Loading...
HomeMy WebLinkAbout05991 - SOUTHERN CALIFORNIA SOIL & TESTING INC SPECIAL TESTING AND INSPECTION SERVICES DURING THE CONSTRUCTION OF THE PALM SPRINGS ANIMAL Page 1 of 1 Kathie Hart From: Allen Smoot Sent: December 12, 2011 5:44 PM To: Kathie Hart Subject: RE: A5991 -S California Soil an Testing (Animal Shelter) absolutely al \ From: Kathie Hart Sent: Mon 12/12/2011 5:34 PM To: Allen Smoot Subject: A5991 - S California Soil an Testing (Animal Shelter) May I close this agreement file? Kathie Hart, CMC Chief Deputy City Clerk City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 (760)323-8206 1 (760)322-8332 G6 Kathie.HartePalmSpringsCA.gov Please note that City Hall is open 8 a.m. to 6 p.m.Monday through Thursday,and closed on Fridays at this time. 12/12/11 PROFESSIONAL SERVICES AGREEMENT SPECIAL TESTING & INSPECTION SERVICES -- CP# 07-24 THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this 16th day of June, 2010, by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, (hereinafter referred to as "City") and SOUTHERN CALIFORNIA SOILS & TESTING, INC. a 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 Special Inspection and Testing services for Palm Springs Animal Care Facility Project, CP # 07-24, (the "Project"). B. Consultant has submitted to City a proposal to provide Special Inspection and Testing to City for the Project 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: AGREEMENT 1. SERVICES OF CONSULTANT 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 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 1 well-qualified and experienced professionals performing similar work under similar circumstances. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the City's Request for Proposals; and, (4) the Consultant's.signed, original proposal submitted to the City ("Consultant's Proposal"), which shall all be referred to collectively hereinafter as the "Contract Documents." The City's Request for Proposals and the Consultant's Proposal, which are both attached hereto as Exhibits "B" and "C," respectively, are hereby 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: (V) the provisions of the Scope of Services (Exhibit "A"); (2"d) the provisions of the City's Request for Proposal (Exhibit "B"); (3`d) the terms of this Agreement; and, (4tn) 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. 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 2 that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, . plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree to act in good faith to execute-all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Additional Services. City shall have the right at any time during the performance of the Services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No such extra work may be.undertaken unless a written order is first given by the City to the Consultant, incorporating therein any adjustment in (i) the Maximum Contract Amount, as defined below, and/or (ii) the time to perform this Agreement, which adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to twenty-five percent (25%) of the Maximum Contract Amount or $25,000, whichever is less, or in the time to perform of up to thirty (30) days, may be approved by the City Manager, or his designee, as may be needed to perform any extra work. Any greater increases, occurring either separately or cumulatively, must be approved by the Palm Springs City Council. It is expressly understood by Consultant that the provisions of this section shall not apply to the services specifically set forth in the Scope of Services or reasonably contemplated therein, regardless of whether the time or materials required to complete any work or service identified in the Scope of Services exceeds any time or material amounts or estimates provided therein. 2. COMPENSATION 2.1 Maximum Contract Amount. For the Services rendered pursuant to this Agreement, Consultant shall be compensated by City in accordance with the Schedule of Compensation, which is attached hereto as Exhibit "D" and is incorporated herein by reference, but not exceeding the maximum contract amount of Seventy Eight Thousand Dollars, ($78,000) (hereinafter referred to as the "Maximum Contract Amount"), except as may be provided pursuant to Section 1.8 above. The method of compensation shall be as set forth in Exhibit "D." Compensation for necessary expenditures for reproduction costs, telephone expenses, and transportation expenses must be approved in advance by the Contract Officer designated pursuant to Section 4.2 and will 3 only be approved if such expenses are also specified in the Schedule of Compensation. The Maximum Contract Amount shall include the attendance of Consultant at all Project meetings reasonably deemed necessary by the City. Consultant shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings. Consultant hereby acknowledges that it accepts the. risk that the services identified in the Scope of Services may be more costly and/or time-consuming than Consultant anticipates, that Consultant shall not be entitled to additional compensation therefore, and that the provisions of Section 1.8 shall not be applicable to the services identified in the Scope of Services. The maximum amount of city's payment obligation under this section is the amount specified herein. If the City's maximum payment obligation is reached before the Consultant's Services under this Agreement are completed, consultant shall nevertheless complete the Work without liability on the City's part for further payment beyond the Maximum Contract Amount. 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, this Agreement shall automatically terminate without penalty to the City. 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 4 diligently the Work of this Agreement according to the agreed upon Schedule of Performance (Exhibit "E"). 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, which is attached hereto as Exhibit "E" and is incorporated herein by reference. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Ma'eure. 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 as provided elsewhere in this Agreement, this Agreement shall commence upon the effective date of this Agreement and continue in full force and effect until completion of the Services but not exceeding three (3) years from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "E") and pursuant to Section 3.2 above, unless extended by mutual written agreement of the Parties. 4. COORDINATION OF WORK 4.1 Re resentative 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: James J. Stone, Principal Geotechnical Engineer. 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 5 hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be'void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. 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 6 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 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 7 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 goverage 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 8 dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 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. 9 5.3.4 None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in 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. 10 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 In coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, agents and Allen F. Smoot & Associates 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). 11 2. This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract No. " or "for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. B. INDEMNIFICATION 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 officers, council members, officials, 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, its officers, council members, officials, employees, or agents. 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 12 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. In the event a final judgment, arbitration award, order, settlement, or other final resolution expressly determines that Claims did not arise out of, pertain to, nor relate to the negligence, recklessness, or willful misconduct of Consultant to any extent, then City shall reimburse Consultant for the -reasonable costs of defending the Indemnified Parties against such Claims, except City shall not reimburse Consultant for attorneys' fees, expert fees, litigation costs, and expenses that were incurred defending Consultant or any parties other.than Indemnified Parties against such Claims. 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. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 7. REPORTS AND RECORDS 7.1 Acco ntin Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and. Services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work or Services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.3 Ownership_of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon 13 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 14 construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination. City may terminate this Agreement for its convenience at. any time, without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such notice, City shall pay Consultant for Services performed through the date of termination. , Upon receipt of such notice, Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. Thereafter, Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. In addition, the Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice to the City, except that where termination is due to material default by the City, the period of notice may be such shorter time as the Consultant may determine. 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 15 to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein. 8.5 Waives. 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 Le-gal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.8 Attorney Fees. In the event any dispute between the Parties with respect. to this Agreement results in litigation or any non judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses, including but not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non-judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. 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 16 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 is 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 Anainst Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. A. To the fullest extent permissible under law, and in lieu of any other warranty. by City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any settlement made without Consultant's consent or in the event City fails to cooperate in the defense of any suit or claim, provided, however, that such defense shall be at Consultant's expense. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 17 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& City Clerk 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: Southern California Soils & Testing 83740 Citrus Ave. Suite G Indio, California 92201 Attention: James J. Stone Telephone: 760-775-5983 Facsimile: 760-775-8362 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. 18 10.6 Third Part Beneficia Except as may be expressly provided for herein, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party hereto. 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 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. 19 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CONTENTS APPROVED: CITY OF PALM SPRINGS, CA. City Clerk City Mana Date: 6-1 -7 a ' Date: 0\Q BY aw APPROVED BY CITY COUNCIL, Owner's Representative vw.10 /_. Date: APPROVED AS TO FORM: APPROVED BY CITY COUNCIL: 57 . e By Z , Date: Agreement No. C' y Attorney Date: 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. CONTRACTOR NAME: J G J7,c Check one Individual Partnership oi�_ Corporatio Address BY es I�rwi B I Y � Signature (Notarized) Signature (Notarized) 20 ALL-PURPOSE ACKNOWLEDGMENT State of Califo is County of A j 01 go SS. On Jy� 1 a-0 ►p , before me, DkAn� � A)0 lS ,Notary Public, r.---- DAIT' personally appeared 1c GyJAgd _k . kA4 Z- ,who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)/are subscribed to the within instrument and acknowledged to me that ate/she/they executed the same in&/her/their authorized capacity(ies), and that by '"I /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 is true and correct. WITNESS my hand and official seal. DIANE L.NORRI$ ` COMM.#1809030 t NOTARY PUBLIC•CALIFORNIA SAN DIEGO COUNTY Cz�&Ltg 2,�2 MAX,,) Commission Eames Aug.16,2012 NOTARY'S SIGNATURE PLACE NOTARY SEAL IN ABOVE SPACE OPTIONAL INFORMATION The information below is optional. However,it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER(PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL (� A CGa�_- CORPORATE OFFICER P, (_� a• TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) TITLE(S) ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) NUMBER OF PAGES ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT OTHER SIGNER(PRINCIPAL)IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IFES) RIGHT M. se S THUMBPRINT g OF SIGNER o A VA nv7rinR UnTAiavnC%XTT1c Cr7 DDT I C:c A TQrl rrtVAAC Al u"r'r•2 Nanl/fix/vA l r LV_O]r DU A Or%%A d-•.onnc_9nn417A Ilcv_c 1 r: 11 A i wicr i EPA r00T: ALL-PURPOSE ACKNOWLEDGMENT State of California County of 31:� 'i 6 SS. On J_ 2 D 1 D , before me, mm 0\A p�Z2= _,Notary P]the DATE personally appeared 01d It ,who proved to me basis of satisfactory evidence to be the person(s)whose name(s) are subscribed to the within instr and acknowledged to me that/she/they executsame n 19/her/their authorized capacity(ies), anby Iher/their signature(s) on the instrumen person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. DIANE L.NORRUB COMM.#1809030 NOTARY PUBLIC•CALIFORNIA SAN DIEGO COUNTY -" Cotnnission Expims Aug.16,2012 NOTARY'S SIGNATURE PLACE NOTARY SEAL IN ABOVE SPACE. OPTIONAL INFORMATION The information below is optional. However,it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER(PRINCIPAL) DESCRIPTION OF A,TTACCHED DOCUMENT � INDIVIDUAL D C � � CORPORATE OFFICER U T TITLE OR TYPE OF DOCUMENT PARTNER(S) TI rLEcs) ❑ ATTORNEY-IN-FACT ❑ NUMBER OF PAGES TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT OTHER SIGNER(PRINCIPAL)IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) RIGHT �LS�� THUMBPRINT p _ OF SIGNER P R APA 011700k N()TARVR(lN 1 CI TPPI IF ANTI FCiT?MS AT'IITTP•/rWWW VAT.I T7VSIAR R A CYIM fl°T7l1115_70l1R VAI.IFV_�IP.RRAINSl IRAN('P. EXHIBIT "A" SCOPE OF SERVICES Consultant shall provide special testing and inspection services to the City of Palm Springs for the Palm Springs Animal Care Facility Project, City Project No. 07-24. The Jobsite is: SE Corner.of Vella Rd. and Mesquite Ave., Palm Springs, California 92262 The Consultant will provide all special testing and inspection services as required by the plans and specifications prepared for this project by Swatt/Miers Architects and as otherwise directed by the Owner's Representative employed by the City for this project; Allen F. Smoot & Associates. All services provided by Consultant pursuant to this Agreement must be coordinated with the Owner's Representative or his designee. Testing and inspection services will include, but are not limited to, soils compaction and density tests, structural concrete, drilled piers, site concrete, mortar, masonry, grout asphaltic concrete pavement, structural steel, steel joists, metal decking, cold formed metal framing, metal fabrications, reinforcing steel, welding, fire proofing, bolts and. imbeds, and mechanical connectors. Inspections will occur both on and off site. On each day of the on-site testing, the Consultant will have its inspector(s) report to the on-site office of the Owner's Representative, or other location as mutually agreed to, and log in. Immediately after concluding the relevant testing, the inspector shall log out, noting the time of departure and the testing that has been performed. Each day that testing occurs, the inspector(s) shall submit a daily report (five copies) indicating the type and quantities of the testing performed, any test results, and observations to the Owner's Representative, Architect and Building Department. Daily reports are due no later that ten (10) days after testing has occurred. Consultant shall immediately report any defective work to the Owner's Representative. Such notice shall be delivered as soon as it is identified, by the quickest means available (either by phone or in person). Consultant shall follow up such notification with a written report of the failure or deficiency. 524762.1 EXHIBIT "B" CITY'S REQUEST FOR PROPOSAL CITY OF PALM SPRINGS NOTICE INVITING PROPOSALS For SPECIAL TESTING & INSPECTION SERVICES (RFP 08-10) For PALM SPRINGS ANIMAL CARE FACILITY PROJECT CITY PROJECT NO. 07-24 NOTICE IS HEREBY GIVEN that Request for Proposals (RFP) 08-10, for providing Special Testing & Inspection Services during construction of the new Palm Springs Animal Care Facility, City Project No. 07-24, will be received at the office of the Procurement and Contracting Manager, City Hall, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 2:00 P.M. Local Time, TUESDAY, MARCH 2, 2010. Proof of receipt before the deadline is a City of Palm Springs, Division of Procurement and Contracting date stamp. It is the responsibility of the Proposer to see that any proposal sent through the mail, or by any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Note that City Hall is open 8am -- 6pm Monday thru Thursday and is closed on Friday. Late proposals will be returned to the Proposer unopened. DESCRIPTION OF WORK: The Contractor will provide all special testing and inspection services as required by the plans and specifications prepared for City Project 07-24 by Swatt Miers Architects and dated January 18, 2010. Testing and inspection services will include but not be limited to soils compaction and density tests, structural concrete, drilled piers, site concrete, mortar, masonry, grout, concrete pavement, structural steel, steel joists, metal decking, cold formed metal framing, metal fabrications, reinforcing steel, welding, fire proofing, bolts and imbeds, and mechanical connectors. Inspections will occur both on and off site. OBTAINING RFP DOCUMENTS AND REGISTRATION AS A PROPOSER: The RFP documents may be downloaded via the internet at www.palmsprings-ca.gov (go to Government, Departments, Procurement, Open Bids & 'Proposals). If you are interested in submitting a proposal, it is. IMPERATIVE that you contact Cheryl Martin, Procurement Administrative Coordinator, via email at Cheryl.Martin0_palmsprings- ca.,go_v or by phone at (760) 322-8373 to officially register as a Proposer for this "ecific pr9ject with your company name, address, phone, fax, contact person and email address. Failure to officially register may result in not receiving addenda to the RFP. Failure to acknowledge addenda to the RFP may render your proposal as non- responsive. 524762.1 EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been developed in the Request for Proposal (RFP) format. Accordingly, Proposers should take note that multiple factors will be considered by the City in selecting the most qualified firm and awarding of the Contract. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 90 calendar days from the due date of proposals. Craig L. Gladders, C.P.M. Procurement and Contracting Manager January 28, 2010 PAL/, s CITY OF PALM SPRINGS, CA 04 REQUEST FOR PROPOSALS #08-10 Zt SPECIAL TESTING & INSPECTION SERVICES PALM SPRINGS ANIMAL CARE FACILITY CITY PROJECT NO. 07-24 I. BACKGROUND INFORMATION AND GENERAL DESCRIPTION The City of Palm Springs, California is requesting proposals from qualified firms or individuals to provide special testing and inspection services required during construction of the new Palm Springs Animal Care Facility, City Project No. 07-24. This project, a new 20,000 sq ft facility on a 3 acre site, is currently advertised for construction bids with a bid opening date of February 18, 2010. The pre-bid construction estimate for this project is $6,175,000. The project will be overseen by the City's Owner Representative. The CM will oversee the firm selected for Special Testing and Inspection Services. It is the intention of the City to hire a firm that has personnel that can perform multiple tasks while on site and thereby eliminate minimum charges. 11. PROJECT GOALS, SUMMARY AND SCOPE OF SERVICES TO BE PROVIDED The Contractor will provide all special testing and inspection services as required by the plans and specifications prepared for City Project 07-24 by Swatt Miers Architects and 524762.1 dated January 18, 2010. Testing and inspection services will include but not be limited to soils compaction and density tests, structural concrete, drilled piers, site concrete, mortar, masonry, grout, concrete pavement, structural steel, steel joists, metal decking, cold formed metal framing, metal fabrications, reinforcing steel, welding, fire proofing, bolts and imbeds, and mechanical connectors. Inspections will occur both on and off site. The Contractor will have its inspector(s) report to the on site office of the Owner's Representative and log in. The inspector will also log out noting the time of departure and the testing that has been preformed. In addition, the inspector(s) will submit a daily report indicating the type and quantities of the testing preformed and any necessary test results and observations. Any defective work shall be immediately reported to the Owner's Representative in writing. III. PLANS AND SPECIFICATIONS: Although not required in order to submit a proposal, if you wish to obtain a complete set of plans and specifications (including the Soils Report), they may be purchased (non- refundable) from PlanIT Reprographics, 760-345-2500, for $110 per set, plus any applicable mailing fees. Additionally, plans may be viewed free of charge on-line at ft lanitre ro ra hics.com user = psas , password = 10psas0108. Also, a complete set of plans and specifications is available for viewing and inspection at the City of Palm Springs, Procurement & Contracting Office at City Hall, during normal business hours (Monday—Thursday, 8am-6pm). City Hall is closed on Fridays. .IV. SCHEDULE Notice for Request for Proposals posted and issued ............................ January 28, 2010 Deadline for receipt of Questions ..................2:00 P.M., Tuesday, February 23, 2010 Deadline for receipt of Proposals ........................ 2:00 P.M., Tuesday, March 2, 2010 Short List / Interviews (*if desired by City)..................................................................TBD Contractawarded ...................................................................................................... TBD V. MINIMUM QUALIFICATIONS AND REFERENCE CONTACT INFORMATION The selected firm must have the requisite training and experience to provide the required special testing and inspection services. The selected firm must have performed similar work on other projects and must include citations. for this work in the proposal submitted. Please include a project list with contacts, including full name and current phone numbers, for all similar projects that have been completed in the past five (5) years. Identify the key personnel who worked on the referenced projects and who are expected to work on this project. VI. PROPOSAL REQUIREMENTS The selected firm's proposal should describe the methodology to be used to accomplish each of the project tasks and services expected as defined in the Scope of Work. The 524762.1 proposal should also describe the work that shall be necessary to satisfactorily complete the tasks and service requirements. Please note that this Request for Proposal 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 Proposing Consultant/Firm to be knowledgeable of the general areas identified in the Scope of Work and of adequate competence 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 Consultant's agreement which do not involve a substantial change from the general Scope of Work identified in this Request for Proposal. The following criteria shall be observed: ❑ The submittal should not exceed 15 pages (sheets of paper), double sided (8Y2" by 11"), including an organization chart, staff resumes and appendices, and cover letter. Dividers, Attachments "A" and "B" and Addenda acknowledgments do NOT count toward the 15 page limit. ❑ One (1) unbound original plus Five (5) bound copies for a total of Six (6) proposals are required. Facsimile (fax), email or other electronically transmitted proposals will not be accepted. ❑ Responses to this Request for Proposal shall be organized into six categories as follows: 1. Information on the Firm. In this section the respondent shall provide a brief introduction, address the size of the firm, the number of years in business, the availability of the firm to perform the tasks and services requested, and the history of the firm. A brief statement of the respondent's understanding of the work shall be included, along with key contact information (address, phone, fax, and email). State the name and title of the firm's principal officer with authority to bind your company in a contractual agreement. 2. Key Personnel. Provide a brief resume for each of the key persons proposed to work on this project (including licenses and certifications). Credentials of corporate executives or firm principals are not necessary or desired unless these individuals , will play an active role in the proposed project. Any key sub- consultants proposed should be. identified, and information on their respective background, experience, qualifications and specific role in the project shall be included. 3. Past Experience/References. In this section, the respondent should list no less than five (5) previous projects to be used as references. The projects listed 524762.1 should demonstrate specific experience with the proposed scope of services contained in this RFP. Please highlight areas of special expertise and any unique qualifications. A contact name and current phone number for each reference shall be provided. 4. Understanding of Scope of Work and Work Proposal. In this section, proposers are requested to demonstrate their understanding of the special testing/inspection services requested in the general Scope of Work, and provide a detailed Work Proposal/Approach to accomplish the tasks. Also, describe the approach you will take to assist the owner in controlling the costs for Special Testing and Inspection Services. In this section, list your Notification requirements (i.e_ 24 hrs) for each type of inspection. Describe any special circumstances that will enable you to respond with short notice to prevent you from responding with short notice. Finally, describe your company policies related to "minimums" (i.e. is there a minimum number of hours required for the work?) May a single inspector perform more than one type of inspection? 5. Local Preference. 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 contractor or 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. The full local preference (5 points) will be awarded to a Local Business. 1 or 2 points,may be awarded to a non-local business that employs or retains local residents and firms for this project. In order for a business to be eligible to claim the preference, the business MUST re guest the preference in the Solicitation response and provide acppyof 524762,1 its current business license or of those it emi2loys for this prooect from a jurisdiction in the Coachella Valley. 6. Cost Proposal. The City estimates the cost of this work at $110,000. In this section, proposers shall include a detailed cost estimate for completion of the scope of services with cost breakdowns by scope element. All professional fees, hourly rates, report fees, travel costs, clerical & communications costs, and any and all other "special" costs or rates must be clearly identified and defined. Hourly rates for each type of off-site and on-site inspection and tests in conjunction with the plans and specifications for this project are to be clearly identified and defined (and note those that will be performed directly by your firm and those that will be sub-contracted to others). In addition, an hourly rate for any additional services that were not originally requested in the Scope of Work, but may be added at the discretion of the City, shall also be included. Note that the Cost Proposal, including all fees and compensation shall remain firm for a minimum of 90 days from the proposal submission deadline. THE PRICING EXERCISE — COST PROPOSAL AS PROVIDED IN ATTACHMENT "B" MUST BE COMPLETED AND INCLUDED WITH YOUR COST PROPOSAL IN ENVELOPE #2. NOTE: Prevailing Wage applies to this work. In accordance with the provisions of California Labor Code Section 1720 (a) (1) and 1772, the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with the standards set forth in Section 1773 for the locality in which the Work is to be performed. A copy of said wage rates is on file at the Division of Procurement & Contracting, City Hall, Palm Springs, California. It shall be mandatory upon the Contractor to whom the Work is awarded and upon any subcontractor under the Contractor to pay not less than said specified rates to all workers employed by them in the execution of the Work, and shall post a copy of said wage rates at the project site. ❑ The prospective Consultant shall designate, by name, the project manager to be employed for this project. Substitution of the project manager by the selected consultant will not be allowed without prior approval by the City of Palm Springs. ❑ All proposals must be received in the City of Palm Springs, Division of Procurement and Contracting office by 200„P.M., LOCAL TIME TUESDAY, MARCH 2, 2010. Proof of receipt before the deadline is a City of Palm Springs, Division of Procurement and Contracting time/date stamp. It is the responsibility of the Proposer to see that any proposal sent through the mail, or by any other 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 Proposer unopened. Proposals shall be clearly marked and identified and must be submitted to: 524762.1 City of Palm Springs Division of Procurement and Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Craig L. Gladders, C.P.M., Procurement & Contracting Manager QUESTIONS: Proposers, 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 Request for Proposal must be submitted IN WRITING and directed ONLY to: Craig L. 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(a7lpalmsorings-ca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the RFP. The deadline for all guestions is 2:00 P.M. Local Time Tuesday, February 23 2010. 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. ❑ Each proposal must include two sealed envelopes. Envelope #1, clearly marked "Work Proposal", shall include the following items: • Information on the Firm, Key Personnel, Past Experience, and References as more fully described in section VI, Proposal Requirements, #1, 2 and 3. Understanding of Scope of Work and Work Proposal as more fully described in section VI, Proposal Requirements, #4. • Complete the "Signature Authorization and Addenda Acknowledgment" form attached hereto as Attachment "A". Attachment "A" must be included in Envelope #1. If applicable, your specific request for Local Preference and a copy of a valid business 524762.1 license from a jurisdiction in the Coachella Valley must also be included with Attachment "A". Envelope #2, clearly marked "Cost Proposal", shall include the following items: • List all fees, hourly rates and unit costs (or other rates or costs as they may apply) for each type of inspection and test that you propose to perform in conjunction with the plans and specifications for this project as more fully described in section VI., Proposal Requirements, #6. This must include any and all reports, reimbursable expenses, and any other costs that the City may incur in in conjunction with the duties of the Special Testing and Inspection firm. • Complete the,"Pricing Exercise" attached hereto as Attachment "B" utilizing the rate schedules offered in your proposal. Attachment "B" must be included in Envelope #2. Prevailing Wage applies to this work. Important Note: 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 Professional Services Agreement — Attachment "C" hereto. Please note that the Exhibits in the sample contract are intentionally not complete and will be negotiated with the selected firm and will appear in the final Professional Services Agreement executed between the parties. Any exceptions to the language contained in the RFP document, sample agreement, including the Insurance Requirements, MUST be included in the Proposal submitted and clearly defined. Exceptions to the City's standard boilerplate professional services agreement, including the insurance requirements, may be considered in the evaluation process. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked firm refuses or fails to execute the Agreement, or negotiations are not successful, the City may, at its sole discretion, enter negotiations with and award the Contract to the second highest ranked Proposer, and so on. VII. RESPONSIBILITY OF PROPOSER All project proposers shall be responsible. If it is found that a proposer is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted a proposal without an authorized signature, falsified any information in the proposal package, etc.), the proposal shall be rejected. Vill. CONSULTANT SELECTION ❑ Each proposal will be reviewed by an evaluation committee to determine if it meets the proposal requirements. Failure to meet the requirements for the Request for Proposal may be cause for rejection of the proposal. 524762.1 ❑ The evaluation committee may, at its sole option, ask for interviews or oral presentations by any proposer(s) participating in this process. Attendance at any such interview will be at the Proposer's expense. ❑ . A final selection of the consultant will be determined following review of all work proposals and/or formal oral presentations. The evaluation committee will make a recommendation of the selected consultant for a contract to be awarded by the City Council. ❑ The selected consultant will work closely with City staff and the Owners Representative throughout the duration of the project. A consulting firm will be selected for final negotiation of a contract based upon the following factors (Total possible 100 points): • Key Personnel/Project Managers/Staff Qualifications: Qualifications of the staff (including sub-consultants) assigned to provide services related to the project: (35 points) • Firm Qualifications/References: History of the firm, availability to perform the tasks and services requested in the Scope of Work, and past experience in projects of similar size and scope, including any special expertise or unique qualifications: (25 points) • Understanding of Scope of Work and Work Proposal: Degree of understanding of the project and testing/inspection services required for the project and detailed Work Proposal for accomplishing the tasks, including controlling costs and notification requirements : (35 points) • Local Preference: If applicable, a firm that meets the requirements of a Local Business as defined by Ordinance 1756 and requests such preference in writing with their solicitation: (5 points) • Project Cost: The project cost will be considered after selection of the best proposals; no weight shall be given to the cost in the selection or ranking of the consultants. A contract shall be negotiated with the selected consultant on the basis of the submitted cost proposal, and in consideration of reasonable and mutually agreed project costs and time requirements. ❑ Award of Contract: It is the City's intent to award a single contract to the firm that can best meet the requirements of the Request for Proposal document. The City reserves the right to award a contract to multiple firms or a single firm 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 consultant to be recommended for award and a contract has been satisfactorily negotiated for consideration. The decision of the City Council will be final. 524762.1 ❑ Public Record: Proposer's attention is drawn to the fact that all proposal documents submitted are subject to' the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the proposals may be made public after the review process has been completed, negotiations have concluded and a recommendation for award has been officially agendized for City Council consideration, and/or following award of contract, if any, by the City Council. ❑ Cost related to Proposal preparation: The City will NOT be responsible for any costs incurred by any Proposer in the preparation or submittal of their respective proposal. ❑ Business License: The successful proposer 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". ❑ Proposal informalities or defects: 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 advertise for new Proposals, as best serves the interests of the City. ❑ Investigations: The City reserves the right to make such investigations as it deems necessary to determine the ability of the Proposer to perform the Work and the Proposer 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 Proposer fails to satisfy the City that such Proposer is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. ❑ Signed Proposal and Exceptions: Submission of a signed Proposal will be interpreted to mean that Proposer 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 must be submitted with the proposal and clearly defined. Exceptions to the City's RFP document or standard boilerplate language, terms or conditions may be considered in the evaluation process. 524762A COPY RESPONSE TO REQUEST FOR PROPOSAL #08-10 SPECIAL TESTING & INSPECTION SERVICES, PALM SPRINGS ANIMAL CARE FACILITY, CITY PROJECT NO. 07-24 Submitted to: City of Palm Springs Craig L. Gladders, CPM Procurement & Contracting Manager 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 March 2, 2010 ati Nei". •i J .. BUILDING STRONG RELATIONSHIPS THROUGH OUR COMMITMENT TO QUALITY SERVICE AND ENGINEERING EXCELLENCE SOUTHERN CALIFORNIA SOIL & TESTING, INC. 6280 Riverdale Street . San Diego, CA. 92120 I phone: 619.280.4321 toll free: 877.215.4321 I fax: 619,280.471; Table of Contents Cover Letter I• Firm Information 2. Key Personnel Organizational Chart Resumes 3. Past Experience/References 4. Understanding of Scope of Work and Work Proposal S. Local Preference 6. Cost Proposal(See envelope#2-Cost Proposal) Attachment B Appendix AttachmentA Business License Addendum#1 Addendum#2 jtµ Geotechnical Services Special Inspection&Materials Testing Laboratory Testing Services Third Party QA/QC Services Cover Letter March 2,2010 SCS&T No, 101 Moo 1 Craig L Gladders,CPM Procurement&Contracting Manager City of Palm Springs 3200 East Tahquitz Canyon Way Palm Springs,CA 92262 City of Palm Springs S Palm Springs International Airport Re: Request For Proposal#08-10,Special Testing&Inspection Services Palm Springs Animal Care Facility,City Project No.07-24 Dear Mr.Gladders: Southern California Soil&Testing,Inc.(SCS&T),a State of California Certified Small Business,is pleased to submit our qualifications to the City of Palm Springs for Special Testing& Inspection Services. Our objective is to work in close collaboration with the City to achieve a seamless delivery of services to successfully meet the project goals. As you know,SCS&T is a multi-disciplined firm providing geotechnical, City of Indio Teen Center materials testing and special inspection services throughout Southern California since 1959. Our full-service laboratory in Indio performs the required testing services on all our projects. We have the means and resources to provide professional services throughout the duration of this contract. Aside from our work with the City,SCS&T has provided similar services to other cities in the Coachella Valley,including the cities of Indio,Coachella, Rancho Mirage,La Quinta and Cathedral City,as well as Upland and Riverside, as well as for the County of Riverside. We have a staff of over 65 full-time employees,including some of whom Proposed Palm Springs Animal Care have been with the firm for over 20 years. Employee retention is one of our Facility site strongest assets. Our clients tend to see the same inspectors,technicians, and engineers throughout the life of a project,which helps to provide continuity,leading to a more clear understanding of our client's project goals. With over 40,000 projects and 50 years in Southern California and our prior experience with the City,we can continue to offer the experience,expertise and resources that you have come to expect from SCS&T. If you have any SCS&T can customize all aspects of project questions,regarding this proposal,or if we can be of any service to you,please contact us. I will serve as SCS&T's Project Manager,and can be reached at: management to accommodate our clients jstone@scst.com (c) 619.944.4031 (o) 760.775.5983 (Q 760.775.8362. budgeting and project management needs while adhering to the standards of delivering We sincerely look forward to the opportunity of further growing and professional services. building our relationship with the City of Palm Springs. CUSTOMIZED SERVICES Documentation Respectfully, Budgeting So thern Califor ' Soil&Testing,Inc. Reporting Billing Archiving James J.S e,RGE,RCE PROJECT MANAGEMENT Principal Geotechnical Engineer SCS&T has a strong commitment to project management. By assigning the project manager Enclosure' Qualifications/Proposal(6) as your day-to-day contact for the duration of your project,SCS&T provides continuity throughout the entire development process. I. Firm Information Founded in 1959,SCS&T is a geotechnical and materials consulting and testing company, Southern California Soil&Testing,Inc.(SCS&T) has earned a reputation offering a wide range of construction support as one of Southern California's premier firms offering engineering and services. From undeveloped land through construction support services. Our team of skilled engineers,inspectors, final construction,SCUT utilizes an in-house and technicians have successfully completed over 40,000 projects throughout laboratory and materials testing facility to Southern California. provide accurate and verifiable data in a timely and cost-effective manner. Name: Southern California Soil&Testing,Inc.(SCS&T) SCS&T's Project Manager: James J.Stone,RCE,RGE Contact Information: 83-740 Citrus Avenue,Suite G a "' Indio,CA 92201-3438 jstone@scst cam 760-775-5983 (office) 619-944-4031 (cell) 760-775-8362 (fax) Years in Business: SOYears Type of Ownership: Corporation Palm Springs Animal Care Facility No.of Employees: 6S Services: Geotechnical Engineering&Engineering Geology Special Inspection,Including DSA& OSHPD Inspection Soils& Materials Laboratory Testing Third Parry Quality Assurance/Quality Control SCS&T is submitting this proposal for professional special testing and. inspection services for a new 20,000 square-foot animal care facility on three-acres. Inspection may occur at on or off-site locations. Testing and inspection services will include,but are not limited to: San Diego Zoo's Heart of the Zoo • Soils Compaction and DensityTests • Structural Concrete HotdingArea • Drilled Piers • Site Concrete • Mortar • Masonry • Grout • Concrete Pavement • Structural Steel • Steel Joists Metal Decking • Cold Formed Metal Framing • Metal Fabrications • Reinforcing Steel • Welding • Fireproofing • Bolts and Imbeds • Mechanical Connectors James J.Stone,RCE,RGE,Principal Geotechnical Engineer,has the authority to contractually bind the firm. 2. Key Personnel City of Palm Springs Craig L.Gladders,CPM Procurement & Contracting Manager Project Stakeholders Community Groups Outside Agencies Owner's Representative 2. Key Personnel James J.Stone, RCE, RGE Project Manager Experience& Responsibilities Jim has 40 years of construction industry experience and has been in the geotechnical field since 1969. He has been employed with SCS&T for ten Palm Springs Animal Facility Location years working on a variety of project types including infrastructure and public works,educational,residential,healthcare and governmental. He has worked on numerous projects for various municipalities and agencies,which include James J.Stone,RCE,RGE the Cities of Palm Springs,Indio,Rancho Mirage,San Diego,Poway,and Costa Principal Geotechnical Engineer Mesa and the Counties of Riverside and San Diego. EDUCATION: As the Project Manager for this contract Jim will be the single point of University of Hawaii at Manoo contact with the City,coordinating field inspections as required,reviewing Graduate Studies,Ocean Engineering field reports and test data,and preparing reports of field inspection and testing as required. He will be responsible for responding to requests for San Jose State University MS,Geotechnical Engineering information (RFI's)with respect to geotechnical and materials engineering portions of construction,consulting with the City as needed,and preparing University of Santa Clam final reports summarizing inspection and testing operations and our BS,Civil Engineering conclusions regarding conformance of the work with project plans and specifications. CERTIFICATIONS: Registered Geotechnical Engineer Project Experience State of California#808 • City of Palm Springs Registered Civil Engineer Palm Springs Animal Facility Geotechnical Investigation State of California#25081 Palm Springs International Airport.Phases 1-111 Golf Club Drive Culvert Reconstruction ADDITIONAL TRAINING: Storm Drain Line 22,Stage 2 40 Hour HAZWOPR Training • Palm Springs International Airport Runways MSHA 8 Hour Mine Safety Course • City of El Cajon Proposed Animal Shelter • City of Chula Vista Animal Care Facility Pavement Investigation MEMBERSHIPS&ASSOCIATIONS: City of Coachella American Society of Civil Engineers(ASCE) Street Rehabilitation Phases 4 Sidewalk(SB821) Construction Project CIP 2008-14 AWARDS&PUBLICATIONS: • Zoological Society of San Diego California GeottheYe r 199l Engineers Association New Heart of the Zoo,San Diego Zoo Project of the Year ical Galapagos Tortoise Barn,San Diego Zoo Journal of Geotechnical and Geoenvironmental • City of Indio On-Call Services Engineering 1997"Liquefaction Failure and Teen Center Remediation:King Harbor Redondo Beach, Sport Complex California" Street Rehabilitation Phases I-W Downtown Improvements.Phase I Various Parks Corporate Yard Golf Course Lights&Maintenance Building • Kinder Modular Stucco Buildings at Las Palmitas&Mountain View Elementary Schools,Coachella Valley Unified School District • City of Cathedral City Sky Blue Water Trail Sidewalk Improvements • City of Rancho Mime Whitewater River Channel South Bank • County of San Diego On-Call Services • Moreno Valley Water Treatment Plant Sludge Handling Facility • County of Riverside Southwest Sedimentation Basin at Badlands Sanitary Landfill • Twentynine Palms MCAGGC Combined Arms Military Operations in Urban Terrain Project Mini-Mall and Fueling Station 2. Key Personnel Gordon M.Woodard, RICE Materials Engineer « Experience&Responsibilities Gordon Woodard possesses a broad range of engineering expertise,bringing over IS years of materials testing and inspection services to the team. His Palm Springs International Airport experience is diverse,specializing in both higher and secondary education, public works,infrastructure,healthcare and residential type projects throughout Southern California. Gordon has been with Southern California EDUCATION: Soil&Testing,Inc.since 1994. Son Diego State University BS,Civil Engineering Gordon's duties include the supervision of laboratory and inspection staff; management of materials testing and inspection,building envelope,roofing. CERTIFICATIONS:d Civil n and waterproofing,and Quality Assurance/Quality Control;review of Registered Civil Engineer State of California #boas I _construction plans and specifications;attending jobsite meetings;selection and supervision of project staff;overseeing implementation of Quality City of San Diego Assurance programs;preparing and monitoring service estimates;and Prestressed Concrete#631 reviewing and reporting test results. Reinforced Concrete#631 Project Experience City ofTemecula Prestressed Concrete #0877836-89 • City of Palm Springs Reinforced Concrete #0877836-89 Palm Springs International Airport Phases 1-III • Palm Springs International Airport Runways International Code Council(ICC) - City of Indio On-Call Services Prestressed Concrete #0877836-89 Avenue 48 Bridge Retrofit Reinforced Concrete#0877836-48 Well BB • City of Coachella Street Rehabilitation Phase 4 American Concrete Institute(ACI) County of San Diego On-Call Services Grade I#00931735 City of Carlsbad On-Call Services • City of Poway Heights Reservoir MEMBERSHIPS&ASSOCIATIONS: City of El Cajon Public Safety Center Building Industry Association(81A) Salk Institute Animal Facility Expansion,La Jolla American Concrete Institute(ACI Zoological Society of San Diego Roof Consultants Institute(RCI) Crocodile Exhibit,San Diego Zoo National Roof Contractors Association(NR New Elephant Odyssey,San Diego Zoo American Society of Civil Engineers(ASCE) Giraffe Exhibit,San Diego ZooNew Heart of the Zoo,San Diego Zoo Journey into Africa,Wild Animal Park Iguana Breeding Facility,WildAnimal Park Lion Exhibit,WildAnimal Park • Twentynine Palms MCAGGC Combined Arms Military Operations in Urban Terrain Project - Ironwood County Club New Clubhouse,Palm Desert • Palo Verde College Claypool Building Refurbishment,Needles Fine&Performing Arts Complex,Phase 4,Blythe • Mt.San Jacinto Community College District Baseball&Football Scoreboards Modular Building 750 • Terra Lago Infrastructure,Bridges and Masterplanned Development,Indio • Sun City Shadow Hills,Indio • Dink's Restaurant& Ultra Lounge,Palm Springs • Wolff Waters Place Apartments,La Quinta • High School#4,Desert Sands Unified School District • Starbucks Retail Center,Riverside 2. Key Personnel � �r Jimmy Sanchez wl` " Lead Inspector Experience& Responsibilities Jimmy has been in the construction industry since 1998,and joined SCS&T in 2004. His prior experience includes working for a grading contractor City of Palmsprl4gsAnimal Facility where he operated heavy equipment and assisted with mechanics. Jimmy has additional experience as a tile setter,and was also a customer services representative for a local homebuilding company. CERTIFICATIONS: As Lead Technician,Jimmy provides soils observation,inspection,and testing, Troxier Certification including grading,backfill,underground utilities,and asphalt testing;as well as Nuclear Gauge#41757 ACI concrete inspection. International Code Council(ICC) Soils Special Inspector Project Experience American Concrete Institute(ACI) City of Palm Springs Concrete Field Testing Technician Grade I Palm Springs Animal Facility Geotechnical Investigation #01055801 Palm Springs International Airport Phases 1-III Golf Club Drive Culvert Reconstruction MEMBERSHIPS&ASSOCIATIONS: Vista Chino Widening American Concrete Institute Storm Drain Line 22,Stage 2 International Code Council • Palm Springs International Airport Runways • Zoological Society of San Diego New Heart of the Zoo,San Diego Zoo Lion Exhibit,WildAnimal Park • City of Indio On-Call Services Teen Center Sport Complex Street Rehabilitation Phases I -VII Downtown Improvements Phase I Various Parks Avenue 48 Bridge Widening Corporate Yard Golf Course Lights&Maintenance Building • City of Coachella Street Rehabilitation Phases 4&5 Sidewalk(SB821) Construction Project CIP 2008-14 • City of La Quinta Street Improvements • City of Cathedral City Sky Blue Water Trail Sidewalk Improvements • Gerald Ford Drive Left Turn Bay,Palm.Desert • County of Riverside Southwest Sedimentation Basin at Badlands Sanitary Landfill • City of Riverside Andulka Park Orange Terrace Park Complex • County of San Diego On-Call Services • City of Rancho Mirage Whitewater River Channel South Bank • Kinder Modular Stucco Buildings at Las Palmitas Elementary School, Coachella Valley Unified School District • Ironwood County Club New Clubhouse,Palm Desert - Twentynine Palms MCAGGC HQBC Armory Mini-Mall and Fueling Station • Mt.San Jacinto Community College District Modular Building 750 2. Key Personnel EDUCATION: Joe Blakely Marian College BA,Business Administration Inspector CERTIFICATIONS: Experience&Responsibilities City of San Diego Reinforced Concrete#286 Joe has been in the construction industry since 1980 and joined SCS&T Prestressed Concrete#286 in 1994. He has worked on all types of projects including infrastructure, Structural Masonry#286 residential,educational,industrial and commercial. Joe provides inspection Structural Steel and Welding#286 and testing of concrete,masonry,fireproofing,post-tension concrete and Spray-Applied Fireproofing#286 welding. International Code Council(ICC) Project Experience Reinforced Concrete#0840463-88 Prestressed Concrete#0840463-89 City of Palm Springs Structural Masonry#0840463-84 Palm Springs International Airport Phases 1-111 Structural Steel and Welding#0840463-85 Storm Drain Line 22,Stage 2 Spray-Applied Fireproofing#0840463-86 City of Riverside Andluka Park • City of San.Diego As-Needed Services American Concrete Institute(ACI) • County of San Diego On-Call Services Grade 1#996768 • Salk Institute Anima) Facility Expansion,La Jolla • Zoological Society of San Diego MEMBERSHIPS&ASSOCIATIONS: Crocodile Exhibit,San Diego Zoo American Concrete Institute New Heart of the Zoo,San Diego Zoo International Code Council Lion Exhibit,Wild Animal Park Mammal Holding Structure,San Diego Zoo Membership Booth,San Diego Zoo Transportation Center,San Diego Zoo Panda Exhibit Expansion,San Diego Zoo New Elephant Odyssey,San Diego Zoo Journey into Africa,Wild Animal Park Education Center,WildAnimal Park Mites Woodard Miles Woodard Special Inspector Inspector CERTIFICATIONS: International Code Council(ICC) Experience&Responsibilities Reinforced Concrete#5077516-49 Prestressed Concrete#5077516-92 Miles has been in the construction industry since 1998 and specifically in the Building Inspector UBC#5077516-10 construction inspection field since 1999 when he joined SCS&T. Prior to joining SCS&T,Miles worked in construction framing. As a Special Inspector, American Concrete institute(ACI) Miles provides inspection of concrete and post-tension concrete;and Field Testing Technician Grade I#035478 observation and documentation of waterproofing,roofing,building envelope, and underground utilities. Miles also performed leak investigations. Roof Consultants Institute(RCI) Quality Assurance Observer#22107 Project Experience Registered Roof Observer#0472 • City of Palm Springs Troxler Certification Palm Springs International Airport Phases 1-111 Nuclear Gauge • City of Indio On-Call Services Downtown Improvements Phase I MEMBERSHIPS&ASSOCIATIONS: County of San Diego On-Call Services American Concrete Institute Fine and Performing Arts Phase 4,Palo Verde College,Blythe International Code Council • Megan Cope Elementary School,San Jacinto Unified School District • Terra Lago Infrastructure,Bridges and Masterplanned Development,Indio • Sun City Shadow Hills,Indio • Dink's Restaurant& Ultra Lounge,Palm Springs • Wolff Waters Place Apartments,La Quinta 2. Key Personnel Michael Germinsky Inspector Experience& Responsibilities Michael has been in the construction industry and with SCS&T since 2006. Prior experience encompasses work as a customer service representative Palm Springs IntemadonalAirpmt and order selector,which included quality control and safety coordination. Michael joined SCS&T in 2006. As a Special Inspector,Michael provides CERTIFICATIONS: inspection of concrete,fireproofing and masonry. International Code Council(ICC) Project Experience Structural Masonry#5274303-84 Structural Masonry UBC#5274303-X4 City of Palm Springs Prestressed Concrete#5274303-92 Spray-Applied Fireproofing 4303-903-86 Palm Springs Animal Facility Geotechnical Investigation Reinforced Concrete#5274303.49 Palm Springs International Airport Phases I-III Storm Drain Line 22,Stage 2 American Concrete Institute(ACI) - Palm Springs International Airport Runways Field Testing Technician Grade 1#01068541 - Zoological Society of San Diego Journey into Africa,Wild Animal Park Division of the State Architect(DSA) - City of Indio On-Call Services Masonry#5166 Avenue 48 Bridge Widening Corporate Yard Cky of Irvine Golf Course Lights.& Maintenance Building Reinforced&Prestressed Concrete#2436 Street Rehabilitation Phases I -VII Sungold&Indio Boulevard Storm Drain Replacement City of Riverside Well BB Reinforced&Prestressed Concrete#SP07-001 • City of Riverside Andulka Park MEMBERSHIPS&ASSOCIATIONS: Orange Terrace Park Complex American Concrete Institute • City of Cathedral City Sky Blue Water Trail Sidewalk Improvements International Code Council • Gerald Ford Drive Left Turn Bay,Palm Springs • Palo Verde College Claypool Building Refurbishment,Needles Fine&Performing Arts Complex,Phase 4,Blythe • Mt.San Jacinto Community College District Modular Building 750 • Avalon Palm Springs Residential Neighborhood • Cardenas Market,Indio • Kentucky Fried Chicken,Indio • Terra Largo Infrastructure,Bridges and Masterplanned Development,Indio • Sun City Shadow Hills,Indio • Indian Manor Hotel,Indio Ironwood County Club New Clubhouse,Palm Desert • Twentynine Palms MCAGGC HQBC Armory Mini-Mall &Fueling Station • Wolff Waters Place Apartments,La Quinta • Avalon,Palm Springs Village Wells Fargo Bank,Palm Desert&La Quinta - Camp Pendleton Traffic Improvements X018 • Pala Wastewater Treatment Plant,San Diego County • Frito-Lay Distribution Center,Murrieta • PGA Stadium-Tournament Club,La Quinta 2. Key Personnel Joe Kjolsrud Inspector Experience &Responsibilities Joe has over 32 years of construction industry experience and has been employed with SCS&T since 2005. He worked for 19 years as a concrete dtyo(RiversideorangeTerracePw* estimator and general construction estimator in the Inland Empire. Other experience includes work for a concrete construction company as a cement mason and concrete form carpenter. Skills include estimating,proposal CERTIFICATIONS: preparation,purchasing,dispatch,field support and operations coordination. City of Riverside In his current role as a Special Inspector,Joseph's responsibilities include Reinforced Concrete#SP05-0020 Structural Masonry#SP05-0020 inspection of concrete,masonry,and welding. Structural Steel&Welding#SPOS-0020 Project Experience International Code Council(ICC) Reinforced Concrete#5230739-49 • City of Palm Springs Structural Masonry#5230739-X4 Palm Springs International Airport Phases 1-111 Structural Steel&Wellding#5230739-85 " Palm Springs International Airport Runways • City of Indio On-Call Services American Concrete Institute(ACI) Various Parks Field Testing Technician Grade 1#00039898 Avenue 48 Bridge Widening Street Rehabilitation Phases I -VII CPN Nuclear Gauge Jackson Street Storm Drain Certification#44682 Golf Course Lights Well.BB MEMBERSHIPS&ASSOCIATIONS: • City of La Quinta Street Improvements American Concrete Institute • City of Riverside International Code Council Andulka Park Orange Terrace Park Complex • City of Coachella Street Rehabilitation Phases 4 • County of San Diego On-Call Services • Palo Verde College Claypool Building Refurbishment,Needles • Dink's Restaurant& Ultra Lounge,Palm Springs • Wells Fargo Bank,Palm Desert&La Quinta • Ironwood County Club New Clubhouse,Palm Desert • Cardenas Market,Indio • Terra Lago Infrastructure,Bridges and Masterplanned Development,Indio • Sun City Shadow Hills,Indio • Wolff Waters Place Apartments,La Quinta • Starbucks Retail Center,Riverside • La Quinta Resort&Club • Indian Wells Golf Resort • Classic Party Rentals,Various Sites,Coachella Valley • Murrieta Border Patrol Facility,Murrieta • Temecula Valley High School,Temecula Unified School District • Pechanga Golf Course Starter Pavilion,Temecula • Sharp Memorial Hospital,San Diego • Pacific Beacon BEQ,32nd Street Naval Base,San Diego 2. Key Personnel Ron Saudour Laboratory Manager Experience&Responsibilities Ron has been in the industry since he joined SCS&T in 1983,having a solid base of construction knowledge and expertise as it relates to testing and Palm springs International Airport materials. As Laboratory Manager,Ron schedules special inspections and coordinates the responsibilities in our San Diego and Indio laboratories to meet the challenges of varying workloads and conditions. He is responsible for maintenance and procurement of any equipment required for certification CERTIFICATIONS and/or approval by the various licensing agencies,such as the Division of the American Concrete Institute 1# 97818 State Architect(DSA) Cement Concrete Reference Laboratories(CCRL), Field Testing Technician Grade 1 Technician 9 American Society for Testing and Materials (ASTM),Caltrans,and the Concrete Strength Testing Technician#997818 Concrete Laboratory Testing Technician American Association of State Highway Transportation Officials (AASHTO). Grade 1#997818 Ron maintains approval by all of the relevant regulatory and licensing agencies. Caltrans Testing Methods Nos. 106,201.202,216,217,301,304,308,309, Project Experience 366,370.382,504,518,521,523,523.2,533, 539,540,556,557 • City of Palm Springs Palm Springs International Airport Phases 1-III Troxler Certified Storm Drain Line 22,Stage 2 Nuclear Gauge Certified#3329-80 • Palm Springs International Airport Runways • Zoological Society of San Diego Roofing Consultants Institute(RCI) Crocodile Exhibit,San Diego Zoo Quality Assurance Observer#10829 New Heart of the Zoo,San Diego Zoo Lion Exhibit,WildAnimal Park MEMBERSHIPS&ASSOCIATIONS: Mammal Holding Structure,San Diego Zoo American Concrete Institute Membership Booth,San Diego Zoo Roofing Consultants Institute Transportation Center,San Diego Zoo Panda Exhibit Expansion,San Diego Zoo New Elephant Odyssey,San Diego Zoo Journey into Africa,Wild Animal Park Education Center,WildAnimal Park • City of Indio On-Call Services Various Parks Avenue 48.Bridge Widening Street Rehabilitation Phases I -VII Jackson Street Storm Drain Golf Course Lights& Maintenance Building Well.BB • City of Coachella Street Rehabilitation Phases 4&5 Sidewalk(SB821) Construction Project CIP 2008-14 • City of Cathedral City Sky Blue Water Trail Sidewalk Improvements • City of Riverside Andulka Park Orange Terrace Park Complex • County of San Diego On-Call Services • City of Carlsbad On-Call Services • City of San Diego As-Needed Services • City of National City On-Call Services • Palo Verde College Claypool Building Refurbishment,Needles Fine& Performing Arts Complex,Phase 4,Blythe • Salk Institute Animal Facility Expansion,La Jolla 2. Key Personnel Raleigh Easton Assistant Laboratory Manager Experience& Responsibilities Raleigh has been in the construction industry since 1997 and specifically in the materials testing and special inspection field since he joined SCS&T San Diego zoo in 2000. Prior to joining SCS&T,Raleigh performed framing and masonry construction work. As aAssistant Laboratory Manager,Raleigh is responsible for performing City of much of the day-to-day training and testing in the laboratory. He is City of San Diego Y- Y $ g� ry. Reinforced Concrete#877 responsible for maintenance and procurement of any equipment required for Post-Tension Concrete#877 certifications and/or approval by the various licensing agencies,and runs all tests according to CCRL,ASTM,and AASHTO. Raleigh also acts as a special International Code Council(ICC) inspector providing various tests and quality control inspections. Reinforced Concrete#5077620-48 Post-Tension Concrete#5077620-92 Project Experience CaltransTesting Methods • City of Palm Springs Nos. 105,106,125-AC,125-AG/Soils,201,202, Palm Springs International Airport Phases 1-111 250,211,213,214,216,217,226,227,229,231, Storm Drain Line 22,Stage 2 301,304,305,308,309,366,367,370,375,382, • Palm Springs International Airport Runways 504,518,521,523,523.2,533,539,540,556, • Zoological Society of San Diego 557 Crocodile Exhibit,San Diego Zoo New Heart of the Zoo,San Diego Zoo American Concrete Institute(ACI) Lion Exhibit,WildAnimal Park Grade 1#049686 Mammal Holding Structure,San Diego Zoo Concrete Strength Testing Technician#049686 Transportation Center,San Diego Zoo Gorilla Exhibit,Wild Animal Park National Concrete Masonry association .New Elephant Odyssey,San Diego Zoo Concrete Masonry Testing Technician#4701R Journey into Africa,Wild Animal Park CPN Certified Education Center,WildAnimal Park Nuclear Gauge#44787 New Transportation Center,Wild Animal Park • City of Indio On-Call Services MEMBERSHIPS&ASSOCIATIONS: Various Parks American Concrete Institute Avenue 48 Bridge Widening International Code Council Street Rehabilitation Phases I-VII National Concrete Masonry Association Jackson Street Storm Drain Golf Course Lights&Maintenance Building Well BB • City of Coachella Street Rehabilitation Phases 4&5 Sidewalk(SB821) Construction Project CIP 2008-14 • City of Riverside Andulka Park Orange Terrace Park Complex County of San Diego On-Call Services • City of Carlsbad On-Call Services • City of San Diego As-Needed Services • City of National City On-Call Services • Palo Verde College Claypool Building Refurbishment,Needles Fine&Performing Arts Complex,Phase 4,Blythe • Salk Institute Animal Facility Expansion,La Jolla • Terra Lago Infrastructure,Bridges and Masterplanned Development,Indio Ironwood County Club New Clubhouse,Palm Desert 2. Key Personnel Anthony Wiant Laboratory Technician Experience& Responsibilities Anthony joined SCS&T in 2008. As a Laboratory Technician,Anthony is responsible for performing day-to-day testing in the laboratory,including sieve Palo Verde College rage&Performing Arts analysis,consolidation,direct shears,R-value,and LA abrasion testing. He convlex run all tests according to standards set by the Cement Concrete Reference Laboratories(CCRL),American Society forTesting and Materials (ASTM), Caltrans,and the American Association of State Highway Transportation Officials (AASHTO). Project Experience • City of Palm Springs Palm Springs International Airport Phases 1-III Storm Drain Line 22,Stage 2 Acanto Street • Palm Springs International Airport Runways • Marriott Renaissance,Palm Springs • Dink's Restaurant&Ultra Lounge,Palm Springs • City of Indio On-Call Services Street Rehabilitation PhaseVI I Downtown Improvements Phase I Jackson Street Bridge • City of Coachella Sidewalk(SB821) Construction Project CIP 2008-14 • City of Cathedral City Sky Blue Water Trail Sidewalk Improvements • Palo Verde College Fine&Performing Arts Complex,Phase 4,Blythe • Ironwood County Club New Clubhouse,Palm Desert • Twentynine Palms MCAGGC HQBC Armory Mini-Mall and Fueling Station • Mt.San Jacinto Community College District Baseball Scoreboard • Terra Lago Infrastructure,Bridges and Masterplanned Development,Indio • Sun City Shadow Hills,Indio • Wolff Waters Place Apartments,La Quinta • PGA Stadium-Tournament Club,La Quinta • Classic Party Rentals,Various Sites,Coachella Valley 3. Past Experience/References City of Indio On-Call Contract Various Capital Improvement Projects for the City and Redevelopment Agency since 2005 including: • 12,500 square-foot,four-acre Indio Teen Center including parking, W counseling/resource center,multi-purpose rooms,two conference rooms, internet cafe,and basketball court. • City-Wide Street Rehabilitation Program Phases I-VI. • Avenue 48 Bridge Improvements. • Slurry seal at Avenue 46th&Shields Road and type I REAS Slurry for wet Indio Teen Center track abrasion testing for Phase VI of the road rehabilitations. • Jackson Street overhead and overcrossing repair and retrofit. • Downtown Indio Phase I Improvement projects,which will include street improvements,underground conduit system,sewer and water lines, and landscaping. - Geotechnical investigation for six city parks and geotechnical testing during construction for three of the parks. *� Light post bases at the Indio Municipal Golf Course. • Various waterline improvements,pump stations,and city water wells. Geotechnical Services:Geotechnical Investigation;Pavement Investigation;Grading Asphalt,Caisson Drilling,BackFll and Base Material Observation &Testing Cahuilla Park Special Inspection &Materials Testing:Concrete,Masonry,Welding City of Indio,Grant Eklund 760-342-6530 County of San Diego On-Call Contract SCS&T had been providing geotechnical,materials testing and special inspection services to the County since 2005,including: • New libraries in Fallbrook&Alpine. • New Clemmens Lane Park. • Lakeside Ball Field. • Sweetwater Lane Park Field Improvements. • Expansion and Remodel of Spring Valley Community Center. • Black Canyon Bridge. Fallbrook Library Hansen Lane road and bridge widening. • Blue Sky Ranch Road and Wildcat Canyon Road cut slope stability and the widening of Wildcat Canyon Road to handle increased traffic to Barona Casino. • Agua Caliente Park Caravan Improvements. • Rancho Santa Fe roundabouts. Parking lot upgrades and expansions at Hellhole Canyon,Undo Lake, Cactus Park,and Guajome County Park,and the Alpine Sheriff Substation. Geotechnical Services:Geotechnical Investigation;Percolation Testing;Observation& Testing of Subgrade,Base,Curb& Gutter,Asphalt,Grading and Back fill Special Inspection &Materials Testing:Concrete,Masonry Black Canyon Bridge County of San Diego,Larry Horsman 858-694-2842 3. Past Experience/References Zoological Society of San Diego SCS&T has been working with the Society for over 17 years at both the Zoo and the Wild Animal Park. We have provided special inspection,materials testing,geotechnical and third party observation and testing services. Projects have included: Lion Exhibit,Wild Animal Park,Escondido-Exhibit including a holding building,elevated walkways,paved pathways and other improvements. • journey Into Africa,Wild Animal Park,Escondido-213-acre tour including Heart of the Zoo Holding Area animal holding facilities,a new maintenance building,a new boarding monorail boarding station,new boma,the Great Rift Lift,and an elevator transporting visitors from Mombasa Villabe to the lower journey Into Africa exhibits. • New Transportation System,Wild Animal Park,Escondido-Expansion and reconstruction of the park transportation system. • Lion Exhibit,Wild Animal Park,Escondido-Exhibit including a holding building,elevated walkways,paved pathways and other improvements. • The New Heart of the Zoo,San Diego Zoo- New three-acre project creating an Asian and African tropical rainforest in the middle of the Zoo. Project includes primate holding area,new flamingo pond,African reptile building,crocodile and hippo holding tanks,pig exhibit,elevated walkways, water fountains,retaining walls,and other exhibit details. • Elephant Odyssey,San Diego Zoo-Seven-acre naturalistic habitat Wild Animal Park Lion Exhibit highlighting the story of California's past animal inhabitants and featuring their living relatives. Project included a 20,000-gallon pachyderm pool,and holding and exhibit areas. Geotechnical Services:Geotechnical Investigation,Grading,Slope Stability& Foundation Analysis,Fault Trenching,Observation &Testing of Footings,Grading, Underground Utilities,Woll Backfill,Subgrode and Bose Materials,Historical Research Special Inspection &Materials Testing:Concrete,Masonry,Steel QA/QC Services:Observation of Installation of Storm Drains,Irrigation Systems, Sewer Mains,and Rough Electrical and Mechanical Systems Zoological Society of Son Diego,Robyn Badger 619-231-1515 County of Riverside Southwest Sedimentation Basin at Badlands Sanitary Landfill,Moreno Valley New sedimentation basin to ensure the Badlands Landfill remains compliant with the requirements of the EPA Construction General Permit and Code of Federal Regulations. 35-foot high spillway embankment with drain pipe and riser. Flattening of landslide slope Within the basin grading limits and construction of a buttress along the landslide toe limits. Construction of associated drainage structures. Southwest Sedimentation Basin at Geotechnicol Services:Earthwork Observation &Testing,Geologic Mapping of Badlands Sanitary Landfill Excavation Slopes Special Inspection &Materials Testing:Concrete,Shotcrete County of Riverside,Andy Cortez 951-486-3253 3. Past Experience/References ' City of Riverside Parks&Recreation Department Andulka Park-Project includes 10 tennis courts with bleachers and retaining walls,basketball courts,tot playground,pro shop,gazebos,Musko lights,access roads,and expansion of existing parking lot. Reconstruction of failed slopes due to runoff from up-slope natural drainage channels. Western tributary outlet consisting of a drainage channel and energy dissipation structures installed above failed slopes to collect and divert surface runoff water around slope area. Assessment of debris scattered on northern part of site. Orange Terrace Park Complex Orange Terrace Park-30-acre site. New 13,600 square-foot library with computer stations,meeting/study rooms,and a performance stage. New 25,400 square-foot community center with banquet and meeting rooms, covered picnic area,and courtyard;and a new gymnasium. Energy- efficient architecture and LEED-certified buildings. Expansion of park includes new baseball fields and basketball courts,children's water play area,and extended turf area. Parking lot expanded to more than 400 spaces. Geotechnical Services:Geotechnical Investigation;CorrosivityAssessment;Foundation &Seismic Design Parameters;Observation &Testing of Grading,Underground Utilities,Backfill,Sidewalk,Subgrade,and Bose Materials, Special Inspection&Materials Testing:Concrete,Post-Tension Concrete,Masonry City of Riverside,Randy McDaniel 951-826-2006 City of Poway On-Call Contract • 1996-1997 and 1999-2000 street maintenance programs. r° • 1998 overlay maintenance program. • Road improvement projects on Espola Road,Scripps Poway Parkway, Norwalk Street,York Avenue,and Sycamore Avenue. • Widening of Pomerado Road and the accompanying bike lane. • High Valley Emergency Access Road new alternate access route for fire emergencies and improvements to existing roads. • Oak Knoll Trunk Sewer replacement. Heights Reservoir Replacement and upgrading of the water system pipeline,water mains and the addition of fire hydrants for additional fire protection in the Green Valley area and on Via Molinero. • Heights Reservoir. • Pipeline mortar lining repair on High Valley Road. • Pomerado Creek flood control. • Twin Peaks ground water investigation. • Poway Park rest rooms. • Lake Poway administrative modular building. Geotechnical Services:Geotechnical Investigation,Grading& Foundation Plan Review;Observation &Testing of Asphalt,Grading,Subgrade,Underground Utilities, and Base Special Inspection &Materials Testing.Concrete City of Poway,Jeff f Beers 858-668-4624 4. Understanding of Scope of Work SCS&T is known as one of the most comprehensive laboratory and testing facilities SCS&T will provide all special testing and inspection services as required by in Southern California. the plans and specifications prepared for City Project 07-24 by Swatt Miers Architects and dated January 18,2010. Testing and inspection services will If it can be built,we can test it.When other include soils compaction and density tests,structural concrete,drilled piers, testing and inspection firms do not have the site Concrete,mortar,masonry,grout,concrete pavement,structural steel, necessary equipment or expertise required to steel joists,metal decking,cold formed metal framing,metal fabrications, process tests,they come to us.We have been reinforcing steel,welding,fire proofing,bolts and imbeds,and mechanical referred to as"the lab's lab:' connectors. Inspections will occur both on and off site. All laboratory testing and inspections are performed without compromise and are SCS&T will have its inspector(s) report to the on-site office of the Owner's Representative and log in. SCS&T's inspector will also log out noting the time executed in compliance with current industry standards. of departure and the testing that has been performed. In addition,SCS&T's inspector(s)will submit a daily report indicating the type and quantities of SCS&T also provides non-destructive the testing performed and any necessary test results and observations. Any examination and testing,which is used to defective work will be immediately reported to the Owner's Representative examine materials without undermining their in writing. future usefulness_ SCS&T understands that the project comprises grading,landscaping,irrigation, fencing,lighting,street improvements and general building construction of the new Palm Springs Animal Care Facility as detailed in the Plan&Specification entitled"City of Palm Springs Animal Care Facility,City Project No.07-24. SCS&T will provide the special testinglinspection services requested in the general Scope of Work. A detailed Work Proposal/Approach to accomplish the tasks is outlined below. Geotechnical Observation&Testing • Earthwork--periodic or full time observation of mass grading as required,and performance of field density tests to evaluate the degree of compaction achieved. In the event failing tests or otherwise unsatisfactory work is noted,the situation will be brought to the attention of the Owner's Representative immediately,and recommendations will be prepared for appropriate corrective action. •. UtilityTrench Backfill periodic or full time observation of utility trench backfill as required,and performance of field density tests to evaluate the degree of compaction achieved. In the event failing tests or otherwise unsatisfactory work is noted,the situation will be brought to the attention of the Owner's Representative immediately, and recommendations will be prepared for appropriate corrective PROCEDURAL GUIDELINES& action. CERTIFICATIONS Road/Parking Subgrade Preparation -periodic or full time observation We are certified by and adhere to the of subgrade preparation for roadways,parking areas,permeable pavers, guidelines of several regulatory agencies, curb and gutter,and interior and exterior slabs-on-grade as required, including. and performance of field density tests to evaluate the degree of compaction achieved. AASHTO Material Reference Library Base Course-periodic or full time observation of base course for American Society for Testing&Materials Materials pavements as required,and performance of field density tests to (ASTM)California Building Code(CBC) evaluate the degree of compaction achieved. • Permeable Pavers-periodic or full time observation of permeable Cement&Concrete Reference Laboratory (CCRL) pavers as required. The City of Los Angeles Foundation Excavations-periodic of foundation excavations to check The City of San Diego that the conditions exposed are consistent with the subsurface Division of the State Architect(DSA) materials described in the geotechnical report. Federal Aviation Administration(FAA) Laboratory Testing—laboratory maximum density/optimum moisture International Building Code(IBC) content tests,sieve analyses,R-value tests,Sand Equivalent tests, State of California(Caltrans Specification) asphalt conformance testing and corrosivity tests to verify that the Title 24 materials used in the earthwork are in conformance with project plan&, US Army Corps of Engineers and specifications. US Department of Agriculture (k, 4. Understanding of Scope of Work SCS&T provides special inspection,with its own staff of multi-credentialed inspectors, Special Inspection & Materials Engineering allowing us to save our clients money by using • Reinforcing Steel -periodic during placement of steel and before a single inspector for multiple tasks. placement of concrete. • Reinforced Concrete-continuous during placement of concrete. We also provide field observation and testing Samples of concrete will be molded for testing as required. Slump and during earthwork to assist in the air content tests will be performed as required. implementation of geotechnical • Structural Field Welding and Field Welding of Reinforcing Steel- recommendations and specifications. Continuous during the welding process. Special inspection of shop welds will be performed as required by the Owner's Representative. • Ultrasonic Testing of Full and Partial Shop and Field Welds-periodic as required. • High-Strength Bolting-periodic to verify faying surfaces and tight fit or proper torque as required. • Drilled and Epoxy Adhesive Anchors -continuous during anchor installation. • Structural Masonry-periodic at the start of unit laying,after placement of reinforcing steel,and prior to grouting operations;and continuous during grouting operations. • Fireproofing-periodic inspection of application to check thickness, and density. • Wood Framing-periodic to verify materials,application and spacing of roof sheathing,and bracing and bridging of trusses. • Shear Wall-periodic during nailing,bolting,anchoring and other fastening of wood shear walls with fastener spacing less than or equal to four-inches on center. • Laboratory Testing-strength tests of concrete cylinders,grout prism compression tests,mortar cylinder compression tests,masonry block absorption tests,masonry block compression tests,masonry shrinkage tests,fireproofing density tests and tensile tests If bolt assemblies. SCS&T will periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by the Agreement between the City and SCS&T as the Contract Officer will require. SCS&T acknowledges that the City is greatly concerned about the cost of the work and services to be performed pursuant to the Agreement. SCS&T's staff will alert the City to any facts,circumstances,techniques,or events that may or will materially increase or decrease the cost of the Work or Services. In the event of such findings,SCS&T will promptly notify the Contracting Officer of such fact,circumstance,technique,or event and any estimated increased or decreased cost. SCS&T will work closely with the Owner's Representative for scheduling CERTIFICATIONS field inspection and testing in the most efficient manner possible to assist SCS&7's Inspectors are certified by the the owner in controlling the costs for Special Testing and Inspection Services. following agencies: SCS&T requests 24-hours notice when feasible. Recognizing that work progress and job conditions change rapidly during a construction progress, American Concrete Institute SCS&T will be able to respond with less notice in special circumstances. The American Society of Non-Destructive Testing proximity of SCS&T's Indio laboratory facilities to the jobsite will enable (�N� American Welding Society(AWS) rapid response when necessary. C s No minimum number of hours will be charged for required tests and Cityity of of San Diego inspections. Actual time charged will reflect actual time spent performing Division of the State Council I C) scheduled tasks. SCS&T has numerous inspectors with multiple qualifications International Cade Council(ICC) National Institute for Certification in and certifications,and will schedule qualified personnel appropriately when Engineering Technologies(NICET) more than one type of inspection is required. Office of Statewide Health Planning& Development lopment(OSHPD) S. Local Preference In accordance with the City of Palm Springs Local Preference Ordinance 1756,SCS&T is a Local Business. We have had an office in Indio,CA since 2005 at 83-740 Citrus Avenue,Suite G,Indio,CA 92201-3438. Our Indio location is equipped with a full-service laboratory. Below is our City of Palm Springs Business License. CITY OF PALM SPRINGS BUSINESS LICENSE 3200 IF TAHQVrrZ CANYON WAY.PALM SPRINGS. CA W,262(M6 323-#289 M-EASE NOTE THAT IT tS YOUR RESPONISIMUTY TO 9MEW AND UPDATE THIS LICENSE ANNUALLY. MILT AI NUMMM; 20M852 EXPIRATSON TAXIADMIN.MIZ CERT N() 84,18MIM TYM.- f►WC8CHNWAL MATERIALS ENGINIEE (MA101.0 18.00 2.193I OU74M NAM: KATZ,HOWARD 0"112010 200-00 21932 RUSINTr M NAME; SO M:ERNC CAi FORNLA SOIL&TES IMM INM Adler: 6280 RIVERDALE STREET SAN MOO,CA 02.12o SOUTH N CA RXI.A SOIL&TE5 1MA hKz OF TM uiCm E 1 WT LNTtnz 62I11i R R.DAI-EEET TM UCa4az To C!>7&RArE oR KAucrAiN A SAN❑IEGO CA 92120 IM iN VKHAT101Y OF ANY OTM LAW OR 01VU'UMIL Tim is NM AN I ANM1NT UP T111►:ACMIT Y AMOR OF TIM A RlWAM"5 QVMJFKATKML MUST BE P08TED IN A CY>MP ICUODUS PLACE Appendix Attachment A ATTACHIMEIf■Aw RFP MID SPECW TESMNG AM MP19C I M M SBMICES PALM SFRlIfM AIMMAL CARE FALL" CITY PROJECT NQ*7.24 MUYi r lM*,C D C R Ii1 w SIGNATURE AUI H( FWATK M NAME OF PROPCO3ERFFv; k A_ I Ih 0*y 91W I*d 11rm the sing to cdfer fft pq=W trt to City of Rolm SP*W for the eaMG I dW WW Widuar or Company" I aedify IFret I kwo Ire aul uft to bind llVlWlWiswmPwwlnst=ihract shordd 1 be in my P MPMW. . Tt1RE James 1.Stone, RGE RCE PRINT NA1iE IL The fdofg k*nMMM rebb= to the hOW conhradw IBM above, wMrdher an YrriWi W or a CORViury_ Plow clredr nrs M appnypride: 1. ff srrrxre�fnl.Lire ocsr6�Isngudge slWat�ld re(erin mehrry Q�arr�rarrgss: - An indiui2A A parM=uNR PNr =W rwnea A cwY. X Aocoponfion X A Lim1 Huftm g iaerreed vMR the juris&-Wn CC the CMdreh Vjdcy� CbPy CC�CuM t blMhM 17aerree is ffmgAmd to be db d=d tin this 2 LlYlMX rn number is: 952240733 ADDENDA A ACMMK M LEDGd W.. AdQ=Mod t of ROCCO of ww Addenda issued by the City IMr Ilia RI'P is required by irvudirq the aclrixn■Iedpnra"WM YGwPmP=d. Faikso badiroiedge Ifre Addenda issmW MY n=W in ynra•pry being dbened nun-roapor®im In the rrpwoe PRPb* d b d w,paw.w.olio orwledpe re�rt alF�A�ddmrd■: A! S i and 2 isla�e acl�aed. Appendix Business License CITY OF PALM MNGS BUSS LICENSE 3200!+ TAHQU1"!'Z CANYON WAY. PALM SPRINGS,.CA W=(Wb 3234289 PLEASE NOTE THAT IT 15 YOUR RESPONSiR UTY TO MEW AND UPDATE THIS LIMSE ANNUALLY. l3LMINESS NUMBER; 200ID7852 EXPIRATION TAXIADMIN. PEE CERT No lkus[mm TYpac GEA)TECHNICAL MATE' RIAL.S ENGINEE 0101ml o 18.00 21931 OWNER NM4R,- KATZ, HOWARD owu2m , 200-00 219332 RUS1NM NAME; SOUTHERN CALIPMN1A Sall..&TES 1RISITIES$AI,DR ,. 6280 RIVERDAL.E ST'RM SA N DIEM,Cal 9200 SOUTH MN CALi1 1 NI A SOIL&TB BMW"(W THIS Ucrosg v rm mmix SAN DIEGO GAS 92120 KUNUM 14 v1U1.ATIOm(W mY 011MR LAw (E 0XDINANF T=IS NOT AN BNDOASMWa OF TllM ACI't Y NM OF TICS h!'l WAhin (NALOWATK)Nlo. MRW BE POSTED IN A G NSPICUOUN MACE Appendix Addendum #1 t p PALM REQUEST � FOR PROPosAL (RFP WO) FOR 'ECIAL TESTING &INSPECTION sERvIts PALM SPRINGS A II AL CARE FACILITY ADDENDUM NO. 1 ThIs Addendum is being loque+d for ttla folowIng changm tll W Infa mab"I dw": THE FOLLOWING REvIsMQm ANom Am-now TC 714E SCO DOCUMENT AND INSTRUMONS ARE To BE INCLUDED AND SHALL. TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTR.UC-nONS AND q AL.L BE TO HEFtEINAFrER AS PAL-r OF THE CL7m'RA►L`T'QOCUIY#mm. 7h* My has McOhW'V* Wffsft 4uew*m and is hwvby p%Vkft answom RESPONSES TO QUESTIONS RECEIVED TO DATE; Q I. Is a cora&ucgon wltedule ar allable for tw proMca? 6 w+vlll f be pevvkled to tbo,propos"? A 1. The 8ftX*n WhX k* nd be dawkW by vo Gwwsf ow&&MW VW :EK)OSs dW a amoded ft conkam OvAfaff M6 cohmdar dbya " a#vGWW kw ft Work 4 2• Since the bift from fF a oorMreckn wAj be to before the bid dale for the weclal kwpedkm saevIc", will the cw** Ocrs schOdu>e be rne& SOUND for bidding Purposes? A 2 ANm,, uh ffai wnowobn N*qwfiW prior to the dMIe dale atpvpossrsfor M � �qw$&WdWe rw'I[►�`not be ayva ra r arbr,Jf i been q�fy 4r�4.'��d b""•I Cow Wp, ~r} be W MD 90 days aft! O 3: The cast PFOP0661 GhQUW kx*jdo all fkwp,, hourly rates and uNl Boats for each tyPeE Of trlsPwlipn and W and a t, SPWft ant proposal vuilh ktal bucipat for ccxnp18an of ow scone of%WK is that axmcr A 3r Yeas Appendix Addendum #1 04, The Prift BWt&* VdMdvrml 8) 110 0172, C31, C173, and 0143 as SePargm urlik ; ham, we porrcrnt tow tames in go Feld and we dwq@ for OM by hom of AM technician time; is It permissible Ihet vo pcarsM the MotMy tote for a field 16dwWOW for those taft in Me Prime fterdse? A 4: ft Ark Is pan of OS howfyrao pbw ifs Me cost bond an the Hie Y w9dw& uld world on Me hOWW tiest Is,#dt Jhorr�y+ tab is$ 0 and Most&Ws 15 rrK6wxos fta ft liar►am ow Is$74 0 6: to it Pwrklis" to indude the lk*rwm and oerttfloatt rw of 1he pr"Wed personnel asi an Atta hmertt not c otm ft toward the pads limo of trio propmai. Pr.Memo*to tlatft 11berom dmd cerglimbna of the proposed personnel in their rwimea.but not to In dude copies rf Um aftmi certitioadonsl A 5. The CIlyr is rrof asidV liar a c qp+Of ft to act a ar waaookm of� pwadrAm, MOWIn the bw fWWW of"fWaonnef any SaRm or h9N avid'flask amber arioukf be ftSd, 7]hfa kifhmw *W be kxWed 0late&Wpm&N4taoR 015. Is the knk of 15 pageo (sheets aF paper, double ski" jo,be und4ralood as 30 pages on 16 streets of paper"!` A 6: As shod on pip 3 of dw RFP, att* a&MW afratrfd not exceW I pags Cto G(ROISO dockh,. ►. WVW nwom 0 tow of 30 pagm 8Y 0 OF THE OF PALM SPR140S, CAUFORNIA Craig L. +GI C.P.K fir#&Oorrtr oft Mangy DATE: February 10.2010 AD(WR4©UM ACKNOWLEDGMEW; PMpereer Firm Marne; Soutom Cal 1& Lwt Auttrarited*two", Dole: 2JI1XIO AdcnoWedgment of Remipt of Addendum 1 is required by Ogning and lWud the a0laKoWgment with your svubmfltal. Failure to advowkKi a this Addendum atay result in your submittarl baing deemed nc►tr- Appendix Addendum #2 OF 4ALAi Sp 0 R cq�vFQRM��. REQUEST FOR PROPOSAL (RFP 08-1 p) FOR SPECIAL TESTING & INSPECTION SERVICES PALM SPRINGS ANIMAL CARE FACILITY ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SOQ 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 CRY has received the fallowing quesdons and Is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: I did review the soils report and have following comments that you may want to ask the Geotechnical engineer provide additional clarification. The soils engineers should address the potential for dynamic settlement during an earthquake event since boring logs Indicate very low blow counts at 10 to 20 feet. I estimate the dynamic settlement of about 1-2 inches. Hydro-consolidation or collapse potential of subsurface soils.The borings have reported a very limited In Place moisture content of 0.8 to 1.5%. Based on my experience on similar material, once the building is in place and any nuisance water such as irrigation for planters or possible broken waterline will trigger collapse of loose material resulting In cracking of the building and hardscape around the building. A 1: All proposers are to submit their proposals based on what is in the documents. We are not going to ask the sdds engineer to undertake additional worts as they have given us a sound soils design which they must stand behind if there are settlement problems. Q 2: Is it mandatory that proposals for Testing and Inspection provide services for geotechnical inspection and testing, or can proposals be submitted,for construction inspection and testing only? Appendix Addendum #2 A 2: Yes, It Is mandatory that you must pm Me servkes for geot&*nicaal in"cuon and testing. BY O ER OF ITY OF PALM SPRINGS, CALIFORNIA Craig L. adde C.P.M. Procurem Contracting Manager DATE: February 23, 2010 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: -Southern California Soil &Testine.Inc. Authorized Signature: Date: 2/24/10 Acknowledgment of Receipt of Addendum 2 is required by signing and Including the acknowledgment with your submittal. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. BUDGET ESTIMATE SUMMARY FOR PALM SPRINGS ANIMAL CARE FACILITY TESTING AND INSPECTION Estimated Hours/Unit Rate/Unit Total Cost FIELD INS PECTORMECHNICIAN Technician-Earthwork 80 hours @ $78.00 /hour $6.240.00 Technician-Utility Trench BaWll 128 hours @ $78.00 /hour $9,984.00 Technician-Road/Parking Subgrade 40 hours @ $78.00 /Ihour $3,120.00 Technician-Base Course 8 hours @ $78.00 /hour $624.00 Technician-Asphalt Concrete 4 hours @ $78.00 !hour $312.00 Technician-Permeable Pavers 8 hours @ $78.00 /hour $624.00 Field Inspector-Steel 120 hours @ $78.00 /hour $9,360.00 Technician-Shop Ultrasonic Testing of Welds 12 hours @ $78.00 /hour $936.00 Technician-Field Ultrasonic Testing of Welds 12 hours @ $78.00 /hour $936.00 Field Inspector-Fireproofing 16 hours @ $78.00 /hour $1,248.00 Field Inspector-Wood Diaphragms 60 hours @ $78.00 /hour $4,680.00 Field Inspector-Concrete 144 hours @ $78.00 /hour $11,232,00 Field Inspector-Masonry Wall 80 hours @ $78.00 /hour $6,240.00 $5 ,536,00 PROFESSIONAL STAFF Preconstruction Meeting I hours @ $167.00 /hour $167.00 Office and Field Support 24 hours @ $167.00 /hour S4.008.00 Geologist-Footing Observations 32 hours @ $140.00 /hour $4,480.00 $8,655.00 REPORTS Final Report-Geotechnical I report @ $2,250.00 /report S2.250.00 $2,250.00 LABORATORY TESTING Maximum Density Test 4 tests @ $212.00 /test $848.00 Asphalt Conformance Testing I rest @ $447.00 /test $447.00 Sieve Analysis 4 tests @ $71.00 /test $284.00 Resistance-Value I test @ $265.00 /test $265.00 Sand Equivalent 4 tests @ $85.00 /test $340.00 Corrosivity I set @ $180.00 /set $180.00 Concrete Cylinders 80 each @ $2&00 /each $4080.00 Grout Prism Compression Tests 21 each @ $26.00 leach $54&00 Mortar Cylinder Compression 21 each @ $26.00 /each $546.00 Masonry Prism Compression 6 each @ $143.00 /each $858.00 Masonry Block Absorption 6 each @ E37.00 /each $222.00 Masonry Block Compression Test(Regular) 6 each @ $48.00 /each' $288.00 Masonry Shrinkage Test 6 each @ $242.00 /each $1,45100 Fireproofing Density Tests 6 each @ $66.00 /each $396.00 Bolt Assembly-Harness and Tensile Tests 20 each @ $1 12.00 /each $2,240.00 $10,992.00 TOTAL FOR OBSERVATION AND TESTING SERVICES $77,433.00 NOTE:We assume that the testing and inspection will be required on an on-call,as-needed basis as scheduled by the Owners Representative.SCS&T will work with the Cicys Representative to schedule site visits,tests and personnel in the most efficient manner to minimize costs.The actual number and duration of site visits will depend on will depend on the contradnes schedule and rate of progress,the weather, and other factors beyond SCS&Ts control. Consequently,total charges could be more or less than the estimate. EXHIBIT "D" SCHEDULE OF COMPENSATION Total Compensation shall not exceed $78,000. Compensation for services rendered shall be in accordance with hourly and per test rates identified below. Minimum hours, vehicle expense, travel time and travel expenses are specifically excluded from compensation to be paid to Consultant under this agreement. Work Item Fee Special Inspection — On site. $78/hr Geotechnical Services $78/hr Off-site Inspections $78/hr Testing Compresive Strength Concrete $26/cylinder Compresive Strength Mortar $26/cylinder Compresive Strength Grout $26/cylinder Fireproffing Tests (Density & Cohesion-Adhesion) $49/test Fireproofing Thickness No Charge Ultrasonic Contact Examination Included in Hourly rate Tensile and Hardness Testing of H.S. Bolts $49/sample Reports Final Verification of Special Inspection Report $2,250 Miscl. Test Reslut Reports No Charge Reimbursable Expenses to City None Additional Cost Project Engineer/Project Manger(Owner Requested) $167 Call-out and Contractor not ready 2 hr minimum charge Note: All on-site tests are included in the hourly rate (Example- soil density). For overtime work, the Consultant will be compensated at the hourly rates listed above times 1.5. Overtime will apply to work performed by an individual inspector in excess of 8 hours per day; work performed on weekends and work performed on City Holidays. City Holidays are identified as : New Year's Day; Martin Luther King Jr. Day, Lincoln's Birthday, Washingto's Birthday, Memorial Day, Independence Day, Labor Day. Thanksgiving Day, and Christmas. Invoices for all on-site services performed shall be prepared in detail sufficient to, reconcile them against the Owner's Representative on-sit log. 5247621 EXHIBIT "E" SCHEDULE OF PERFORMANCE The required scope of services shall be completed throughout the project schedule of 10.5 months commencing from date of signature on the Agreement by Consultant. Contractor's testing personnel shall be available on 24 hour notice from the Owner's Representative of his designee. 524762.1