Loading...
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