,Veolia West Operating Services.The City
services to provide necessary"turn-key" may,but does not guarantee,to request the
construction management services for various City selected Consultant to provide services associated
Projects,as well as independent construction with these wastewater projects.
inspection of on-site and off-site improvements associated with private land development projects The City intends to award one or more contracts for
within the City. public works inspection services with an initial term
of three years,with two one-year extensions upon
With regard to the anticipated City Projects,the approval of the City Engineer and mutual consent
selected Consultant will be required to of the selected Consultant,for a total maximum
demonstrate adequate experience and capacity to term of five years.
provide full-service"turn-key"construction The Public Works&Engineering Department will be
management services for the following types of coordinating all public works inspections.
projects:
• Building& Facility improvements A2—Key/Critical Issues
• Electrical & Lighting improvements There are many routine aspects that are common
• Landscaping improvements to the way every construction project is performed
• Sewer improvements in terms of contract administration,construction
• Storm Drainage improvements inspection,and public relations.All of these are
• Street improvements outlined in our scope of work. However,there are
• Traffic Signal improvements some very important areas,also mentioned in our
• New Building&Facility construction projects scope of work that requires special attention that is
• Inspection and Compliance with Standards for not part of the routine process of the common
private residential developments,subdivisions, Willdan's Construction Management team:
commercial shopping centers, and hotels,etc. 1. Institution of standard procedures for project
Additionally,the City anticipates commencing with records and procedures conforming to the
construction on several priority projects at the highest standards for construction
City's Wastewater Treatment Plant,which include: management is necessary to have effective
• City Project No. 13-14: Digester No.2 Dome claims avoidance, mitigation,and resolution.
Replacement(Budget$1 M) 2. Schedule and cost management are priority
• City Project No. 13-20: New Sludge Centrifuge areas for Willdan's professional construction
(Budget$1.5M) team.Our team will provide weekly and
• City Project No. 13-21: New Primary Effluent monthly reports detailing cost to date and
Pump Station (Budget$3M) projected final cost estimates. (See appendix
section for samples of monthly and weekly
reports)
WILLDAN
Page 13
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
3. Thorough and timely documentation of change Linda,Banning, Colton,Canyon Lake, March Joint
order circumstances is crucial both to minimize Power Authority, Highland,Calimesa, Morongo
potential and/or unresolved claims and provide Band of Mission Indians,and other City's
properly for Agency approval of change order throughout the State of California.
funding. Willdan utilizes two systems for the tracking of
4. A project specific quality assurance program both building and public works permits.The first
(QAP)is essential on complex projects to system utilizes a simple excel spreadsheet,a copy
maintain orderly, cost effective,and of which and be found the appendix section of the
comprehensive materials quality control.The proposal.The second system utilized Willdan's
City's general CLAP will be superimposed with proprietary PCTS(Plan Checking Tracking System)
the Caltrans Construction Manual/Local software system to monitor the permit activity.The
Programs Manual testing frequency tables and system allows the permitee and City officials to use
applied to all of the materials in the various the web to view the current budget and status of
phases of work on the construction contract. the each permit.
Implementing quality construction Pursuant to the City's RFP,page 7 of 12,Section 4,
management procedures,such as the
following,can avoid most claims: Paragraph 9,Willdan suggests the use of deposit
based permits for permits with an estimated fee of
5. Rigorous standard procedures for schedule over$2,500. Many Cities'throughout the area have
control must be inherent in the construction adopted this fee structure as it allows the Agency
management program in order to bring the to recoup all the cost associated with the
project to completion in the shortest time and inspection of the work.The typical arrange is to
also with the least potential damages due to require the permitee to put in deposit an amount
delays.All members of the construction equal to 120%of the work.Willdan then tracks
management team have a standing duty to be their expenses and invoices the City on either a
proactive in identifying a situation that has a weekly or monthly basis.We have enclosed an
possibility of creating a delay. example of recent large deposit permit we handled
A3—Coordination with the Caltrans for the City of Commerce.As you will see the
agreement has language concerning the
Construction Manual maintenance and payment of the deposit account.
Our staff understands the importance of accurate In some City's Willdan will bill the City for the
documentation and filing to ensure that the City's deposit permit and will forward correspondence to
liability is protected. Applying a uniform standard the permitee letting them know how much is left in
of excellence is the only way to ensure that deposit and whether there is a need to make an
documents are written and filed adequately for additional deposit to their account.
effective claims avoidance and/or mitigation and
resolution.So, over 20 years ago,Willdan adopted, As stated earlier,the City can find examples of
as our standard procedures,the practices set forth permit applications, permit tracking spreadsheets,
in the Caltrans Construction Manual and in the and deposit agreements in the appendix section of
Caltrans Bridge Construction Records and our proposal.
Procedures Manual,Volumes 1 and 2.
A4—Encroachment Permit Processing
Examples
Willdan has provided permit inspection and
tracking to southern California Cities for over 50
years and is currently providing these same types of
services to the City's.of La Puente, Maywood, Loma
Page14 MWILLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Section B—Scope of Work requirements. This support will occur for all
necessary general contractor selections.
B1—Scope of Work Preconstruction Conference
,Preconstructon Services With the selection and notification of the successful
_. _ _
Constructability Review bidder,the Willdan team will conduct a pre-
1. Provide a thorough review of the construction construction meeting. In attendance at this
sequence necessary to complete the meeting will be the successful contractor,the
improvements included in the construction Willdan team, representatives of the City's design
contract. consultant and the City. The purpose of this
2. Conduct a thorough review of the construction meeting is to: a) review the project protocol and
plans and specifications. procedures that will be followed; b)review the
contract scope of work with the general contractor;
3. Prepare a list of the following,including c)verify that all required bonds and insurance
potential recommended corrections: certificates have been received from the general
a. Difficulties of completing any element of contractor; d) review all inspection requirements
construction; including deputy inspection and observations by
b. Conflicts between elements or the the engineer-of-record; e) review the public
environment; funding requirements;and f)review the general
contractor's proposed work plan.
c. Elements of construction that could be
substituted with more efficient materials iConstruction Services
and associated methods; Construction Administration Compliance
d. Elements of the construction that are not Site Reviews. Once the general contractor has
appropriately compensated by the bid moved onsite,the Willdan team will continuously
schedule. monitor and observe the work performed. These
4. Verifythrough support observations and inspections will focus on ensuring
g design g pport consultation that each identified item of concern is being that the materials and their installation are in
conformance with the contract drawings and
interpreted properly. specifications. These observations and inspections
5. Once a set of recommended corrections is will also focus on coordinating and verifying that all
developed,verify that time constraints do not required deputy inspections,materials testing,and
impact their implementation. engineer-of-record observations not only occur,but
6. Prepare a report of findings,and outline also occur at the appropriate time and do not cause
recommendations to reconcile issues any delays to the project
discovered and generally to expedite the The results of these daily observations and
project. inspections will be documented in a Daily Site
7. Prepare bid documents for advertising. Report. The Daily Site Reports will document work
B. Coordinate answering of questions with activities,observations, number and type of
designer and issue required addendums. personnel onsite,weather conditions, number and
Evaluation of Contractors'Bids type of equipment onsite,visitors to the site, and
any unusual or pertinent happenings.
The Willdan team will support the City during the Non-Conforming Work. Any work observed during
general contractor selection process. The Willdan the observation and inspection that does not meet
team will attend the pre-bid meeting, if any,and the requirements of the contract drawings and
will perform a review of the bids to confirm that specification will be documented via a Non-
each is in conformance with the Request for Bid Conformance Report. These Non-Conformance
WILLDAN I Page15
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Reports will be given to the general contractor and key issues affecting the work, including any
a copy provided to the City. The Willdan team will coordination issues with the testing laboratory or
maintain a log of the Non-Conformance Reports. any other outside agency. In addition,the Non-
This log will document the non-conformance report Conformance Report,RFI,and submittal logs will be
number,the nature of the non-conformance,the reviewed. Weekly meetings will be chaired by
date the report was issued,the resolution,and the Willdan's Construction Manager. Detailed notes of
date of the resolution. the meeting will be transcribed and provided to all
Request for Information. During the course of the attendees prior to the next meeting.
construction,it is inevitable that the general Progress Photographs. Digital photographs
contractor will require clarification as to the intent documenting all key areas of construction will be
or specific details an the contract drawings. In taken daily. The digital images will be stored both
order to obtain the clarification,the general electronically and in hard copy.
contract will issue a Request for Information (RFI). Schedule. Prior to finalizing the general
The Willdan team will typically allow the general contractor's contract,the Willdan team will review
contractor to utilize his own RFI from with which he the general contractor's CPM schedule to
is most conformable. This form will have a determine if it is realistic and achievable. If the
sequential number,as insurance date,an area for Willdan team has any concerns with the general
identifying/describing the required contractor's schedule,they will be addressed and
clarification/information,an area for the answer, resolved prior to signing the contract and starting
and a required date. These farms will be submitted any work. Once the contract is signed,the
by the general contractor to the Willdan team. The schedule is cast-in concrete and the only thing that
Willdan team will forward these RFIs to the City's can change it is a change order. Having a change
design consultant. The Willdan team will maintain order that increases work scope and thus contract
a log for the RFIs. This log will document the RFI value does not automatically mean a change in
number,the nature of the RFI,the date of the RFI schedule duration. In general;only change orders
was issued,the date it was forwarded to review, that address any work on the critical path have the
the name of the reviewer,the RFI response,the
potential to have an impact on schedule. In
date it was received back from the reviewer,and estimating the cost for change orders,the Willdan
the date it was forwarded to the general team will analyze the impact on the schedule by
contractor. any change orders. Along with budget control, a
Communications. The Willdan team will strive to proactive approach to schedule control on the
have all communication between the general Willdan team's part will help to meet the City's
contractor,the City's personnel,and the City's schedule requirements.
design consultant flow through it. All Document Control, All Document Control
communications will be documented(telephone Procedures established by the City will be followed.
calls by notes and emails by hard copy printouts) Both hard and electronic copies of all documents,
and filed. If the City so desires,a log of all including correspondence,contract drawings,
communications will be maintained, submittals,standard forms, report,and submittal
Weekly Progress Meetings. A weekly progress logs will be kept current during the project and will
meeting will be conducted with the general be delivered to the City as final project
contractors. It is anticipated that the City will documentation.
attend with the City's design consultant when Change Order/Claims/Disputes. The general
warranted. This meeting will be held at a fixed time contractor will submit any Change Order Request
and day of the week,and will review the work to the Construction Manager. At the pre-
completed in the past week and the work planned construction meeting,the format of the Change
for the next 2 weeks. Discussions will focus on all Order Request and the required backup will be
Page16 j WILLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
determined. The general contractor will be Prowess Payments. The general contractor will
expected to justify any change, including a prepare his monthly Application for Payment on
breakout of all quantities,materials prices, labor either the City's standard form,or the general
hours, labor rates,overhead and profit markups, contractors form directed at the beginning of the
and any impact on schedule. The Willdan team will project by the City. The application will be based
review the Change Order Request. If the Willdan on the general contractor's installed qualities or
team does not agree with the request,the Willdan percentage complete for each of the Scheduled of
team will negotiate with the general contractor Values contains in the general contractor's
until an agreement is reached. If all parties are in contract. The general contractor will submit his
agreement with the Change Order Request, monthly pay application to Willdan's Construction
Willdan's Construction Manager will prepare a Manager. The Willdan team will review the
Recommendation for Approval for the Change application and any disagreement will be discussed.
Order Request and obtain the City's design Willdan's Construction Manager will then forward
consultant's agreement. As with RFIs,the date the his recommendation for approval of the Application
request was received from the general contractor for Payment to the City.
will also be logged along with the disposition. This Submittals. The contract specifications require the
log will also include all identified potential Change general contractor to provide submittals consisting
Order Requests. of a technical data sheet and/or shop drawings for
Willdan employs the latest techniques in the specific components/materials bring installed.
analysis of claims for extension of time due to These submittals are required to be reviewed by
delays in the schedule. Cast schedule integration the City's design consultant. Prior to the start of
will be performed to establish the actual damage construction,Willdan will request the City's design
incurred due to delays. consultant to prepare a summary list of all
Quality Control. Willdan will perform quality submittals required,which will be reviews with the
assurance and quality control of this project general contractor at the pre-construction meeting.
through a diligent review of all documentation and The general contractor's submittals will be
an inspection of all work. Quality assurance and reviewed by the Construction Manager. As with
quality control will begin with the pre-construction RFIs,the Willdan team will maintain a log for the
meeting,at which time the scope of the project and submittals. This log will document the submittal
control requirements will be reviewed with the number,the nature of the submittal,the date the
general contractor. Once construction begins,the submittal was issued,the date it was forwarded to
next step in the quality control process will be the the reviewer,what the review is,the disposition of
verification of materials and components to be the submittal,the date it was received back from
installed. Once the materials and component are the reviewer,and the date it was forwarded to the
delivered onsite,Willdan's Construction Manager general contractor.
and inspector will inspect and test these materials As-Built Drawings. The general contractor's
and components to verify they match what was contract with the City will require him to redline a
called for on the construction documents. The set of drawings in order to create an as-built set.
Construction Manager and inspector will Willdan's Construction Manager will periodically
coordinate material inspections and all testing will review the general contractor's as-built(record)
conform to the CALTRANS Frequency Tables as drawings to verify that he has redlined all field
shown in Exhibit 16-R of the Local Assistance changes/discrepancies and has identified all
Procedure Manual as a guideline. The Construction discovered underground utilities on the plans.
Manager will maintain a detailed record of samples, Contract Close-Out. Willdan recognizes that
tests,and material releases,and certification of Project Closeout requires a methodical step-by-step
compliance for the project. review of all completed work and submitted
WILLDAN
Page 17
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
documentation. Project Closeout initiates when 7. Attend weekly progress meetings with the
the general contractor indicates he is prepared to Resident Engineer, Contractor,and
start closeout procedures. The first focus is on the subcontractors.
work completed. The Willdan team, in conjunction 8. Provide full-time and as-needed construction
with the City,the City's design consultant,and the inspection of the work,including night work,to
general contractor,will conduct a walk down at the monitor materials and methods toward
project in order to establish a punch list. Willdan's compliance with plans,specifications, and
Construction Manager will then monitor the contract documents;and address and
general contractor's progress in working off the document non-conforming items as they are
punch list. Once the punch list has been discovered.
completed, a final walk down with the same parties
will be conducted to agree on final acceptance of 9• Monitor compliance with Cal OSHA
the work. The Willdan team will coordinate with requirements and compliance with all local,
the City's design consultant to obtain and file state,and federal regulations.
Certificates of Substantial Completion. The Willdan 10. Monitor compliance with the Clean Air Act and
team will coordinate and receive from the general the Clean Water Act(National Pollutant
contractor all required Operations and Discharge Elimination System—NPDES best
Maintenance Manuals,Warranty Certificates, management practices). Also,monitor
Survey Notes,and redlined drawings. The Willdan contractor's compliance with approved SWPPP.
Resident Engineer will obtain the Final Labor 11. Meet with the Contractor at the beginning of
Summary and Final Labor Certificate as part of the each day and review proposed work plans,
Review and Recommendation for Final Application including specific details that may affect
for Payment. progress.
,Construction Inspection _. 12. Conduct daily measurements of quantities of
The construction inspection services are generally work with the Contractor.
to be performed in accordance with the provisions 13. Review actual Contractor performance
of the latest editions of the Caltrans Standard throughout the day and discuss discrepancies
Specifications, project specifications,"City of with the Contractor as they occur.
Rialto's Standard Plans,"Greenbook",and the
Public Work Inspector's Manual. 14. Assist in coordination of engineering support,
surveying,specialty inspections,and fieldwork
1. Review plans,specifications, and all other by utility companies.
contract-and construction-related documents.
15. Ensure compliance of Underground Service
2. Conduct a field investigation of the project area Alert notification/delineation.
to become familiar with the existing facilities
and the project environment. 16. Attend weekly jobsite meetings and other
meetings with City staff,merchants,engineer,
3. Meet with City staff to review the scope of public relations personnel,contractor,and
work and establish project schedules. construction administrator,as needed.
4. Attend preconstruction meeting. 17. Observe construction safety, and public safety
5. Become familiar with traffic control plans, and convenience,and report discovered
construction schedule,construction sequence, discrepancies to the Resident Engineer.
and permit requirements from other agencies. 18. Evaluate Contractor's operation and production
6. Verify that the Contractor conforms to design with respect to quality and progress,and report
survey line and grades. to Resident Engineer,construction
administrator and City.
Page 18 WILLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
19. Photograph continuous property frontages by California Civil Code 3262),as a condition to
along street alignment once prior to processing all certificates for payment.
construction and once immediately following 31. Maintain and submit a clean set of plans
construction,and store in three-ring binder for marked in red for as-built corrections on record
permanent reference. drawings to be filed with the City. (City's
20. Maintain a photographic record of key Design Consultant will transfer the Contractor's
elements of each major operation of work each record drawings to original Mylar drawings.)
day,with increased detail in situations of 32. Prepare punch list at substantial completion
potential changes or claims. and follow up with the Contractor regarding
21. Closely monitor testing results and require the progress of corrections.
Contractor to provide corrective measures to 33. Obtain from the Contractors lien waivers,
achieve compliance. bonds,guarantees,warranties, and other
22. Maintain copies of all permits needed to documents required by the Contract
construct the project and enforce special Documents for the final contract Closeout.
requirements of each. 34. Schedule final inspection with the City and
23. Prepare and maintain detailed daily diary applicable agencies; prepare,distribute,and
inspector reports on construction progress. inspect corrections to the final punch list for
24. Prepare clear and concise letters and completion; recommend final acceptance.
memoranda, as needed. Asolid paper trail will Prepare certificates of acceptance and
be established. substantial completion.
25. Maintain field file bound workbooks during 35. Prepare documentation for final payment to
construction, including a cumulative record of the Contractor.
quantities constructed,daily and weekly 36. Upon project completion,provide the finished
reports,working day reports,change order set of project workbooks to the City.
documentation, photographs, and other
;Federal labor,Compliance
documentation. 1. Review federal labor compliance components
26. Review the construction schedule and enforce of project specifications to ensure they are in
requirements for updating schedules and accordance with current labor regulations and
maintaining appropriate progress of the work. requirements.
27. Analyze delays and review claims on a timely 2. If applicable, attend pre-bid conference to
basis and make recommendations to the present general requirements of bid
Resident Engineer. preparation for the project.
28. Review and evaluate requests for change of 3. Verify applicable wage determination ten (10)
work. days prior to bid opening;document
29. Maintain all data for change orders, and record verification as required. If wage determination
information with regards to the time of dispute, has changed from what appears in project
time of notification by the contractor,and specifications, provide addendum and proof of
action taken by the inspector. receipt by bidders.
30. Provide complete measurements and 4. Verify eligibility of selected contractor and its
calculations documented to administer subcontractors to receive contract awards by
progress payments. Ensure that the confirming current,active license status with
Contractors sign conditional or unconditional Contractors State License Board and non-
lien releases and waivers(in the form provided
' WILLDAN
Page19
City of Palm Springs
Proposal for RFP tl06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
appearance on Federal List of Parties Excluded 2. Prepare the Award Cover Letter and Local
(debarment list). Agency Contract Award Checklist(LAPM Exhibit
S. Attend preconstruction conference to present 15-1.).
federal labor compliance requirements to 3. Prepare the Detail Estimate and Summary
contractor and subcontractors; prepare (LAPM Exhibit 15-M),and Finance Letter(LAPM
minutes and attendance record thereof. Exhibit 15-N) based on the low bid.
6. Prepare various monitoring and reporting 4. Obtain from the contractor,the Local Agency
documents as required. Bidder—UDBE Commitment(Construction
7. Verify and document job-site posting of wage Contracts)-(LAPM Exhibit 15-G1)and Local
rate information and labor compliance posters. Agency Bidder—DBE Information(Construction
8. Receive and review labor compliance Contracts)-(LAPM Exhibit 15-132) based on the
documentation from public works observers or low bid.
Inspectors and compare with contractor- S. Prepare the Resident Engineer's Construction
submitted documents. Monitor weekly payroll Contract Administration Checklist(LAPM
documentation on a continuous basis, including Exhibit 15-8)to help the local agency with the
certified payroll reports,fringe benefit administration of the Federal-aid project.
statements,apprenticeship documentation,
and payroll deduction authorizations. G. Submit to Caltrans DLAE item nos. 2 through 5
along with the following items provided by the
9. Follow up with contractor by telephone and
City: the engineer's final opinion of probable
certified mail regarding required document construction cost, contractor's bid, bid analysis,
submittals and payroll discrepancies. executed contract,and the as-advertised PS&E.
10. Coordinate with City staff the withholding of 7. Prepare up to three(3) Progress Invoices
progress and/or retention payments if
contractor fails to abide by labor compliance (LAPM Exhibit 5-A) based on the following
items provided by the City: contractor's
requirements. contract progress reports and construction
11. Receive,pursue,and document labor engineering consultant invoices(if federal
complaints; recommend special action to be funds are authorized for CE)and submit to
taken if contractor continuously fails to comply Caltrans DLAE.
with requests and requirements.
8. Prepare the Federal Report of Expenditures
12. Maintain content and format of federal labor Letter and the Report of Expenditures Checklist
compliance file in conformance with applicable (LAPM Exhibit 17-A) based on the Statement of
government requirements. Working Days.
13. Coordinate project file reviews by authorized g prepare the Local Agency Final Inspection Form
county,state, and federal agencies. (LAPM Exhibit 17-C)to initiate Caltrans'job site
14. Submit complete federal labor compliance file review and verification of completion of the
to City for retention. (Note: federal labor project.
compliance files are to be retained for a period
of not less than three(3)years.) 10. Prepare the Materials Certificate (LAPM Exhibit
17-G)for Resident Engineer's signature to show
15. Procure final DBE Report and miscellaneous that the results of the tests on acceptance
federal reports required of the Contractor. samples indicate that the materials
Caltrans Award Submittal and Involcing _ incorporated in the construction work and
1. Send a copy of the Notice of Pre-construction construction operations controlled by sampling
Meeting to Caltrans.
Page 110 WI LLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
and testing were in conformity with the inspection and plan review staff, property owners,
approved plans and specifications. contractors and/or design professionals.
11. Prepare the Final Invoice (LAPM Exhibit 5-A), Inspectors will review the permit package to verify
Final Detail Estimate and Summary(LAPM that the on-site condition is consistent with the
Exhibit 15-M),and Change Order Summary appropriate records for square footage,setbacks,
(LAPM Exhibit 17-E)based on the following heights,and other requirements that may be
items provided by the City: the contractor's applicable. Inspectors will comply with the City's
final contract progress report and construction procedures for reporting inspection results, use City
engineering consultant final invoices (if federal inspection correction forms, make appropriate
funds are authorized for CE). entries onto the permit documents, and follow City
12. Submit to Caltrans DLAE item nos.S through 11 Procedures prior to finalizing a building permit.
and attach the following items provided by the Willdan will verify that all inspection records,
City: Local Assistance-Federal-Final Report- including daily records of what was inspected which
Utilization of DBE, First Tier Subcontractors will be recorded on the job card,and permit copy
(LAPM Exhibit 17-F)and DBE Certification entered into the Citys Building and Safety Services
Status Change (LAPM Exhibit 17-0)to initiate computer system. We will employ such techniques
timely project closure and payment. as necessary to minimize delays to builders and
Include documents and submittals in a Federal provide helpful advice and counsel to builders,
Funding File and make a hard copy or PDF owners,engineers and architects as to enhance the
formatted file on a CD for the City. orderly flow of the construction process,yet
maintaining an effective level of enforcement.
(Inspection Serves Inspectors shall ensure that any construction
Willdan can provide certified inspectors to perform changes are documented and approved by
building and safety inspections, issue building appropriate City staff.
permits, review planning entitlement projects and 62_Identification of Budget and Allocation of
investigate complaints relating to building codes.
Our inspectors are fully experienced to perform Resources
residential,commercial and industrial inspections Willdan is committed to providing the staffing and
for compliance to the approved plans and related resources required to complete the Citys projects
documents. The inspections will be performed in and meet its needs on schedule and at the rates
accordance with the City's adopted version of the stated. To ensure we meet this commitment,we
California Building Code,California Residential will prepare labor projections and resource
Code,Green Building Standards Code, California allocations for all of the projects requested. The
Mechanical Code, California Plumbing Code, Principal-in-Charge and Contract/Project Manager
California Electrical Code, and the State and Federal will be the primary contacts for the City. Once the
regulations for Accessibility, Noise and Energy needs are known,they can prepare staff allotments
Conservation, California Fire Code and provisions of and estimates for review and discussion with
Title 19 and NFPA. appropriate City staff. The City can rest assured
that sufficient dedicated staff will be available for
Inspection staff will be available on a same-day or the project.
next-day basis, and will also be available to meet
with City staff, builders, developers,and citizens to All of our key personnel will be accessible to City
provide assistance and resolve any inspection
staff during normal business hours,within
issues that may arise. Inspectors shall attend and reasonable limitations. No substitution of key staff
participate in required meetings with other City will occur without the written approval of the City.
j WILLDAN
Page�.rz
City of Palm Springs
Proposal or RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Section C—Staff Qualifications
C1—Key Staff/Team Members
A successful partnership to execute project under Project Management Team
this
type o contract requires expertise In Each project is assigned to a senior member of our
construction management and inspection services construction managementrnspection services staff
and effective coordination with the City staff, with the background,experience,and availability
contractors,communities,and other project best suited for the assignment to serve as the
stakeholders to ensure the project reflects the project manager.
expectations of its stakeholders. Willdan
understands that key personnel assigned on City Our proposed project manager and task leaders
projects shall not be reassigned without prior bring both diversity and commonality of project
written approval from the City. experience that will benefit discussions on final
design implementation and construction of the
Although overall firm credentials and experience various projects.Over time,these leaders have
are important,the key to a successful project is the individually and collectively assisted and facilitated
caliber and depth of experience of the individuals the construction management, inspection,and
assigned to the team.Willdan offers the City of labor compliance services for numerous local,
Rancho Cordova a highly qualified team of federal, and State funded projects.
professionals with the technical qualifications and
diverse capabilities necessary to undertake Mr.Christopher D. Baca,RCI,will serve as the
construction management and inspection for the primary contact with the City and will act as the
City's public works projects funded through various overall Project Manager. Mr. Baca has been with
federal,State,and local funds. Willdan for the past 25 years and has 30 years of
extensive experience in construction management
Brief biographies of our project team detailing their of large-scale public works projects. Mr. Baca will
experience and their roles for various street monitor the activities of the staff assigned to this
restoration projects are provided herein. project to ensure that project construction files and
Comprehensive resumes have been provided in the documentation are complete.
Appendix.
Construction Management/Resident Engineers
Willdan is committed to providing the staffing and
resources required to complete the City's projects Mr. Loren Clifton PE,will service as Resident
and meet its needs on schedule and at the rates Engineer/Construction Manager, Mr. Loren Clifton
Professional civil engineer was recently hired by
stated. ensure we meet this commitment,we Willdan and has over 25 years experience in design,
will prepare labor projections and resource construction and administration of State and Local
allocations for all of the projects requested. The Public Works to include streets and roads, bridges,
wilbe
Principal-in-Chargep and Cos for the
City,
water supply,sanitation and storm drainage.
will be the primary contacts for the City. Once the
needs are known,they can prepare staff allotments Mr. Michael D.Bustos, PE,will serve as Resident
and estimates for review and discussion with Engineer/Construction Manager. Mr. Bustos has
appropriate City staff. The City can rest assured been with Willdan for over 8 years and brings more
that sufficient dedicated staff will be available for than 10 years of experience as a project manager
the project. and construction manager on public works
All of our key personnel will be accessible to City inspection,contract administration, and
staff during normal business hours,within construction management projects.
reasonable limitations. No substitution of key staff Mr. Steve Velasco,CISP,CESSWI, will serve as
will occur without the written approval of the City. Project Construction Manager. Mr.Velasco brings
over 35 years of construction management and
Page 112 Lf/WILLDAN
City of Palm Springs
Proposal far RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
inspection experience to this project. Mr. Velasco's unforeseen site conditions. We also encourage our
recent experience includes the City of Rialto's inspectors to closely monitor traffic control to
Pepper Avenue Extension Project. Mr.Velasco is an conform to the latest editions of the Work Area
ICC Certified Building Inspector and holds a Traffic Control Handbook(WATCH) Manual and
Bachelors of Science in botany. Mr.Velasco's California State Manual of Traffic Controls.
detailed resume is included in the Appendix. Willdan's inspectors receive special in-house
Mr.Jason Brown,RCI,Construction Manager,will training from our traffic professionals on traffic
serve as Office Engineer. Mr. Brown brings more control safety. They are expected to ensure that
than 20 years of experience as a Project Manager safety concerns are expeditiously addressed,in the
and Construction Manager. His experience includes same manner in which they are expected to
the management and inspection of large scale monitor overall site safety.
federally funded projects. Mr. Brown has To make this organizational approach function
participated in over a dozen successful ARRA audits smoothly and efficiently,a set of standard
and will assist Mr.Slayyeh in the oversight of procedures has been developed to thoroughly
Willdan's team members to ensure compliance control and document the projects at all points.
with the Caltrans LAPM. Mr. Brown recently These are based on Caltrans Construction Manual.
provided CM services for the City of Pomona's Well-structured documentation provides for
Towne Avenue Overlay Project.The project files smooth contract enforcement and our claim
were audited by Caltrans and FHWA and neither avoidance procedures and forms minimize
Agency had any exceptions to files. exposure to extra costs. Our quality control
114' - ruction Inspectors_ " ' approach is highly refined and efficient. Afield
— supervisor monitors the projects, as appropriate
Inspectors for Willdan closely monitor public works based on the level of oversight provided by
projects to ensure compliance with all contract construction engineering staff,to check project files
requirements. Most of our inspectors have and provide secondary oversight of construction
American Construction Inspectors Association methods,scheduling,and potential claim
(ACIA) certification as construction inspectors,and circumstances. Our supervising construction
attend regular seminars, college courses,and in- engineer reviews feedback from the field
house presentations to keep abreast of current supervisor and oversees special problems and
construction technologies. Willdan's inspectors especially scheduling issues and potential claims.
have knowledge of basic soil dynamics and are
highly cognizant of the crucial role of soils Our public works inspection personnel are linked by
compaction in construction. They are also familiar cellular telephone to allow fast, dependable
with the needs for general material testing for response for needed communications.
asphalt and concrete. Willdan understands that any
proposed changes in
Our inspectors know the importance of maintaining key personnel shall be submitted in writing for
good relations with residents and businesses review and approval.We will not be utilizing any
affected by the project. They are always subconsultants for this assignment.
encouraged to be courteous and helpful,and to
communicate as necessary,to satisfy local
concerns.Our inspectors are coached by their
supervisors to routinely look for potential site
safety problems, uncover potential construction
claims, and provide claims avoidance procedures.
This includes checking ahead for utility
interferences, unsuitable materials,and other
WILLDAN
Page 113
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
San Bernardino Regional Office Data Dillon Road Cutoff and the 10 freeway;
The assignments for inspection services for the City construction of fully landscaped medians;
of Palm Springs will be accomplished by our San installation of new safety lighting,and traffic signals
Bernardino Regional office in the City of San at Harrison Place/Dillon Road.
Bernardino. Our address and telephone numbers Mr. Daniel Slayyeh, PE,Senior Public Works
are: 650 Hospitality Lane,Suite 400,San Observer, has 24years in public works inspection.
Bernardino,CA,92408-3317, (909)386-0200. His areas of expertise include ARHM and AC
Mr. Larry Brown,Supervising Public Works overlays,general street construction,storm drains,
Observer, is responsible for construction storm drain boxes,sewers,slurries,waterline,
administration and observation of a wide range of traffic signals, and ADA ramps. Many of these
public works improvement projects. Mr. Brown's projects were federally funded by CDBG and ISTEA
28 years of field experience includes drainage funding.
facilities, railroad grade crossings,highway and Mr.Barry Knutson,Senior Public Works Observer,
landscape improvements,traffic signals and signing has over 33 years of experience in the construction
projects, and underground utility construction,as industry here in southern California. He has
well as commercial and residential development worked as a Carpenter's Apprentice,Journeyman
projects. Manyof these projects werefederally Carpenter,Carpenter Foreman, Estimator,Assistant
funded by CDBG and ISTEA funding. Superintendent,Superintendent,Purchasing Agent,
Mr.Tim Scheffer,Senior Public Works Observer, and more specifically as a Senior Construction
has 29 years in public works inspection. His areas Administrator on large scale Capital Projects
of expertise include ARHM and AC overlays,general throughout the County of Los Angeles for the last
street construction,storm drains, storm drain 12 years.
boxes,sewers,slurries,waterline,traffic signals, Mr.Victor Ayala,Senior Public Works Observer,is
and ADA ramps. Many of these projects were responsible for the inspection of large-scale public
federally funded by CDBG and ISTEA funding. works projects. His experience includes over 35
Mr.Larry Butler,Public Works Observer,has 45 years of public works construction experience
years in public works inspection. His areas of including: assignments in administration and
expertise include ARHM and AC overlays,general inspection of subdivisions,traffic signals,fiber
street construction,storm drains, storm drain optics,storm drains, sanitary sewers,ARHM
boxes, sewers,slurries,waterline,traffic signals, overlays,conventional asphalt overlays,and street
and ADA ramps. Many of these projects were beautification projects with raised landscape
federally funded by CDBG and ISTEA funding. medians and decorative parkway renovations.
Mr.Dennis"Scott"Gibson,Senior Public Works Mr. Danny Ayala,Senior Public Works Observer, is
Observer, has over 22 years of public works responsible for the inspection of large-scale public
construction experience. Mr.Gibson has inspected, works projects. His experience includes over35
supervised,and coordinated a wide variety of years of public works construction experience
projects such as Caltrans projects involving including: assignments in administration and
widening and construction of bridge structures, inspection of subdivisions,traffic signals, storm
sound walls placement,and transportation drains,sanitarysewers,ARHM overlays,
structures. Mr.Gibson is currently providing public conventional asphalt overlays, and street
works observation services for the City of beautification projects with raised landscape
Coachella's Dillon Road Widening Project. The medians and decorative parkway renovations.
project involves the complete removal and
replacement of the existing roadway between the
Page 114 WI LLDAN
City of Palm Springs
Proposal for RFP 406-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Mr.Ivan Mendoza,Public Works Observer, has !QSP/QSD Review
over 39 years of construction inspection Mr. Elroy Kiepke,CBO,PE-QSP/QSD Compliance
experience. Mr. Mendoza is knowledgeable in all Officer. Mr. Kiepke presently serves as a City
phases of construction management, including Engineer for Willdan. He joined Willdan in July
project administration,and preparing change 1979 to assist in the formation of the Building and
orders. Safety Division. As the division grew, he became
Mr.George Karaelias,Senior Public Works the Division Manager for Plan Check Services and
Observer,joins Willdan with 38 years of City Engineer for some of Willdan's client cities.
construction field experience- Prior to joining Mr. Kiepke began his professional career with the
Willdan, Mr. Karaelias was employed with the Los County of Los Angeles in June 1969. He received
Angeles County Department of Public Works. As training in building plan check and subdivision plan
Head Construction Inspector, Mr. Karaelias was check before taking permanent positions in the
responsible for the supervision and the inspection Subdivision Section and Building and Safety.
of contract compliance of construction projects Mr.Steve Velasco, QSP,CESSWI, is available to
involving storm drains, sewers,roads, retaining assist with providing QSP and QSD services. Mr.
walls,landscaping,and other various types of Velasco's detailed resume is included in the
public works facilities. Appendix.
_ _-- -- -_._. . . . . .
Mr.Alberto Rosiles,Senior Public Works Observer, Building In
is responsible for the inspection of large-scale Mr. Richard Shields serves as Principal Project
public works projects. His experience includes over Manager for Willdan Engineering serving the
30 years of public works construction experience Southern California area. In this capacity,Mr.
including: assignments in administration and Shields serves as Building Official for numerous
inspection of subdivisions,traffic signals,fiber cities and municipalities including March JPA,City
optics,storm drains,sanitary sewers,ARHM of Canyon Lake,City of Grand Terrace,City of Loma
overlays,conventional asphalt overlays,and street Linda, City of Callmesa,and City of Banning. His
beautification projects with raised landscape duties also include the placement of experienced
medians and decorative parkway renovations. inspectors to fill inspection needs in cities and
;Labor Compliance
agencies, providing complex inspections on
residential commercial and industrial projects,
Ms,lane E.Freij will serve as Labor Compliance
Manager. Ms. Freij has been employed by Willdan coordination of conditions of approvals for city
for the past 11 years and has over 12 years of labor projects, and managing project contracts.
compliance experience.She will have direct Mr. Leonard Patzer,OSHPD and Building Inspector
supervision and full responsibility for all federal in our San Bernardino Office, has over twenty years
compliance activities. of Building and Safety inspection experience.
- - - - - Extensive building inspections include public
Funding Administration buildings,commercial and retail construction,
Ms. Diane Rukavina,PE,will serve as Special medical and educational facilities,single-family
Funding Engineer. Ms. Rukavina has been with dwellings, and multi-family developments. He
Willdan for over 25 years and has 31 years of coordinates with plan check staff,other municipal
experience in municipal engineering and has departments and agencies at the permit issuance
processed over 75 fed eral-/state-funded projects,
including STPL,SRTS,SR2S, HBP, HSIP,CMAQ,TCSP, stage and when finalizing permits.
ARRA,and SAFETEA-LU-from request for Mr.David Cook,an ICC certified Building Inspector,
authorization to final invoicing for 22 cities. She serves as a Building and Housing Inspector for the
also serves as project manager for the City of San Bernardino Office. David currently serves as
Paramount. Building Inspector for the Cities of Loma Linda,
j WILLDAN
Page115
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Grand Terrace and Colton. Mr. Cook has C2-Team Members' Relevant Project
experience in building and safety inspection, Experience
housing inspections and code enforcement. His As requested in the City's Request for Proposals,
experience includes inspection of multi-story office Willdan is providing select representative projects
buildings, commercial construction, retail outlets, illustrating our team members'relevant project
single-family and multi-family residential experience.
developments. Mr. Cook also performs housing
inspections and prepares reports for The following list of projects illustrates our
expertise with local agency construction
redevelopment agencies and housing improvement management/inspection projects. It is from
programs.
executing these types of projects,that we have
Mr. Kenneth Hambrick,an ICC certified Building gained a first-hand understanding of what our
Inspector,serves as a Building Inspector for the San public agency client expects-and we strive to
Bernardino Office. Kenny currently serves as meet those expectations each and every time. The
Building Inspector for a number of local cities projects we have selected to highlight include
including Calimesa, Highland and Grand Terrace. projects which we believe will be similar to projects
Mr. Hambrick has experience in building and safety that the City will be undertaking. These projects
inspection,code enforcement and plan reviewing are projects performed from both on-call contracts
responsibilities. His experience includes inspection and single project contracts and are focused mostly
of multi-story office buildings,tilt-up commercial in the Central California area with a few included
construction, retail outlets,single-family and multi- from both Southern and Northern California.
family residential developments. Willdan provides CM/RE/Inspection Consultant
services throughout the entire State of California.
;On-Call Public Works Observation Services
Client. City of Long Beach
Contact: Mr. Gillis Monroe, Construction Manager, (562)570-5537
Dates. 2005-Present
Willdan is providing on-call public works observation for several tracts throughout the City of Long Beach.
Willdan is responsible for check grade; installation of curb,gutter and sidewalk,asphalt overlays and other
appurtenant work, Willdan is currently providing public works observation services for the City of Long
Beach Airport Runway Expansion Project, Boeing Reconstruction Project,Sidewalk Repair Project,and
various permitted projects throughout the City.
__ - --
iOn-[all-Con structio n En ineerin Sernces
Client. City of Rialto
Contact: Ms. Katie Nickel, (909)820-2507
Dates: 2013-Present
Willdan is providing on-call public works observation,construction management,CIP design services,and
private development inspection throughout the City of Rialto.
-- O. ..
On-Call Public Works bservation_ --
Client: County of Riverside
Contact: Mr. Hugh Smith, Project Manager, (909)955-2025
Dates: 2000-Present
Page 116 IrWILLDAN
City of Palm Springs
Proposal for RFP 406-15 On-Call Construction Management&Inspection Services
(for City Projects and Private land Development Projects)
Willdan is continuing to provide on-call public works observation services to the County of Riverside. The
work involves the inspection of various types of public works projects throughout the County and includes
such projects as storm drain,tract housing,cash contracts,traffic signals,and storm damage assessment.
On-Call Pubhe Works Observation
Client. County of Los Angeles
Contact: Mr. Ken Swanson, Project Manager, (626)458-2587
Dates: 2000-2011
Willdan is continuing to provide on-call public works observation services to the County of Los Angeles. The
work involves the inspection of various types of public works projects, including major storm drain projects,
throughout the County. Willdan recently provided construction observation and management services for
the Disney Performing Arts Center and many other major public works projects throughout the County.
__ _. -- -_ ___.--._ ---__--
Trunk Water Line Replacement Project
-__... -
Client: Morongo Band of Indians
Contact: Mr.John Covington, Water Department Manager, (626)458-2587
Dates: February 2014 to June 2014
Willdan provide public works observation and management of the Tribe's water main installation project.
The project included installation of approximately 5,000 LF of 16"ductile iron pipe,fire hydrants,gate
valves,tie-in to existing pressure reducing station,6"water services, residential water services,cold milling,
asphalt overlay,traffic marking,and other appurtenant work.
Sewer Treatment Plant - --
Client: Morong Band of Indians
Contact. Mr.John Covington, Water Department Manager, (626)458-2587
Dates: January 2004 to August 2006
The sewer treatment plant included a state-of-the-art cannibalizing system,SBR digester,sludge ponds,
percolation basins and other appurtenant work. In addition to the treatment plant,the project also
includes the installation of over 25,000 LF of 16"VCP sewer and approximately 33,000 LF of 12"-16"Class
150 PVC water line.
- -. - -
1.6 MG Reservoir
_ - ---- -- -.._... ._. - - -.. -- -
Client. Morong Sand of Indians
Contact: Mr.John Covington, Water Department Manager, (626)458-2587
Dates: January 2008 to August 2009
Willdan provided construction administration and inspection The welded-steel reservoir measures 96 feet
in diameter and 35 feet high.The project included 8-and 16-inch site piping,electrical and controls,
drainage,grading, landscaping, and other site improvements. It also included 4,000 linear feet of 16-inch
water transmission main.
;Pepper Avenue Extension Project _
Client: City of Rialto
Contact: Mr. Marcus Fuller, PE, City Engineer, (909)421-7279
Dates: June 2012-Present
WILLDAN
Page117
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Willdan is currently providing Contract Project Management,QSP and Public Works Inspection. This project
extended Pepper Avenue%mile crossing the Lytle Creek drainage endangered species habitat to CA 210.
Mr.Velasco worked closely with the Biological Monitoring firm to satisfy conditions of the CDFG and Army
Carp of Engineers permits as well as the Caltrans permit. Approximately 100,000 cubic yards of import soil,
four 10' by 10' reinforced box culverts and a Verdura Wall were used to span the drainage area. The
project included 2814 feet of curb,gutter,sidewalk,AC paving parkway landscaping and irrigation as well as
a new water line,sewer line,SCE conduits and street lighting. This project was the result of 12 years of
planning and design with an overall$15 million budget and a construction cost of$7 million.
Hacienda Boulevard Sewer
Client: City of Lo Puente
Contact: Mr. Bret Plumlee, City Manager, (626)855-1563
Dates: November 2009—January 2010
Willdan provided construction management, inspection,and material testing services on this project that
included installation of sewer lines in the City of La Puente. The project involved the installation of
approximately 1,000 of HDPE,2,500 lineal feet of eight-inch vitreous clay pipe sewer, including manholes,
house connections,and other appurtenant work. The project was ARRA-funded,so Willdan's work
included labor compliance.
South Gate Well f125 — ----
Client: City of South Gate
Contact: Mr. Mohammad Mostahkom, Director of Public Works/City Engineer, (323)563-9582
Dates: January 2009—April 2009
Will clan prepared PS&E for replacement of two of the City's four existing constant speed booster pumps at
Well No.25 with Variable Frequency Drive(VFD) controlled vertical turbine pumps. The design package
included a civil/mechanical site plan,electrical power and control diagrams, and specifications for new
pump and appurtenances, motor,VFD,and reconditioning of the existing discharge heads. The VFDs were
designed to be integrated into the City's existing SCADA system. The design was tailored to meet the
requirements of Southern California Edison's energy efficiency incentive program,which requires that the
efficiency of a 150 HP motor be at least 95.4%.
Dillon Road Wtdenm Pro ect
l
Client: City of Coachella
Contact: Mr. Gordon Fisher, Project Manager, (760)398-5744
Dates: December 2007—February 2009
The project involves the complete removal and replacement of the existing roadway between the Dillon
Road Cutoff and the Interstate 10 freeway,construction of fully landscaped medians,installation of new
safety lighting, and other appurtenant work. Willdan is providing full construction management, publics
work observation,construction staking,and material testing services.
Client: City of Rancho Palos Verdes
Contact: Ms. Sindu Vaish,Assistant Engineer, (310)544-5254
Page118 SWILLDAN
City of Palm Springs
Proposal for RFP tl06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Dates: February 2010—October 2010
Willdan provided project management,contract administration, and construction observation services for
the City's Residential Street Overlay and Slurry Seal Project. The proposed improvements included asphalt
concrete overlay,slurry seal Type 1,concrete repairs,access ramps in compliance with ADA requirements,
root control barrier, and traffic striping.
---- - __p _ - --- ----- . -
Base Line Improvements STR 07003__
Client. City of Highland
Contact. Mr. Ernest Wong, Director of Public Works, (909)864-6861
Dates: April2013—Present
Willdan provided construction management,labor compliance,federal invoicing,geotechnical,and public
works observation services for the City of Highland's$4 Million street rehabilitation project which includes
the installation of new landscape medians, decorative lighting in the new medians,decorative pavers in the
intersections of Church and Palm, decorative pedestrian street lighting,asphalt overlay,and other
appurtenant work.
Drummond Avenue Street Resurfacing Project
Client: City of Ridgecrest
Contact: Mr.Loren Culp, City Engineer, 760.499.5082
Dates: August 2012—November2012
Willdan provided Resident Engineer, inspection,and quality assurance testing services for this Proposition
1B funded project to rehabilitate the existing asphalt concrete pavement on Drummond Avenue between
Norma Street and China Lake Blvd. The general nature of the work involved the repair and rehabilitation of
an existing asphalt concrete arterial roadway, including cold-planing(104,000 SF),hot mix asphalt concrete
repairs(10,000 SF)and overlay(1,450 tons),and installation of new traffic detection loops and pavement
delineation. Minor concrete work included construction of new curb,gutter,sidewalk,driveway,cross
gutters,and removal and replacement of ADA ramps. Willdan also provided coordination with Caltrans
District 9 for work performed under an encroachment permit issued by Caltrans for work within their right
of way.
,,Dillon Road Grad Separation
Client: City of Coachella
Contact: Mr. Gordon Fisher, Project Manager, (760)398-5744
Dates: December 2007—February 2009
Willdan provided construction management and inspection services. The project limits include a new
roadway for Dillon Road from 2,000 linear feet westerly of the railroad at-grade crossing along Avenue 48
to 21000 linear feet easterly of the railroad crossing along Dillon Road. The new pile-supported,cast-in-
place, pre-stressed concrete bridge structure carries Dillon Road over Indio/Grapefruit Boulevard and the
two existing railroad tracks. The project additionally included:
• Installing a traffic signal at the new intersection of Dillon Road and Avenue 48
• Installing a traffic signal at the existing intersection
• Modification of the existing traffic signal at the existing intersection
• Construction of the approach fills for the new bridge structure
Iff WILLDAN
Page119
City of Palm Springs
Proposal for RFP 406-15 On-Call Construction Management& Inspection Services
(for City Projects and Private Land Development Projects)
• Installing curbs and gutters
• Installing new signing and pavement delineation
• Installing miscellaneous drainage improvements
• Constructing retaining walls —
W. ---Street Sewer Improvements
Client: City of San Bernardino
Contact: Kathleen Robles,909-534-4434
Dates: March 2010—September 2010
Willdan provided construction management, inspection,and soils testing for this project.The project
involved the removal and replacement of the existing sewer lines. In order to remove the existing lines,the
contractor installed two(2)Godwin diversion pumps to divert the flow to allow for the construction of the
new sewer lines. After placement of the diversion pumps,the Contractor removed and capped all
abandoned utilities and installed two new sewer lines; 235 LF of VCP and 600 LF of 18"VCP.
College Helghts Boulevard Roadway Improvements Project Phase III,STPL-5385
- — .-
Client: City of Ridgecrest
Contact: Mr.Loren Culp, City Engineer, 760.499.5082
Dates: August 2012—October 2012
Willdan provided Resident Engineer,Caltrans Local Assistance liaison,and quality assurance testing services
for this federally funded project to reconstruct the AC pavement roadway
on College Heights Blvd between Franklin Ave and Javis Ave. In addition,
Willdan handled all aspects of the Federal-aid assistance process. The
general nature of the work involved cold-planing(229,000 SF)and hauling
off existing asphalt concrete and full reconstruction of the existing
roadway with hot mix asphalt (3,900 tons)over compacted aggregate
base. The project scope also included shoulder backing,AC dike
construction,striping/signage, and minor concrete involving utility frame cover adjustments,sidewalks,
and removal and replacement of concrete ADA ramps.
State Legislated Cycle 8 Safe Routes to School(SR2S)Program-SR2SL_5385-(039)_
Client: City of Ridgecrest
Contact: Mr. Loren Culp, City Engineer, 760.499.5082
Dates: December 2012—Present
Willdan is currently providing Resident Engineer, inspection, and quality assurance testing services for this
state-legislated Safe Routes to School Improvement Project near James Monroe Middle School. The
general nature of the work consists of sawcutting and demolition of existing concrete curbs and asphalt
roadway,fence and desert plant relocation,and the installation of minor concrete consisting of new curb,
gutter,sidewalk,curb ramps,and drive approach improvements. Also included in the scope of the project
is minor grading and compaction along with hot mix asphalt for pavement tie ins to the new concrete and
paved paths. Willdan provided bid support and is providing full CM and inspection services.
Page120 4WWILLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
------------------
!CITY of RIALTO Building and Safety Plan Review and Inspection;Construction Management;Public
Works Inspection --_--,--_-___-- ----_---_ -
------------
Mr. Marcus Fuller Mr.John Dutrey
Public Works Director, City Engineer Project Manager,Development Services
335 W. Rialto Avenue 150 S. Palm Avenue
Rialto,CA 92376 Rialto, CA 92376
909.421.7279 909.820.8014
CITY of Highland Building and Safety Plan Review and Inspection;Fire Life Safety Plan Review and
�Inspection_Engineering Design____ _
Mr.Joseph Hughes
City Manager
27215 Baseline
Highland,CA 92346
909.864.2136
....--- . ..._---- -- _ ----_ -- - ---_ _.. ---- ----_... _..--_..._--- --__...
(CITY of LOMALINDA-Bwidmg and Safety Plan Review,Inspection,Permit Technician,Bmldmg Official
(Services;Map.Checking
— - ---
Mr. Konrad Bolowich
Community Development Director
25541 Barton Road
Loma Linda,CA 92354
909.799.2810
- - - - g- _._w - -
CITY of FONTANA _Bwldmg a_ndSafety Plan Revew,Engineerin-g Plan Revie
Mr.Gil Estrada Mr. Ricardo Sandoval
Building Official City Engineer
8353 Sierra Avenue 8353 Sierra Avenue
Fontana,CA 92335 Fontana, CA 92335
909.864.7640 909.864.7613
!CITY of GRAND TERRACE Building and Safety Plan Review,Inspection, Permit Technician,Building
Official Services,Consulting City Engineer;Engineering Plan Review,Map Checking_
_ ..
Ms. Sandra Molina
Community Development Director
22795 Barton Road
Grand Terrace,CA 92313
909.430.2218
WILLDAN
Page 1 21
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
References
City of Long Beach City of Paramount City of South Gate
Mr. Gillis Monroe, Public Works Mr.Chris Cash, Public Works Mr.Art Cervantes
Observation Manager Director Director of Public Works
333 West Ocean Boulevard 16400 Colorado Avenue 8650 California Avenue
Long Beach,CA 90802 Paramount,CA 90723-5091 South Gate, CA 90280
(562)570-6537 (562)220-2020 (323)563-9512
County of Riverside City of Ridgecrest City of Coachella
Mr. Hugh Smith Mr. Loren Culp Mr.Gordon Fisher
Engineering Division Manager City Engineer Project Manager
4080 Lemon Street 100 West California Avenue 1515 Sixth Street
Riverside,CA 92502 Ridgecrest, CA 93555 Coachella,CA 92236
(951)955-6885 (760)499.5082 (760)398-57"
City of Highland Morongo Band of Mission City of Manhattan Beach
Mr. Ernest Wong, Director of Indians Mr. Edward Kao
Public Works Mr.John Easton Senior Civil Engineer
27215 Base Line Director of Planning&Economic 1400 Highland Avenue
Highland, CA 92346 Development Manhattan Beach,California
(909)864-6861 12700 Pumarra Road 90266
Banning,CA 92220 (310)802-5358
City of Rialto (951)755-5210
Katie Nickel City of Indio
Senior Analyst City of La Puente Mr.Grant Ekland,City Engineer
(909)421-7279 Mr.Jahn Di Mario 100 Civic Center Mall
knickel@rialtoca.gov Public Services Director Indio,CA 92201
159DO E. Main Street (760)342-6530
La Puente, CA 91744
(626)855-1517
C3—Project Manager's Techniques for Resolving Disputes
Willdan's veteran Project Manager, Mr. Chris Baca, has over 26 years of public works construction
experience and has a well experience team of engineers on staff with extensive knowledge of how to
quickly understand project field conditions and issues and mitigate those issues with practical,cost efficient
solutions that will protect the City's liability exposure,while preserving the integrity of the contracted
design. Our construction management staff is well versed in review and analysis of Critical Path Method
(CPM) schedules and Time Impact Analysis(TIA)submittals, and preparing recommendations and
presentations on CPM and TIA issues, including utilizing the latest Primavera and Microsoft Project
Software.
In addition to our scheduled analysis,Willdan will provide the City with weekly and monthly reports listing
any potential claims and their impact to the project.
Page122 WILLDAN
City of Palm Springs
Proposal for RFP 006-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Section D— Firm Qualifications Willdan's understanding of public agency needs
and issues is unique in the industry. In addition to
D1— Firm Profile the significant portion of our staff that have served
Willdan Group, Inc.(WGI)is a full-service,national, in public agency management positions prior to
multi-disciplinary corporation based in Anaheim, joining Willdan,Willdan has had numerous
with satellite offices throughout California,the assignments with over 60%of the cities and
Southwest and East Coast and specializes in counties in California for building officials,city
consulting engineering and planning services for engineers, planning directors,traffic engineers,and
governmental agencies. We have supported the other public agency staff members.With our depth
implementation of community visions through of experience,expertise,knowledge and resources,
planning,engineering, construction management, Willdan is able to offer practical solutions that are
building and safety,and staff augmentation for timely,cost effective, and that meet the needs of
nearly 50 years. Since its establishment in 1964, individual communities.The diversity of our staff
Willdan has expanded in size, location,and service experience is an added value of our professional
capabilities. Today,the firm provides a full range of services.
engineering and planning services. Willdan The contact for this proposal will be
provides civil, special district,and structural Mr.Chris Barn
engineering; planning;financial and economic Deputy Director of Construction
consulting;geology and geotechnical engineering; Management and Inspection Services
environmental health and safety; homeland 650 E. Hospitality Lane,Suite 250
security;and energy efficiency solutions services. San Bernardino,CA 92408
Our staff of professional and technical experts (909)386-0200/ktaylor@willdan.com
includes specialists in: D2—Authority to Bind
✓ Municipal Engineering ✓ Traffic and The following is the list of Willdan's Principal
and Management Transportation Officers.
✓ Highway and Freeway ✓ Water and Willdan Group,Inc.
Engineering Wastewater Executive Officers
✓ Building and Safety ✓ Urban and Win S.Westfall Chairman, Board of Directors
Services Regional Planning Thomas D. Brlsbin President,Chief Executive
✓ Environmental Planning ✓ Drainage and
Officer
Geotechnical/Geological Flood Control
Engineering Structural Kimberly Gant Senior Vice President,Chief
Financial Officer,Treasurer
✓ Growth Management Engineering Daniel Chow President and Chief Executive
Planning ✓ Surveying Officer of Willdan Engineering
✓ Assessment Engineering ✓ Landscape
✓ Computer Aided Architecture Corporate Officers
Analysis and Design MarcTipermas President, National Programs
Willdan Engineering(Willdan),a California Delmar L. Conrad Vice President,Financial
Corporation and subsidiary of WGI,specializes in Reporting and Compliance,
solutions tailored to the unique needs of Assistant Secretary
municipalities and other local government Roy L. Gill Vice President,Controller,
agencies.Services range from full-time, in-house Secretary
staffing to interim or part-time assistance on a lames A.Jordan Vice President, Information
project-by-project basis. Technology
Crescent Wells Vice President, Marketing
Operations
WILLDAN
PageJ23
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Willdan Eneineerin¢ City of La Puente
Daniel T.Chow President,Chief Executive City of Grand Terrace
Officer City of Elk Grove
Kimberly D.Gant Senior Vice President-Chief D4—Subconsultant Firm Profile
Financial Officer,Treasurer Willdan is a full service company and will not be
Roy L. Gill Vice President-Secretary utilizing subconsultants forthis proposal.
Delmar Conrad Assistant Secretary
Kate Nguyen Assistant Secretary DS—Municipal Government Experience
David L. Hunt Senior Vice President- Director As requested in the City's Request for Proposals,
of Operations Willdan is providing information concerning our
William C.Pagett Senior Vice President- Director prior"on-call" construction management and
of City Engineering inspection services for municipal governments.
Thomas Broz Senior Vice President Prior on-call Contracts:
Grant I.Anderson Vice President-Principal Project City of Redlands
Manager City of Banning
Thomas Brisbin Board Director—Willdan City of Beaumont
Engineering City of Bell Gardens
The following person has the authority to bind
Willdan in a contractual agreement with the City of D6—Why Willdan?
Rialto. Public agency capital improvement projects are the
cornerstone of Willdan Engineering's business.
Mr. Daniel Chow Founded in 1964,we have provided professional
President engineering and construction services, including
650 E. Hospitality Lane,Suite 250 staff augmentation,to local agencies for over 49
San Bernardino,CA 92408 years and,as a result,Willdan's staff understands
(909) 386-0200/dchow@willdan.com the importance of agency, business,and public
D3—Relevant Project Experience community goals associated with public works
Willdan Engineering has been providing on-call projects.
construction engineering services to municipalities Throughout our nearly 50-year history,Willdan has
throughout Southern California for the past 50 sustained a consistent healthy financial
years and has extensive experience in the issuance
and tracking of permitted projects. Performance. This is due, in part,to a respected
reputation in the municipal engineering industry for
As requested in the City's Request for Proposals, providing timely, cost effective,innovative
Willdan is providing information concerning our engineering solutions that exceed our client's
current"on-call" construction management and expectations;and,for giving our client's
inspection services for municipal governments. exceptional customer service.
Current on-call contracts: Over the past five years,our firm has adjusted our
• County of Riverside workforce due to the state's economic conditions
• Morongo Indian Reservation but, in spite of the economic difficulties in the
• City of Highland engineering industry, in 2011,our firm was ranked
• City of Ridgecrest 149th of the Top 500 Engineering Firms in the
• City of Murrieta Country,as reported by Engineering News Record.
• City of Santa Monica Our firm has the financial strength,wherewithal,
• City of Long Beach resources,and appropriate staffing to perform and
• City of Irvine complete all contractual project obligations for the
• City of Paramount
Page 124 MIA W I LLDAN
City of Palm Springs
Proposal for RFP#05-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
County of Stanislaus. There are no pending In summary,Willdan is qualified to perform the
conditions that would impede Willdan's ability to work associated with the City'son-call program
complete assignments under this contract. for the following reasons:
Our firm is keenly aware of the City's needs and ✓ Willdan has been providing California public
expectations in undertaking the types of projects agencies with professional engineering and
expected under this construction management construction services for almost 50 years. Our
services contract. We also understand the unique proposed team members understand the
aspect of working on an on-call basis contract. protocols and practices;there is no learning
Success in working with this type of contract is curve.
dependent on understanding a variety of elements V Our ability to provide customer service and
that may be encountered,such as: function as part of the County's management
Z Short project durations and minimal lead times team, in terms of formulating and
for assignments. implementing short-and long-range
In some cases,flexible La"racting
lldan has been a consistent capital improvement plans,
services assignments will bestry leader in providing all programs,and projects that
used to complete projectspects of municipal and enhance the County's desired
tasks already started by structure engineering,and image and infrastructure.
truction management and
agency staff.The need toinspection services. ✓ Our demonstrated
understand the work-to- are one of the few firms to experience in the planning, design,
date and coordinate otably move up on the inspection,and administration of
completion activities is eering News Record nst of projects under various federal,
important. Top 500 Engineering firms state, and local programs,including
ng these difficult economic Community Development Block
Assignment of specific s:from Inch in 2010 to
Willdan staff selected by149th in 2011. Grant(CDBG),Transportation
the client may be hievement is due,in part,to Enhancement Act(TEA), local
requested. Availability of outstanding service record transportation measures,Office of
our staff to the work ation attracting new clients, Traffic Safety(OTS), Hazard
assignment as it develops isll as repeat contracts from Elimination Safety(HES), HBR,
long-standing clients. ARRA, etc.
often critical to moving that
project forward. ✓ Our experience in
Z The need for a consistent, implementing the requirements of
organized project management approach due the National Pollutant Discharge
to the potentially large numbers of projects Elimination System (NPDES) Permit and the
that may be in process. Americans with Disabilities Act(ADA).
�Z Special attention to quality assurance and Willdan's comprehensive program and construction
quality control is particularly important.Shorter management services take projects from inception
projects may not have the numerous interim to completion.Our staff has expertise in all areas of
review steps often associated with a project- program, project,and construction management;
specific contract. construction administration; inspection; labor
compliance;and community relations.We
�Z Project assignments can be relatively small emphasize strong leadership,cost effectiveness,
therefore efficient use of resources is critical. timely performance, and consistent reciprocal
communication with clients and internal and
I WILLDAN I Page125
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
external resources.We provide these services for Samples of Federal documentation Willdan has
horizontal and vertical construction. completed include:
Our professionals'experience and reputation for • Field review
providing reliable service, use of good judgment, . Request for authorization and data sheets
fair and equitable treatment,and adherence to our Finance letters
corporate integrity are foremost in the program
and construction management industry.Our staff ' Preliminary environmental study(PES)
possesses professional registrations and/or • Right-of-way certification
certifications in civil,structural,and geotechnical . Local programs agreement checklist
engineering and serves as building, public works,
• Detail estimate and summary
and deputy inspectors.
• Plan,specification,and estimate certification
State and Federal Procedures Resident engineer's construction contract
Effective Construction Management is dependent administration checklist
on a thorough knowledge of the entire process of Local agency contract award checklist
developing the project. With numerous completed Federal report of expenditures letter and
projects and more than a dozen in progress, checklist
Willdan has assisted cities at various stages of
state-and federal-funded projects—from initiating Materials certificate
request to final invoicing.Although each program Local agency final inspection form.
may encompass different components and
requirements,the general process remains the
same—following the Caltrans Local Assistance Local Preference
Procedures Manual (LAPM).Our staff stays Should Willdan be awarded the on-call construction
apprised of revisions to procedures and forms in management and inspection contract,Willdan will
the LAPM through Local Programs Procedures open a local satellite office to better service the
(LPPs)and Division of Local Assistance Office City of Palm Springs.
Bulletins(DLA-OBs).Willdan's staff maintains
productive working relationships with Caltrans'
District Local Assistance staff. Willdan has assisted
cities at various project stages of FTIP
programming:
• Request for authorization to proceed with
preliminary engineering
• Request for environmental approval
• Right-of-way certification
• Request for authorization to proceed with
construction
• Award submittal
Progress invoice
• Final report of expenditures
Page)26 WI U.DAN
City of Palm Springs
Proposal or RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Cost Proposal
Per the City of Rialto's Request for Proposals,Willdan has provided our cost proposal under separate cover.
WILLDAN
Page 127
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
This page left blank intentionally.
Page128 j WILLDAN
City of Palm Springs
Proposal or RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private land Development Projects)
Appendix A
Resumes
WILLDAN
Page129
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Christopher D. Baca, RCI
Project Role: Quality Assurance/Quality Control Manager
Education • Inspection Principles;Public Contact;Slurry Soul;and
• aS,Public Administration,California State University, Traffic Signal Inspection and Design Seminars
Fullerton
• Public Works Inspection,California State University,Los Registration
Angeles Extension • California,Division IV,Public Works,RCI No.4161
• Asphalt Paving;Contract Administration and Change • California,Division 1,Engineering,RCI No.5161
Orders for Federally Funded Projects Seminars
Mr.Christopher D.Baca is responsible for directing and monitoring public works inspection services,and overseeing
construction inspection personnel. His experience includes construction management of capital improvement
projects in areas of water systems,street improvements,park improvements,storm drains,sanitary sewers,asphalt
resurfacing(including asphalt-rubber products),concrete paving,landscaped medians,and traffic signals. In addition
to his experience with Community Development Block Grant(CDBG)funded projects,Mr.Baca is also familiar with the
inspection and contract administration of other federally funded projects in accordance with Caltrans Local Program
Manual. During his 24 years of experience with Willdan, Mr.Baca has served as a senior public works inspector,as
well as a permit inspector in the Cities of Bell Gardens,Paramount,and Rosemead. Mr. Baca also interfaces with
Caltrans on a regular basis.
Capital Improvement Prgjecr Experience
9`h Street Project,City of Highland,CA.Project Manager. Public Works On-Call Services,County of Riverside,CA.
Responsible for providing construction management and Project Manager.Responsible for providing on-call public
construction inspection for the removal and replacement works inspection for subdivisions and capital
of damaged asphalt,repair of existing concrete improvement projects throughout the County of
improvements,asphalt overlay and slurry seal Riverside.Chris will be responsible to check grade;
installation.Chris tracked quantities, provided claims installation of curb,gutter and sidewalk,asphalt overlays
mitigation,responded to RFI's,track submittals,and and other appurtenant work.
maintained the construction file. Dillon Road Widening,City of Coachella,CA.Responsible
Third Street Improvement,City of Callmesa,CA.Project for providing project management and inspection
Manager. Responsible for providing professional services and oversight of the materials testing for the
construction engineering and funding administration for complete removal and replacement of the existing
this ARRA funded project. The project involved the roadway;construction of fully landscaped medians;
removal and replacement of damaged street sections, installation of new safety lighting,and other appurtenant
asphalt overlay,miscellaneous concrete repairs to work.
sidewalk and curbs, planting of street trees, and other Dillon Road Grade Separation,City of Coachella,CA.
appurtenant work. Responsible for providin
g g project management and
SRZS,City of Redlands,CA.Responsible for construction inspection services for the construction of a new bridge
engineering services for this Safe Routes to School(SR2S) at Dillon Road and the existing UPRR tracks.The new
Grant project.The project involved the design of street structure carries Dillon Road traffic over Indio Boulevard
improvement plans,including structural street sections, and the UPRR's two existing tracks by means of a
ADA compliant ramps,sidewalks,signing and striping at reinforced concrete bridge.In addition,the project
14 school sites. involves the following specific items of work: new traffic
Roger's Lane Street Improvement,City of Highland,CA. signals,construction of approach fills for the new bridge,
Responsible for construction management of this project installation of new curbs and gutters,installation of new
that included infiil asphalt paving, curb and gutter,new signing,construction of new drainage facilities,and other
sidewalks,driveway relocations,adjustment of existing appurtenant work.It is anticipated to take approximately
mailboxes,utility relocation and adjustment,crack filling, 14 months and$22 million dollars to construct the new
slurry seal,and other appurtenant work.Chris provided bridge.
construction management,material testing,survey and
public works inspection for the project.
Page 130 WI LLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Loren Clifton, PE
Project Role: Construction Manager
Education
• BS,Civil Engineering,California State University,Chico
• Training in Caltrans state and Federal Regional Infrastructure Funding,Caltrans Project Engineer,Resident Engineer and Materials
Engineering Academy;
Registration
• Registered Civil Engineer,California No.52167;General Contractor,California No.B-452908;EPA Stormwater Pollution
Prevention Program Certification
Mr.Clifton has over 27 years of experience in design,construction,and administration of state and local infrastructure
that includes transportation,water resources and supply,sanitation,and flood control and drainage project.He has
several years of employment with government and regulatory agencies and as a consultant with engineering firms in a
multi-disciplinary and regulatory environment on large-funded,complex public works projects. Mr.Clifton has
considerable expertise in project management and contract administration—providingdirection,organization,and
project oversight.
Mr.Clifton is a former County Public Works Director and City Deputy Public Works Director. His experience includes
administrative oversight of road departments,airports,transit systems,solid waste,flood control,city water/
wastewater facilities and community services areas, as well as oversight of a support staff in engineering,accounting,
and office administration.His department budgets were principally funded with federal and state transportation and
gas tax monies,as well as other government funding programs requiring he exercise diligence in monitoring and
reviewing department operation costs.As County Road Commissioner,he was the executive officer forthe County
Transportation Planning Commission. His responsibilities included maintaining an effective inter-agency relationship
with Caltrans Local Assistance for allocation of STIP,RTIP,and other transportation grant funding programs.As Public
Works Director,Mr.Clifton guided staff in completing capital improvement projects funded with Proposition 1B and
federal ARRA funds.
Capita[Improvement Project Experience
City of Ukiah,CA.Deputy Director of Public Works, construction projects and as office engineer reviewing
Water and Sewer. Mr.Clifton oversaw a 22-member and processing change orders and bid inquiries. Notable
staff responsible for the operations and maintenance of projects include:
the City's water and wastewater treatment facilities, Highway 36,resurfacing project($14 million).
water storage distribution network,and sewer Prepared plans and specifications for 37 miles of
collection system. overlay and drainage improvements.Special design
County of Inyo,CA.Interim Deputy Director of Public considerations and loglstic requirements for
Works.Mr.Clifton supervised County building and remote complex construction staging and traffic
facility maintenance,engineering,and building planning. Received DOT peer recognition for
inspection services.His duties included administrative successful project delivery.
oversight of County airports,operations and billing Highway 101,Rock Creek Bridge Replacement
services for County-owned community water systems in ($12.6 million).Resident engineerfor replacement
unincorporated areas,and County sewer CSD. of 120-meter curvilinear bridge along old bridge
County of Colusa,CA. Director of Public Works.Mr. alignment.Numerous environmental controls were
Clifton served as department head with oversight of the required for protecting endangered species,in
$5.5 million annual budget and 43 department addition to extensive wet-weather monitoring and
personnel managing the Road Department,Engineering pollution controls.
Division,Solid Waste Division,and the County Transit Highway 20 Utilities in right-of-way,Highway 65
System. Blue Oaks interchange,Highway 50 Latrobe Road
Caltrans District 3,Marysville,CA.Transportation off-ramp.Responsible for construction oversight of
Engineer. Mr.Clifton performed duties in design and local agency projects in the state right-of-way.
construction services for bridge replacement,highway Projects under simultaneous construction required
realignment,and road surface overlays.He worked in diligence to respond to the needs of the local
regional construction support as resident engineer with agencies while regulating their activities in the state
WILLDAN I field oversight of right-of-way.
Page131
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Michael A Bustos, PE
Project Role: Construction Management/Resident Engineer
Education
• BS,Civil Engineering(Magna Cum Laude),California Polytechnic State University,Son Luis Obispo
Regishation
• Civil Engineer,California No.73173
Mr.Bustos is responsible for analysis, design and preparation of studies,plans,specifications,and estimates for
projects such as booster pump stations, pipelines, potable water wells, pipeline rehabilitation, pavement
rehabilitation,street improvements,and grading. Mr.Bustos has gained valuable experience in on-site construction
management,off-site construction administration,inspection,design,water resources planning,and plan checking
during his ten years with the Willdan team.
Capital Improvement Project Experience
Lindero Canyon Road 2009 ARRA Citywide Arterial Lompoc Aquatic Center,City of Lompoc,CA. Mr.
Street,City of Westlake Village,CA. Mr.Bustos Bustos assisted with construction management
provided construction management and services for the construction of Lompoc's$13.3 million
administration services for this federally-funded Aquatic Center. As site engineer,he provided on-site
project for the City of Westlake Village including inspection services and coordination among the
submittal review,change order negotiations and Project's three prime contractors for the full 18-month
preparation,progress payment review and processing, construction duration. Willdan's construction
field coordination,scheduling,and ARRA reporting. He management scope of services included coordination
was responsible for maintaining the proper of inspection and scheduling for all phases of
construction files,per the Caltrans Local Assistance construction from site grading to utility installations to
Procedures Manual(LAPM),for the project audit building and pool construction. Willdan reviewed,
conducted by Caltrans and FHWA. The project negotiated,and processed all contractor change orders
included PCC median improvements and placement of and progress payments during construction. Mr.
approximately 2,100 tons of ARHM-GG-C overlay on Bustos was thoroughly involved in the submittal and
Lindero Canyon Road between Thousand Oaks RFI process.
Boulevard and Via Colinas. Camp Conrad Chinnock Water and Sewer
Annual Street Resurfacing FY 2010-2011 Program,City Improvements,Diabetic Youth Services, Inc.,Ca.
of Westlake Village,CA. Mr.Bustos prepared plans, Engineer-of-Record and Construction Manager.
specifications,and estimate for and will serve as Responsible for construction oversight and
Construction Manager for this City project,scheduled management to ensure construction complied with
to begin construction in May 2011. Proposed street plans designed to bring the Camp facilities into full
resurfacing work includes patch repairs,slurry seal, compliance with current Uniform Plumbing Code
and striping on Lakeview Canyon Road,Watergate requirements. The campground is in a heavily wooded
Road,and Russell Ranch Road. Mr. Bustos is will be area on U.S.Forest Service leased land off of Highway
responsible for coordinating inspection and materials 38 in the San Bernardino Mountains. The water
testing,contract administration, including processing improvements included installation of approximately
of change orders,submittals, RFls, and progress 600 linear feet of 4-inch PVC water pipe and new
payments,and maintaining the project schedule. service connections to the camp's cabins. Sewer
Pavement Management System,City of Calabasas, improvements included abandonment of all existing
CA. Mr.Bustos performed evaluations on pavement sewer pipe and septic tanks,installation of
conditions throughout the City of Calabasas. Each approximately 2,200 linear feet of 6-inch PVC sewer
street was inspected and rated on its condition. The pipe,a new 50,000 gallon concrete septic tank,new
data gathered was then applied to a computer sewer service laterals,and expansion of the Camps
software program to determine the most cost effective
existing leach fields. Agency approvals were required
pavement rehabilitation schedule. by San Bernardino County Building&Safety and
Environmental Health Departments,U.S.Forest Service
and Santa Ana Regional
Page132 WILLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Water Quality Control Board. administration services complied with requirements of
Joint Cities Pavement Rehabilitation Program,City of the Local Assistance Procedures Manual.
Westlake Village,CA. Mr. Bustos provides The project included removal and replacement of
construction management services to the Cities of failed AC pavement,full width grinding and ARHM
Westlake Village and Agoura Hills fortheir annual Overlay to depth of 2-inch on Thousand Oaks Blvd.;
pavement rehabilitation program. From 2008 to 2010, grinding,cold-in-place recycling,AC Overlay and ARHM
the two cities combined their annual paving projects to Overlay on Lawrence Drive and Teller Road;and
realize a cast savings due to economy of scale. Mr. miscellaneous PCC work for replacement of damage
Bustos has been responsible for managing the cities' segments of curb and gutter, cross gutters,driveways,
Contractor activities and providing contract and installation of handicap ramps for ADA
administration;including submittals,RFIs, change compliance.Paving operations included placement of
orders,and progress payments. 11,500 tons of ARHM,4,500 tons of AC,and 26,500
Cl 4202 Street Rehabilitation,City of Thousand Oaks, square yards of cold-in-place recycling. The project
CA. Construction Manager.Responsible for overall was completed in advance of the 2011 Amgen Tour de
construction oversight of this$3.2 million project, California Bike Race,which routed cyclists through the
which included providing construction management, project area on Thousand Oaks Boulevard. The finish
line for the race was located in the middle of the
inspection and materials testing,public outreach,and
contract administration services to the City of project limits Thousand Oaks Boulevard making it
Thousand Oaks. The project was funded in part by critical that paving and all related work be completed
federal funds,through the STPL program,and the on schedule.
scope of work also included administration of the
federal funding process to assist the City in securing
the funds,ensure federal compliance during
construction,and invoice Caltrans for reimbursement.
All construction management and contract
W I LLDAN
Page133
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Steven M. Velasco, CBI, CESSWI, QSP
Project Role: Construction Management/Resident Engineer
Education
• B.S.Botany,California State Long Beads
Registratton
• ICC Building Inspector
• Certified Erosion,Sediment and Storm Water Inspector(CESSWI)
• Qualified SWPPP Practitioner(QSP)
• Radiation Safety Officer
• Licensed Nuclear Gauge Operator
• Confined Space Regulations-Cal/OSHA Title 8
• GiSO 5157,5158,and 5159
• Licensed C-27 Contractor,California
• SureTrack Project Manager
• Primavera Expedition I O.x
Mr.Velasco brings over 25 years of experience as a Project Manager and Construction Manager on public works
inspection,contract administration,and construction management projects. He has managed a variety of projects
from pavement rehabilitation to sports parks.Mr.Velasco is an ICC Certified Building Inspector,CESSWI Certified
Erosion,Sediment and Storm Water Inspector, QSP and licensed landscape contractor.He also brings the added
expertise of an additional 12 years working in the wholesale landscape nursery industry supplying plant material
throughout the southwestern United States.Mr.Velasco has served as the key management individual for all job
quality control,client relations,and staff administration.
Capita(Improvement Project Experience
City of Rialto Pepper Avenue Extension,Rialto,CA. Jack and bore 133 feet of 24-inch diameter steel
Contract Project Manager,QSP and Public Works casing and install 12-inch diameter non-bell VCP
Inspector. This project extended Pepper Avenue Iz across Harbor Boulevard.
mile crossing the Lytle Creek drainage endangered Construct a new 533 foot VCP sewer and five new
species habitat to CA 210. Mr.Velasco worked closely manholes on Harbor Boulevard with a new lateral
with the Biological Monitoring firm to satisfy
conditions of the CDFG and Army Corp of Engineers connection with a manhole.
permits as well as the Caltrans permit. Approximately • Reconstruct 164 feet of 24-inch cement lined and
100,000 cubic yards of import soil,four 10'by 10' coated steel reclaimed water pipe and 30 feet of
reinforced box culverts and a Verdura Wall were used 8-inch cement lined and coated steel water main
to span the drainage area. The project included 2814 with two gate valves.
feet of curb,gutter,sidewalk,AC paving parkway Abandon 2,100 feet of existing 6-inch sewer force
landscaping and irrigation as well as a new water line,
sewer line,SCE conduits and street lighting. This main.
project was the result of 12 years of planning and Mr.Velasco was responsible for processing RFI's and
design with an overall$15 million budget and a submittals,maintaining project files and logs,
construction cost of$7 million. reviewing progress payments,managing the on-site
Heil-Harbor Sewer Project,City of Garden Grove,CA. inspector,coordination of sails testing and survey,
Construction Manager of a$2.3 million sewer upgrade conducting weekly construction meeting and the
production of meeting minutes and agendas,cost
project that included the following: monitoring and control and project closeout.
• Replace 139 feet of existing 12-inch diameter Downtown Fire Station No.60 and Senior Center
sewer with a new 15-Inch diameter VCP sewer Relocation,City of San Clemente,CA. Construction
with three new 48-inch manholes. Manager for the construction of a new$4 million 7,851
• Extend a new 12-inch diameter for 2,343 feet with square-foot two story Fire Station facility and 7,963
ten new 48-inch manholes. square foot one-story Senior Center constructed within
a single building. The living quarters for the Fire
Page 134 W I LLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Station are located above the Senior Center. The as well as coordination with the mall and
shared facilities are located on an approximately 0.75 transportation agencies. Mr.Velasco was responsible
acre lot located in Downtown San Clemente,California. for the contract administration,project records
The Fire Station facility will includes a 2,857 square including processing and logging all RFI's,submittals,
foot apparatus bay;6 crew dorm rooms;3 bathrooms, correspondence,progress payments,change order
1 ADA restroom;dayroom;exercise room;kitchen and requests,time and materials tickets,prepare minutes
dining areas;office space;storage,lockers,utility and and agendas and conduct the weekly progress
communication closets;and other Fire Station-related meetings,respond to hot line calls from the public,
improvements. The Senior Center includes a 2,859 maintain inspector daily report files and all other
square foot meeting room;men's and women's construction management duties.
restrooms;lounge and library rooms;fitness room; Fountain Valley Recreation Center Master Plan
office space;warming kitchen and storage;and other
Senior Center related improvements. The structure is Expansion,City of Fountain Valley, Construction
wood-frame construction with a stucco exterior and Manager for the$18 million rehabilitation and
the roof Spanish-styled building. The apparatus bay expansion of a 78 acre sports facility. The construction
and some other structural elements will be steel consists of new roadways and six parking lots;storm
framed. Site improvements include parking areas, drain;sewer;potable and reclaimed water systems;a
perimeter fencing and landscape materials. Although new maintenance building and yard;two new
the project did not formally pursue LEED certification, concession and rest room buildings;mass grading;
the project is designed and specified to include many concrete curbing,sidewalk,handicap ramps,median
sustainable features including indoor air quality, islands,curb and gutter,bleachers and assembly areas;
controllability of air and lighting systems,water ball field fencing;underground electrical and fiber
conserving fixtures, and materials from recycled and optic systems;a decomposed granite trail system,
regional sources. As Construction Manager Mr. landscaping and irrigation. The new facility provides
Velasco was responsible for the management of RFI's; the community with 14 youth and adult ball fields,4
oversight of construction activities;daily inspections; soccer fields a utility field,tennis facilities,outdoor
conducting weekly progress meeting,agendas and basketball,outdoor entertainment areas,indoor
minutes;assist in change order management and basketball and racquetball facilities,picnicking areas
claims avoidance;cost monitoring and control; throughout the park and miles of natural and concrete
coordination of deputy inspection,materials testing walking and jogging paths. The new sports complex
and park will be able to accommodate thousands of
and geotechnical inspections;schedule monitoring and users at one time.
control and project closeout management.
Sepulveda Boulevard Widening Project,City of Culver Street Rehabilitation of Yorba Linda Boulevard,City of
YorbaLinda,CA. Construction Manager for the
Cloy,CA. Construction Manager for a$4 million rehabilitation project consisting of the removal and
Boulevarrdd from Jefferson/Playa to Green Valley Circle.
project widen approximately one mile of Sepulveda replacement of existing handicap ramps, cold mill
grinding,dig outs,AHRM overlay and restoration of
This project consisted of the removal of asphalt and PCC pavement;construction of new PCC pavement; traffic detector loops,signage and striping.
rem Responsible for inspection supervision, contract
removal and replacement of curb and gutter,sidewalk,driveways,cross gutter,curb ramps,construction administration and document control. Maintain
project files;log and process RFI's,submittals,verify
landscaped median island and irrigation;traffic signal s and file maintain logs
paymen
ts,
progress py , g
modifications;street lighting;signing and striping. A and process 'i
portion of Sepulveda Boulevard passed under State of all project communication,negotiate and prepare
Highway 90 requiring coordination with the Caltrans change orders. Conduct meetings,act as the main
point of contact between the City,contractor,and
Permit Engineer. Sepulveda Boulevard contained a large number of slurry encased utilities requiring design engineer,and responded to resident complaints coordination with the Gas Company, Edison,Exxon-
and inquiries.
Mobil Oil,Verizon,LADWP Water,Golden State Water Interim Public Works Superintendent,City of Lake
District,AT&T and Time Warner. This construction of Forest,CA. Manage public works contracts for
this project and being located adjacent to the Culver maintenance of City landscaped right-of-way areas,
City Westfield Mall resulted in a significant impact to parks,roadways and other City infrastructure,act as
the traveling public. Traffic control was a major factor Project Manager on City CIP contracts during design
WILLDAN
Page135
City of Palm Springs
Proposal for RFP k06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
and construction phases,responsible for maintenance responsible for overall project development costs and
and construction budgets,contractor and consultant budget tracking,advisor on landscape and irrigation
contract administration and coordination for related issues,office administration and development
construction management and inspection. in the use and application of Expedition and document
OC9 Water Line Phase II,City of Huntington Beach, control systems,developed meeting agendas and
CA. Assistant Construction Manager. Assist produced minutes for weekly construction meetings
Construction Manager in document control for the site and building projects,maintained the filing
management. Process and record submittals,RFI's, of all project documents,prepared transmittals,and
communication logs,meeting minutes and all related distributed letters,submittals,communications,RFI's
project documentation. This$4.1 million project
drawings, etc.
consists of the installation of approximately 13,000 City of Santa Clarita,CA. Construction Manager for a
[!near feet of 20 and 24-inch ductile Iron pipe and $5 million citywide infrastructure project to repair and
appurtenances. rehabilitate major arterials and residential streets,
Recreation Center Master Plan Expansion,City of sidewalks,driveways,curb and gutter,cross gutters,
Fountain Valley,CA.Project/Program Manager for the spandrels and handicap access ramps. This project
$10 million expansion of a recreation center for the consisted of 4 years of rehabilitation projects that
City of Fountain Valley. The project involves the were deferred into one project.
expansion of the facility that is currently 55 acres to 78 State Route 76,San Diego Association of
acres and adding soccer and baseball fields,a Governments(SANDAG). Assistant Project Manager.
skateboard park,rest room and concession facilities, This$39 million,three-phase project consisted of a six-
nature trail,additional parking and access roads. mile realignment and widening to a four-lane divided
On-Call Construction Inspection Services,City of expressway and conventional freeway with seven
bridges,numerous sound walls and related structures
Tustin, Project Manager. Provided call erosion control and SWPP enforcement. In addition,
inspection on of various Types of Public Worrksks this was one of the most environmentally sensitive
construction projects throughout the City. These projects encompassed a wide variety of Public Works p environmental,
presented in Caltrans District 11 involvingronmental,paleontological,and archeologicali
construction such as: water main construction;asphalt concerns. Mr.Velasco administered inspection,
paving and pavement rehabilitation utilizing rubber testing, and office engineering services.
latex additives;AHRM and slurry seal;concrete
construction of sidewalk,curb and gutter cross-gutters, Citywide Public Works CIP and Development Projects,
spandrels,bus pads and alley sections;catch basins, City of Mission Viejo,CA. Project Manager. Mr.
storm drain structures,sewers and underground Velasco maintained a staff of four to six inspectors and
utilities;traffic signal and highway electrical,traffic contract administrators managing the quality
signal and lighting pole foundations. assurance of all new construction and rehabilitation of
FY 2000-01 Slurry Seal and Street Resurfacing,City of city infrastructure and recreational facilities.
Lake Forest,CA. Construction Manager for the FY Citywide Public Works CIP and Development Projects,
200D-01 Street Resurfacing projects that were part of City of Yorba Linda,CA. Project Manager. Mr.Velasco
the City's annual street maintenance program. Project managed the on-call public works inspection and on-
elements included crack sealing and base repairs, going landscape maintenance inspection. The
asphalt concrete overlays,slurry seals,adjusting inspection staff provided quality assurance and quality
surface utilities to grade,replacement of traffic loops, control for new construction and rehabilitation on
re-striping and reestablishing City survey control infrastructure, park,and sport facility projects
points. throughout the City.
Community Center and Sports Park,City of Laguna Citywide Public Works CIP and Development Projects,
Hills,CA. Assistant Construction Manager. This$26 City of Lake Elsinore,CA. Project Manager,Public
million project consisted of two lighted baseball fields, Works Inspection. Mr.Velasco provided staff for
two soccer fields,skateboard park,roller hockey ring, inspection of new construction,CIP,development and
several themes areas,and a 6D,000 square foot encroachment permits throughout the City.
community center building. Mr.Velasco was
Page 136 WI LLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Jason Brown, RCI
Project Role: Construction Management/Resident Engineer
Education
• Public Works Inspection,Fullerton Community College
Registralion
• Construction Inspector,California No.5510
Mr.Jason Brown serves as both a Construction Manager and Supervising Public Works Observer for Willdan;his
duties include the inspection and management of large-scale public works improvement projects. His experience
includes the construction administration and Inspection of subdivisions,traffic signals,storm drains,sanitary sewers,
ARHM overlay,conventional asphalt overlays,and street beautification projects. In addition, Mr.Brown has
experience with specially funded projects,such as ISTEA and CDBG. During Mr. Brown's 20 years of experience with
Willdan,he has served as a Permit Inspector for the Cities of Paramount,Bell Gardens,and Rosemead.
Mr. Brown's previous experience includes concrete cutting and core drilling,landscape construction and maintenance,
concrete finishing,and masonry construction.
Capital Improvement Project Experience
Bradford/Madison Street Improvement,City of ARRA funded project.
Placentia,CA. Supervising Public Works Observer. Street Resurfacing on Glendora Road,City of La
This project involved providing professional Puente,CA. Construction Manager. This project
construction engineering and funding administration involved providing construction management and
for the Bradford/Madison Street Improvement Project. observation for the City's street improvement project.
Willdan provided labor compliance,construction This project included concrete repairs, removal and
management,and construction inspection services for replacement of existing asphalt,concrete
the ARRA funded project. The project involved the improvements,including ADA compliance curb ramps,
removal and replacement of damaged street sections, cold milling,ARHM overlay,and other appurtenant
asphalt overlay,miscellaneous concrete repairs to items of work. Willdan also provided labor compliance
sidewalks and curbs,planting of street trees,and other and material testing. This was an ARRA funded
appurtenant work.
project.
Third Street Improvements,City of Calimesa,CA. Street Resurfacing on Hacienda Boulevard,City of La
Supervising Public Works Observer. This project Puente,CA. Construction Manager. This project
involved providing professional construction involved providing construction management and
engineering and funding administration forthe Third observation for the City's street Improvement project.
Street Improvements Project. Willdan provided labor This project Included concrete repairs,removal and
compliance,construction management,and replacement of existing asphalt,concrete
construction inspection services for the ARRA funded improvements, including ADA compliance curb ramps,
project. The project involved the removal and cold milling,ARAM overlay,and other appurtenant
replacement of damaged street sections,asphalt items of work. Willdan also provided labor compliance
overlay,miscellaneous concrete repairs to sidewalk and material testing. This was an ARRA funded
and curbs,planting of street trees,and other project.
appurtenant work.
Street Resurfacing on Rosecrans Avenue,City of
Towne Avenue Phase 2,(Lexington Avenue to Paramount,CA. Construction Manager. This project
Riverside Drive),City of Pomona,CA. Construction provided construction management and observation
Manager. This project involved providing construction for the City's street Improvement project. This project
management and observation for the City's street included concrete repairs,removal and replacement of
improvement project. This project included minor existing asphalt,concrete improvements,including
concrete repairs,removal and replacement of existing ADA compliance curb ramps,cold milling,ARHM
asphalt,cold milling,ARHM overlay,and other overlay,and other appurtenant items of work. Willdan
appurtenant items of work. Willdan also provided also provided labor compliance and material testing.
labor compliance and material testing. This was an This was an ARRA funded project.
WILLDAN
Page137
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Street Resurfacing and Street Lighting Upgrades on Huntington Drive and Santa Anita Avenue Overlay,
California Avenue,City of South Gate,CA. City of Arcadia,CA. Supervising Public Works
Construction Manager. This project provided Observer. Willdan provided documentation,labor
construction management and observation for the compliance,material testing,and public works
City's street improvement project. This project observation services for the City's Santa Anita Avenue
included the installation of new streetlight conduit, and Huntington Drive Overlay Projects. The projects
conductors,service cabinets,luminaries,traffic signal involved the removal and replacement of a small
modifications, removal and replacement of existing section of Santa Anita Avenue;cold milling of the
asphalt,concrete improvements,including ADA existing asphalt; reconstruction of damaged curbs and
compliance curb ramps,cold milling,ARHM overlay, sidewalk;and installation of an ARHM overlay. Willdan
and other appurtenant items of work. Willdan also monitored the contractor's payroll for conformance
provided labor compliance and material testing. This with applicable State and Federal laws,as well as,
was a federally funded project, monitored the contractors construction activities to
Street Resurfacing on Paramount Boulevard,City of ensure compliance with the City's design.
Pico Rivera,CA. Construction Manager. This project Sunset Boulevard Widening,City of Arcadia,CA.
involved providing construction management and Supervising Public Works Observer. Willdan provided
observation for the City's street improvement project. documentation,labor compliance,material testing,
This project included traffic signal modifications, and public works observation services for the City's
concrete repairs,removal and replacement of existing Santa Anita Overlay Project. The project involved the
asphalt,concrete improvements, including ADA removal and replacement of a small section of Santa
compliance curb ramps,an ambient vibration Anita Avenue;cold milling of the existing asphalt;
mitigation trench system,cold milling,ARHM overlay, reconstruction of damaged curbs and sidewalk;and
and Other appurtenant items of work. Willdan also installation of an ARHM overlay. Willdan monitored
provided labor compliance and material testing. This the contractors payroll for conformance with
was a federally funded project. applicable State and Federal laws,as well as,
Construction Management for the Mission monitored the contractors construction activities to
Boulevard/Highway 71 Bridge,City of Pomona,CA. ensure compliance with the City's design.
Supervising Public Works Observer. Willdan provided San Gabriel Boulevard Reconstruction,City of
construction management,public relations,labor Rosemead,CA. Mr.Brown provided construction
compliance,and public works observation for the management services for the project. The project
project. The project involved the construction of a involved the removal and replacement of all sidewalk
new grade separation at Mission Boulevard and the 71 and drive approaches; installation of new electrical
Highway. conduits and streetlights,parkway trees with
Sepulveda Boulevard Widening,City of Culver City, irrigation,and ARHM overlay from Rush to Hellman.
CA. Constructability Review and Quality Control. This Total construction cost$2 million.
project involved project management,conceptual STPL Santa Anita Avenue,City of Arcadia,CA.
design,preparation of construction drawings and Supervising Public Works Observer. Willdan provided
technical specifications for a major street widening on documentation,labor compliance,material testing,
Sepulveda Boulevard from Playa Street/Jefferson and public works observation services for the City's
Boulevard to Green Valley Circle. Sepulveda Boulevard Santa Anita Avenue Overlay Project. This project
is a major corridor with an average traffic count of involved the removal and replacement of a small
50,000 vehicles and parallels the 405 Freeway through section of Santa Anita Avenue;cold milling of the
Culver City. Sepulveda Boulevard is an alternative existing asphalt;reconstruction of damaged curbs and
route taken by many commuters to access Los Angeles sidewalk;and installation of an ARHM overlay. Willdan
International Airport. This project was done to will monitor the contractors payroll for conformance
alleviate an existing bottle-neck and provided for a with applicable State and Federal laws,as well as,
third southbound lane within the existing right-of-way. monitoring of the contractors activities to ensure
A portion of the project was within the City of Los compliance with the City's design.
Angeles and Caltrans. Willdan's services included civil
and traffic engineering design,landscape architectural
design,survey,pavement engineering,and utility
coordination.
Page 138 MWILLCIAN
City of Palm Springs
Proposal for RFP#06.15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Larry Brown
Project Role: Inspector
Education
• Post Certification and Continuing Education Program,Son Bernardino Valley College
Registration
• AOMD PM-ID Certification • California State Unirersily,L.A.,Public Works Certification
• Registered Construction Inspector No.5787 • Mecca Trench Shoring Certification
• Concrete Paring,Slurry Seal and Traffic Signals Certification • Toxler Nuclear Soils Testing Equipment
Mr.Larry Brown is responsible for construction administration and Inspection of a wide range of public works
Improvement projects. His 28 years of field experience includes drainage facilities,railroad grade crossings,highway
and landscape improvements,traffic signals and signing projects,and underground utility construction,as well as
commercial and residential development projects. Many of these projects were federally funded by CDBG and ISTEA
funding. Mr. Brown's construction administration duties includes: coordinating activities with contractors,utility
companies, and other agencies;processing change orders,progress payments,and other construction documents;
investigating citizen complaints,and resolving filed problems;and reviewing PS&E packages for compliance with city
standards.
Capital Improvement Project Experience -
City of Indio,On-Call Public Works Inspection Services City of Highland,Roger's Lane Street Improvement.
-Mr.Brown is the Supervising Public Works Inspector Mr.Brown was the Supervising Public Works inspector
of this assignment which involves providing as-needed of this project. The Roger's Lane Project included infill
public works Inspection services for various public asphalt paving, curb and gutter,new sidewalks,
works project throughout the City of India. driveway relocations,adjustment of existing
City of Coachella,Dillon Road Widening Project—Mr. mailboxes,utility relocation and adjustment,crack
Brown provided project management and inspection filling,slurry seal,and other appurtenant work.
services for the project. The project involved the Willdan provided construction management,material
complete removal and replacement of the existing testing,survey and public works Inspection for the
roadway between the Dillon Road Cutoff and the 10 project.
freeway;construction of fully landscaped medians; City of Murrleta,Public Works Inspection. Mr.Brown
installation of new safety lighting,and other is the Supervising Public Works Inspector of this
appurtenant work. Willdan provided full construction project which Involves providing public works
management,public works Inspection,construction Inspection for various projects throughout the City of
staking,and material testing services. Murrieta. The projects may involve asphalt pavement
Morongo Band of Mission Indians,Seminole Trunk overlay,street reconstruction,sidewalk construction,
Sewer Improvements—Mr.Brown was the Supervising curb and gutter installations,sanitary sewers,RCP
Public Works Inspector of this project which involved storm drains,slurry seals,traffic signal modification
providing public works Inspection services for the and new installations,and other appurtenant work.
Seminole Truck Sewer Line Project. City of Banning,Reservoir Landscape Project. Mr.
City of Highland,9th Street Project. Mr.Brown was Brown provided as-needed public works Inspection
the Supervising Public Works Inspector of this project and contract administration for the City's landscaping
which involved providing construction management of two reservoirs. The existing landscaping was
and construction Inspection of the City of Highland's damaged by the recent Banning fires.
9th Street Project. The project involved the removal County of Riverside,Public Works On-Call Services.
and replacement of damaged asphalt, repair of existing Mr. Brown is the Supervising Public Works Inspector of
concrete improvements,asphalt overlay and slurry seal this assignment which involves providing on-call public
installation. Willdan tracked quantities,provided works inspection for subdivisions and capital
claims mitigation,responded to RFI's,track submittals, improvement projects throughout the County of
and maintained the construction file. Riverside. Willdan will be responsible to check grade;
installation of curb,gutter and sidewalk,asphalt
overlays and other appurtenant work.
WILLDAN
Page139
City of Palm Springs
Proposal for RFP f#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Tim Scheffer
Project Role: Inspector
Regisirarion
• Clou A Controclor
Mr.Tim Scheffer,Senior Public Works Inspector,has 29 years in public works inspection. His areas of expertise
include ARHM and AC overlays,general street construction,storm drains,storm drain boxes,sewers,slurries,
waterline,traffic signals,and ADA ramps. Many of these projects were federally funded by CDBG and ISTEA funding.
Mr.Scheffer has knowledge in concrete improvements,trench excavations,pipe bedding,asphalt,base material,soils
and means of compacting,heavy equipment and their safe operation,plans,specifications,local and government
laws,contracts,and safety practices.
Capital ImprovementProject Experience
City of Manhattan Beach,2010-2011 Water Main inspection services for the project. The project
Replacement. Mr.Scheffer was the Public Works involved the installation of over 2,500 LF of ductile
Inspector of this project which involved providing iron pipe,water services,fire hydrants and other
public works Inspection services for the City's 2010-11 appurtenant work and complete street restoration.
water line installation project. The project invoiced Morongo Band of Indians,Sewer Treatment Plant.
the installation of approximately 7,100 LF of 10"-8" Mr.Scheffer provided construction administration and
ductile iron pipe. inspection services for the project.The sewer
City of Hawaiian Gardens,221st Storm Drain Project. treatment plant included a state of the art
Mr.Scheffer provided construction administration and cannibalizing system,SBR digester,sludge ponds,
construction Inspection services for the project. The percolation basins and other appurtenant work. In
project involved the installation of approximately addition to the treatment plant,the project also
1,700 LF of RCP,construction of several catch basins includes the installation of over 25,000 LF of 16"VCP
and manholes installation of new flap-gate at the sewer and approximately 33,000 LF of 12"-16"Class
channel tie-in and other appurtenant work. 150 PVC water line.
City of Maywood,Sewer Cleaning Project. Mr. Morongo Band of Indians,1.6 Million Gallon Welded
Scheffer provided construction administration and Steel Reservoir. Mr.Scheffer provided construction
construction inspection services for the project. The administration and inspection services for the project.
project involved the cleaning and video mapping of The welded steel reservoir measures 96 feet in
over 15,000 LF of sewer line. diameter and is 35 feet high. The project included 8"
City of Downey,Lakewood Boulevard Street
and 16"site piping,electrical and controls,drainage,
Widening. Mr.Scheffer provided construction grading,landscaping,and other site improvements. It
administration and inspection services for the project, also included 4,000 LF of 16"water transmission main.
The project consisted of installing 322 LF of 12"DIP La Canada Flintridge Sanitary Sewer District 3A and
potable water main, 123 LF of 8" DIP reclaimed water 3B. Mr.Scheffer provided construction administration
main, 19 LF of 24"RCP to new 28'catch basin, and inspection services for the project. The project
pedestrian lights along with traffic signals, utility involved the installation of over 103,000 LF of 8"VCP
relocations,removal of existing curb-gutter-sidewalk, sewer main and 39,000 LF of 6"PVC laterals, 1000 LF
new sidewalk with enhanced scoring and integral of 8"VCP,numerous areas of 30"steel jacking,over
color-stamped handicap ramps,landscaping with 570 manholes,over 66,000 tons of asphaltic concrete
controls, bus stop and asphalt paving,including a two- paving. The project included communication between
inch ARHM cap. the City,contractor and more than 1,200 residents on
City of Maywood,Water Main Project. Mr.Scheffer various issues.
provided construction administration and construction
Page 140 WILLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Larry Butler
Project Role: Construction Inspector
Education
• Water Treatment,San Bernardino Valley College
• Basic Psychology for Supervisors,Elements of Supervision,Riverside City College
• Water Distribution Systems,Santa Ana College
• Material of Construction,Riverside City College
• Plane Surveying,
• Mt.Son Jacinto College
Registration
• Water Distribution Operation Grade I,American Water Works Association
• Nuclear Density Gauge Operator Certificate,Radiation Safety and Use of Nuclear Soil Gauges
• Division I Engineer,American Construction Inspector Association
• Safety through Maintenance and Construction Zones,University of California Extension,Institute of Transportation Studies
Mr.Butler has 42 years of public works observation experience. He is experienced in inspecting curb,gutter,sidewalk,
street lights,traffic signals,airport runways,taxiways and tie down area,landscaping,tree plants in right-of-way,road
base subgrade AC paving,and grind and overlay paving.
Capital Improvement Project Experience
City of San Bernardino,CA. Inspector. Mr. Butler water sewer,storm drain,and non-potable water.
supervises construction and maintenance crew City of Riverside,CA. Construction Inspector. Mr.
subordinates in the construction and maintenance of Butler provided inspection of public utility canstruction
water distribution facilities. The work includes plan
Project,work involved inspecting workmanship and
review, material and equipment requisition, pipe
laying,backftll and compaction, bacterial samples of material involved in a variety of construction projects
water lines. Construction of hydro generation stations for conformance with plans,specification,and
including footings for building,placing of steel rebar department regulation. Pipe sizes ranged from 40 to
and floor slabs,piping for hydro generators inside 54-inch pipe asbestos cement mortar-lined and coated,
electrical wiring from generators to panels. reinforced plastic pipe,cast iron(ductile). Field tested
construction material,concrete sample slump cone
City of Redlands,CA. Principal Construction Inspector. method and kelly ball. Soil compaction,nuclear gauge,
Mr. Butler supervised the City's public works and sand cone. Pressure tested pipeline,chlorination
inspection personnel;performed field construction of pipeline and bacterial sample. Mr. Butler provided
contract management,inspected workmanship and public relation services with affected property owners.
materials used in all types of public works construction He was the resident inspector on tow concrete
projects;and ensured conformance with the plans, reservoir,one 5-million-gallon square,one 2-million-
specifications,and departmental regulations. Mr. gallon round underground reservoir. Mr.Butler was
Butler has knowledge of basic soil mechanics and responsible for inspecting daily work in progression
geology related to on-site grading for developmental grading,piping,forming,structure steel placing,
projects,materials sampling and testing procedures, pouring of concrete,elector wiring. He wrote progress
estimating,and payment procedures. He has payment on project,daily report of work in progress,
knowledge of applicable laws, regulations,codes, as build plan and profile.
departmental policies,traffic ordinances,and safety City of Riverside,CA. Assistance of Construction
standards. He interacted with contractors,engineers, Superintendent. Assisted Superintendent in
and property owners. Mr.Butler dealt with scheduling of crews of five,four to five men crews.
environmental issues, NPDES,SWPPPs, BMP,and WOtMP with state and local agencies. Mr.Butler Mr.Butler checked job sites,scheduled crews to start
inspected curb,gutter,sidewalk,street lights,traffic work. He field measured all jobs. He drafted up as-
signals,airport runways,taxiways and tie down area, built drawings. Mr.Butler wrote material request for
landscaping,tree plants in right-of-way, road base sub material needed on job,pipe,fittings and service
material,valves,fire hydrant. He kept daily time on
grade AC paving,grind and overlays paving. He was WILLDAN I
the inspector for dry utility, each jobsite for each manned piece of equipment
Page 141
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
used. Mr.Butler scheduled two small,two-man crews Eastern Municipal Water District. Inspector,Water
for new meters and services. and Sewer. Mr.Butler performed inspection of 4-to
Eastern Municipal Water District. Civil Engineer Aide. 36-inch cement mortar-lined pipelines and coated
Mr.Butler drafted maps,records, plan and profile sewer pipe and 4-to 16-inch vitrified clay pipe. He
standard drawings. Mr. Butler performed customer performed inspection of material and workmanship as
service field location of water service,ownership to plan and specification of the Water District. He
through title search of County records, provided community outreach with the property
owners.
Eastern Municipal Water District. Service Mechanic
and Equipment Operator. Mr.Butler worked on
service crew installation of water service,pipeline
pumping and booster station. He was an equipment
operator for backhoe, dozer,skip loader,dump truck
and low bed truck.
Page 142 IW I LLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
D. Scott Gibson
Project Role: Inspector
Education
• Construction Technology,Riverside Community College
certifications
• ACI Concrete Technician;Journeyman Electrician; Trenching and Excavation Competent Person;Confined Space
Competent Person;SCAQMD PM-10
Mr.Dennis"Scott"Gibson,Senior Public Works Inspector,has over 22 years of public works construction experience
in the following areas: concrete structures,steel structures, Underground Storage Tanks(UST),pipeline,electrical,
excavation,grading,paving, and landscape.. Mr.Gibson has inspected,supervised,and coordinated a wide variety of
projects such as the widening and construction of bridge structures,sound wails placement,and transportation
structures throughout California. His duties involve the inspection of various types of projects such as bridge
construction,bridge retrofits,pipeline, roadway improvements and traffic signals/lighting.Mr.Gibson provided public
works inspection services for the City of Coachella's Dillon Road Widening Project. The project involved the complete
removal and replacement of the existing roadway between the Dillon Road Cutoff and the 10 freeway;construction of
fully landscaped medians;installation of new safety lighting, and traffic signals at Harrison Place/Dillon Road.
Capital Improvement Prqject Experience
City of Coachella,Dillon Road Widening is providing all inspection and record keeping services
Improvements,Coachella,CA. Mr.Gibson provided per the Caltrans Construction Manual and the Caltrans
construction management/inspectlon services for this Bridge Construction Records and Procedures Manual.
project valued at in excess of$4 million. The project City of Fontana,Public Works Inspections,Fontana,CA.
involved the widening Dillon Road between the I-10 Asa Clty-employed Public Works Inspector,Mr.Gibson
Freeway and the SR-86S Highway. Work involved the
relocation of electrical transmission lines,roadway was responsible for inspection all work related to
excavation/embankment,grading,paving, installation of construction of housing tracts and commercial
12-inch water main,traffic signals,and street lighting. construction e the wale right-of-way. Work included
dry utilities,sewer,water,roadway and landscape
City of Coachella,Dillon Road Grade Separation, improvements.
Coachella,CA. Mr.Gibson provided inspection services City of Pomona,Water Main Replacement,Pomona,
related to reinforcement and structural concrete CA. Mr.Gibson was the Public Works Inspector for the
installation for this$22 million project to construct a C
bridge over the Union Pacific Railway and Grapefruit ity's water main project on White Avenue. The project
involved the installation of over 8,000lineal feet of 12-
Boulevard. rall management
construction management team is inch to 8-inch water main,hydrants,water services,and
providing overall management and inspection for this other appurtenant work. His duties include daily
project. inspection of the work,labor compliance,and utility
City of Indio,Jackson Street Bridge Retrofit,Repair and coordination.
Strengthening,Indio,CA. Mr.Gibson provided quality Morango Band of Mission Indians,Process Waste
assurance,construction inspection and record keeping Water Force Main,Banning,CA. Mr.Gibson provided
services to the City of Indio for the Jackson Street Bridge construction inspection and project management
Retrofit project valued at$400,000. The work involved services to the Morango Band of Mission Indians forthe
inspecting structural concrete,structural steel,jacking installation of a 5,300'8-inch HOPE force main from the
structure.the bridge,traffic control,and repair of the damaged Nestle Waters bottling facility to the Tribe's wastewater
st treatment plant. The work involved inspecting the
March Joint Powers Authority,Cactus Avenue Bridge pipeline,trenching,HOPE butt fusion joints, lift station
Widening,Riverside County,CA. Mr.Gibson provided installation,and discharge structure. Key to completion
inspection and project administration services for the of the project involved installing 400 feet of double-wall
new bridge over the BNSF Railway. The new bridge is a HOPE pipe through a jack and bore 30-inch casing under
box girder/post tensioned concrete structure. Willdan the 1-10 Freeway near Cabazon.
Ij WILLDAN
Page 143
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Daniel Slayyeh, PE
Project Role: Inspector
Education
• M.S.,Civil Engineering,Colifornia State University,Long Beach
Regislration
• Professional Civil Engineer(California),Certificate#C48572
Mr.Daniel Slayyeh,PE,Senior Public Works Inspector,has 24 years in public works inspection. His areas of expertise
include ARHM and AC overlays,general street construction,storm drains,storm drain boxes,sewers, slurries,
waterline,traffic signals,and ADA ramps. Many of these projects were federally funded by CDBG and ISTEA funding.
Capital Gnprovenent Project Experience
City of South Gate,State Street Improvements from facility to a six-lane facility,between Tourney Road to
Santa Ana Street to Tweedy Boulevard,1.3 miles 0.9 kilometer west of McBean Parkway. Additionally,
long. Mr.Slayyeh was the Inspector for this concrete the project Involved the construction of a box culvert
pavement rehabilitation project. State Street was within the State right-of-way. The widening included a
built in 1929 and was in need of major rehabilitation 4.2 meter wide striped median,six 3.6 meter wide
and repair. The project improvements included the travel lanes,2.4 meter wide shoulders,construction of
removal and replacement of concrete damaged a chain link fence,retaining wall,guardrails,erosion
pavement,spall repair,construct transverse and crack control,and pavement markings. The traffic control
filling,diamond plane grinding,R/R PCC pavement, for the project extended between Interstate 5
removed and replaced asphalt concrete pavement Freeway and McBean Parkway.
around railroad tracks,constructed curb and gutter, Hillside Contractors,Inc.(Caltrans,Cities and County
driveway approaches and sidewalks,adjusted of Los Angeles). As Estimator and Project Manager,
manholes w trees,
installedconstru street
wheelchair ramps, Mr.Slayyeh managed contract teams, project
planted new trees,installed street lighting,converted engineers,and surveyors. Projects Involved asphalt
the existing 5,000 volts series circuit to multiple,traffic and concrete paving,grading and pavement grinding,
signals loops and installed striping. widen 13 Freeway on and off ramp on hwy 101 in San
County of Los Angeles,Grand Avenue Realignment Jose. Install concrete barriers in down town Los
and Pedestrian Improvements. Mr.Slayyeh is the Angeles on Highway 110, retaining walls,widen the 22
Resident Engineer for this major thoroughfare project and 405 Freeway bridge in Long Beach,construct
in downtown Los Angeles on Grand Avenue between soundwalls on the 91 Freeway In Riverside, install
Temple Street and Second Street. Grand Avenue will traffic signals,closed circuit television with fiber optic,
be shifted eastward up to 25 feet to allow for wider weigh station construct,street lighting,concrete curb
sidewalks in front of the new Walt Disney Concert Hall. and gutter,sidewalks,and box culverts on the 15
The project improvements include construction of Freeway in Corona.
new roadway,street lighting,traffic signals,retaining
ES Fwy and Red Hill Ave,Caltrans. As Assistant
walls,widening Grand Avenue bridge and filling Resident Engineer of Highway Engineering,Mr.
existing grates on the bridge,paved sidewalks, Slayyeh prepared PS&Es,engineering studies,reports
streetscape,landscape,a pedestrian bridge,and
cantilever stairs. The project also included relocation and performed engineering research. He maintained
of an existing DWP water line and catch basins. The records pertaining to construction progress,job
project will significantly improve pedestrian access to expenditures,budget programs and work order
the Music Center and the Disney Concert Hall. The balances. He conferred with contractors regarding
compliance with plans and quality of work and
project construction cost Is estimated at$14,000,000. construction activity;he performed field investigations
County of Los Angeles,Magic Mountain Parkway of and for laboratory analysis of materials used in
Reconstruction and Widening. Mr.Slayyeh provided construction;made controlled tests and checked
construction management and resident engineer performance of construction materials,soils,
services. The project included widening Magic aggregates,cement,asphalt,concrete,and other
Mountain Parkway(State Route 126)from a two-lane materials.
Page144 WILLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Barry Knutson
Project Role: Construction Inspector
Education
• Construction Estimating,Electrical House Wiring,Hear Vent A/C Systems,Fullerton College,Fullerton
• Graduate,Carpenter's Union Apprenticeship School Local 1815
Registration
• General Contractor,California No.B-1
Mr.Knutson has over 33 years of experience in the construction Industry here in Southern California. He has worked
as a Carpenter's Apprentice,Journeyman Carpenter,Carpenter Foreman,Estimator,Assistant Superintendent,
Superintendent, Purchasing Agent,and more specifically as a Senior Construction Administrator on large scale Capital
Projects throughout the County of Los Angeles for the last 12 years.
Capital Improvement Project Experience
Hawthorne Boulevard Overlay,City of Rolling Hills Orange Avenue/Somerset Overlay,City of
Estates,CA.Senior Public Works Observer. Paramount,CA. Senior Public Works Observer.
Responsible for providing construction Inspection Responsible for providing construction inspection
services for the City's$355K ARHM overlay paving services for the City's$391,000 ARHM-overlay/paving
project. project.
Kraemer Memorial Park Renovation,City of Placentia, City Hall HVAC Replacement,City of Paramount,CA.
CA.Senior Public Works Observer. Responsible for Senior Public Works Observer. Responsible for
providing construction inspection services for the City's providing construction inspection services for the
$1.2 million park renovation project. HVAC replacement at the City's civic hall.
Heritage Park Improvements,City of Covina,CA. Glendora Avenue Street Improvements,City of La
Construction Manager. Responsible for providing on Puente,CA.Senior Public Works Observer.
site construction inspection services for the City's$1.3 Responsible for providing construction administration
million park project. and construction inspection services for the project
Valley Wall Phase 1,City of La Puente,CA.Senior from start to finish.
Public Works Observer. Responsible for providing Hacienda Boulevard Street Improvements,City of La
construction inspection services for the City's$377,000 Puente,CA.Senior Public Works Observer.Responsible
CDBG-funded paving project. for providing construction administration and
Inyo/Ardella Streets Street Improvements,City of La construction inspection services on the project from
Puente,CA.Senior Public Works Observer. start to completion.
Responsible for providing construction inspection Providence Holy Cross Medical Center Tower Addition
services for the City s$382,000 CDBG-funded ARHM and Central Plant Upgrade,Mission Hills,CA.Onsite
paving/street improvement project. Architectural Point of Contact. Responsible for all
Loukelton and Unruh Overlay,City of La Puente,CA. incoming and outgoing correspondence with the
Senior Public Works Observer. Responsible for OSHPD ACO,DSE,and FL50,owner,and contractor;
providing construction inspection services for the City s processing,reviewing,and responding to all RFIs,
submittals,and change orders;attending all OAC,O/H
$391,000 ARRA-funded ARHM overlay/paving project. coordination,weekly IOR staff,and consultant
Dora Guzman,Del Valle,and Temple Avenues meetings in addition to design and production
Overlay,City of La Puente,CA. Senior Public Works meetings;assisting with change order documents and
Observer. Responsible for providing construction bulletin preparation;processing and approving the
inspection services for this$354,000 ARHM- contractors monthly billing;and providing OA/OC and
overlay/paving project. final punch list documents;and commissioning
through owner occupancy for this$153-million,
139,000-square-foot.,five-story Moment-framed,five-
phased hospital tower and central plant.
WILLDAN
Page145
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management& Inspection Services
(for City Projects and Private Land Development Projects)
Kaiser Hospital West Wing Tower,Pharmacy,and Chatsworth Courthouse,County of Los Angeles,
Central Plant Upgrade,Los Angeles,CA.Onsite Point Chatsworth,CA.Architectural Onsite Point of Contact.
of Contact. Responsible for all incoming and outgoing Responsible for all incoming and outgoing
correspondence with the OSHPD ACO,DSE,and FLSO, correspondence with the County of Los Angeles
owner,and contractor; processing,reviewing,and (owner),California State Superior Court,Los Angeles.
responding to all RFIs,submittals,and change orders; County Sheriff's Office, Bureau of Corrections,
attending all OAC,O/H coordination,weekly IOR staff, contractor, and County inspection staff;reviewing and
and consultant meetings in addition to design and responding to RFIs and submittals;assisting with
production meetings;assisting with change order change order document preparation;issuing bulletins;
documents and bulletin preparation;processing and attending all project-related meetings;preparing and
approving the contractor's monthly billing;and issuing OAC meeting minutes;solving day-to-day issues
providing QA/QC and final punch list documents; and for this$69-million,158,000-square-foot,internal-
commissioning through owner occupancy for this braced-frame structure with a granite exterior skin,
$122-million,117,000-square-foot,four-story,four- secured basement detention floor,and secured judges
phased, interior-braced frame,precast concrete parking,
exterior skin,97-bed hospital tower.
Airport Courthouse and Parking Structure,El
Michael D.Antonovich Antelope Valley Courthouse, Segundo,CA.Architectural Onsite Point of Contact.
County of Los Angeles,Palmdale,CA.Architectural Responsible for all incoming and outgoing
Onsite Point of Contact. Responsible for all incoming correspondence with the County of Los Angeles
and outgoing correspondence with the County of Las (owner),California State Superior Court,Los Angeles.
Angeles(owner),California State Superior Court,Los County Sheriffs Office, Bureau of Corrections,
Angeles.County Sheriff's Office,Bureau of Corrections, contractor,and County inspection staff;reviewing and
contractor,and County inspection staff;reviewing and responding to RFIs and submittals;assisting with
responding to RFIs and submittals;assisting with change order document preparation;issuing bulletins;
change order document preparation;issuing bulletins; attending all project-related meetings;preparing and
attending all project-related meetings;preparing and issuing OAC meeting minutes;solving day-to-day Issues
issuing OAC meeting minutes;solving day-to-day issues for this$60-million,211,000-square-foot,30-story,
for one of the largest courthouses in the State with a mid-rise,internal-braced-frame structure with precast
project valuation of$89 million;five stories; 397,000 concrete panel and curtain wall exterior skin,
square feet;internal-braced-frame structure with helicopter landing pad on roof,secured basement
precast concrete and curtain wall exterior skin; detention floor,secured judges parking,and a 30D-stall
basement detention capacity for 115 inmates;and parking structure.
capacity for 14 future courtrooms in shelled space.
Pap 146 W I LLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Victor Ayala
Project Role: Construction Inspector
Education
• Certificate,Fiber Optic Theory,Air Quality Management District
• Certificate,Professional Development,Asphalt Institute
Registration
• Contractor,California No.C-10
Mr.Ayala is responsible for inspection of large-scale public works projects.His experience includes over 35 years of
public works construction experience in administration and inspection of subdivisions,traffic signals,fiber optics,
storm drains,sanitary sewers,ARHM overlays,conventional asphalt overlays,and street beautification projects with
raised landscape medians and decorative parkway renovations.
Capital Improvement Project lKirperience
Transit Priority,City of Santa Monica,California. provided project management,conceptual design,
Public Works Observer and Administrator.The project preparation of construction drawings and technical
involved installation of new fiber optic lines in Santa specifications for a major street widening on
Monica Boulevard(Berkley to Lincoln)and Wilshire Sepulveda Boulevard from Playa Street/Jefferson
Boulevard (Berkley to Lincoln).Specifically,the project Boulevard to Green Valley Circle.Sepulveda Boulevard
involved installation of approximately 30,000lineal is a major corridor with an average traffic count of
feet of fiber optic,changing cabinets from P type 50,000 vehicles and parallels the 405 Freeway through
cabinets to 332,traffic signal controller upgrades, Culver City.Sepulveda Boulevard is an alternative
wireless access points,interduct installation,and route taken by many commuters to access Los Angeles
rewiring existing traffic signals.Mr.Ayala also provided International Airport.This project was done to alleviate
public outreach services to the local businesses and an existing bottle-neck and provided for a third
residents.Prior to the beginning of the project,Mr. southbound lane within the existing right-of-way.A
Ayala provided information flyers to the local portion of the project was within the City of Los
businesses and developed a working relationship with Angeles and Caltrans.Willdan's services included civil
each.He acted as the liaison between the businesses and traffic engineering design,public outreach,
and City's Contractor to ensure deliveries and landscape architectural design,survey,pavement
costumer access was maintained at all times. engineering, and utility.
2012 Residential Slurry Seal,City of Culver City,CA. On-Call Public Works Observation,County of
Public Works Observer. Responsible for public works Riverside,CA. Public Works Observer.Responsible for
inspection, public outreach,and construction providing inspection of various types of public works
management for the project which involves application projects throughout the County for such projects as
of 56,000 gallons of Type II REAS(central mix)slurry tract housing,cash contracts,traffic signals, and storm
seal over various streets throughout the City. damage assessment.Also responsible for maintaining
On-Call Public Works Observation,City of Calimesa, project files including quantity tracking,contractor
CA.Public Works Observer.Responsible for providing memoranda,change order processing,public outreach,
on-call inspection,construction management,and materials testing reports,material ticketed,submittals,
public outreach services for various permitted and and requests for information.
public funded projects throughout the City.The West Side Sewer System,City of La Canada Fllntridge,
projects included street beautifications,sewers,storm CA.Public Works Observer and Administrator.
drains,water lines,asphalt overlays,safe routes to Inspection services were provided for this$14,000,000
school,landscaping,grading,tract inspections,and project which included installation of the entire sewer
other appurtenant work. system on the west side of the City.Extreme depths
Sepulveda Boulevard,City of Culver City,CA.Public were Involved and large concentrations of massive
Works Observer.Responsible for providing Inspection rocks and boulders were commonplace.Unstable soil
of several traffic signals and coordinating public was also a continuous challenge.Pipe sizes ranged up
outreach efforts.Willdan to 24-inch diameter. In addition,two lift stations were
WILLDAN
Page147
City of Palm Springs
Proposal for RFP#06-15 On-Call Constructlon Management&Inspection Services
(for City Projects and Private Land Development Projects)
installed as well as the utilization of micro boring, for the City's sewer treatment plant project.Services
which ranged In length from 40 to 100 feet. included inspection for all high-and low-voltage D/C
Sewer Treatment Plant,City of Bakersfield,CA.Public and A/C conversions and other appurtenant work.
Works Observer.Wilidan provided electrical inspection
Page 148 WILLDAN
City of Palm Springs
Proposal for RFP 506-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Danny Ayala
Project Role: Construction Inspector
Registration
• Contractor,California No.C10
• Certificate of Completion in Fiber Optic Theory,AQMD
• Professional Development,Asphalt Institute
Mr.Ayala is responsible for the inspection of large-scale public works projects. His experience includes over 35 years
of public works construction experience including: assignments in administration and inspection of subdivisions,
traffic signals,storm drains,sanitary sewers,ARHM overlays,conventional asphalt overlays,and street beautification
projects with raised landscape medians and decorative parkway renovations. In addition,Mr.Ayala brings experience
in all areas of traffic signal installation and inspection.
Capital Improvement Project Experience
On-Call Public Works Inspection,County of Riverside, median plant material installation,banner pole
CA—Mr.Ayala provided on-call inspection services to installation,existing asphalt cold milling,curb and
the County of Riverside from July 2003 through May sidewalk reconstruction,and ARHM overlay
2007.The work involved the inspection of over 40 installation.Willdan monitored the contractor's payroll
subdivisions,SWPPP review,geotechnical for conformance with applicable state and federal
coordination,subgrade Inspection, RCP,sewers, laws.In addition,the contractor's construction
ARHM,conventional overlays,water mains,and other activities were monitored for compliance with the
appurtenant work.In addition to Mr.Ayala's City's design.
subdivision inspection, he also performed inspection
for several large CIP projects and was responsible for Jackson Street Overlay,City of Paramount,CA.Public
the administration and inspection of the projects.
Works Observer.This project included cold milling and
paving, curb and gutter replacement,ADA-compliant
On-Call Public Works Inspection,City of Long Beach, ramp installation,concrete sidewalk and driveway
CA—Mr.Ayala provided on-call inspection services to replacement,and signing and striping.
the County of Riverside from June 2008 through ma Ayala was responsible far the street Light Conversion,City of South Gate,CA.Public
October 2n11. Works Observer and Administrator.The project
inspection and management of the City's$8 Million involved installation of new light standards,conversion
Annual Local Street Projects,which Included over 14
miles of street overlay and pcc repairs.Mr.Ayala's from a high-to ndergroundsystem,new wiring,and
duties included the tracking of quantities, installation of underground conduits.
management of project file,and communication with Manse[Traffic Signal Improvements,City of
design engineers,coordination with outside agencies, Lawndale,CA.Public Works Observer and
SWPPP review,public outreach,geotechnical Administrator.The project involved installation of a
coordination,and electrical inspections. new traffic signal at Mansel and Marine.
Atlantic Boulevard Street Overlay and Landscape William Clinton Elementary School Improvements,
Improvements,City of Maywood,CA.Public Works City of Paramount,CA.Public Works Observer.The
Inspector.Responsible for the construction project included sidewalk,curb,and gutter removal
management and inspection of the project.The project and replacement;driveway installation;island and
involved ARHM overlay,landscaped medians, PCC irrigation modification;and stamped concrete with City
repair,traffic signal modifications and other monument installation;reinforced concrete pipe with
appurtenant work.The project was an ARRA funded inlet and outlet structure installation;and complete
project and had a construction budget of$2.5 million. traffic signal with electrical service installation;
Slauson Street Reconstruction,City of Maywood,CA. striping;and signing.
Public Works Observer and Administrator.Willdan Street Overlay at Various Locations,City of Bell
provided construction management,labor compliance, Gardens,CA.Public Works Observer,The project
material testing,and public works observation includes cold milling and paving;curb,gutter,concrete
services.The project involved
WILLDAN
Page149
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(far City Projects and Private Land Development Projects)
sidewalk,and driveway replacement;signing;and traffic signals,ARHM overlay,and construction of
striping. turnout lanes.
La Peer Water Installation and Overlay,City of Railroad Crossing Street Improvements and Traffic
Paramount,CA.Public Works Observer and Signal Modification,City of Paramount,CA. Public
Administrator.The project Included 12-Inch PVC water Works Observer.The project included removal and
main,fire hydrant, and meter installation;curb and replacement of railroad tracks;street cold milling and
gutter repair;street section replacement;cold milling; paving;curb,gutter,and ADA-compliant ramp
and ARHM overlay. replacement and installation;stamped concrete
Highway 111 Improvements,City of Palm Desert,CA. crosswalk installation;video detection;controller and
Resident Inspector. Duties included inspection of the cabinet replacement;traffic signal wire;poles and
entire project as well as tracking contract quantities signal equipment;traffic signal conduit and pull box
and change orders,utility coordination,handling installation;striping;and signing.
project correspondence,and other appurtenant work.
The project involved installation of new curb/gutter,
Page 150 WWWILLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Ivan Mendoza
Project Role: Construction Inspector
Affiliations
• International Brotherhood of Electrical Workers,Los Angeles—Local#11
Mr.Mendoza has over 39 years of construction inspection experience. Mr.Mendoza is knowledgeable in all phases of
construction management,including project administration,and preparing change orders. Mr. Mendoza is proficient
in dealing with public safety concerns and bringing in projects on time and within budget. Mr.Mendoza is bilingual in
English and Spanish.
Capita()mprvv enf Project Experience
City of Los Angeles Department of Public Works. enforced safety,scheduled with Purchasing Manager
ATSAC on Las Feliz and Silverlake at a cost of and Vehicle Maintenance. Responsible for manpower
$5,181,877;and Wilshire West and Mid-Wilshire at a loading,negotiating change orders and extra work.
cost of$4,600,000. Attended meetings as require
County of Riverside,Mr.Mendoza has been providing General Foreman. Managed and supervised major
construction inspection and management services to construction projects from field offices. Consulted
the County forthe past 4 years.Mr. Mendoza with Field Inspector,Project Engineers, Estimating and
managers CIP projects involving asphalt overlay, Project Managers. Scheduled all materials and field
drainage,sewer,water,traffic signals,curb/gutter, labor with Superintendent. Maintained a safe and
sidewalk,and appurtenant work. efficient work environment for all employees. Worked
City of Long Beach,California. Retrofit of 30,000 units extensively with the City of Los Angeles,California,
at a cost of$7,500,00. Department of Transportation and the County of Los
Angeles.
California Department of Transportation. CCTV
system route on the 405 Freeway at a cost of Foreman and Journeyman. Managed and installed
$7,324,866. medium sized projects in the field. Instructed and
directed journeymen in the installation of traffic signal
City of Culver City,California. Smart corridor and street lighting projects. Worked directly with
extension at a cost of$1,100,000. General Foreman and Superintendent to maximize
Previous Work Experience labor.
C.T.&F.,Inc. Technician. Assisted journeymen and laborers in the
installation of traffic signal and street lighting projects.
Senior Construction Superintendent. Supervised and
managed field personnel to maximize profits.
Scheduled crews, equipment,and subcontractors.
Coordinated work schedules and material with prime
contractors. Consulted with Estimating,
Superintendents,Project Mangers, Project Engineers
and Field Inspectors. Submitted monthly billings;
/WILLDAN
Page151
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
George Karaelias
Project Role: Construction Inspector
Education
• 2 years In college motoring in civil engineering
• Construction Inspection course at California State University,Los Angeles
• Caltrons Safety through construction zone
• Basic Supervision,Department of Publlc Works
Mr.Karaelias joins Willdan with 38 years of construction field experience. Prior to joining Willdan,Mr.Karaelias was
employed with the Los Angeles County Department of Public Works. As Head Construction inspector, Mr.Karaelias
was responsible forthe supervision and the inspection of contract compliance of construction projects involving storm
drains,sewers,roads,retaining walls,landscaping,and other various types of public works facilities.
Capital Improvement Project Experience
Water Main Replacement,City of Pomona,CA. Mr. Holly Hills Storm Drain,Los Angeles County,
Karaelias is the Public Works Observer of this project Department of Public Works. Holly Hills storm drain,
which involves providing construction management Stage V in the Los Angeles County Flood Control
and inspection for the City's water main project on District. The project consisted of directional bore of
White Avenue. The project involves the installation of 102"and 96"RCP with manholes and catch basins.
over 8,000 LF of 12"to 8"water main,hydrants,water Alameda Corridor East Construction,Los Angeles
services,and other appurtenant work. Willdan duties
include tracking project budgets,CCO negotiation, County. Under a permit from the Los Angeles County
submittal and FIR review,daily inspection of the work, Department of Public Works,the project consisted of
labor compliance,and utility coordination. inspection of all storm drains;street improvements
affected by"Ace"construction of grade separation on
Hellman Avenue Bridge,City of Rosemead,CA. The Sunset Street,City of Industry;Brea Canyon Road,City
project consisted of reconstructing the bridge from 35 of Industry; including the construction of pump station.
feet wide to 60 feet wide,(including shoulders and previous Work Experience
sidewalks)and providing precast prestressed "I"
girders supporting a reinforced concrete deck. The Drain and Arrow Highway improvement at Little
Hellman Avenue Bridge was funded by the Highway Dalton Creek,Valley Dale School. Consisted of the
Bridge Rehabilitation and Replacement(HBRR) construction of 66",54",48"of RCP. Construction of
Program. Mr.Karaelias was responsible for 30 various types of catch basins connected to the main
coordinating the construction project with the ongoing line. Replace existing curb and gutter to new
survey need,coordinating the construction of elevation,reconstruct part of the road and cold mill
geotechnical requirements,met with all utility owners, and overlay the other part.
complied with all traffic control and detours per Telegraph Road Street Improvement.A joint venture
Caltrons WATCH manual,and finalized and closed out with the City of Santa Fe Springs. The project included
the project. storm drain and catch basin construction,modify
Carson Street,City of Hawaiian Gardens,CA. traffic signal,reconstruct one portion,cold mill and
Reconstructed Carson Street in the city limits of overlay another,construct new curb and gutter,major
Hawaiian Gardens that Included complete storm drain landscape of the center median with irrigation.
system connected to County channel with the required Alameda Street Improvement.Part of the$2 billion
catch basins and manholes. dollar improvement project of the Alameda Corridor,
Imperial Highway,City of La Mirada,CA. acted as lead and head inspector for two phases of the
Reconstructed Imperial Highway in the city limits of La improvement. Each phase cost was$10 million dollars.
Mirada. Project included storm drains,catch basins, Each phase consisted of a major and extensive storm
and medians with extensive landscaping. drain box culvert 12'x 10'with 200 different types of
catch basins. Reconstruct Alameda Street to a new
alignment. Curb and gutter,cross gutter,alley
intersections,and concrete driveways. Road
Page 152 W I LLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
construction consisted of Portland concrete cement difflcult due to the nature of the hilly streets.
pavement and a super mix new design of asphalt with Coordination with homeowner for access during
a section 21"asphalt concrete over 4"base. Construct construction was vital. Community meeting was
three(3)railroad tracks for Union Pacific. Coordinate scheduled for every month. Cost of project was$4
the project with utility owner,property owners,and million dollars,and the duration was 240 days.
adhere to the Federal Specification as the project was Harbor Boulevard—Limits City of Diamond Bar to the
FAU funded. Project lasted forty(40)months. City of La Habra. Storm drain,catch basins,curb and
Colima Road—Units from City of Diamond Bar to the gutter,cross gutter,driveways and ADA ramps,in
City of Whittier. Lead and Head Inspector. Project place retaining walls,center median, reconstruct road
consisted of construction of bus pads,minor concrete with 4"over 12"base, realignment of old Fullerton
repair,construction of curb and gutter,sidewalks and Road.
ADA ramps, reconstruct portion of road,cold mill and Valley Dale School Drain and Arrow Highway at Little
Overlay the rest. Colima Road is a heavily traveled Dalton Creek. A combined storm drain and road
access. Coordination and traffic control needed special construction project.
and extensive effort.
Meyer Road—Joint Venture Between the Los Angeles Telegraph Road. Street improvement in Santa Fe
County and the City of Santa Fe Springs. Project Springs.
consisted of the construction of curb and gutter, Alameda Street Improvement. Part of the Alameda
center median,sidewalk,and reconstruction of the Corridor,a major and extensive storm drain,railroad
road with a 4"over 20"section. and road construction,duration 40 months.
City Terrace Road in the East Los Angeles Area. A
major reconstruction project that included storm drain
construction,catch basins,curb and gutter,sidewalk,
retaining walls,house steps and road reconstruction
with a 4"over 12"section project was extremely
WILLDAN
Page 153
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Jane E. Freij
Project Role: Supervising Labor Compliance Manager
Education
• 1982,B.A.,Linguistics, University of Kansas
Registration
• 1993,Attorney Assistant Training Program,Litigation/Corporations Certificate,University of California, Los Angeles
Ms. lane E. Freij is an experienced Administrative/Project Manager with a proven record of profitability achieved
through comprehensive and effective management of time and budget. Key areas of expertise include project needs
analyses, scheduling and budgeting, contract administration/negotiation, legal documentation, policy and procedure
development, and writing and editing. As a Supervising Labor Compliance Manager, Ms. Freij provides oversight of
Federal and State labor compliance monitoring services for CDBG and ISTEA funded projects.
Federal aid State Labor Compliance Experience
Various Cities,Community Development Block Grant included,utility coordination federal paperwork
(CDBG)Labor Compliance-Supervise federal and state administration,labor compliance,contract
labor compliance services for HUD funded projects in administration,construction management and
the cities of Bell Gardens;Burbank;Calimesa; Hawaiian observation.
Gardens; Maywood; Paramount;and Rosemead. City of Lawndale,1491°Street—Ms. Freij is providing
Various Cities,ISTEA,FAU,and HES Labor Compliance- labor Compliance services for the Street Improvements
Supervise federal and state labor compliance services on 149th Street from Larch Avenue to Prairie Avenue
for Federal Highway Administration funded projects in project.
the cities of Bell Gardens;Cudahy; Maywood; City of San Marino—Ms. Freij is currently providing
Paramount;Rosemead.
labor standards compliance services for an ADA
City of Coachella,Dillon Road Grade Separation Project sidewalk improvement project.
—Ms. Freij is providing labor compliance services for the City of Paramount,Local Street Improvements FY 2007
Dillon Road Grade Separation Project. The project
involves the construction of a new bridge at Dillon Road -Ms.Freij provided labor compliance services for this
and the existing UPRR tracks. The new structure carries Project which involved preparation of plans and
Dillon Road traffic over Indio Boulevard and the UPRR's specifications and construction engineering and
two existing tracks by means of a reinforced concrete Community Development Block Grant(CDBG)labor
bridge. In addition,the project involves the following compliance for the resurfacing an concrete repairs on
specific items of work: new traffic signals,construction various City streets.
of approach fills for the new bridge, installation of new City of Paramount,Rosecrans Avenue Street
curbs and gutters,installation of new signing, Resurfacing—Ms.Freij provided labor compliance
construction of new drainage facilities,and other services forthis project which involved preparation of
appurtenant work. It is anticipated to take plans and specifications and construction engineering
approximately 14 months and$22 million dollars to for the street resurfacing of Rosecrans Avenue from
construct the new bridge. Garfield Avenue to Century Boulevard including
City of Rancho Palos Verdes,Crenshaw Boulevard and crosswalk replacement at Downey Avenue.
Crestridge Road Traffic Signal Modification—Ms. Freij City of South El Monte,Weaver Street Overlay-Ms.
was the Labor Compliance Manager of this project. The Freij provided federal labor compliance services for this
project Involved providing professional engineering project which also involved design,design survey,utility
design services for the Crenshaw Boulevard and coordination,contract administration,and construction
Crestridge Road traffic signal modification project. observation services for the asphalt concrete overlay on
Scope of work included preparation of plans, Weaver Street. Work also included repair of curb,
specification and estimate for the traffic signal gutter,and sidewalk as necessary.
modification. The project was funded through a
Highway Safety Improvement Project(HSIP)grant.
Other services provided by Willdan Engineering
Page 154 W I LLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Ca fFC onstructfon Management& Inspection Services
(for City Projects and Private Land Development Projects)
Diane A Rukavina, PE
Project Role:Funding Administration
Education
• 1980,B5,Ovil Engineering,Loyola Marymount Unlverslty
Registration
• 1983,Ovil Engineer,California No. 36380
Ms. Rukavina has 32 years of experience in municipal engineering- Presently,she administers federal/state funded
projects in the Cities of Ridgecrest, Hawaiian Gardens, La Canada Flintridge,Lakewood, La Puente, Maywood,
Paramount,Pico Rivera,Rancho Palos Verdes, and South Gate. Ms. Rukavina has processed over 80 federal and state
funded projects,including STPL,SAFETEA-LU,ARRA,HSIP,TCSP,ER,CMAQ,SRTS,and SR2S,from request for
authorization to final invoicing for 22 cities. Currently,she is coordinating 24 federal and state funded projects at
various stages in the funding process. Ms.Rukavina also serves as Project Manager for six capital improvement
projects forthe City of Paramount, performs various city engineering related tasks,and has organized GAS13 34
infrastructure inventories for the Cities of Seal Beach,Rosemead, Monrovia,and Bell Gardens in preparation for value
assessment.
Ms.Rukavina has over 15 years of experience preparing and submitting documentation to Metropolitan
Transportation Agency and Caltrans for federal-and state-funded projects. Although each program encompasses
different components and requirements,the general process remains the same—following the Caltrans Local
Assistance Procedures Manual. Ms.Rukavina maintains excellent relations with Caltrans District Local Assistance
Engineers'and MTA's staffs.She keeps abreast of revisions(LPPs and DLA-OBs)to procedures and forms In the manual
and has assisted cities with:
• FTIP Programming,Obligation Plan
• Request for Authorization to Proceed with Preliminary Engineering
• Field Review
• Preliminary Environmental Study
• Right-of-Way Certification
• Request for Authorization to Proceed with Construction
• Award Submittal
• Progress Invoicing
• Final Report of Expenditures
Capital Improvement project Experience
College Heights Boulevard Improvements(STPL- Jackson Street Improvements(STPL-5336(017)),
5385(037)),Ridgecrest,CA. Federal Funding Engineer Paramount,CA.Federal Funding Engineer responsible
responsible for obtaining reimbursement of federal for obtaining an E-76 for construction through the
funds for this ongoing project. Her responsibilities final reimbursement of federal funds. She prepared
include preparing the construction contract award documentation including the field review, preliminary
submittal,progress invoicing and the final report of environmental study,right of way certification,
expenditures for submittal to Caltrans. request for authorization to proceed with
Various City Street Improvements(STPL-5315(012)), construction,construction contract award submittal,
Lakewood,CA.Federal Funding Engineer responsible progress invoicing,and final report of expenditures for
for obtaining an E-76 for construction through the submittal to Caltrans.
final reimbursement of federal funds. She prepared Centralia Street Improvements(ESPL-5315(l)(18)),
documentation Including the field review, preliminary Lakewood,CA.Federal Funding Engineer responsible
environmental study,right of way certification, for obtaining an E-76 for construction through the
request for authorization to proceed with final reimbursement of federal funds. She prepared
construction,construction contract award submittal, documentation including the field review, preliminary
progress invoicing,and final report of expenditures for environmental study,right of way certification,
submittal to Caltrans. request for authorization to proceed with
WILLDAN
Page155
City of Palm Springs
Proposal for RFP#06-15 N-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
construction,construction contract award submittal, Hawthorne Boulevard Improvements(STPL-
progress invoicing,and final report of expenditures for 5413(007)), Rancho Palos Verdes,CA.Federal Funding
submittal to Caltrans. Engineer responsible for obtaining an E-76 for
Resurfacing Various Streets(ESPL-5417(017)), La Construction through the final reimbursement of
Canada Flintridge,CA.Federal Funding Engineer federal funds. She prepared documentation including
responsible for obtaining an E-76 for construction the field review,preliminary environmental study,
through the final reimbursement of federal funds. She right of way certification,request for authorization to
prepared documentation including the field review, proceed with construction,construction contract
preliminary environmental study,right of way award submittal,progress invoicing,and final report of
certification,request for authorization to proceed with expenditures for submittal to Caltrans.
construction,construction contract award submittal, Battery Backup(STPLG-5349(004)),Rolling Hills
progress invoicing,and final report of expenditures for Estates,CA.Federal Funding Engineer responsible for
submittal to Caltrans. obtaining an E-76 for construction through the final
reimbursement of federal funds. She prepared
California Avenue Improvements n ineer responsible
documentation including the field review,preliminary
South Gate,CA. Federal Funding Engineer responsible environmental study, right of way certification,
for obtaining n inclE-76uding
for construction. She prepared request for authorization to proceed with
documentation including the right of way certification construction,construction contract award submittal,
and request for authorization proceed with progress invoicing,and final report of expenditures for
construction for submittal to Caall trans. submittal to Caltrans.
Paramount Boulevard Improvements(STPL- Garfield Avenue Improvements(STPL-5071(009)),r
5351(015)),Pico Rivera,CA.Federal Funding Engineer South Pasadena,Improvements
CA.Federal Funding Engineer
responsible for obtaining an E-76 for construction responsible for obtaining E-76 for construction
through the final reimbursement of federal funds. She through the final reimbursement of federal funds. She
prepared documentation including right
field review, prepared documentation including the field review,
preliminary environmental study,right of way
certification, preliminary environmental study,right of way
request for authorization to proceed with certification,request for authorization to proceed with
construction,
ctionion,construction contract award submittal, construction,construction contract award submittal,
progress invoicing,and final report of expenditures for
submittal to Caltrans. progress invoicing,and final report of expenditures for
submittal to Caltrans.
Pap 156 WI LLDAN
City of Palm Springs
Proposal for RFP N06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Elroy L. Kiepke, PE, CBO, QSD
Project Role:QSP/QSD Review
Education
• 1969,B.S,Civil Engineering,Valparaiso University,Indiana
Registration
• 1973,CA,022382,Civil
• 1986,CABO,C80,703
• 1994,ICBO Accessibility/Usability Specialist Certificate,74013
• Qualified SWPPP Developer,No.00999
Mr.Elroy Kiepke presently serves as a City Engineer for Willdan. He joined Willdan in July 1979 to assist in the
formation of the Building and Safety Division. As the division grew,he became the Division Manager for Plan Check
Services and City Engineer for some of Willdan's client cities. Mr.Kiepke began his professional career with the
County of Los Angeles in June 1969. He received training in building plan check and subdivision plan check before
taking permanent positions in the Subdivision Section and Building and Safety.
Capital Improvement Project Experience
Engineering Plan Check Building Plan Check
Butcher Ranch Tract Plan Check and Inspection,City Building Plan Check,627 Deep Valley,City of Rolling
of Rolling Hills Estates,CA. Grading Plan Check Hills Estates,CA. Grading Plan Check Engineer.
Engineer. Responsible for providing grading and city Responsible for providing building code plan review
engineering services for this project which involved services for commercial developments on 627 Deep
development review for a 13 lot subdivision in the City Valley.
of Rolling Hills Estates. Engineering Services for the Rosedale Master Planned
Development Plan Checking Services for the Village at Community Project,City of Azusa,CA. Mr.Kiepke is
Heritage Springs,City of Santa Fe Springs,CA. responsible for the day-to-day project activities and
Grading Plan Check Engineer. Responsible for grading development review for this project which involves
plan review for this project which involves providing providing a range of city engineering services specific
plan review of grading and street plans,storm drain, to the Rosedale project,a master planned community
sewer,water and street lighting improvement plans for of 1,200 new homes to be developed on the former
the Village at Heritage Springs Development. Monrovia Nursery site. Oriented around an active
Engineering Plan Check Services,City of West Covina, village core and recreation center,Rosedale will
CA. Grading Plan Check Engineer. Responsible for include a series of neighborhoods with parks,a new K-
grading plan review for this project which involves B school,fire station,MetroLink Gold Line Station,and
performing development review services for the 200 acres of permanently preserved natural hillsides.
following plan reviews: parcel and tract maps; Willdan's engineering services will include plan review,
Hydrology Studies,Standard Urban Storm Water inspection,coordination of consultant activities,other
Mitigation Plans,Storm Water Mitigation Plans, and agencies and utility services,preparation of staff
Storm Water Pollution Prevention Plans;Grading& reports,and attendance at City Council and
Drainage and Erosion Control Plans;and Public Commission meetings.
Construction Plans required of development projects. Americans with Disabilities Act,CALSO. Mr.Kiepke
All these reviews to be recommended for approval by was active with the CALBO Accessibility Committee.
the City of West Covina in the final process of the plan This committee reviewed the State of California
review. proposed regulations which conformed Title 24 with
the Americans with Disabilities(ADA). The
committee's input was valuable in the development of
the final regulations.
WILLDAN
PageI57
City of Palm Springs
Proposal or RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Americans with Disabilities Act,Facilities Survey and May Company and Bullocks-Wllshlre Courtyard Mall,
Report,County of Amador,CA. The project Included Rolling Hills Estates,CA. The May Company project
the inspection of approximately 20 county buildings to was one of two anchor stores for the Courtyard Mall
establish deficiencies and establishing approximate on the Palos Verdes Peninsula.The three-story building
costs for upgrading the building to comply with ADA consisted of approximately 45,000 square feet, The
requirements. The buildings ranged from a multi-story Bullocks-Wilshire project was the other anchor store.
courthouse built in 1890,to several old houses This store was approximately 35,000 square feet and
converted to office space. two stories in height. Mr.Kiepke aided the City in the
Americans with Disabilities Act,City of Huntington adoption of the Covered Mall Provisions,which had
Beach,CA. This project consisted of the inspection of just been approved by the International Conference of
City Hall,the central library,and the Joint Fire Traini Building Officials. These provisions were instrumentalng in completing the project.
Center. The inspections were needed to identify
required ADA correction. Orange County Theater forthe Performing Arts,Costa
Americans with Disabilities Act,Facilities Survey and Mesa,CA. This project is a major theater with complex
Report,City of Lake Forest,CA. The project includes shape full theater seating and stage.
the inspection of the City Hall,approximately 17 city Parking Structure,Courtyard Mall-Rolling Hills
parks and a review of public street intersections for the Estates,CA. The project is a multi-story parking
presence of curb ramps, preparation of budget level structure built to support the Courtyard Mall. The
estimates for all identified corrective work,and building was a design-build structure of post-tension
preparation of a report to the City documenting the construction.
findings and explaining the results.
Performing Arts Theater-Rolling Hills Estates,CA.
Courtyard Mall,Rolling Hills Estates,CA. The project This project consists of Complex A occupancy with a
was the centerpiece of the regional mall on the Palos proscenium opening and full stage.
Verdes Peninsula. The Mall was approximately Southern California Edison Company,General Office
one oft he first open malls to use the provisions of the square feet and three stories in height. It was Buildings,Rosemead,CA. This project consisted of
one of t Uniform Building Code to evaluate fire safety and five multi-story office buildings which serve as
headquarters for a large public utility. All structures
exiting. were steel frame construction with braced frames for
Los Angeles Wild Fire Panel. Mr.Kiepke was the lateral load resisting system.
appointed by the American Society of Civil Engineers as
the representative on the panel created by Los Angeles Towne Center Mall,Montebello,CA. This project
County Supervisor Ed Edelman to make consisted of three anchor stores and a 450,000 square
recommendations on how to protect housing from foot mall.
future wild fires. Mr.Kiepke served on the Building CDBG Recreational Facilities Upgrade,City of Agoura
Code Subcommittee and researched glazing issues. Hills,CA. Mr.Kiepke provided city coordination
services for this project that included design,
Miller Brewery,Irwindale,CA. The project consisted inspection,and administration for ADA Improvements
of square feet of building dedicated at Forest Cove and Sumac Parks. The parks were part
brewwinging,,packing,and distribution. Due to thea size of of the ADAAct and recreation u ark
the facility,major problems with existing and structural p upgrade program
funded
stability had to be addressed during plan review and All play equipment and facilities
construction. upgradess weerere included in the scope of work.
Additionally,an accessible route from Thousand Oaks
Boulevard to the City recreational facility was designed
to comply with ADA regulations.
Page 158 W I LLDAN
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
RICHARD SHIELDS, CBO
Principal Project Manager/Supervisor- Building Inspection
Mr.Shields serves as Principal Project Manager for Willdan Engineering serving the
r - ---- - - - - Southern California area. In this capacity,Mr.Shields serves as Building Official for
Education numerous cities and municipalities including March JPA,City of Canyon Lake,City of
I Riverside pry College !, Grand Terrace,City of Loma Linda,City of Calimesa,and City of Banning. His duties
Construction Technology
also include the placement of experienced inspectors to fill inspection needs in cities
Registrations and agencies, providing complex inspections on residential commercial and industrial
Icccertifed Building projects,coordination of conditions of approvals for city projects,and managing
j official project contracts.
ICCCeMfied Building `.
Inspector Mr.Shields has extensive experience in managing technical staff including building
ICC Certified Plumbing
Inspector inspector,code enforcement officers and permit counter technicians. He has more
ICC certified Mechanical than 25 years of Building and Safety experience including Building Official services,
Inspector building inspection,code compliance and overseeing permit counter services.
ICC Certified ElectricalInspector
-
I4PM0#032681 PKorto joining Wil Ida n, Richard served as Director of Community Development and
Building Official for the City of Grand Terrace. During his tenure with the City, he was
responsible for reviewing plan submittal packages,ordinance adoption, budget and
Affiliations policy preparation. He also oversaw and scheduled building inspections and set
International Code Council project conditions of approval,ensuring compliance with California Code regulations
ICC citrus Rehchapter and Municipal Code regulations. His responsibilities included conduction inspections
ICC Foothill Chapter on commercial and residential projects, assisting citizens and the development
IC90RivenldeCounty community with technical and general questions brought to the Building and Safety
Chapter President-1988 counter.
i
i
Mr.Shields also served as Building Official for the City of Highland. In this capacity, he
Experience managed the Building and Safety Division and Code Compliance Division.
ZS Years
Responsibilities included supervision of Division staff,building inspections, budget
preparation,ordinance adoption and policy preparation. Further duties included the
------- --- -------- creation of a high fire zone ordinance in the foothills of the City and providing
information to the California Fire and Forestry Department on fire code compliance
issues.
WI LLDAN Page 10
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
LEONARD PATZER
Senior Building Inspector
Education Mr. Leonard Patzer,OSHPD and Building Inspector in our San Bernardino Office,has
East Los Angeles College over twenty years of Building and Safety inspection experience. Extensive building
As.,Real Estate inspections include public buildings,commercial and retail construction, medical and
orange coast College educational facilities,single-family dwellings,and multi-family developments. He
Weld Technologyt Units coordinates with plan check staff,other municipal departments and agencies at the
i WArkk Institute
Technology permit Issuance stage and when finalizing permits. Most recently he served as an
Special Inspector I.O.R for the Casino Morongo Co-Gen Plant, multi level parking structure,high rise
hotel tower and casino and the San Manuel Casino,central plant, and multi level
Registrations parking structure.
0Sl1PD Class
HA•20182 Prior to joining Willdan, Mr.Patzer served as Lead Inspector for an engineering firm
ICC Commercial Electrical
Inspector located in Spring Valley,California. In this capacity, he supervised three inspectors
ICCCerti�ed Building _ and performed welding and high strength bolt inspection in the field and in the shop.
Inspector Special projects included the Rancho Los Amigos Hospital in Downey, Riverside County
tceocerriJedSpecial Regional Medical Center,White Memorial Medical Center Market Creek Plaza and
Inspector(Structural Courtyard by Marrict Hotel located in San Diego.
Steel and Welding and
Reinforced Concrete)
American Welding Society Relevant Project Experience
Certified Welding
Inspector Morongo Band of Mission Indians-Mr. Patzer as Sr. Building Inspector served as an
American concrete Institute I.O.R.on this project. It consisted of a 29 story hotel tower,5 level parking structure,
I Concrete rield Testing
rechnrclan 500,000 square foot casino and a 16 delta mega watt co-gen plant.
San Manuel Band of Mission Indians- Mr. Patzer as a Sr. Building Inspector served as
Experience
an I.O.R. on this project. It consisted of a Casino,a 7 level parking structure and a
26Years central plant.
City of Indian Wells-As a Sr. Inspector Mr. Patzer provided all of the California
- Building Codes inspections for this project. The project was a 6 story addition to the
Hilton Grand Champions Resort and Conference Center. He was responsible for
ensuring all construction including but not limited to structural,electrical,mechanical
and plumbing met the California Codes and approved plans.
City of Fontana-As a Sr. Inspector Mr.Patzer provided supervision of 3 contract
inspectors in the City of Fontana. Inspections were performed under the provisions of
the California Building Codes. Specifically, Mr. Patzer performed all of the inspections
for 3,one million square foot warehouses. Each with a electric service of 1200 AMPS.
Various Special Inspector Assignments-Mr. Patzer performed the Welding and High
Strength Bolt Inspections for the following projects: Rancho Los Amigos Hospital in
Downey, Riverside County Regional Medical Center,White Memorial Medical Center.
WILLDAN
Page11
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
DAVID COOK
Building Inspector
Education Mr. David Cook,an ICC certified Building Inspector,serves as a Building and Housing
Riverside City College Inspector for the San Bernardino Office. David currently serves as Building Inspector
Inspection Technology for the Cities of Loma Linda,Grand Terrace and Colton. Mr.Cook has experience in
certificate building and safety inspection, housing inspections and code enforcement. His
j experience includes inspection of multi-story office buildings, commercial
Registrations construction, retail outlets,single-family and multi-family residential developments.
International Code Council t
Mr. Cook also performs housing inspections and re ares reports for redevelopment Certifed Building .
Inspector agencies and housing improvement programs.
I
Certified Disaster Response As a Certified Building Inspector, David has been responsible for front counter
k Team Member,Caltfornla operations,over the counter plan check,field inspection,and permit coordination
Building Officials
with other municipal departments and agencies. His inspection expertise includes
complete fire-life safety building code enforcement,model codes in plumbing,
mechanical and electrical as well as the California Building Standards,Title 24 Energy
Standards,Accessibility, and ADA requirements.
i .
Experience Mr. Cook's housing experience includes housing inspections, receiving and processing
13 Years complaints, investigating unpermitted construction and sub-standard housing as well
as preparing reports and performing follow up inspections.
Prior to joining Willdan, Mr.Cook worked in construction performing multiple phases
of residential and commercial construction.
W I LLDAN
Page 10
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
KENNY HAMBRICK
Building Inspector
f Education Mr. Kenneth Hambrick,an ICC certified Building Inspector,serves as a Building Inspector
Riverside City college for the San Bernardino Office. Kenny currently serves as Building Inspector for a number of
local cities including Calimesa, Highland and Grand Terrace. Mr. Hambrick has experience
in building and safety inspection,code enforcement and plan reviewing responsibilities. His
f Registrations experience includes inspection of multi-story office buildings,tilt-up commercial
International Code Council - construction,retail outlets,single-family and multi-family residential developments
(1CC)Certified guffding
Inspector As a Certified Building Inspector, Kenny has been responsible for front counter operations,
lnternddanal code council over the counter plan check,field inspection,and permit coordination with other municipal
f/cc)Certified Mechanical departments and agencies. His inspection expertise includes complete fire-life safety
Inspector building code enforcement, model codes in plumbing, mechanical and electrical as well as
international codecw,nca the California Building Standards,Title 24 Energy Standards,Accessibility,and ADA
I (loc)Certified Pfumbing requirements.
Inspector
International code council Mr. Hambrick's code enforcement experience includes building abatements, receiving and
lien eeetlfledEleddcol processing complaints,investigating unpermitted construction and sub-standard housing.
Inspector He received his 832 training from the California Correctional Academy.
i
international Code council Prior to joining Willdan, Mr. Hambrick served as Superintendent for a large home Southern
Occ)Certified Plans j California home builder.
j Examiner
I
Certfied Peace Officer
I Training,PC632
1
I
Experience
I 20 Years
i
WILLDAN ( Page
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
Appendix B
Permitting Examples
Page 12 WILLDAN
b 9 n
oW City of La Puente v ,
Permit Activity
May, 2012 E w
o'
3
Permit Address R Permit Applicant/ Valuation 11 3281 11 1 Elec.,Mech. 853850 853851 Iss. P, z H
No. C Type Contractor Bldg, Plan Check Plumb SMIP SB 1473 Date
t4327 air rove R ewer hokeConst 94.55 511
14328 15664 Fair rove R Electrical Choke Const $ 48.68 511 .•
14329 15157 Bedmer R Building David Fdsh $ 4,000.00 $ 234.47 $ 1.00 $ 0.84 5I1 m NO
14330 1043 Hadenda R Electrical Michael Lee $ 256.56 5l2 ?
14331 447 Azusa C Building A&S Engineering $ 10.000.00 $ 399.80 $ 1.89 $ 1.00 5l2 m iu
14332 1043 Hacienda C Plumbing Ha T Tan $ 203.61 612
14333 1043 Hacienda C Mechanical Ha T Tan $ 285.30 5l2 a S
o � I
74334 844 Orrington R Building Christina Fang $ 1.400.00 $ 179.36 $ 0.50 $ 1.00 513
14335 550 Nantes R Mechanical Teresa Dintennan $ 89A3 513
o n
14336 512 Oran e R Mechanical Teresa Dinterman $ 89A3 5/3 v e
14337 14273 Amar C Plumbing Behst Gonzalez $ 98.01 514
14338 14273 Amar C Mechanical Behst Gonza ez $ 71.12 6l4 .'.
14339 233 Common R Mechanical Maravilla Foundation $ 89A3 5l4
14340 13927 Homeward R Medhanical Maravilla Foundation $ 89A3 5l4
A m
14341 P.W. 3
14342 1502 Wickford R lBuildinq $ 1,0000 $ 151.80 $ 0.50 $ 1.00 5(7
14343 602 Wlckford R Plumbing Eddie Merino $ 261.41 517 p,
14344 15560 Amer R Plumbing Leo Schulz $ 177,21 517 3
1434 154 BanbOdcle R Building Libia Melendez $ 4.500.00 $ 262.02 $ 0.50 $ 1.00 6!7
14346 334 Sunset R Bulidi Cortez Roofln $ 6.300.00 $ 317.13 $ 0.70 $ 1.00 519
14347 329 Perth R BuildingRutl Coldera $ 1,000.00 $ 151.80 $ 0.50 $ 1.00 519 c
14348 15208 Prichard R Building Manuel Sanchez $ 4,788.00 $ 184.29 519
14349 15208 Prichard R Buildin Manuel Sanchez $ 4.788.00 $ 262.02 0.50 $ 1.00 519
14350 671 P R BuildingPacific Home Remod $ 700.00 $ 116.33 $ 0.50 $ 1.00 5!9
14351 P.W. r'
14352 P.W.
14353 116955 Rorimer R Building Rupert Rorimer -r 5. 000.00 $ 229.60 5111
14354 116956 Rorimer R Building Rupert Romper $ 5.000.00 $ 216.81 $ 1.05 $ 1.00 5It t
14355 14754 Beckner R Electrical Quin Teriazas $ 116.33 5111
14356 115444 Temple R Electrical Manuel Trujillo $ 97.40 5111
14357 115444 Temple R Plumbing Manuel Trujillo $ 17721 5111
14358 115444 Temple R Mechanical Manuel Tru lIlo $ 71.12 5111
14359 P.W.
14360 P.W.
14361 1 P.W.
14362 1621 Stimson I-R-11IFu-Nding LSC Window 1 5 2.000.00 1 $ 179.36 1 $ 0.501 $ 1.00 5114
Z Page 1
o 0
City of La Puente o
Permit Activity = "
r May,2012 0 o 2
Permit Address R Permit Applicantl Valuation 113281 11 3712 Elec.,Mach. 85-3850 853851 Iss. v
Z No. C Type Contractor Bldg, Plan Check Plumb SMIP SS1473 Date o
M.
14363 15220 Flynn R Building Mario Aguilar $ 1,000.D0 $ 151.80 $ 0.50 $ 1.00 5115
14364 P.W. �• "'
14365 14431 Flanner R Electrical SC Const $ 69.99 5115
14368 14431 Flanner R Mechanical SC Const $ 115.34 5/15 w
14367 1103 Stimson W Tu-ildingj Motion Rental&Sery $ 10,000.00 S 537.57 $ 1.50 $ 1.00 5/15 _
14368 11103 Stimson R Electrical Motion Rental&Service $ 86.85 5/15 0 0
14369 11103 Stimson R Plumbing Motion Rental&Service $ 414.81 5115
14370 861 Hacienda C Electrical J&J Telecom $ 73.59 5115 fD 2
14371 16132 Abbey R Building Bridgetown Invest Demo $ 311.85 6/15 c
14372 1009 Del Valle R Building Maria Juarez $ 2,000.00 S 179.36 $ 0.50 $ 1.00 5116
14373 1009 Dal Valle R Plumbing Marla Juarez $ 71.61 5/16 m
14374 P.W.
14375 P.W.
ro' m
14376 P.W. �^», 3
14377 14520 Amar R Mechanical Ace&Sons Const $ 89.43 5116 " T
14378 16955 Main R Building DS Const Demo S 311.85 5/16 Ro
14379 1103 Stimson R Electrical Motion Rental&Service 1 $ 244.93 5/16
14380 1103 Stimson R Plumbing Motion Rental&Service $ 98.01 5/16 a
14381 808 Orange R Building Marco A Alvarado $ 2,000.00 S 179.36 $ 0.50 $ 1.00 5/16 ,10,
14382 16941 Maclaren R Building Luis R Holguin $ 2,000.00 $ 179.36 $ 0.50 $ 1.00 5117
14383 416 Ma land R Plumbing L.A.Convervation Co $ 71.61 5117
14384 659 PeggyR BuildingAmalfa viler $ 4.346.00 $ 184.29 5/17
14385 352 Dalesford R BuildingJae Kim $ 450.00 $ 116.33 $ 0.50 $ 1.00 6117
14386 352 Dalesford R Plumbing Jae Kim 1 $ 150.81 5117
14387 1103 Stimson R Electrical pAnyDmin
Rental&Service $ 88.77 5121
14388 339 Ma R Buildin ZaM
$ 2,000.00 $ 179.36 $ 0.50 $ 1.00 5/21
14389 309 Greenbe R Building S $ 2,000.00 S 179.36 S 0.50 $ 1.00 5/21
14390 343 Sunkist R Building A $ 500.00 S 123.44 S 0.50 $ 1.00 5/21
14393 826Orrin ton R Buildin o $ 10.000.00 $ 399.80 $ 178.70 $ 1.00 $ 0.90 5/21
14394 16021 Rowland R Sewer in $ 94.55 5121
14395 612 Banbrid e R Buildin in $ 3.000.00 $ 206.91 $ 0.6 $ 1 00 5/21
14396 612 Banbrid e R Plumbin in $ 309.21 5/21
14311 612 Banbrid e R Electrical ineda $ 212.69 5121
14398 612 Banbrid e R Mechanical $ 209.88 5121
14398 1 1620481uebonnet R Building MMrales I $ 2.500.00 5 206.90 $ 0.50 $ 1.00 5/22
a 14400 116204 Bluebonnet R Electrical IMauriclo Morales I $ 90.32 5/22
w Page 2
City of La Puente n
a Permit Activity a
May, 2012
N p
Permit Address R Permit Applicant/ Valuation 11 3281 11 3712 Elec.,Mech. 85-3650 863851 Iss,
No. C Type Contractor Bldg, Plan Check Plumb SMIP SB 1473 Date m # •a
14401 16204 Bluebonnat R Plumbing Mauricio Morales $ 124A1 5/22 n m
14402 212 2nd R Building Klinakis Const $ 133,365.00 $ 2,311.60 5122 N '"
14403 300-308 Sunset R Building Kavanagh Const $ 2,500.00 $ 206.91 $ 0.63 $ 1.00 5122 v p
14404 110350mson R Building Robert Aguirre $ 35,597.00 $ 935.99 5/22 m
14405 1103SUmson R Building Robert Aguirre $ 35,597.00 $ 1,146.37 $ 3.60 $ 2.00 5123 2
14406 1813 Hacienda C Building Building Else Control $ 21.000.00 $ 730-46 $ 4AI $ 1.00 5123 a
14407 1813 Hacienda C Electrical Building Else Controls $ 73.59 5/23 0
14408 115433 114 Louketton R IBuilding Jay Lee $ 600.00 $ 116.33 $ 0.50 $ E
14409 P.W. o
14410 P.W. 3 0
14411 876 Tamar R BuildingAna Romero $ 2,000.00 $ 179.36 $ 0.50 $ M 3
14412 15372 Flagstaff R PlumbingJesse Mendoza 14413 P.W. o14414 P.W. m m
14415 13757 Amer#B&C C Plumbin Nicks Coin Laund $ 98.01 14416 13757 Amer#B&C C Electrical Nicks Coin Laund $ 177.97 rt
14417 13757 Amar#B&C C Mechanical INIcks Coin Laundry $ 71.12 1 5/29 1Ro
14418 13757 Amer#B&C C B
uilding s Coin Laund $ 4,000.00 S 234A7 5 0.84 $ 1.00 5/29 g
14419 721 Ocala R Building kam Const $ 700.00 $ 116.33 S 0.50 $ 1.00 5/30 a
m
14420 P.W. �
14421 P.W. 5
14422 200 N 2nd R rto Ramirez $ 133.65 5131 '
14423 708 Nantes R sa Dinterman $ 89.43 5/31 M
14424 627 5th st R las Miranda $ 5,400.00 $ 289.58 $ 0.50 $ 1.00 5/31 �•
N
11-3281 Bldg 11.712 11-3281 Elec 85-3850 85-3851
Plan Check Mach,Plbg SMIP SB 1473
TOTAL FOR May,2012 $ 8,753.96 $ 4,024.27 $ 5,648.42 $277. 31.14
Grand Total(Not including SMIP S 18,426.65
ty of La Puente Total Year to Date
i an ay,2
6
Reviewd by: Rose Arguello
r
Z Page 3
C "m
MORONGO BAND OF MISSION INDIANS PUBLIC WORKS PERMIT Permit No.
Engineering Semloes �. O
245 N.SLley StreeLSOMC m T
Y B.mLg IZld CA 9 N13
O THIS 76 ANORATORNM STp!lT PAVEMENT AEPLACEMfD1T AT THE CRY CXGNlCR'S V DIRCCTION y dt
ZknpeGbn Are AV✓SW O M.
MardeyTlragh Friday ImpecSon Rw M(gOB)]83 W APPLICATION FOR: QEXCAVATION QCONSTRUCTION QENCROACHMENT fi O1 Oa
TdHUNolke Repirad) MpHbn Op®Hari/Ag-lD.dl esn. �O N p
N
N �
COMPANY
PURPOSE YES 1:1NO 3 y N
O n
STREETA56RFl56 PLW CHECB NV BMIFfEO 31'reMw �
C
I , � G
'Cl �.
04ENUMUCR SIZEANDTfPE VdW COM ATVRE AI NSPECTK1X Hp C!
�s
START DATE
W
EST.
PREPAID ACTUAL BILL CUSTOMER
O
CONTAC PHONE NUMBER L 1 IOTHt DEPTH OF ❑
N
ISSUANCE FEE 6 i ❑� M
AC ABPOCR�
STATS UCENSE NUMBER ATTACHMINn RECENEO: SPECIAL DEPOSR $ATTACRMI S
a
N BY: PLAN CHECK FEE d $ �
INSpccT 6 S j
DATE: y
m
SURCHARGE S $ 7�
n
N TOTALFEE S S V'
PERMIT VOID IF WORK 15 NOT STARTED AND INSPECTION NOT REQUESTED WRHIN 60 DAYS OF DATE OF ISSUANCE.
L(PanpaMa) N(Ccns+rv) hereby mau ep,b for panel a mnrteati samate l encroach b Ms
PWIc HV"el the ldcMbm desttbd alms.wMW biM pmaukm rseabed by/M Mmkgrml Cale of tM Mamga Band of MlmaW haim,AND THE SPECIFIED RECURU ENTS OF THE PERMR HEREON SPECIFIES AND ATTACHED.
bmmberatlon of elm PmFp of N pa I ft a by amapplianld am Morwga Baal of Mi b ,a and of 0 MY olhcna a smployeas hP O aMl b awed MmWu by tM epkent am"6 fty a iespamblfty fa ayaaidad.
Ima a domogsb pvr w poput'.MppeNry aomwfm m fM"Awatem of my of Munku ."Wn brda pa tsnns of dh spplkaEanaM gm pa.*w pwrnlb r.Hch my ho grsabed b mgmse eRab.eM Ml al of saM
eapemeaas pnWba or Idaaoccmaw n iiEeaM.
IemlVre enswwaof WI mrtryyantlo SecMn SSOB of Bm Lebo CadAmpmliN Way Ymurics WuoAmn's ma,,pa ion alaa-H*a WK bHawice before mertmn6N--Y ak.
A
h
H
a o n
n n a 0
p
a � d
0 0
CITY OF LA PUENTE `m' +M+ r3i+
u 9 a
ENGINEERING PERMIT FOR FEBRUARY 2013
c 3
Date Permit No. Job Address Permit Type Applicant/ContractorEngineering Wi m lldan Receipt# . QQ
2/4/2013 14453 15728-32Sierra Vista Renewal Datkam Const.,Inc $ 104.00 $ 57.60 12543 o
Hacienda(Farigrove to m
2/20/2013 15349 Francisqulto) Encroachment Southern California Edison $ 379.00 $ 24635
n fl
2/20/2013 15350 261 HiBcrest Encroachment Southern California Edison $ 621.00 $ 403.65 c �
2/21/2013 15356 17103Northam Street Closure Hill Crane Service $ 522.00 $ 33930 12587
2/21/2013 15357 720 Willow Street Closure Hill Crane Service $ 522.00 $ 339.30 12587 2,
2/26/2013 15356 17072 Main St Amend Permit#15356 Hill Crane Service $ - $ n/a
2/27/2013 15379 322N.Sunset Excavation Suburban Water Systems $ 621.00 $ 403.65 d
2/27/2013 15380 16955 Main St. Excavation Suburban Water Systems $ 621.00 $ 403.65 3.
2/28/2013 15386 15765 Montana Ave. Encroachment Henkels and McCoy/SCE $ 384.00 $ 249.60 ^ 3
2/28/2013 15387 15815 Montana Ave. Encroachment Henkels and McCoy/SCE $ 384.00 $ 249.60
2/28/2013 15388 610 N.5th St. Encroachment Henkels and McCoy/SCE $ 624.00 $ 405.60 ¢°
2/28/2013 15389 15242 Prichard St. Encroachment Henkels and McCoy/SCE $ 384.00 $ 249.60 'moo
2/28/2013 15390 627 N.5thSt. Encroachment Henkels and McCoy/SCE $ 394.00 $ 249.60
2/29/2013 15391 15939 Old Valley Blvd. Encroachment Henkels and McCoy/SCE $ 384.00 $ 249.60 0
2/28/2013 15393 120 Willow Encroachment Henkels and McCoy/SCE $ 384.00 $ 249.60
2/28/2013 15394 903 League Ave. Encroachment Henkels and McCoy/SCE $ 384.00 $ 249.60 Z
2/28/2013 15397 15661 Mentz Ave. Encroachment Hen kelsand McCoy/SCE $ 384.00 $ 249.60
N
2/28/2013 15398 17103 Northam St. Encroachment Henkels and McCoy/SCE $ 384.00 $ 249.60
2/28/2013 15401 14127 N.Prichard St. Encroachment Rodolfo Parra $ 672.00 $ 436.80 12613
2/28/2013 15403 420 N.Orange Ave. Encroachment Henkels and McCoy/SCE $ 384.00 $ 249.60
2/28/2013 15404 314 N.Orange Ave. JEncrDachment Henkels and McCoy/SCE $ 384.001 $ 249.60
c Total for February 2013 $ 8,910.001 $ 5,79150
C
r
r
0
D
Z
m �
N
r= CITY OF ROSEMEAD PUBLIC WORKS PERMIT
I MandapnsAreh F(Wble T O
Y AAOngey TMWpR FgOeY APPLICATION FOR' 0 CONSTRUCTION r-1 EXCAVATION ENCROACHMENT
Z InspeMlon Request(625)569-2346 APPLICANT 1 Iv >C
3 N
O. W
NOTES CC"PANY NAME PURPOSE ro O
< CO
1.NxvL NUY letlem b wmdrn.W IIw BIYNbd SMaf Wlm W
b Pmic WaN CwRbmlon,IN.NMER.ntl.tltl.Mim..uWb STREET 0.0DRE51i E6HMATED START DATE FfiTNATEO COIFLETWN GATE N
pbRJr..p.ci6tl.
a y
R.TnlTisbY(h EvaglbN pFmltpyeuCFmfM[vlambe. pTY 6TATE LIO(,`O[E LENGTH OF PIPE.f/JNDVIT,qR G6LE n
eurpm5bl.NGibTi.MNmN aTrNh Ca.W mC Cemrulfgn
.IN MimIRnn Wak2mb.IN.N.41m/+ 0 C
RWNE NUMBER S¢E ANO TTPE m _
].Rahlwm NJMrmNAr4Sl.tl Mae.d.c l.bl.eb.mltiofK (D A
paWa ananNb tlpaMy p.I.N m.b..'avgpNM[ll..q O
aegmcYn etlfHAt1wm.pdm wfi mc.Mwyb EMERGENCY COMFCT PERSON PHONE NO. LEIMTNA4DWIDTN OF IXCAVATION OE OFSURFACE O
..by.mRe mnbalNW A.nndmY maFba(p)bam N..m
M N
4.Amy/of M gm.i.W N WgrtM YNel a 9JMw xtl m L 0
ga1VM 1}plbm.M. ` y
E NrmAMdMsndxtld.Pant ll 6v 6E COMPLETED WITHIN
THE TDIE SPECKED T REIN.UNLESS bOCOA FTCD.THIS N C
PERMIT61uLL6EVCID.M.Rbn.Im Oi6m mrym flr.mtll .
e1Nk4bla r%.1a.lRC)Mm.1.M.pwmd.mie. I.(Nrm%ofl
OffCmyanY) meb,.6.FPplivO /1 �
S.TM Glya Rm.m.tl DIP-."DHNrSm.SI BE NOTVEDAT fpr pfm bewmurhpmv.INalPaN k SR P kHgMey M UN loW L abilN *.ngoNt mlT.peAbN W4 by M MWA*O Cod.Of 3
LEAST TWFNTV'FCMCHID HOURS BEGONE START OF WOINf by tM CRy Of Rmwlwd,AND THE SPEC!FIED REOUIREM5NTS OF THE CRY'b PERMR HEPEON SFECIREO AND ATTACHEO. Y
NI.Pliaey ISi612Le•63T1. 611aW N.bpnmr RN wah b PPPIM.TLR �
bMllmtlenL%tlbf'rmmaoetl pprJMar.le dpNp NromYlnn, In mnNdwtlmatlN9rmmRNII'✓f pelmE i6q..4 bypRgpD-A%pN IMCAyaRmeMtl..tlmya YW afmnaemplOye..tlbna NRA b.n.. N
xwNnuy Y.44.d M.P.TlJNY..tl,m F./mrtiNM alMd.Y. NmIW.M/tlb ePNkvn Arm M'bbMYwn.P°^.bKtlbM.aMw%b••.wd�n.p mpnern aF°P•nT.Ibppwlrq aocwAS..tM PmFmb (gyp
nwnaeryh*m*, b ftapWMlmm atY gpiutim.MWMrmswmmi..Nm ma D.P.M.tl bnN/m..Kumm..^d aw Jmua 3
T.N eeubw seasmnL»IM Wa1Mn dwalnRrwlgb+l bs.w b. IbMtiu NINbAYm.mbtl Mnm ggrea.N b anMr esr..e nml EmT Den arub'mmsmm 5lenaeF.flHw mm�.wa um nDlxmy lyux Pn.ml 1p
aIRF.e fa nAmmeppy b.Pwmiavro mmmN�aa.gL. pubb,hmuxb./.mawanb..bq bengmblWm.eiy Ee6:R.rnuv.wm..Ndr owmm..wlb wcmMo/bbar.N. n
e. TM Idb/a Nlyp.mle.tivm wwe«a.N a.mPmy. Pla ¢0
.W pNnM MW.r mluyWnv.P n.Ml4.MEibIm NmW.,cl.N PRNTNMIE SIGNATURE DATE �
p6lm Jrxw>rrryi,fameLOn..btlmmN.n[.eMbulbnaJ m
I.11.16'mM plpn.mlb.m.mm..m...gnadwko.ewxrwq..., THIS PERMIT EXPIRES SIX(S)MONTHS AFTER THE PATE OF ISSUANCE �
e,W WPNMaba WNlAY.umM CA'.MII b.FnbcblM el. T�
%OOPO eFN. dOOWIOg a..mflfM'.'mrNb"^'fll Aq DO M]T WRITE IN BO%6ELOW
UimN.NY.tl m.W UK.prwtl MMLYbn.YaMwcw,a EONOREOVIRW BOND AM,WNT pREPYD ACIVAL D
elbaMtl..ANltl mm b MP.riniW.9W r.pnlm ea Rn
/gh.d.Nmnb.m.Ma MFeu.Mmb.mtl.bJlly CMy'a �YESQNG E ry
Tm.wn.tleN bptlm.LNI P.Imm..wm.IrlpW e..Rn.upon ESUAHCE PRE f s Z
temp a e f IeMn.a a tle OON a NtA IpeY.
1'1
D
S.FamlMp.eBUWb.nq.AM pwbpY[xmNa[wu.b eNtl FLMN CHECK FEE f $ m
M.emplNbn Nwwl.M NNMlylw b)nmb/MkA v.m FLN.CNECN M1NfiE11 INIi1AL6 DATEBUEMITTEO
mW FN b.fa.F+gn4amm�lw po.Ld.tl.
INSPECTION f 4
Io.waY.NNna wdaman.Aw..wlw.aT.ao..m..lNam p+n PERIM NUMBER I1ATIAL9 DATE IsbuEo
tt.6p.ch pba'u'mnnetlttMibs mbbsppnd.dmrerA Pwm,L SURCHMOE s
DATEWORKC0kVkET0D TOTAL WSPECiION NWRS
I$.LYnp.W.mW IBY.IyM.d bnnknlel e1.nm W eMlMnl b./MIpY.!
ptl Ja f.v.n TOTAL FEE b $
A
N
V
A
EXHIBIT "D"
SCHEDULE OF COMPENSATION
CONSULTANT'S SCHEDULE OF FEES FOLLOWS THIS PAGE
City of Palm Springs
Proposal for RFP#06-15 On-Call Construction Management&Inspection Services
(for City Projects and Private Land Development Projects)
WILLDAN ENGINEERING
Schedule of Hourly Rates
Effective February 2, 2015 to December 30, 2015
ENGINEERING LANDSCAPE ARCHITECTURE
Technical Aida....................................................................$90.00 Assistant Landscape Architect................. 100.00
Drafter L_...... .....__.. _.._... ...._._..1D1.00 Associate Landscape Architect... .._......... ..........122.00
Drafter ll _._.. _._. _._._. _. _. 10500 Senior Landscape Architect_._ _._.. .. 133.00
Senior Drafter.....................................................................117.00 Principal Landscape Architect.............................................155.00
GIS Analyst 1...,..._..._..._......_.-..........._...._........_...........122.00 Principal Project Manger...................................................185.00
GIS Analyst II....._..._.................................................._.....138.00
GIS Analyst III..............................._..........................__.....155,00 BUILDING AND SAFETY
Design Engineer I.................................._.........._._..__.__.122.00 Assistant Code Enforcement Officer....................................74.00
Design Engineer II......................... 127.00 Plans Examiner Aide............._........_............._.....................80.00
Designer l............................__......._........,.._.._..........__...122,00 Assistant Construction Permit Specialist..............................90.00
Designerll...... ...-.......... ._............_ ..............127.00 Construction Permit Specialist_. _ _._.._...85.00
Senior Design Engineer I....................................................133.00 Code Enforcement Officer...............................
...._...............85.00
Senior Design Engineer ll..............._._.................._...........138.00 Assistant Building Inspector.........................,......."101.(1(Y116.00
Senior Designer ......_ _.....__.. .. _........_..138.00 Senior Code Enforcement Officer .......,,101.00
Associate Engineer............................................................143.00 Senlor Construction Permit Specialist_..._._..._.................106.00
Design Manager..............-............................._......_...._...143.00 Supervising Construction Permit Specialist.........................111.00
Senior Design Manager_._._ __.._.. .... 154.00 Building Inspector .......... .....-111.0cir'16.00
Senior Engineer ................ ..............._.... .__.._..._...154.00 Supervisor Code Enforcement_ _..._. ..___.122.00
Supervising Engineer......_... ..._._.....,._ . ..._............16S00 Senior Building Inspector .... .,........... ... 122.00
Program Manager..........__ ... ._......_.... ........185.D0 Plans Examiner... ....... _..__. _......._ ...._.......122,00
Project Manager...........................................-...................185.00 Supervising Building Inspector...........................................,133.00
City Engineer..........._.......___......._......_......._............._...185,00 Senior Plans Examiner.........-........................ ...................133,00
Principal Project Manager.... .......... .. . ....185.00 Inspector of Record _._.._ __._. __.......149,00
Deputy Director_..._............................_......._.._.......__...195.00 Deputy Building Official......................................................149.00
Director.......... ................. _._.... .....___._201,00 Plan Check Engineer _...._. ..._._.149,00
Principal Engineer . .......................................................215.00 Building Official_. ....._ __..._.. ____.155.00
Supervising Plan Check Engineer............................-........155.00
CONSTRUC77ON MANAGEMENT Principal Project Manager...._.._.............................._.......186,00
Labor Compliance Specialist ...._._. ............101.00 Deputy Director._
Labor Compliance Manager............_......._....._........._._..127.00 Director._.....___....... _._...._............................................201.00
Utility Coordinator.....- ..........._......_............__...........,....133.00
Assistant Construction Manager.._......_.........................._127.00 PLANNING
Construction Manager................................................_.....154.00 Community Development Technician................................._Woo
Senior Construction Manager......... ................._........_....160,00 Planning Technician.._........ .................................................90.00
Project Manager................. ..............................185,00 Assistant Planner _..._....111.00
Deputy Director...__.__............. ................_.................195,00 Assistant Community Development Planner.......................111.00
Director......................................................................._.._.201,00 Associate Community Development Planner......................122.00
Associate Planner.._._..................._......._.._.- ...-......._A 22.00
INSPECTION SERVICES Senior Community Development Planner...........................138.00
Senior Public Works Observer.._............._........................ 105.00 Senior Planner................._.,......._..._.,._................_.........138.00
Supervising Public Works Observer.........._.__._.._......._..177,00 Principal Community Development Planner..._.__....._....._155,00
Principal Planner.._.......................,_.................,._.............155.00
MAPPING AND fiXPERTSERMV$ Deputy Director.........._...........-.........................................195.00
Survey Analyst l....................................._......................._106.00 Director..............................................................................201.00
Survey Analyst 11................................................................122.00
Calculator I-........_.......__........................._. ........... ... 106.00 ADMINISTRATIVE
Calculator ll........................................................................117.00 Computer Data Entry..................................._................_.....69.00
Calculator ill.. ..........._... ......._,...... . . ....... 12&00 Clerical.................. .. .............. _.._.._....... . ._.._.........69.00
Senior Survey Analyst........................................................ 138.00 Wad Processing...................................................................69.00
Supervisor-Survey&Mapping..... ....... __.__._........Woo
Principal Project Manager...__....__..___...__...___......_..185.00 Mileage reimbursement will be charged at the current Federal
guideline rate at the time of billing. Vehicles vd11 be charged at a
monthly rate of$500.D0.
"Prevailing Wage Project,Use$116.00
AC411e,W Wiling eBsd/ueom may M addaC M fM.bone feting doing the yor as new mdaon,an awed.conmaati,n in conna non wM aagslon n4 court
epparam.,will of,Wood sapsmtefy. The aboro sC1ledule is for statism time.Ourtime will be okayed M 1.5 times,and Sundnn end ho icla,.20 fines the standard
rates.ahomnting Wrosusim,minuteman s,rvka.and printing will be Imro, ad at Cast taus Rlaan parcant(15%). A sub ommulaus mnagsmtnt fora of lash pincers
(16%)wit M e4ded m as riser out of all tub cenaaant asnftn b panda b the coal of,Anniaea,on,consulation,and omminstlon.Valid July 1,2014 Mru June as
2015 NaraMr,m ryas may lm raised once parr ye to Nor viol,a Chang,of Ma Casumr A1ca Mda for fin Lea Mgeltshhngo Cou"SacramntwSan
Francisco asn Joao aura,End net mar,Mn 1.pram pryer.
cost Proposal ]LrWI LLDAN
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"
5!''oi?An?
City of Palm Springs
Marcus Fuller
Assistant City Manager-Engineer
3200 E. Tahquitz Canyon Way, Ealni Springs, CA 92262
Tel 760.322.8380 • Fax 760.323.8207 • TDD 760.864.9527
* www.palin.sping.sca.gov
September 11, 2018
Willdan Group, Inc.
ATTN: Chris Baca
13191 Crossroads Parkway North, Suite 405
City of Industry, CA 91746
Re: On-Call Public Works Capital Project Construction Management & Inspection Services
and On-Call Building Inspection Services Agreement No. 6688
Dear Mr. Baca:
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.
/^^cerely,
Marcus L. Fuller
Assistant City Manager/City Engineer
Approved by:
David H. Ready, City-M^iager ^ ^ Date
Please sign and return to the City of Palm Springs to agree to extending Agreement 6688 for one
(1) year ending June 30, 2019.
Willdan Engineering
cc: Engineering File
Date
PO Box 2743, Palm Spring,s, California 92263