HomeMy WebLinkAbout05828 - D W JOHNSTON CONSTRUCTION WELWOOD MURRAY LIBRARY AND JC FREY BLDG FACILITY/SYSTEMS ANALYSIS Kathie Hart
From: Allen Smoot
Sent: August 04, 2010 2:11 PM a
To: Kathie Hart; Barbara Roberts
Cc: Jay Thompson
Subject: RE: A5828 - D W Johnson (Welwood Library)
Yes and yes al ��
From: Kathie Hart
Sent: Wednesday, August 04, 2010 2:10 PM
To: Barbara Roberts; Allen Smoot
Cc: Jay Thompson
Subject: A5828 - D W Johnson (Welwood Library)
A5828 Facitdiies.AnalyrAs of the WePwood r0 urray Lbrary 0411 2O J OVII +'24
Company Name: 0 W Johnston Construction, Inc.
Address". Dove Johnston,President, 1445 North Sunrise Way,No,20$,Palen Springs, C.A. 92262
Contact: Mr.Johnston
Group: ADMUSTRATI N
sorer In File
xRef: AL SMOOT (7 R)322 373
Ins. Status: Oeriitaate rids D cr"noies
AI/Barbara: Has the analysis been completed? If yes, ok to close the agreement file?
Please advise. Thx!
Z
Kathie Hart, CMC
Chief Deputy City Clerk
City of Palm Springs
3200 E. Tahquitz Canyon Way
Palm Springs,CA 92262
(760) 323-8206 1 4 (760)322-8332
Kathie.Hart@Palm5pringsCA.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.
OR/()4/1O
CONSULTING SERVICES AGREEMENT
D.W. Johnston Construction, Inc.
Facility& Systems Analysis—Welwood Murray Library&J.C. Frey Building
THIS AGP�EEMENT FOR CONSULTING SERVICES (the "Agreement") is made and
entered into this day of r 200�_, by and between the City of Palm Springs, a
California charter city and corporation ("City"), and D.W. JOHNSTON
CONSTRUCTION, INC., a California Corporation ("Consultant").
RECITALS
A. City requires the services of a Facility and Systems Analysis expert for Welwood
Murray Library and the J.C. Frey Building("Project").
B. Consultant has submitted to City a proposal to provide Facility and Systems
analysis services to City pursuant to the teens of this Agreement.
C. Based on its experience, education, training, and reputation, Consultant is
qualified to provide the necessary services to City for the Project and desires to provide such
services.
D. City desires to retain the services of Consultant for the Project.
NOW, THEREFORE, in consideration of the promises and mutual agreements contained
herein, City agrees to retain and does hereby retain Consultant and Consultant agrees to provide
services to the City as follows:
AGREEMENT
1. CONSULTANT SERVICES
1.1 Scone of Services. In compliance with all terms and conditions of this
Agreement, Consultant shall provide Facility and Systems Analysis services to City as described
in the Scope of Services/Work attached to this Agreement as Exhibit "A" and incorporated
herein by reference (the "services" or "work"), which includes the agreed upon schedule of
performance and the schedule of fees. Consultant warrants that all services and work shall be
performed in a competent, professional, and satisfactory manner in accordance with all standards
prevalent in the industry. In the event of any inconsistency between the terms contained in the
Scope of Services/Work and the terms set forth in the main body of this Agreement, the terns set
forth in the main body of this Agreement shall govern.
1.2 Compliance with Law. All services rendered under this Agreement shall be
provided by Consultant in accordance with all applicable federal, state, and local laws, statutes
and ordinances and all lawful orders, rules, and regulations promulgated thereunder.
1.3 Licenses and Permits. Consultant shall obtain at its sole cost and expense such
licenses, permits, and approvals as may be required by law for the performance o F the services
required by this Agreement.
1 Revised 3/23/07
1.4 Familiarity with Work. By executing this Agreement, Consultant warrants that
it has carefully considered how the work should be performed and fully understands the
facilities, difficulties, and restrictions attending performance of the work under this Agreement.
2. TEUE FOR COMPLETION.
The time for completion of the services to be performed by Consultant is an essential
condition of this Agreement. Consultant shall prosecute regularly and diligently the work of this
Agreement according to the agreed upon schedule of performance set forth in Exhibit "A."
Consultant shall not be accountable for delays in the progress of its work caused by any
condition beyond its control and without the fault or negligence of Consultant. Delays shall not
entitle Consultant to any additional compensation regardless of the party responsible for the
delay.
3. COMPENSATION OF CONSULTANT
3.1 Compensation of Consultant. For the services rendered pursuant to this
Agreement, Consultant shall be compensated and reimbursed, in accordance with the schedule of
fees set forth in Exhibit "A," which total amount shall not exceed $23,836.
3.2 Method of Payment. In any month in which Consultant wishes to receive
payment, Consultant shall no later than the first working day of such month, submit to City in the
form approved by City's finance director, an invoice for services rendered prior to the date of the
invoice. Payments shall be based on the hourly rates as set forth in Exhibit "A" for authorized
services performed. City shall pay Consultant for all expenses stated thereon, which are
approved by City consistent with this Agreement, within thirty (30) days of receipt of
Consultant's invoice.
3.3 Changes. In the event any change or changes in the Scope of Services/Work is
requested by City, the parties hereto shall execute a written amendment to this Agreement,
setting forth with particularity all terms of such amendment, including, but not limited to, any
additional 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,
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.
3.4 Appropriations. This Agreement is subject to and contingent upon funds being
appropriated therefore by the City Council of City for each fiscal year covered by the
Agreement. If such appropriations are not made, this Agreement shall automatically terminate
without penalty to City.
4. PERFORMANCE SCHEDULE
4.1 Time of Essence. Time is of the essence in the performance of this Agreement,
2 Rcviacd:3123107
507639 3
4.2 Schedule of Performance. All services rendered pursuant to this Agreement
shall be performed pursuant to the agreed upon schedule of performance set forth in Exhibit "A."
The extension of any time period must be approved in writing by the Contract Officer ..
4.3 Force Majeurre. The time for performance of services to be rendered pursuant to
this Agreement may be extended because of any delays due to unforeseeable causes beyond the
control and without the fault or negligence of Consultant, including, but not limited to, acts of
Clod or of a public enemy, acts of the government, fires, earthquakes, floods, epidemic,
quarantine restrictions, riots, strikes, freight embargoes, and unusually severe weather if
Consultant shall within ten (10) days of the commencement of such condition notify the Contract
Officer who shall thereupon ascertain the facts and the extent of any necessary delay, and extend
the time for performing the services for the period of the enforced delay when and if in the
Contract Officer's judgment such delay is justified, and the Contract Officer's determination
shall be final and conclusive upon the parties to this Agreement.
4.4 Term. Unless earlier terminated in accordance with Section 9.5 of this
Agreement, this Agreement shall continue in full force and effect for a period of 6 weeks,
commencing on April G, 2009, and ending on May 15, 2009, unless extended by mutual written
agreement of the parties.
5. COORDINATION OF WORK
5.1 Representative of Consultant. The following principal of Consultant is hereby
designated as being the principal and representative of Consultant authorized to act in its behalf
with respect to the services and work specified herein and make all decisions in connection
therewith: Dave Johnston (name), President (title). It is expressly understood that the
experience, knowledge, education, capability, 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 hereunder. The foregoing
principal may not be changed by Consultant without prior written approval of the Contract
Officer.
5.2 Contract Officer. The Contract Officer shall be the City Manager, or his/her
designee. It shall be the Consultant's responsibility to keep the Contract Officer, or his/her
designee, fully informed of the progress of the performance of the services and Consultant shall
refer any decisions that 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.
5.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, education, capability, and reputation of Consultant, its principals and employees,
were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall
not contract with any other individual or entity to perform in whole or in part the services
required hereunder without the express written approval of City. In addition, neither this
Agreement not any interest herein may be assigned or transferred, voluntarily or by operation of
law, without the prior written approval of City.
7 Roviucd:3123107
507609 2
5.4 Independent Contractor. Neither City nor any of its employees shall have any
control over the manner, mode, or means by which Consultant, its agents or employees, perform
the services required herein, except as otherwise set forth herein. .Consultant shall perform all
services required herein as an independent contractor of City and shall not be an employee of
City and shall remain at all times as to City a wholly independent contractor with only such
obligations as are consistent with that role; however, City shall have the right to review
Consultant's work product, result, and advice. Consultant shall not at any time or in any manner
represent that it or any of its agents or employees are agents or employees of City.
5.5 Personnel. Consultant agrees to assign the following individuals to perform the
services set forth herein. Consultant shall not alter the assignment of the following personnel
without the prior written approval of the Contract Officer. Acting through the City Manager, the
City shall have the unrestricted right to order the removal of any personnel assigned by
Consultant by providing written notice to Consultant.
Name. 'Title.
Dave Johnston President
G. INSURANCE
Consultant shall procure and maintain, at its sole cost and expense, policies of insurance
as set forth in Exhibit "B," which is attached hereto and is incorporated herein by reference.
7. INDEMNIFICATION,
To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole cost
and expense), indemnify, protect, and hold harmless City, its elected officials, officers,
employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any
and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards,
settlements, damages, demands, orders, penalties, and expenses including legal costs and
attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to
or death of persons (Consultant's employees included), for damage to property, including
property owned by City, from any violation of any federal, state, or local law or ordinance, and
from errors and omissions committed by Consultant, its officers, employees, representatives, and
agents, which Claims arise out of or are related to Consultant's performance under this
Agreement, but excluding such Claims arising from the negligence or willful misconduct of the
City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances
shall the insurance requirements and limits set forth in this Agreement be construed to limit
Consultant's indemnification obligation or other liability hereunder.
q Revised:3123107
5076392
3. RECORDS AND REPORTS
9.1 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.
8.2 Records. Consultant shall keep such books and records as shall be necessary to
properly perform the services required by this Agreement and 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
8.3 Ownership of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Consultant in the performance of this Agreement
shall be the property of City and shall be delivered to City upon request of the Contract Officer
or upon the termination of this Agreement, and Consultant shall have no claim for further
employment or additional compensation as a result of the exercise by City of its full rights or
ownership of the documents and materials hereunder. Consultant may retain copies of such
documents for its own use. Consultant shall have an unrestricted right to use the concepts
embodied therein.
3.4 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,
8.5 Cost Records Consultant shall maintain all books, documents, papers, employee
time sheets, accounting records, and other evidence pertaining to costs incurred while performing
under this Agreement and shall make such materials available at its offices at all reasonable
times during the term of this Agreement and for three (3) years from the date of final payment
for inspection by City and copies thereof shall be promptly furnished to City upon request.
9. ENFORCEMENT OF AGREEMENT
9.1 California Law, This Agreement shall be construed and interpreted both as to
validity and 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.
9.2 'waiver. No delay or omission in the exercise of any right or remedy of a non-
defaulting party on any default shall impair such right or remedy or be construed as a waiver.
No consent or approval of City shall be deemed to waive or render unnecessary City's consent to
or approval of any subsequent act of Consultant. Any waiver by either party of any default must
be in writing and shall not be a waiver of any other default concerning the same or any other
provision of this Agreement.
j Revised:W28107
�0]bj9 R
9.3 Rights and Remedies are 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.
9.4 Le al 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 injunctive relief, a
declaratory judgment, or any other remedy consistent with the purposes of this Agreement.
9.5 Termination Prior to Expiration of Term. City reserves the right to terminate
this Agreement at any time, with or without cause, upon thirty (30) days written notice to
Consultant, except that where termination is due to the fault of Consultant and constitutes an
immediate danger to health, safety, and general welfare, the period of notice shall be such shorter
time as may be determined by the City. Upon receipt of the notice of termination, Consultant
shall immediately cease all services hereunder except such as may be specifically approved by
the Contract. Officer. Consultant shall be entitled to compensation for all services rendered prior
to receipt of the notice of termination and for any services authorized by the Contract Officer
thereafter. Consultant may terminate this Agreement, with or without cause, upon thirty (30)
days written notice to City
10. CITY OFFICERS AND EMPLOYEES; NON-DISCRU NATION
10.1 Non-Liability of City Officers and Employees. No officer or employee of City
shall be personally liable to the Consultant, or any successor-in-interest, in the event of any
default or breach by City or for any amount which may become due to the Consultant or its
successor, or for breach of any obligation of the terms of this Agreement.
10.2 Covenant Against Discrimination. Consultant covenants that, by and for itself,
its heirs, executors, assigns, and all persons claiming under or through them, that there shall be
no discrimination or segregation in the performance of or in connection with this Agreement
regarding any person or group of persons on account of race, color, creed, religion, sex, marital
status, disability, sexual orientation, national origin, or ancestry.
11. MISCELLANEOUS PROVISIONS
11.1 Notice. Any notice, demand, request, consent, approval, or communication either
party desires or is required to give to the other party or any other person shall be in writing and
either served personally or sent by pre-paid, first-class mail to the address set forth below. Either
party may change its address by notifying the other party of the change of address in writing.
Notice shall be deemed communicated seventy-two (72) hours from the time of mailing if mailed
as provided in this Section
6 Revised:323/07
3o76,19 2
To City. City of Palm Springs
Attention. City Manager& City Cleric
3200 E. Tahquitz Canyon Way
Palm Springs, California 92262
To consuhant: D.W. Johnston Construction
Attn: Dave Johnston
1445 N. Sunrise Way, Suite 203
Palm Springs, California 92262
11.2 Integrated Agreement. This Agreement contains all of the agreements of the
parties and cannot be amended or modified except by \ATitten agreement.
11.3 Amendment. This Agreement may be amended at any time by the mutual
consent of the parties by an instrument in writing.
11.4 Severability. In the event that any one or more of the phrases, sentences, clauses,
paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by
valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability
shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this
Agreement, which shall be interpreted to carry out the intent of the parties hereunder.
11.5 Authority. The persons executing this Agreement on behalf of the parties hereto
warrant that they are duly authorized to execute this Agreement on behalf of said parties and that
by so executing this Agreement the parties hereto are formally bound to the provisions of this
Agreement.
[SIGNATURC PACE SEPARATELY ATTACHED]
7 Revised:3123/07
507639.2
IN WITNESS i% BE]ftEOY, the parties have executed this Agreement as of the dates
stated below.
"CITY"
City of PAM Springs
Date' •15 d� By= �i_ '_s// v " r-
David H, Ready
City Manager PPR,CV'"�T BY CITY
MANAGER
APPROVED AS TO FORM; ATTEST l
Do las C. 11 la ames Thompson, i f 200`
y Attorney City Clerk
"CONSULTANT"
D.W. Johnston Construction, Inc.
Date: 3 - a,�]'a00q gy : f
Dave Johns o y
(Acre iden�)
Date: 3' a+� ;?oc
(tau
(secre tcrr)1)
�S
t T -dro
No, s_ �e CA11
W
m�a
g Rev=d.3,23107
3076302
CALIIFCPRNdA ALL-PURPOSE ACICIdC'WLE:COa$ ENT
State of Caufom(iiaa g
County o`_________ we rt7 d e"
On _ _. 3012 Ooa- before me. .,DV, e c�uh 115�01'1
,'� ,riiip -inr.uecri iderzc nrd Tiffs el m3 BAiwr
personally appeased_�,(.,Je
n: mmlms�ana7�t
who proved to me or the basis of satisfactory evidence to
be the person(s) whose name(s) Were Subscribed to this
within instrument and aocnowledgad to me that
helshe/they mecutoc the Santa to hls/nerrtheir authorized
capacity(es), and that by hWnedthetr signatures) on the
instrument the person(s), or the entity upon behalf of
TERRI C.LEMS which^.he pemor,(s)acted, oxeoutod the instrument.
Commission•1821561
Notary Public-California I certify under PENALTY OF PERdUFY under the laws
z Riverslde County of the State of California that the foregom.q paragraph is
M Comm-Expires Nov 3,2012+ true and correct.
WITNESS my hard/ra�nd�official seal.
�r eo•u-ry scv rw"�n Signature �^"
a r.s� ..nYry - �.----.----
OPTIONAL
7novyn Nro Information 6e1e71 r not mqurred 6y Ian;Ir may Provo vatuuL`to to porsom reiying or rqe dccumcot
and cquMprew_n. Irarrduiant rvrrr�,=V anof?atkchmPnr c'ihrs rcrm in nno!1•Rr d=rrrent.
IDeseription of Attached Document
Title or Type of Document:
Dnmmrnt Date: _ Number of Pages:
Sigderls)Cther Than Named Above: .F
Capacity(ies) Claimed by Signer(s)
signer's Name!.., signer's Norne: „,
_i Individual -Individual
rl Corporats Officer---Tltle(s): IJ Corporate Vllicer—TiU(s)!_"_„.^ ,--.-_
❑ Par:net—U Limited D General - - ❑Farmer—LI 4m:;ed ❑Genelel -
D Aftemey in=act • �- L_I Atlomey in Fact
J Trustee FCF ar a+ura hcm 7 Trrr me Top et IiE hM
;_I Guordlan or Consommor ❑GuSrdign or Cnnsorvntcr
D other--_-„._•m ❑DEhcr:
Signer Is Papra5o9ting:_.—_.- I Signer Is Representing:
.h.•.+,�,w W .-i2. 'tG'ci^G:Gr^SL`�:iF::: c:Ur" �.:
razcn;f�.ilo-Nl M�aan'Acs�[I�Inn-99511 Oi Svn A•s,ROSceP:62•Clei•wu-fr CA P�54%w�a3•vrmr�ua^on:Ne.��erg ILw M�r5rfl narc}rr•CeIIT�n-r:rn•t,.nn•morvi^v
g Revised 3M/07
5076592
eF.", l�,-777
Scope of Services/Fee Schedule
See attached proposals for the Welwood Murray and J.C. Prey
Buildings. Note: the option for video of the sewer lines is only being
accepted on the Welwood Murray facility.
)O Revised:3123107
5076392
OnR
D.W. JOHNSTON
CONSTRUCTION, INC.
1445 N. Sunrise Way
Suite 203
Palm Springs, CA, 92262
760-416-1144 phone
760-416-1124fax
March 20, 2009
Mr. Allen Smoot
City of Palm Springs
3200 Tahquitz Canyon Way
Palm Springs, CA. 92262
RE: Professional Services
Wellwood Murray Public Library
100 S. Palm Canyon
Palm Springs, CA. 92262
Dear Mr. Smoot,
Pursuant to your request we are submitting this proposal for professional services
to perform a facilities analysis of the Wellwood Library for your consideration
and approval.
Project Location:
100 S. Palm Canyon
Palm Springs, CA, 92262
Scope of work:
D.W. Johnston Construction, Inc. is responsible for coordinating and completing
the following services:
1. Structural evaluation of footings, foundation, roof sheathing, and roof to wall
structural connections.
a. Remove concrete slab in 2 locations to expose foundation and
reinforcing bars
b. X-ray masonry walls to establish vertical and horizontal steel
reinforcement
c. Inspect roof to wall connections
d. Perform all necessary patch and repair work
e. Furnish written report
2. Electrical Systems (inspect & verify status of items a-f)
a. Service size voltage/amperage
b. Feeder size and capacity
c. Distribution and sub panels
d. Condition of electrical equipment
e. Location of equipment
E Perform all necessary patch and repair
g. Furnish written report
3. Roofing
a. Inspection of existing systems
i. Single ply
ii. Clay tile
b. Inspection of sheet metal flashings
c. Inspect roof drains and roof slope
d_ Check soundness of roof to wall comnections and canting
e. Take roofing samples, inspect and weigh samples for proper layering
and material content
f. Furnish written report
4. Plumbing System
a. Check and verify meter and service size
b_ Visually inspect all waste, vent, water and gas piping based upon
accessibility.
c. Pressure test gas pipe
d. Check systems for code compliance
e. Check roof penetrations and roof drain inlets and outlets
f Check and report on conditions of existing fixture trim and water heaters.
g. Furnish written report
*Note: Option to video all accessible undergrowrd waste lines which will
verify any obstructions or line breaks. A DVD of this work will be furnished
to the City of Palm Springs.
5. HVAC (inspect and verify status of items a-g)
a. All air conditioning equipment
b. Boilers
c_ Cooling towers
d. Pumps
e. Chilled water and hot water lines
f Exhaust fans
g. Filtration systems and duct work control systems
h. Furnish written report
Professional Fee:
We propose to perform the above described scope of work on a Fixed cost basis
for the amounts shown, broken down as follows:
Structural Engineer $ 3,150.00
Masonry X-ray $ 1,970.00
Roofing $ 2,400.00
Plumbing & HVAC $ 3,480.00
Electrical $ 2,535.00
Total: $ 13,535.00
"`Option: Video waste lines S 1,296.00
Onuo
D.W. JOHNSTON
CONSTRUCTION, INC.
1445 N. Sunrise Way
Suite 203
Palm Springs, CA. 92262
760-416-1144 phone
760-416-1124 fax
March 24, 2009
List of Subcontractors for the Wellwood Murray Public Library:
Structural Engineer: Litecky Engineering, Inc.
Electrical: Brudvik Inc.
Plumbing: SSW Mechanical
HVAC: SSW Mechanical
Roofing: Al Miller and Sons Roofing
X-ray: Spartan Concrete Cutting
Invasive Demo: D.W. JohnsLon Construction
Patch and repair: D.W. Johnston Construction
Field Coordination: D.W. Johnston Constriction
OnR
D. V. JOHNSTON
CONSTRUCTION, INC.
1445 N. Swuise Way
Suite 203
Palm Springs, CA. 92262
760-416-1144 phone
760-416-1124 fax
March 23, 2009
Mr. Allen Smoot
City of Palm Springs
3200 Tahquitz Canyon Way
Palm Springs, CA, 92262
RE: Professional Services
JC Frey Building
1191 B. Baristo
Palm Springs, CA. 92262
Dear Mr. Smoot,
Pursuant to your request we are submitting this proposal for professional services to perform a
facilities analysis of the JC Frey Building for your consideration and approval.
Project Location:
1911 E. Baristo
Palm Springs, CA. 92262
Scope of work:
D.W. Johnston Construction, Inc. is responsible for coordinating and completing the following
services:
1. Structural evaluation of roof sheathing and roof to wall structural connections.
a. Inspect roof to wall connections
b. Perform all necessary patch and repair work
e. Remove drywall to inspect roof joists & wall framing as necessary
d. Furnish written report
2. Electrical Systems (inspect and verify status of items a-I)
a. Service size voltage/amperage
b_ Feeder size and capacity
c. Distribution and sub panels
d. Condition of electrical equipment
e. Location of equipment
f. Code compliance
g. Perform all necessary patch and repair
h. Fuummish written report
3. Roofing
a. Inspection of existing systems
i. Hot nmop roof membrane
b. Inspection of sheet metal (lashings
c. Inspect roof drains and roof slope
d. Check soundness of roof to wall connections and canting
e. Take roofing samples, inspect and weigh samples for proper layering and asphalt
content
f. Furnish written report
4. Plumbing System
1. Check and verify meter and service size
2. Visually inspect all waste, vent, water and gas piping based upon accessibility.
3. Pressure test gas pipe as necessary
4. Cbeck systems for code compliance
5. Check roof penetrations and roof drain inlets and outlets
6. Check and report on conditions of existing fixture trim and water heaters.
5. HVAC (inspect and verify status of items a-e)
a. Inspect rooftop air conditioning systems
b. Filter systems
c. Exhaust fans and duct work
d. Control systems
e. Condensation lines
f. Furnish written repoa
Professional Fee:
We propose to perform the above described scope of work on a fixed cost basis for the amounts
shown, broken down as follows:
Structural wall & ftaming observation $ 2,750.00
Roofing $ 1,560.00
Plumbing& HVAC $ 2,160.00
Electrical $ 2,535.00
Total: $ 9,005.00
* Option: Video waste lines A 1163'r ;54e�
Ongo
D.W. JOHNSTON
CONSTRUCTION, INC.
1445 N. Sunrise Way
Suite 203
Palm Springs, CA. 92262
760-416-1144 phone
760-416-1124 fax
March 24, 2009
List of Subcontractors for the JC Frey_Buildin�:
Structural Engineer: Litecky Engineering, Inc.
Electrical: 13rudvik Inc.
Plumbing: SSW Mecbanical
HVAC: SSW Mechanical
Roofing: Al Miller and Sons hoofing
Invasive Demo: D.W. Johnston Consiruction
Patch and repair: D.W. Johnston Construction
Field Coordination: D.W. Johnston Construction
E`FTA2flY1SDTTrT 66B99
INS UR1°NCE PROVISIONS
Including
Verification of Coverage,
Sufficiency of Insurers,
Errors and Omissions Coverage,
Minimum Scope of Insurance,
Deductibles and Self-Insured Retentions, and
Severability of Interests (Separation of Insureds)
t S Revised:3123/07
507639 2
Insurance
Consultant shall procure and maintain, at its sole cost and expense, and submit
concurrently with its execution of this Agreement, in a form and content satisfactory to the City,
public liability and property damage insurance against all claims for injuries against persons or
damages to property resulting from Consultant's performance under this Agreement. Consultant
shall also carry workers' compensation insurance in accordance with California workers'
compensation laws. Such insurance shall be kept in full force and effect during the term of this
Agreement, including any extension thereof, and shall not be cancelable without thirty (30) days
advance written notice to City of any proposed cancellation Certificates of insurance evidencing
the foregoing and designating the City, its elected officials, officers, employees, agents, and
volunteers as additional named insureds by original endorsement shall be delivered to and
approved by City prior to commencement of services. The procuring of such insurance and the
delivery of policies, certificates, and endorsements evidencing the same shall not be construed as
a limitation of Consultant's obligation to indemnify City, its elected officials, officers, agents,
employees, and volunteers.
A. Minimum Scope of Insurance. The minimum amount of insurance required
hereunder shall be as follows:
1. Comprehensive general liability and personal injury with limits of at least
one million dollars ($1,000,000.00) combined single limit coverage per occurrence and two
million dollars ($2,000,000)general aggregate;
2. Automobile liability insurance with limits of at least one million dollars
($1,000,000.00) per occurrence;
0. Professional liability (errors and omissions) insurance Not Required, and,
4. Workers' Compensation insurance in the statutory amount as required by
the State of California and Employer's Liability Insurance with limits of at least one million
dollars $1 million per occurrence. If Consultant has no employees, Consultant shall complete the
City's Request for Waiver of Workers' Compensation Insurance Requirement form.
For any claims related to this Agreement, Consultant's insurance coverage shall be
primary insurance as respects City and its respective elected officials, officers, employees,
agents, and volunteers. Any insurance or self-insurance maintained by City and its respective
elected officials, officers, employees, agents, and volunteers shall be in excess of Consultant's
insurance and shall not contribute with it. For Workers' Compensation and Employer's Liability
Insurance only, the insurer shall waive all rights of subrogation and contribution it may have
against City, its elected officials, officers, employees, agents, and volunteers.
B. Errors and Omissions Coverage. Not Required.
C. 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
12 Rcviscd 323107
5076392
insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or
better, unless otherwise acceptable to the City.
D. Verification of Coverage. Consultant shall furnish City with both certificates of
insurance and endorsements, including additional insured endorsements, effecting 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 oflnsurance 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, and agents are named as an
additional insured... " (cis respects Cio; of Palm Springs Contract No_ " or 'for any and all
workperformed with the City"may be included in this statement),
2. "This insurance is primary and non-contributory over any insurance or self-
insurance the City may hm e..." ("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 Certt7cate 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.
Al] 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 agentibroker 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.
E. Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City prior to commencing any work or
services under this Agreement. At the option of the City, either the insurer shall reduce or
13 Revised:3/23107
507639 2
eliminate such deductibles or self-insured retentions as respects the City, its elected officials,
officers, employees, agents, and volunteers; or, Consultant shall procure a bond guaranteeing
payment of losses and related investigations, claim administration, and defense expenses
Certificates of Insurance must include evidence of the amount of any deductible or self-insured
retention under the policy. Consultant guarantees payment of all deductibles and self-insured
retentions.
F. Severability of Interests (Separation of Insureds). This insurance applies
separately to each insured against whom claim is made or suit is brought except with respect to
the limits of the insurer's liability.
14 Revisod'3/23/07
5076392