Loading...
HomeMy WebLinkAbout05658 - SOUTHERN CALIFORNIA SOILS & TESTING INC IMPROVE/MODIFY/REHAB TERMINAL COMPLEX CP 07-09 Kathie Hart From: Marjorie Kossler JJ Sent: August 04, 2010 3:39 PM V� To: Kathie Hart �\ Cc: Janet Sheraton; Caren Nelson ` r Subject: RE: A5658 -S CA Soils&Testing / Hello Kathy: I checked with Caren Nelson and she said that the P.O. was closed out on 05-19-09. There has been no further activity. Regards, Marjorie M. Kossler Palm Springs International Airport 3400 E. Tahquitz Canyon Way, Suite OFC Palm Springs, California 92262 Telephone: (760) 318-3800 Fax: (760) 318-3815 Marjorie.Kossler@palmsprings-ca.gov From: Kathie Hart Sent: Wednesday, August 04, 2010 1:37 PM To: Marjorie Kossler Subject: A5658 - S CA Soils &Testing A6658 OQCiar tesaing€insped sV!s M30modiryrr9nab IWMinar CoMplax CP a7-09 05107t2008 €5V1512 Company Name: Southern California Soils&Testing Inc. AdOIN&V Howard A Katz,Presklent„ 6280 Riverdale Street,San Diego,CA 92120 Contact-, Mr.Katz Group: AIRPORT Service: In Pile xRef. AIRPORT Ins.Status: Ceftcate and Poticiies are OK. Marjorie: Has this been completed? If yes, ok to close? e "e Kathie Hart, CMC Chief Deputy City Clerk City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs,CA 92262 r (760) 323-8206 1 LEE, (760) 322-8332 ® Kathie.Hart@PalmSpringsCA.gov Please note that City Hall is open S a.m. to 6 p.m.Monday through Thursday,and closed on Fridays at this time. 09/04/10 CHANGE ORDER NO. 1 PROJECT TITLE: IMPROVEIMODIFY/REHAB TERMINAL COMPLEX PROJECT AIP No. 3-06-0181-043 CITY PROJECT NO. 07-09 CONTRACT NO. A5658 CONIRAC FDATE: May 7, 2008 CONTRACTOR, Southern California Soils and Testing The following changes are hereby made to the Contract documents: Additional Special-Inspection-and—Testing for the-project. Justification: Additional Testing required to meet Building Code Requirements. CHANGE TO CONTRACT PRICE Original Contract Price: $80,000 Current contract price, as adjusted by previous Change Orders: $80,000 The Contract Price due to this Change Order will be changed by$10,000 Total Contract Price including this Change Order will be: $90,000 CHANGE TO CONTRACT TIME No change to overall contract completion date due to this change. 4 Page 2 of 2,Change Order No. 1,So Calif.Soils&Testing Approvals Required: To be effective, this order must be approved by the Owner If it changes the scope of the objective of the project, or as may otherwise be required under the terms of the Supplementary General Conditions of the Contract. Requested by Allen Smoct Ow er' tative date Recommended by date o� Ord'er�fe -by-- date City inager Accepted by _ date=, Q Southern California Soils & esting ATTEST' l Clerk �Y Contractor acknowledges and agrees, on behalf of Contractor, all Subcontractors and all Suppliers, that, except as provided above, the stipulated compensation provided for in this Change Order includes payment for all work contained in this Change Order, plus all payments for interruption of schedules, incremental extended overhead costs, acceleration costs, delay and all impact, ripple effect or cumulative impact on all other work under this Contract. In addition, Contractor agrees that this Change Order comprises the total compensation due Contractor, and all Subcontractors and all Suppliers, for the work or change defined in this Change Order, including all impact on any unchanged work, except for the additional time related issues noted above, if required. Not To �)-Pn a C l6 c. 0�1 PPROVED BY CITY COUNCIL WitEutarlt The Erpress Written Authorization Of The City 5•' l* ?kA A5�Q& Manager. lA\ APPROVED FY CITY MANAGES? \ovum 6 6 Revised: 3/23/07 PROFESSIONAi, SERVICES AGREEMENT SPECIAL TESTING & INSPECTION SERVICES—AIP 3-06-0181-43, CP# 07-09 THIS PROFESSIONAL SERV�ICY�S AGRUMFyNT (hereinafter "Agreement") is made -aid entered into, to be effective this day of 2008, by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, (hereinafter referred to as "City") and SOUTHERN CAUFORNIA 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." RECiTAi,S A. City has determined that there is a need for Special Inspection and Testing services for Palm Springs International Airport IMPROVE/MODIFY/REHAB TERMINAL COMPLEX PROJECT, CP # 07-09, AIP 3-06-0181-43 (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 surd has agreed to provide such services as provided herein. la. City desires to retain Consultant to provide such pro fessional 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 aclmowledged, 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 adrees 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 "Wort."). 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 well-qualified and experienced professionals performing similar work under similar circumstances. N 1 Revised: 3/23/07 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: (151) the provisions of the Scope of Services (Exhibit "A"); (2"�) the provisions of the City's Request for Proposal (Exhibit "B"); (3') the terms of this Agreement; and, (4°i) 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 lawfttl 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, phis 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 agairnsl any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. if the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the tern of the Agreement to fumish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components thereof to prevent losses or damages, and i2nn21 2 Revised: 3/23/07 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 fTom 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 tinge 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 Eighty Thousand Dollars, (S80,000) (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 42 and will 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 payrnent 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. 5''-4762 t .� Revised: 3/23/07 2.2. Mcthod 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 drone 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 terns of such arnendmcnt, 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 finds 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 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 cuumlatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maicure. 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 5i47ez 1 4 Revised: 3/23/07 restrictions, riots, strikes, freight embargoes, wars, and/or acts of any goveirnnental agency, including the City, if Consultant, within ten (10) days of the commencement of such delay, notifies the City Manager in writing o f 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 dainages 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 Agrcement 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 `P,") and pursuant to Section 3.2 above, unless extended by mutual written agreement of the Parties. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is hereby designated as being the principal and representative of Consultant authorized to act in its behalf with respect to the Services to be performed under this Agreement and make all decisions in connection therewith: Gordon Woodard, Vice President. 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 tern of this Agrcement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is subject to change by the City Manager. Tt shall be the Consultant's responsibility to ensure that the Contract Officer-is kept fully in Conned 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 Agrcement. 4.3 Prohibition Against Subcontracting or Assi nmcnts. 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 524762 1 5 Revised: 3/23/07 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 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 or 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. 13. 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 is 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, 511762 1 6 Revised: 3/23/07 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 oC 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 arnount of insurance required hereunder shall be as follows: A. Errors and Omissions insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Abrccment, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars (SI,000,000.00) per occurrence and two-million dollars (S2,000,000.00) 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 oC the policy shall apply separately to claims arising ft-om errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims trade" basis, the policy shall be continued in full force and effect at all times during the tenn of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail' coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect doing the tern 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 s2a7621 7 Revised: 3/23/07 ensure coverage during the entire course of performing the Services under the terns of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in frill 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 fzom its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form- C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the teen 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 524762 1 $ Revised' 3/23/07 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 frill extent of the policies- Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3A 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 corninencement 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 satne 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 infomi Consultant of non-compliance with any insurance requirement in no way imposts 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 politics 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. ProoFthat such coverage has been 524762 1 9 Revised: 3/23/07 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 oC clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede a)I 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 oCB++, 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 arc not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of s'1 ac+ 1 10 Revised: 3123/07 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 Na"or "far any and all work performed with the C.'it),"may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Polin Springs Contract No. " or 'for any and all worhperformed 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 marl 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter, failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6. INDEMNIFICATION 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 temi, 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. s24 7b. 1 11 Revised. 3/23107 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 lndenmif ed Party, Consultant shall defend with legal counsel reasonably acceptable to the Indemnified Party all Claims against the Indemnified Party that may arise out of, pertain to, or relate to Indemnified Claims, whether or not Consultant is named as a party to the Claim proceeding. The determination whether a Claim "may arise out of, pertain to, or relate to Indemnified Claims" shall be based on the allegations made in the Claim and the facts known or subsequently discovered by the Parties. 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 arc 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 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the Performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts From such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, teclmiques, 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. 51,1761 1 12 Revised: 3123/07 7.3 Ownership of Documents. All drawings, specifications, reports, records, do cumcnts, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the tennination 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 frill 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 topics 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 mateiials 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 perfornance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Iuspection of Records. After receipt of reasonable notice and during the regular business hour-s 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 terns of this Ag-eernnent are contractual and the result of negotiation between the Parties. 5117611 1J Revised- 3/23/07 Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement arc 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 tennination 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, detearnines 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.B, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein. 514762 1 14 Revised: 3/23107 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or lean contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Legal Action. in addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other'remedy consistent with the purposes of this Agreement. 8.8 Attorney Pees. 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 o f this Agreement- 9.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership, or association in which he/she is, directly or indirectly, interested in violation of any slate 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 Against Discrimination. In connection with its performance under 52-1762 1 15 Revised: 3l23l07 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; Lund 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 airy item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infiinges 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 claitn, provided, however, that such defense shall be at Consultant's expense. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notices. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission, and shall be deemed received upon the earlier of (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, instant messages arc not acceptable r_r7611 16 Revised: 3123/07 manners of notice required hereunder. Notices or other communications shall be addressed as follows: To City: City of Palm springs Attention: City Manager & City Cleric 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: Southern California Soils & Testing P.O.Box 600627 San Diego, California 92160 Attention: Gordon Woodard Telephone: 619-280-4321 Facsimile: 619-280-4717 10.3 Entire Agreement. This Agreement constitutes the entire agreement between the Patties and supersedes all prior negotiations, arrtngcments, 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 jurisdictiou, 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 o f the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agrccmcnt shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for herein, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-patty beneficiary or otherwise, upon arty 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) lie or she is duly authorized to execute and deliver this Agreement on behalf of the Patty for which 524761.1 17 Revised: 3/23107 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. s14101 18 Revised: 3123/07 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 f City Manager Date: �491,s Dote: UV)Q/ r , I By Owner's epresentative Date: / e APPROVED S TO FORM: APPROVED BY CITY COUNCIL: By Date:-5/7108 Agreement No. A5/n-S8 Ci�y Attorney Date: d 5~ �- r s¢ APPROVED BY C11 COUNCIL L A A obO 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: (N C!f Q��� �G�G /� '7/r/� Check one_Indlvidual Partnership�w'Cprpura lion nddre55 72oYo `0 By S ByL Signature ( otarize L Signature (Notarized) 7 r4762 1 19 ALL-PURPOSE ACKNOWLEDGMENT U State of California County ofpl.I Din � SS. On (m`i P4 ap0$ before me, t�jaNz L. No9Ri Notary Public, DATE personally appeared cnolo W QoAg m who proved to me on the basis of satisl'actory evidence to be the person(s) whose name( is re subscribed to the within instrument and aclmowledged to me tha le she/they executed the Same in ii her/their authorized capacity(ics), and that by ii ' her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laves of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal- MANE L. NORRIS 07804 Comm,#1Y PUBLIC-CALIF4 '^ / NafARanDiegoCCALIFORNIA N NG"IARY'SSIGNATURE San Mires County My Comm upges Augusn6,2000� PLACE NOTARY SI,AL IN AROVI,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 ❑ rNDIVIDLJAL n.(„., 5 ® CORPORATE OFFICER _f/ice Pjt C�to{Q h TITLE OI TYPE or DOCUMENT PARTNER(S) TITLE(S) ❑ ATTORNEY-IN-FACT TRUSTEES) NIJMQER Or PAGES ❑ GUARDIAN/CONSERVATOR ❑ OTI-IEP.: -, DATE IOFDOCUMENT OTHER SIGNER(PRINCIPAL)IS REPRESENTING: E NAME OF PRRSON(S)0X LN 111 Y(IES) / R10HT F TFiUM13PRINI' a OF a SIGNER a 0 H APAm/7,nns NOIAI2YEONDS.SUPPLIESANI']FOItbIti AI HIP,/WWWVALLEY-SIERI(A.COM n.4110.5-2II04VALLEY-SIERRAINSUILAN(:i. ALL-PURPOSE ACKNOWLEDGMENT State of California O 1 SS. County of SA1 0I�.1 FJa e$o On YY1,-) Iti _�70()E before me, DIAA1-, L. NnRRuy Notary Public, DATE personally appeared i4-CW.4 R r) A- 4CA 4 z- who proved to me on the basis ol'satisfactoty evidence to be the person(s) whose name(s):jDre subscribed to the within instrument and acltnowledged to me that t�ahe/they executed the same ind0her/their authorized capacity(ies), and that by Ii • er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument- 1 certify under PENALTY OF PERJURY under the paws of the State of California that the foregoing paragraph is true and correct. w WITNESS my hand and official seal. LANE L MORRIS +,amm.�150788d 1�nn � dill i� T° �N'JfhRY PNBLIC•CALIFORNI0. UI �' San 01ago County NOTARY'S SIGNATURP n +Comm.Explmv August 16.2009 >,—.,•�r—, r... ....r PI.A(I NO I'ARYSEAL INA13OVE SPACI OPTIONAL INFORMATION The inl'ormation below is optional. However, it may prove valuable and could prevent fzaudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER(PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT L❑ INDIVIDUAL �a �m Iti /)x2n� �G/1 Llat F PORATE OFFICER prrG�PJ� TIT E Ott 1'YPR 01• DOCUMENT NER(S) mTLE)S)ORNEY-IN-FACTSTEE(S) NUMRRROFPAGES RDIAN/CONSERVATOR5 l/Ly lob ER: DATC OF DOCUMENT 0 OTHER RINCIPAL)IS REPRF,SENTING: RSONS)OK LN'I ITY(IES)-- �� //1_ (� - ��•7RIGHT t/� V I V q 1HUMBPRINT OFEl SIGNER R AI'A01/1)OS NO1AIiYBONDS,SUPPLILSANUDOI4MIAI III-II'//WWW.VALLEY-$IIiRRA(.OM 4J2005-2008VALLEY-SIEItRAINSURANCE Revised 3/23/07 EXHIBIT "A" SCOPE OF SERVICES Consultant shall provide special testing and inspection services to the City of Palm Springs for the Palm Springs Tnterrration Airport rMPROVE/MODIFY/RHAB TERMINAL COMPLEX PROJECT, City Project No. 07-09, AIP 3-06-0181-43. The address of the Jobsite is: 3400 E. Tahquitz Canyon Way, Palm Springs, California 92262 The Consultant will provide all special testing and inspection services as required by the plans and specifications prepared for tbis project by Gensler Architects (dated March 26, 2008, as amended) and as otherwise directed by the Owner's Representative employed by the airport for this project; Allen F. Smoot & Associates. All services provided by Consultant pursuant to this Agreement must be coordinated with the Owner's Representative of his designee. Testing and inspections services will include, but not limited to, soils compaction and density tests, structural concrete, dulled piers, site concrete, mortar, masonry, grout asphaltic concrete pavement, structural steel, stel joists, metal decking, cold formed metal framing, metal fabrications, reinforcing steel, welding, fire proofing, bolts and imbeds, and mechanical connectors. Inspections will occur 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 Representaitve, or other loction as mutually agreed to, and log in. Immideatley 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 topics) indicating the type and quantities of the testing performed, any test results, and observations to the Owner's Representaive, Architect and Building Department.. Daily reports are due no later that ten (10) days after testing has occurred. Consultant shall immediately report any defective wotrk to the Owner's Representative. Such notice shall be delivered as soon as it is identified, by lbe quickest means available (either by phone of in person). Consultant shall follow up such notification with a written report of the failure or deficiency, 524762 1 Revised: 3/23/07 EXH1131T "B" CITY'S REQUEST FOR PROPOSAL AND FAA REQUIREMENTS CITY'S REQUEST FOR PROPOSAL AND APPLICABLE ADDENDA. I. TITLE VI ASSURANCES A. Compliance with Regulations. The Consultant shall comply with the regulations relative to nondiscrimination in Federally assisted programs of the Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as "Regulations"), which are herein incorporated by reference and made a part of this agreement. B. Nondiscrimination. The Consultant, with regards to the work performed by them during the agreement, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Consultant shall not participate either directly of indirectly in the discrimination prohibited by Section 2.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. C. Solicitations for Subcontracts Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Consultant for work to be performed under subcontract, including procurement of materials and leases of equipment, each potential subcontractor of supplier shall be notified by the Consultant of the Consultant's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. D. Information and Reports. The consultant shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City of the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Consultant shall so certify to the City or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance. In the event of the Consultant's noncompliance with the nondiscrimination provisions of this agreement, the City shall impose such contract sanctions as it or the FAA may determine to be appropriate, including but not limited to withholding of payments to the contractor under the contract until the contractor complies. 5'4762 1 Revised: 3123/07 II. DISADVANTAGE, BUSINESS ENTERPRISE (DBE) A. The Consultant shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any DOT-FAA-AIP assisted contract or in the administration of the Airport's DBE Program or the requirements of 49 CFR part 26. Consultant shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT-FAA-AIP assisted contracts. PSP's DBE Program, as required by 49 CFR part 26 and as approved by DOT-FAA, is incorporated by reference in this Supplemental Assurance Document. B. Consultant will ensure that the following clause is placed in every DOT-FAA-AIP assisted contract and subcontract. "The contractor, sub-recipient, or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-FAA-AIP assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as PSP deems appropriate." III. CONSULTANT'S RESPONSIBILITIES A. The City and the FAA or any of their duly authorized representatives shall have access to any books, documents, papers, and all other records which are directly related to this Project(s) for the purpose of making audit, examination, excerpts, and transcriptions- B. The Consultant agrees to comply with Federal Executive Order No. 11246, entitled, "Equal Employment Opportunity", as supplemented in the Department of Labor Regulations (41 CFR, Part 60) if this 'Agreement" exceeds $10,000; Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 317-330) as supplemented by Department of Labor Regulations (29 CFR, Part 5) if this agreement exceeds $25,000; and all applicable standards, orders, and regulations issued pursuant to the Clean Air Act of 1970 if this agreement exceeds $100,000. C. The Consultant shall include the provisions of Sections I and II of Regulations in every subcontract including procurement of materials and leases of equipment, unless exempt by Regulations or directives issued pursuant thereto. The Consultant shall take such action with respect to any subcontract or procurement as the City or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or suppliers as a result of such direction, the Consultant may request the City enter into such litigation to protect the interests of the City and , in addition, the Consultant may request the Untied States to enter into such litigation to protect the interests of the Untied States. Revised: 3/23/07 IV, AVIATION SECURITY A. Prior to being granted access to certain secured areas of the Airport, the Consultant and all associated sub-consultants shall successfully complete a fingerprint based Criminal History Records Check (CHRC) in accordance with 49 CFR 1542.209 and /or the Airport Security Program (ASP). B. All violations of Airport security are also violations of the City of Palm Springs Municipal Code 11.33.052. Any such violation may result in arrest, the issuance of a citation and/or the immediate revocation of access privileges. CITY'S REQUEST FOR PROPOSALS Attached hereto. ±2-17G2 I EXHIBIT "B" CITY OF PALM SPRINGS, CALIFORNIA REQUEST FOR PROPOSALS NO. 10-08 FOR SPECIAL TESTING AND INSPECTION SERVICES FOR CITY PROJECT 07-09, IMPROVE/MODIFY/REHAB TERMINAL COMPLEX PROJECT AIP 3-06-0181-43 March 2008 Mari Lynn Boswell, Procurement Specialist I City of Palm Springs Procurement and Contracting 3200 East Tahquitz Canyon Way Palm Springs, CA 92263-2743 (760) 322-8368 1 TABLE OF CONTENTS PAGE TABLEOF CONTENTS......................... . ...... . .............................................................2 1. PURPOSE............................................................................ .. ..........................3 2. BACKGROUND.............................................................................. ........3 3. SCOPE OF WORK.. .............................. ........................... ..3 4. DEADLINE FOR SUBMISSION OF PROPOSALS ..............................................4 5. PROPOSAL EVALUATION CRITERIA.......... .....................................................4 6. PROPOSAL CONTENTS .................................................................................4-6 7. PLANS & SPECIFICATIONS...............................................................................6 8. ACKNOWLEDGEMENT ......................................................................................7 9. QUESTIONS . .. ........................................................... .. ................................7 10. BUSINESS LICENSE -- .......................... ........................ ...............7 11. RIGHT TO ACCEPT OR REJECT OFFERS........................................................7 12. AWARD OF PROPOSAL........................................... .. ..................................7 13. DISADVANTAGED BUSINESS ENTERPRISE (DBE).......................... . .... ....8-9 14. WAGE RATE REQUIREMENTS............ ............................ ................................9 15. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION....... . ...9 16, PUBLIC RECORD.............. ........................... .............. .. ...............................10 17. PRESENTATIONS ...................................................... ..................................10 18. COSTS RELATED TO PROPOSAL PREPARATION ........................................10 19. CONTRACT SERVICES AGREEMENT ............................................................10 20. AWARD OF CONTRACT................ . .. ........................ ..................... ..10 ATTACHMENTS Attachment 'A' Pricing Exercise ................................................................. .. ....................11 Attachment 'B' Statement on Previous Contracts Subject to the EEO Clause..................... 12 Attachment 'C' Certification of Nonsegregated Facilities .....................................................13 Attachment 'D' Assurance of Disadvantaged Business Enterprise Participation.............14-15 Attachment 'E' Contract Services Agreement.................................................................16-34 2 CITY OF PALM SPRINGS RFP NO. 10-08 FOR SPECIAL TESTING AND INSPECTION SERVICES FOR CITY PROJECT 07-09, IMPROVE/MODIFY/REHAB TERMINAL COMPLEX PROJECT AIP 3-06-0181-43 1. PURPOSE: The City of Palm Springs is soliciting proposals from qualified firms to provide special testing and inspection services required during construction of City Project 07-09, Improve/Modify/Rehab Terminal Complex Project, at the Palm Springs International Airport. 2. BACKGROUND; The City Project for which special testing and inspection services are required include an expansion of the existing terminal at Palm Springs International Airport, located at 3400 East Tahquitz Canyon Way, Palm Springs, CA 92262. The expansion includes approximately 6,500 sq ft of new floor space with masonry and steel construction, The project will be overseen by the City's Owner Representative, Allen F. Smoot and Associates. 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. 3. SCOPE OF WORK: The Contractor will provide all special testing and inspection services as required by the plans and specifications prepared for City Project 07-09 by Gensler and dated March 26, 2008. 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 performed. In addition, the inspector(s) will submit a daily report indicating the type and quantities of the testing performed and any necessary test results and observations Any defective work shall be immediately reported to the Owner's Representative in writing. i • 4. DEADLINE FOR SUBMISSION OF PROPOSALS: An original and four (4) copies of the complete proposal shall be delivered to the Procurement and Contracting Division, 3200 East Tahquitz Canyon Way, Palm Springs, California 92262, PROPOSALS WILL BE ACCEPTED UNTIL: MONDAY, APRIL 14, 2008,AT 2:00 P.M., LOCAL.TIME. It is the responsibility of the Proposer to see that any Proposal sent through the mail shall have sufficient time to be received by the Procurement Office prior to due date and time. Late proposals will be returned to the Proposer unopened. The receiving time in the Procurement Office will be the governing time for acceptability of proposals. Telegraphic and telephonic proposals will not be accepted. 5. PROPOSAL EVALUATION CRITERIA: This solicitation has been developed in the 'Request for Proposal' format. Accordingly, Proposers should take note that the City will consider multiple factors in awarding this Contract. PRICE WILL NOT BE THE SOLE DETERMINING CRITERION. A Proposal Evaluation Committee, using the following evaluation criteria, will evaluate all responsive proposals. Proposers are requested to write their proposals so that responses correspond to and are identified with the following specific evaluation criteria: A. Firm Qualifications, Qualifications of Personnel Assigned to this Project and Experience with Projects of a Similar Size and Scope B. Proposed Work Procedures/Approach C, References D. Cost Schedule (TO BE SUBMITTED IN SEPARATE SEALED ENVELOPE #2) Proposers are requested to format their proposals so that responses correspond directly to, and are identified with, the specific evaluation criteria stated in Section 5 above, All such information shall be presented in a form that directly corresponds to the numbering scheme identified in this section. 6. PROPOSAL CONTENTS: EACH PROPOSAL MUST INCLUDE TWO SEALED ENVELOPES Envelope #1, clearly marked "Work Proposal," shall include the following items: (Sections A, B and C) SECTION A: FIRM QUALIFICATIONS, QUALIFICATIONS OF PERSONNEL ASSIGNED TO THIS PROJECT AND EXPERIENCE WITH PROJECTS OF A SIMILAR SIZE AND SCOPE 4 • i A.1 State your firm's complete name, type of firm (individual, partnership, corporation or other), telephone number, FAX number. If corporation, indicate what state the corporation was organized under. A.2 State the name and title of the firm's principal officer with authority to bind your company in a contractual agreement. A.3 Describe your firm's background and qualifications in the type of work that this project will require. A.4 List the names and specialties of each staff member you will assign to this project. Include all licenses and certifications that each staff member possesses. A.5 Indicate the name of any sub-contractors you intend to use on this project. Describe each contractor's background experience and qualifications for the portion(s) of the project for which they will be responsible. A.6 List recent projects that your firm has completed that are of similar size and scope. Provide special emphasis on the involvement of the staff listed in item AA in these projects. SECTION B- PROPOSED WORK PROCEDURES/APPROACH BA Describe the approach you will take to assist the owner in controlling the costs for Special Testing and Inspection services. B,2 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 or prevent you from responding with short notice. SECTION C. REFERENCES CA Describe successful projects you have completed of a similar size, scope, and complexity as this project. Provide contact information including phone number for each project identified. Envelope #2, clearly marked "Cost Proposal" shall include the following items: SECTION D. COST PROPOSAL DA List the hourly rates (or other rates as they may apply) for each type of on- site inspection that you propose to perform in conjunction with the plans and specifications for this project. Note inspections that will be handled directly by your firm and those that will be performed by others- 5 0 • D.2 List the hourly rates (or other rates as they may apply) for each type of off site inspection that you propose to perform in conjunction with the plans and specifications for this project. Note inspections that will be handled directly by your firm and those that will be performed by others. D.3 List the unit cost for each type of test you propose to perform on-site. IDA List the unit cost for each type of test you propose to perform at an off-site testing laboratory in conjunction with the plans and specifications for this project. Indicate which tests will be performed directly by your firm and which tests will be contracted to others. D.5 List the reports that you propose to prepare for this project and note any additional costs that may be incurred for the preparation of these reports. 0.6 List any reimbursable expenses the owner may incur. D.7 List any additional costs, such as drive time, that the owner may incur in conjunction with the duties of the Special Testing and Inspection firm. D.8 Complete the "Pricing Exercise' attached hereto as Attachment `A' utilizing the rates schedules offered in your proposal. Important Note: The successful Proposer 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 "E" hereto. Please note that Exhibits A, B, C, D and E are intentionally not complete in the attached document. These exhibits will be negotiated with the selected firm, and will appear in the final Agreement executed between the parties. Any exceptions to the language contained in the RFP or sample agreement must be included in the Proposal submitted and clearly defined. Exceptions to the City's standard boilerplate professional services agreement may be considered in the evaluation process. 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. 7. PLANS AND SPECIFICATIONS. Although not required in order to submit a proposal, if you wish to obtain a complete set of plans and specifications, they will be available on, or after March 26, 2008, at O.C.B. Reprographics, 550 S. Vella Road, Palm Springs, California 92264, phone (760) 325-3717, fax (760) 325-0817 for a non- refundable deposit of$100.00 for each set, made payable to City of Palm Springs. Additionally, a complete set of plans and specifications will be available for inspection at the City of Palm Springs, Office of Procurement & Contracting, City of Palm Springs, 3200 East Tahqutz Canyon Way, Palm Springs, California- 6 • ! 8. ACKNOWLEDGEMENT: By responding to this Request for Proposals, the Special Testing and Inspection Agency has acknowledged that they are fully familiar with the plans and specifications and all other relevant information contained in the proposal and the project schedule. 9. QUESTIONS: All inquiries regarding this RFP shall be directed in writing Mari Lynn Boswell, Procurement Specialist I via FAX at (760) 323-8238 or email at MariLynn Boswell@palmsprings-ca.gov. Proposer's submitted questions must receive confirmation of receipt from the Procurement and Contracting Office. Replies will be issued by formal Addenda via FAX or e-mail to all parties recorded as having received the RFP document. Questions received after 5:00 p.m. on April 7 2008 will not be answered. Only questions answered by formal written Addenda will be binding. Oral or other interpretation or clarifications will be without legal effect. 10. 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". 11. RIGHT TO ACCEPTOR REJECT OFFERS: The City of Palm Springs reserves the right to reject any and all proposals in whole or in part, to waive any and all informalities and to disregard all non-conforming, non-responsive or conditional proposals. 12. AWARD OF PROPOSAL: The City reserves the right to award the proposal as submitted or to accept or reject any or all proposals received. The City also reserves the right to negotiate the scope of work, terms, and conditions of any contract resulting from this solicitation. The award of contract will be conditioned upon satisfying the requirements established by the City to evaluate efforts of the Proposer to meet the Disadvantaged Business Enterprise Participation contract goals. 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 7 0 ! document or standard boilerplate language, terms or conditions may be considered in the evaluation process. 13. DISADVANTAGED BUSINESS ENTERPRISE (DBE): The Contractor shall agree to the below stated policy and Disadvantaged Business Enterprises Obligation and further agrees to insert the following clauses (a, b, and c) in any subcontracts. a. Policy. It is the policy of Palm Springs International Airport to ensure that DBEs, as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. It is also our policy; To ensure nondiscrimination in the award and administration of DOT-FAA-AIP assisted contracts; To create a level playing field on which DBEs can compete fairly for DOT-FAA-AIP assisted contracts; To ensure [hat the DBE Program is narrowly tailored in accordance with applicable law; To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBEs; To help remove barriers to the participation of DBEs in DOT-FAA-AIP assisted contracts; and To assist the development of firms that can compete successfully in the market place outside the DBE Program. b. DBE Obligation. The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. c. Good Faith Effort for Bid Solicitations for subcontracts. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract a portion of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian-Pacific Americans, and Asian-Indian Americans. The apparent, successful competitor will be required to submit information concerning the DBEs that will participate in this contract. 8 r ! The information will include the name and address of each DBE, a description of the work to be performed by each named firm, a copy of the firm's certification letter, the dollar amount of the participation of each DBE firm, age of the business and estimated annual gross receipts, written documentation of the bidder/Proposer's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal, and written confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered non-responsive. Goals. There is no contract specific percentage goals for the award of Disadvantaged Business Enterprises for this contract, however a good faith effort must be demonstrated by Proposers. DBE forms are attached and must be submitted with the proposal. 14. WAGE RATE REQUIREMENTS: State— In accordance with the provisions of California Labor Cade Section 1770, 1773, 1773.1, 1773.6 and 1773.7, as amended, the Director of 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 Department of Building and Safety, 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. Federal -- The general prevailing rate of wages, as determined by the Secretary of Labor are included hereinafter as part of the Contract Documents; provided, that if there is any difference between the Slate or Federal wage rate for any given craft or mechanic needed to execute the work, it shall be mandatory upon the Contractor and any subcontractor to pay the higher of the two rates. All labor on the project shall be paid no less than the minimum wage rates established by the U.S. Secretary of Labor. 15, EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION REQUIREMENTS: Each Proposer must complete, sign and furnish, prior to award of the contract, the "Statement on Previous Contracts Subject to EEO Clause", a "Certification of Non-segregated Facilities", and the "Assurance of Disadvantaged Business Enterprise Participation" as attached hereto. These items must be submitted with his or her proposal. A Contractor having 50 or more employees and his or her subcontractors having 50 or more employees and who may be awarded a contract of $50,000 or more will be required to maintain an affirmative action program, the standards for which are contained in these specifications. The proposed contract is under and subject to Executive Order 11246, as amended, of September 24, 1965, and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions. The EEO requirements, labor provisions, and wage rates are available for inspection at the Department of Building and Safety, City Hall, Palm Springs, California. To be eligible for award, each Proposer must comply with the affirmative action requirements, which are contained in the specifications. Disadvantaged Business Enterprises (DBEs) as defined in 49 CFR Part. 26 shall have the maximum opportunity to participate in the performance of contracts under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 applies to this agreement. Women will 9 be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards of requirement for the employment of minorities. 16. 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 in a recommendation for award to the Palm Springs City Council, and/or following award of contract, if any, by the City Council. 17. PRESENTATIONS: The City reserves the right to require an oral interview with any Proposer(s) participating in this process. Attendance at any such interview will be at the Proposer's expense. 18. COSTS RELATED TO PROPOSAL PREPARATION: The City of Palm Springs will NOT be responsible for any costs incurred by any Proposer in the preparation or submittal of their respective proposal. 19. CONTRACT SERVICES AGREEMENT: The Proposer to whom an award is made will be required to execute a Contract Services Agreement with the City. (See sample agreement attached hereto.) 20. 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 to 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 their final selection of the consultant to be recommend for award. The decision of the City Council will be final. 10 ATTACHMENT °A' D.8 PRICING EXERCISE **TO BE SUBMITTED WITH COST PROPOSAL IN SEALED ENVELOPE##2** No of Tests ASTM Test/Description snit Once Extended Price 5 ea D2922 Density of Soil and Soil Aggregate 5 ea D1556 Density and Unit Weight of Soil 5 ea D2167 Density and Unit Weight of Soil 5 ea D1557 Laboratory Compaction Characteristics of Soil 5 ea D3017 Water Content of Soil and Rock in Place 10 ea C172 Sampling Freshly Mixed Concrete 10 ea C31 Making and Curing Concrete Test Specimens 10 ea C39 Compressive Strength of Cylindrical Concrete Specimens 10 ea C173 Air Content of Freshly Mixed Concrete 10 ea C143 Slump of Hydraulic Cement Concrete 10 ea C109 Compressive Strength of Hydraulic Cement mortars 10 ea E164 Ultrasonic Contact Examination of Weldments 20 ea F606 Mechanical Properties of Externally and Internally Threaded Fasteners 5 ea E605 Thickness and Density of S ra ed Fire Resistive Material 5 ea E376 Cohesion/Adhesion of Serayed Fire resistive Material Identify any additional costs necessary to perform Subtotal of the above tests in the spaces below: Extended Costs Addl Cost Addl Cost Addl Cosl Add) Costs Addl Cost Grand Total: 11 ATTACHMENT `B' REQUIRED EQUAL OPPORTUNITY STATEMENTS The Bidder shall complete the following statements by checking the appropriate boxes. The Bidder must have properly completed these statements to be considered an eligible Bidder. The Bidder has has not participated in a previous contract subject to this equal opportunity clause prescribed by Executive Order 11246, as amended, of September 24, 1965. The Bidder bas has not submitted all compliance reports in connection with any such contract due under the applicable Fling requirements; and that representations indicating submission of required compliancc reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable tiling requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee information Report EEO-l" prior to the award of the contract. BIDDER'S NAME ADDRESS INTERNAL REVENUE-' SERVICE EMPLOYER TDENTIFICATION NUMBER Name and Title of Signer sisnatule Dale Notc Thu penalty for malting false statements in offers is prescribed in 18 U.S.C. 1001, 12 10 ATTACHMENT `C' CERTIFICATION OF NONSEGREGATED FACILITIES CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS OF APPLICANMS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING S10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE). The federally-assisted construction contractor certifies that he or she does not maintain or provide, for his or her employees, any segregated facilities at any of his or her establishments, and that he or she does not permit his or her employees to perform their services at any location, under his or her control, where segregated facilities are maintained. The Federally-assisted construction contractor certifies further that he or she will not maintain or provide, for his or her employees any segregated facilities at any of his or her establishments, and that he or she will not permit his or her employees to perform their services at any location, under his or her control, where segregated facilities are maintained. The Federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waning rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, sex or national origin, because of habit, local custom, or any other reason. The Federally-assisted construction contractor agrees that (except where he or she has obtained identical certifications from proposed subcontractors for specific time periods)he or she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which arc not exempt from the provisions of the Equal Opportunity Clause, and that he or she will retain such certi(cations in his or her files. Certification -The information above is true and complete to the best of my knowledge and belief. By Date Title NOTE: The penalty for malting false statements in offers is prescribed in 18 U.S.C. 1001, Assurance of Minority Business Enterprise Participation, To meet the mandated requirements of the United States Department of Transportation, 49 CPA Part 23, the assurance below shall be signed by the bidder and submitted prior to award of the contract. NOTE: The bidder's execution of the signature portion of this proposal shall also constitute execution of this assurance. 13 ATTACHMENT `D' BIDDER'S ASSURANCE OF COMPLIANCE WITH TITLE 49 CFR PART 26 RELATING TO DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the City of Palm Springs / Palm Springs hiternational Airport to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying tinder this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/Proposers, including those who qualify as a DBE. A DBE contract goal of 0% has been established for this contact. The bidder/Proposer shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26 (Attachment 1), to meet the contract goal for DBE participation in the performance of this contract. Form 1 - Disadvantaged Business Enterprise (DBE) Utilization must be included with the bid forn submitted by the bidder/Proposer by the bid due date. Form I — Disadvantaged Business Enterprise(DBE) Utilization The undersigned bidder/Proposer has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): The bidder/Proposer is committed to a minimum of % DBE utilization on this contract. The bidder/Proposer(if unable to meet the DBE goal of %) is committed to a minimum of% DBE utilization on this contract and will submit documentation demonstrating good faith efforts. Form 2— DBT Letters of Intent must be submitted within 5 days of the bid due date by the bidderfProposer. Form 2 - Letters of Intent must include the following information: (1) the names and addresses of DBE firms that will participate in the contract; (2) a description of the work that each DBE firm will perform; (3) the dollar amount or the participation of each DBE firm; (4) DBE business age (5) DBE approximate annual gross receipts (6) written and signed documentation of commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; (7) written and signed confirmation from the DBE that is it participating in the contract as provided iar the prime contractors commitment; (8) Proof of DBE certification. Fonn 2 contained in Instructions To Bidders. Documentation Demonstrating Good Faith Efforts must be submitted within 5 days of the bid due date by the bidder/Proposer. The bidder/Proposer shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26 (Attachment 1), to meet the contract goal for DBE participation in the performance of this contract. Good Faith Effort form is contained in Instructions To Bidders. A bid that tails to meet these requirements will be considered non-responsive. 14 0 The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the biddcr to the commitment herein set forth. Name of bidder/Proposer's firm: State Contractor License No.: By: Title: (Name of Authorized Officer) Signature: (Signature of Authorised Ofticei) Date: 15 RFP 10-08 SPECIAL TESTING AND INSPECTION SERVICES ADDENDUM NO. 3 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED.IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: 1. What are the required FAA specifications, lab qualifications that we will need to have in order to submit on this project? Since this is not a paving project there are no FAA required Lab specs or certifications required. 2. Besides page 11 (Attachment A-Pricing Exercise), will we need to still submit another cost estimate based on the plans and specifications? Or is this only for laboratory sample testing? 6 9 Submit the pricing exercise as a stand-alone submittal and then any other pricing information based on plans and specifications. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Mari Lynn swel Procurement Specialist I DATE: April 8, 2008 ADDENDUM ACKNOWLEDGMENT Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 3 is required by signing and including the acknowledgment with your response. Failure to acknowledge this Addendum may result in your proposal being deemed non-responsive. rvF 111171r�'.�_� RFP 10-U SPECIAL TESTING AND INSPECTION SERVICES ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED.IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM 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. CLARIFICATION OF INSTRUCTIONS TO PROPOSERS: It is IMPERATIVE that you contact Cheryl Martin, Procurement Administrative Coordinator, via email at Cheryl.Martln(@palmsprings-ca.gov to officially register as a Proposer for this specific project 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. Note: You may also register your firm in the City's on-line general vendor database system while on the website, but you MUST still contact Cheryl Martin as instructed above to register as a proposer for this specific RFP 10-08 The City has received the following questions and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE- 1. ASTM D2922 is a field test performed by the field technician in the course of their work day. Do you want these tests billed separately as well as the hourly rate for the soils technician? 2. ASTM D1556 is a field test performed by the field technician in the course of their work day. Do you want these tests billed separately as well as the hourly rate for the soils technIClan? 3. ASTM C172 is a task performed in the course of the day by the field inspector while casting compressive strength samples. Do you want this task billed separately along with the Inspector's hourly rate? 0 0 4. ASTM C31 is a task performed in the course of the day by the field inspector while casting compressive strength samples. Do you want this task billed separately along with the inspector's hourly rate? 5. ASTM C173 is a field test performed in the course of the day by the field inspector while casting compressive strength samples. Do you want this task billed separately along with the inspector's hourly rate? 6 ASTM C143 is a field test performed in the course of the day by the field Inspector while casting compressive strength samples. Do you want this task billed separately along with the inspector's hourly rate? 7. ASTM E164 is a field test performed in the course of the day by the field inspector while performing ultrasonic examinations of welds. Do you want this task billed separately along with the inspector's hourly rate? 8. ASTM E605 is a task performed in the course of the day by the field inspector while inspecting sprayed fire resistive material. Do you want this task billed separately along with the Inspector's hourly rate? The answer to all of the above questions is as follows: If the testing is included in the course of normal work and the cost is included in the hourly rate, you should note it that way on Exhibit A "Included in hourly rate" BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA &L�� Mari Lynn B�lll Procurement Specialist I DATE: April 1, 2008 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your response. Failure to acknowledge this Addendum may result in your proposal being deemed non-responsive. i, RFP 10-08 SPECIAL TESTING AND INSPECTION SERVICES ADDENDUM NO. 1 THIS ADDENDUM 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. This Addendum is being issued for the following clarification: Section 6 PROPOSAL CONTENTS — Reference is made on Page 5 to the fact that Envelope #2 will be clearly marked "Cost Proposal'. The term "Cost Proposal" is synonymous with the term used on Attachment"A"—D.8 'Pricing Exercise". The form included in the RFP as "A" is the form to be filled out and provided in Envelope#2. Section 14 WAGE RATE REQUIREMENTS — Although there are definitions of prevailing wage, the document does not state definitively whether or not the project is prevailing wage. For clarification purposes: this is a Federal prevailing wage protect. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA L" 4:z4�_ Marl Lynn BosxAbIl Procurement Specialist I DATE. March 26, 2008 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name, Authorized Signature: Date. Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your response. Failure to acknowledge this Addendum may result in your proposal being deemed non-responsive. Revised: 3/23/07 EXHIBIT "C" CONSULTANT'S PROPOSAL Consultants Proposal — attached hereto. 51,1761 1 EXHIBIT "C" Tabie of Contents Letter of Interest A. Firm Qualifications A.I Firm Profile A.2 Firm Principal Officer A.3 Firm Background/Qualifications A.4 Staff Overview Resumes Staff Matrix A.5 Subcontractors A.6 Relevant Experience B. Proposed Work Procedures/Approach 11,1 Cost Control Approach B.2 Notification Requirements C. References C.I Successful Projects III���tlII i D. Cost Schedule (separate envelope) E. Appendix _ Attachments Attachment B Required Equal Opportunity Statements 1 Attachment C Certification of Nonsegregated Facilities Attachment D Compliance with Title 29 CFR 26 Relating to DBE Addendum$ Addendum HI Addendum 42 Addendum#3 I Geotechnical Engineering am 1 Engineering Geology Materials Engineering, Testing&Special Inspection QAlQC Third Party Roofing&Waterproofing Consulting 1 A. Firm Qualifications since 19"9... AJ Firm Profile Southern California Soil&Testing,Inc.(SCS&T) Corporation,California/Smte Certified SBE P 760.775,5983 F 760.775.8362 A.2 Principal Officer/ Gordon T.M.Woodard,Vice PresidendPrmcipal Engmeer Primary Contact: 760.775.5983 (office) 760-775.8362(fax) 619.944.4059(mobile) gwoodard@scst.com —__ - A.3 Firm Background/ Since our inception in 1959,Southern California Soil& Qualifications: Testing,Inc.(SCS&T) has earned a reputation as one of Coromdo Bay Bndgc 1967 Southern California's premier firms offering engineering and construction support services. Our team of sldlled engineers,inspectors,and technicians has successfully completed over 40,000 projects throughout Southern California,including Testing and Inspection services for :+ �•: � • " "? - r airport Improvement projects such as: the City of Palm ,1 Springs Airport multiple phases 1.11&III, and San Diego �e;' International Airport East and West Terminal Expansion, I Commuter Terminal,storm drain pipes,HVAC upgrade, reroofing,and relocation of avaiation offices. Qualcomm Smdlum,1967 A.3.1 Length of Time Over 49 years-Established in 1959 in Business: A.3.2 Services! Geotechnical Engineering Engineering Geology Soil&Materials Testing Special Inspection Third Parry Quality Control/Quality Assurance Roofing&Waterproofing Consulting Forensic Investigations In-house Laboratory Testing 5hamu Swdlum-Sea World 19117 A.3.3 Certifications AASHTO Material Reference Laboratory(AMRL) and Accreditations: American Concrete Institute (ACI) 1 American Society forTestmg and Materials(ASTM) American Society of Non-destructive Testing(ASNT) _. LA American Welding Society(AWS) CalTrans `,• ``.r �i�� ". Cement&CQncrete Reference Laboratory(CCRL) City of Los Angeles ' i `'�f;t;�`r .• City of San Diego Division of State Architect(DSA) 5 D Padres Paco Park,2003 International Building Code(IBC) ' International Code Council (]CC) Tmxler Nuclear Gauge Certified U.S.Navy Southern California Soil&Testing.Inc. Providing professional engineering services in Southern California For over 49 years 1 Our professional engineers and technicians have A. Firm Qualifications extensive project experience and under5nnding of local conditions necessary to meet the challenge of building in Southern California,with its unique earthen,envmonmental and sesmlc A.3 Firm 9ackgreundlQualifieations challenges. SCS&T is a locally owned geotechnical engineering and materials testing and Since our inception in 1959 our professional staff inspection firm that has been providing professional services throughout of experienced and registered professionals has Southern California since 1959. earned SCS&T a reputation as one of Southern California's premier engineering firms. For over 49 years,SCS&T has maintained the values of proactive service, reliability,and integrity, We value our relationships with our clients and try to differ from other testing and inspection agencies by: • Utilizing multi-credentialed inspectors. Our services on over 40,000 projects throughout Southern California have included on-and off-site testing and inspection of soils compaction and density tests,structural concrete, drilled piers,site concrete,mortar,masonry,grout,asphaltic concrete I pavement,structural steel,steel joists,metal decking,cold formed metal framing,metal fabrications,reinforcing steel,welding,fire proofing,bolts and imbeds,and mechanical connectors; • Committing to team development and budding long-term relationships with our clients; • Utilizing proactive,professional staff that can handle problems should they arise and get you immediate answers to any field questions; • Accommodating your needs. From being on your site when you need us, to designing invoices that will work smoothly with your billing system we are committed to making sure your needs are met; • Providing sernce-orienred and comprehensive Project Management. SCS&T's goal is to provide quality service in a timely and cost effective manner. We strive to reach this goal by providing our clients with realistic budgets and a project management system to determine resolutions to questionable circumstances in early phases of your project,and to help prevent unexpected change orders as a result of nonconformance issues; A.4 Staff Overview/Names and Specialties of Staff Members Assigned to this Project In order to effectively coordinate special testing and inspection services for the City's proposed projects,Southern California Soil&Testing,Inc. (SCS&T) has assembled a top-quality team for you, including a principal ' project manager who will serve as your primary point-of-contact and will be responsible for day-to-day operations of your projects. In addition to project engineering staff,we have Included experienced certified special inspectors and laboratory technicians who will be responsible for materials testing and ' inspection services. We have included Simon Wong Engineering,a certified DBE,as pare of our team to provide all offsite plant inspection. SCS&T and Simon Wong Engineering have had success in working together in various capacities for over six years. ' ��. g A. Firrn QrnaNficatimlrns e KEY PERSONNEL: AA Staff Overview/Names and Specialties of Staff Members Assigned to this Project Gordan T.M.Woodard RCE Vice Presldend Principal Engineer The following key personnel have been assigned specifically to work with Primary Point of Contact theThe City of Palm Springs (City)for the Improvement,Modification and Rehabihtiation on the Terminal Complex Project(Project)and serve as a James J.Stone RCE,RGE part of your construction team:Gordon Woodard,R.C.E.,will serve as Georechnical Project Manager Principal Engineer/Project Manager;James J.Stone,RCE,RGE,will serve as Geotcchnical Project Manager;SCS&T inspectors will include as appropriate: Ron Saudour Joe Kjodrud,Lavinia Petrila,Steve Arce,Mlles Woodard and Tim Olk-Soils Regional Laboratory Dircctor Technicians and Laboratory technicians will include Ron Baudour,Raleigh Raleigh Easton Easton,Michael Jimenez and Michael Gereminski, Laboratory Supervisor Mr.Gordon T.M.Woodard,RCE,Vice President/Principal Engineer will serve as the City's project manager and will provide project oversight rIELD/LAB STAFF for materials testing and inspection services. During Gordon's 15 years of experience,he has served as a Project Manager on numerous public works,and private projects to include both hands-on expertise and progressive project Garrott Fountain,RCE,RGE management. Gordon has served as principal engineer on recent projects for Project Engineer the City of Palm Springs Airport. Joseph a As Project Manager,Gordon will be available to all City and project personnel. Special Inspector He will be responsible for coordinating assignments with the City's Project Michael Geriminslai Team,scheduling appropriate field and laboratory personnel,discussing findings Special Inape¢or and conclusions with District personnel,reviewing final reports,and all budget items, Miles Woodard Special Inspector Mr.James(Jim)J.Stone, RCE,RGE,Principal Geotcchnical Engineer will serve as the District's Geotechnical Project Manager. Jim has has almost Tim Olk 40 years experience in geotechnical engineering and has served as project manager on numerous projects of similar size and scope throughout Southern Special Inspector California. Jim has a thorough understanding of Southern California's diverse Lavinia Petrila geologic conditions will prove invaluable in the successful completion of your So,ISTechnman projects. Mr.Ron Baudour has been a part of the SCS&T team for the duration of his James Sanchez Sods Technician 20 years experience. As Regional Laboratory Supervisor, Ron has worked with many projects of simdiar size and scope. I Michael Jimenez The selected project team members bring to the City over 100 years of laboratory Technician combined expertise and experience that will be valuable during the sensitive Clint Adkins 'grey areas'that sometimes arise on a project. Utilizing their best practices and Laboratory Technician lessons learned,this roam will provide effective communication with the City,a proactive approach to each task and will always ensure that proper compliance with the contract documents are followed. 1 Please see the following pages for Key Personnel Resumes and Staff Matrix for an illustration of certifications,experience,depth,and qualifications of SCS&Ts ' additional team members available to serve the City, A.S Subconsultants SCS&T intends to utilize Simon Wong Engineering as a DBE sub- contractor to perform batch plant testing,as needed for the duration on this contract.to assist in meeting DBE goals A. Firm Qualifications - Resume Gordon M.Woodard Skills &Experience - Gordon has been in the construction Industry since 1988 and MEMO 0--mmew specifically in the materials testing and inspection industry since Vlsm Grande Elemen+ ,y School 1993. He has supervised and directed many major inspection projects including San Diego International Airport's East and West Terminals Gordon?Woodard,R,C.E. Vice President Duties&Responsibilities EDUCATION: Gordon joined SCS&T in 1994. As Principal Engineer,Gordon San Diego State University is responsible for building envelope,roofing,and waterproofing, 55,Civil Engineering materials testing and special inspection,and Quality Assurance/ Quality Control.His duties include project management,review of CERTIFICATIONS: construction plans and specifications,attending jobsite meetings, Registered Civil Engineer selection and supervision of project staff,overseeing implementation State of California 460481 of Quality Assurance programs,preparing and monitoring service estimates,and reviewing and reporting test results.Gordon routinely City of San Diego observes his staff of Registered Roof Observers (R.R.O.),special Prestressed Concrete;#631 inspectors,and monitors forensic and production inspections. Reinforced Concrete#631 Project Experience City ofTemccula Prestressed Concrete ;10877886.89 Palm Springs International Airport Expansion Reinforced Concrete #0877836.89 Expansion of airport,including 7,000 sf of security checkpoint space and 3,000 sf of office space. SCS&T is providing geotechnical, International Code Council(jCC) materials testing,and special inspection services for Phase I and Prestressed Concrete l40877836.89 Phase II Construction. Gordon served as project manager. Reinforced Concrete#0877836-43 San Diego International Airport American Concrete Institute(ACI) On-call Port District contract for East and West Terminal expansion, Grade 1 400931735 Commuter Terminal,storm drain pipes,HVAC upgrade,reroofing, and relocation of aviation offices. SCS&T provided geotechnical, MEMBERSHIPS&ASSOCIATIONS: materials testing,and special inspection services. Gordon served as Buildin7 Industry Associmion(81A) project manager, American Concrete Insucuiu(ACI) Roof Consultants Institute(RCI) City of Indio Capital Improvements Program National Roof Contractors Association(NRCA) Various CIP projects for the City and Redevelopment Agency, American Sociery of Civil Engineers(AKE) including city-wide street rehabilitation;new city water wells and pump stations;waterline improvements;on-Call report review;six ADDITIONAL PROJECT EXPERIENCE: city parks;42-acre sports complex;teen center. Gordon served as Adams Avenue School project manager. Balboa Elemenary$chool Bethune Elementary School Lincoln High School SonitaVista High School New state-of-the-art campus with four comprehensive high schools Bonita Vista Middle School on 24.4 acres,including 323,196 sf of classrooms;an art complex;a Chesterton Elementary School library;science classrooms;technology classrooms;a career center; CChula Vista Middle School a 790-seat auditorium;two gymnasiums;baseball,track and football iremont High School fields;locker rooms;and 376 parking spaces. SCS&T provided Cawford High School materials testing,special inspection,and third party observation Cuyamaca College Communication/Arts Building and documentation services. Gordon served as SCS&T's principal Dewey Elementary School engineer, Encanm Elementary School Granger Junior High School New library and multi-purpose building. SCS&T provided geotechnical,materials testing,special inspection,and QA/QC services. Gordon served as SCS&T's project manager. a �n .. A. Firm Qualifications - Resume James J.Stone 4*0 iy,r:�.inl Skills&Experience Jim has been in the construction and geotechnical fields since 1969. jlWa. A....mK� Projects have Involved work with the San Diego Community College Sin Diego Community Collcgc Educational District,the University of California San Diego,the San Diego Cultural Complex Skills Center Unified School District,and the Sweetwater Union High School District,among others. James J.Stone,R.G.E.,R.C.E. Jim has been in the construction and geotechnical fields since 1969. Alternate Project Manager Projects have involved bridges,buildings,water and wastewater treatment plants,pipelines,highways,airfields,and residential EDUCATION: developments throughout San Diego County and Southern University of Hawaii at Manoa California. Major projects have included Pipeline 4B,Phase I in Mira Graduate Studies Ocean Engineering Mesa;Pipeline 5 Extension,Phase I in San Marcos;the Gafner Water Treatment Plant Expansion in Leucadia;the San Marcos Town Center, San Jose State University and a seismic retrofit of seven bridges along 1-5 in San Diego. MS,Geotechnical Engineering Duties&Responsibilities University of Santa Clara BS,Civil Engineering Jim joined SCS&T in 1999. As Principal Georechnical Engineer,Jim is responsible for the management of geotechnical engineering studies CERTIFICATIONS: and investigations including foundation investigations,slope stability Registered Geotechnical Engineer analyses,structural distress assessments,site remediation evaluations, State of California #808 and forensic studies. Jim has consulted on hazardous waste site characterizations and clean-up projects. Registered Civil Engineer SGRe of California n 25081 Project Experience Stare of Nevada #014752 Palm Springs International Airport Expansion MEMBERSHIPS&ASSOCIATIONS: Expansion of airport,including 7,000 sf of security checkpoint American Society of Civil Engineers(ASCE) space and 3,000$f of office space. SCS&T is providing geotechnical, materials testing,and special inspection services. Jim serves as ADDITIONAL PROJECT EXPERIENCE: principal geotechnical engineer. Ian Diego Straw University Co-Generation 1 Facility Chino Airport* Southwestern College Perimeter Road widening/ New runway. Geotechnical investigation and pavement design. Jim Fire Lane servd as principal geotechnical engineer, UCSD Rady School of Management UCSD North Campus Wedge Pi oicct King Abdulaza International Airport* Adams Elementary School Royal Family terminal apron pavement. Investigation of premature Carlsbad High School pavement distress. Jim servd as project manager. ChulaVista High School Dana Middle School Kaneohe Marine Corps Air Station* Franklin Elementary School Runway and revetment improvement.Value Engineering Study for Jefferson Elementary School pavement upgrades and airfield improvements. Jim servd as principal Lincoln High Schaal geotechnical engineer. King Elementary School Madison High School Truk Airport* Mary Layton Faye Elementary School New paved runway,terminal building,and airport support facilities. Ocean View Hills School Geotechnical investigation for earthwork foundation,and pavement Porter Elementay School design. Jim servd as principal geotechnical engineer. Salt Crcela Elementary School Votemns Elementary School Honolulu International Airport* Freight terminal apron and taxiway. Geotechnical investigation and pavement design. Jim served as principal georechnical engineer, .�.� i L i w A. Firm Qualifications - Resume - Laboratory Supervisors f• Ron Baudour and Raleigh Easton Skills& Experience Ron has been in the construction industry since 1983. Raleigh has been in the construction industry since 1997. Prior to joining 1 5C5&T Laboarones SCS&T,Raleigh performed framing and masonry construction work- Duties &Responsibilities Ron Baudour Ron joined SCS&T in 1983 and Raleigh in 2000, A5 Director of Laboratory Laboratory Manager Services,Ron's responsibilities include schedulemg of special inspections. As Laboratory Supervisor,Raleigh is more involved in the day-to-day training and Raleigh Easton testing in the laboratory. Both Ron and Raleigh coordinate responsibilities Assistant Laboratory Manager in the lab area to meet the challenges of varying workloads and conditions. Raleigh also doubles as a special inspector.They are both responsible for CERTIFICATIONS FOR RON BAVDOUR: maintenance and procurement of any equipment required for Certification Caltrans and/or approval by the various licensing agencies,such as Cement Concrete CTM 201 304,308,309 366,370 and 382 Reference Laboratories(CCRL),American Society forTesung and Materials (ASTM),Caltrans,and the American Association of State Highway American Concrete Institute(ACI) Transportation Officials(AASHTO). Ron maintains approval by all of the Grade 1#997818 relevant regulatory and licensing agencies. Concrete Strength TesringTechnician.y997$I$ Troxler Certified Nuclear Gauge Certified 4 3329.80 Roofing Consultants Institute(RCI) 1 Quality Assurance Observer y 10829 MEMBERSHIPS&ASSOCIATIONS: American Concrete Institute(ACI) Roofing Consultants Instln¢c(RCI) Asphalt Pavement Association(APA) CERTIFICATIONS FOR RALEIGH EASTON: Caltrans CTM 201,304,308,309,366,370 and 382 City of Sam Diego Reinforced Concrete#877 1 Prestressed Concrete#877 International Code Council(ICC) Reinforced Concrete#577762-48 Prestressed Concrete 4577762-I8 American Concrete Institute(ACO) Grade 1 y04%86 Concrete Strength Testing Technician#049686 MEMBERSHIPS&ASSOCIATIONS: American Concrete Institute International Code Councii / Southern California Soil & Testing, Inc. Staff Matrix ReguGalmns i Certdical[aes Sernces ryl i D-Ad rN P F'' 'r= °� � o a � 9����'� �SN���,� 'Ad'� r"� °'� � � a� � •' �� f� � a'`��� `� � � d �_'�yy`�OE r S¢ d t [a j MS—,] .c e fide Ed M X X .[f s 13 RCVFIR-xCE fI x x X x X x % X x x 1,N-aa&H— 13 BS RC@RCE LJ % % W X •p 5{c^�Ilnip•rmr Re Fx'nh5 X X X X X X % X X X X T. N•nda Bin 1 X % X X X X X X X X EW.La mr MS % X X X X X X G.O.q.molry r olnHrM1 ]4 R.urOEG I X X X X Mk-fiu 14 ni R.UGEG M.M[In IR a, 0.EA X X X XI % X aaa En,rtnn[mal n.asor x % I I x' x I sz.e Aia IT La u X I I x x X % % % s•-,evlrm IB as X X I x x %No % % e K'zanu P,aknl.a91- p..[u X# 19 E.5 L'I LIB L2 X X X' X % X % X % ft le-1 I,[I.uIR.,�, 16 x CApepror.•ri d H-i.SEIIz.M- D—b—,0, ¢r Gr'e M.AV.WA C—Cmn•mm Cmlrol Paop-un 5,m]rt,A1NVA Pa[M:.w Prrrema.n Asirb)'GeranlTu'u lim,l G.ruls 10 I X I I X % X X X par•].b-non ]I X I I X % X X X [re Kun.I,.a I I X I I x % X X I X rmd Knlc B L{ X I I X X X X X P.Lss-1 HEC'4-- h E X I X % X X la[n¢Nei La bm•sia[I^s 9 x I [vi�Egm.� G ab:ai lV.Maad 14 BS ACE.-e_C3 LI X ID,T X [p.T % Sp,T [Aaaa C:aay.r. 1 BS �1all ' bmNG -r 1 L-I X 5] X ID % [p % !p oln vbro 34 L-1 Ha,-, X % X X % X x % toe BLk i9 gh LJ X 9 X 5] % rp X SJ % •p X .p I I I rnnh Br=t[: se LJ I X % 1 X ICC Be ldi Imp-nen l]RC min cart n LA x l s� % sp I I I ! T—C.— I m as L-I x •n x sn % so X 57 X •p [ CM1:.1•s O:ns m LJ % 59 x . X .p �ca[mr, 11 w N—n, X x [o X 4] x sp x uJ x .o x .p x FarSZ Fv�ha• 31 LI x '.p I x Ha-nray ] U x I.B.-e G= ,r 35 I L I I X .p X Sp X m X f0 hcaR GE—eek I [ LI I X % u hK,hrad ]I LI X % X R % R X Ell Yli lan L•eaar. II 9 L LA [ % I [9 % .p X SJ .a-s OW11 ] I 14 I % rp % 50 X X 11 Pnra wM Ina ;,1 NBas.nr Lea[I Mey-sncPw I.L=J X 9 % 59 X Sp Gr Marray I^ % Sp X Turco l5 LA Chid X sp X x LlBasom e_n lard 11 I [ Hi,Rx6a.n. 5 LI I X X la Rcbzrsn I LI .p,T X S],T X T 'ei Ro;ers 16 LI X W % S] % SJ .y i.e Vu.nn IL LI Sp X Sp X - I I % Cuy Sv xnm 19 L-1 x BSsn[q59 x sp X [ °O s9 % D_HND Chs-C Cenrrer,11 -I,and Weir Hcsaal rcy acr.ACl Turns YI[s 11.13143 RA0. L-I x X X ICC 3uiCi Ins e:Wr X QA'OC<.�ul�rs Maaruav [ I Rod Halhcrk 11 RAO I m BX- ��Onar— R..Baraj— Wsbro C-rrnoun Aqa Rex sN Fre Pwrerann C-fxaran-Ienmrevun S.ds,FLanSnf K..n b...p.r 9 LJ % Appmnncenp,FEMA R-ysnred&sling lnspenrv,,F Xft SJ-q.DA Horton id FsR lauan.&cpores ] LI ]I MO U X ACI Co seu 2rc• Ib Tes nc Te[M1mnm X RaP 6s..r 9 U X •p X sp ACi C—rMe 9, N Tesennr Te[M1mum I X ACIa Lr�ra T�Tnki.0 f 3 l CG[Adaur B L 1 1 I I I x S.Llelu sa 13-1 c3.c 2-3 LAx I I I x son B--dn.-sB a�.•1 oraB5 I I LA x I I x R—J. R Po✓ugecna 2 I +L4 _ X Temsuh T C•n,Bnr— I X x TaxTm,•ram--rrt I I 11 x 1 SCS&T's extensive project experience in A. Firm Qtllalifieatiol Southern Callrorma spans over 45 years. SCS&T has provided borh public and pt vare sector clients wirh high quality,cos[effective services on over 35,000 successfully complered projects. A.6 Relevant Experience Key personnel Gordon Woodard,Jlm Stone,Ron Badour were responsible for similar services on the following relevant projects: I City of Palm Springs International Airport Expansion Phase I _ Palm Springs,CA Expansion of airport,including 7,000 sf of 1 security checkpoint space,3,000 sf of office Space, �a y�c: wW Gcotechnical Services: Laboratory Testing;Foaling Excavation Observation:Site Grading&Back fill Observation &Testing Materials Testing&Special Inspection Services: ��-I Concrete,Masonry,Grout,Wulding,Structural& w Reinforcing Steel,Fireproofing City of Palm Springs International Airport Expansion Phase 11 ^ Palm Springs,CA Confidential Cost,2008 est. Hold room and airport security wall I PROJECTTYPES Geatechmcol Services: Observation &Testing of Grading,Subgrade,and Mixed-Use Utility Trenching Commercial Materials Testing&S eon Services- Reinforcing __ _ _ II Special InsPrn Retail _ '-' -1 Reinforcing Steel;Structural and Site Concrete; Office Buildings&Business Parks Reinforced Masonry;Mortar:Grout;Structural Steel;Field Welding:High-Strength Bolting; Healthcare Fireproofing.Laboratory Testing Educational - - City of Palm Springs International K-12 Airport Runways IJniversines iM I� ""yy, � Palm Springs,CA Community Colleges 11� Confidential Cost,2000 est. CwtyfMunicopal :i _ On-call contract for runway and taxiway 1 - _ rehabilitation Infrastructnrc Transpoortation ' Geote[hmcal Services: er/Telecommunica[ions lities Powerl ,, �t Geotechnicol Investigation,Laboratory Testing _ Materials Testing Services; Industrial -- �•�- +•+ Laboratory Testing San Diego Residential International Airport 1 Single-family Homes San Diego,CA Confidential Cost, 1998 Single-family Housing -ter—.. Multi-family Mid and High-rise 1997 on-call Port District contract for East and WestTerminal Expansion,Commuter Military NV Terminal,storm drain pipes,HVAC upgrade, E'ntertainmentlRecreadon �, _ reroofing,and relocation of avaiation offices Religious Facilities '"" Geotechnical Services. Sod Testing Additional Facilities t , •. Materials Testing&Special Inspection: j !'r Concrete.Reinforced Concrete,Field Welding, Shop Welding,Drilled Anchor,Roofing i�4a Founded in 1959,SCS&T is a geotechnical B. Proposed Work Procedures/Approach and materials consulting and testing company, offering a wide range of construction support services. From undeveloped land through final construction,SCS&T utilizes an in-house B.I Cost Control Approach laboratory and materials testing facility to provide accurate and verifiable daui in a timely The Special Testing and Inspection services will be performed on an on---call,as- and cost-effective manner needed basis. SCS&T will utilize multi-credentlaked inspectors on our projects to optilze the services performed by our special inspectors while reducing costs to the City. SCS&T will not bill for drive time.We will work with the on-site Owner's Representative to maximize the number and types of tests that can be performed during each site visit and minimize the total time required on-site as well as the total number of site visits required.Field work generally will be performed at a set hourly rate.Working with the Project Manager,we will schedule our work in the most efficient manner to minimize the overall cost-We anticipate that the testing and inspection work will consist of, • Project engineer participation in a preconstruction meeting; • Performing field density tests to evaluate earthwork and utility trench backfill compaction; • Performing laboratory tests to evaluate the pertinent physical properties of the materials used in the earthwork: Making and curing concrete test specimens in the field; • Performing Air Content tests on freshly mixed concrete in the field; • Performing Slump tests on freshly mixed concrete in the field; • Making and curing hydraulic cement mortar test specimens in the field; Performing laboratory compressive strength tests of cylindrical concrete specimens COST CONTROL and hydraulic cement mortars; SCS&T can customize all aspects of project Performing ultrasonic contact examination of weldments in the field; management to accommodate our clients i • Inspecting and testing as needed for determining the mechanical properties of budgeting and project management needs externally and internally threaded fasteners; while adhering to the standards of delivering • Determining the thickness of sprayed fire resistive material in the field and Professional services determining the density of sprayed fire resistive material in the laboratory; • Determining the cohesion/adhesion of sprayed fire resistive material in the field; CUSTOMIZED SERVICES Documenthnon All of the tests both on-site and at our off-site testing laboratory in conjunction with BudgUing the plans and specifications for this project will be performed by SCS&T SCS&T will Reporting have our inspector(s) report to the on-sire office of the Owner's Representative and Billing log in.The inspector will also log out noting the time of departure and the testing Archiving that has been performed.In addition,the inspector(s)will submit a daily report indicating the type and quantities of the testing performed and any necessary test BUDGETS&SCHEDULES results and observations.Any defective work will be Immediately reported to the In both a umely and cost�effecove manner, Owners Representative In writing. 5C5&T will work with your project team to Assist you in meeting your budgets and schedules. Upon completion of the prolect,a final report will be prepared documenting the Based on the construction schedule and our work observed and tested and including results of the field and laboratory tests. experience with the construction process,we will create a budget and establish a program that allows us to track progress at the level of 13.2 Notification Requirements dead appropriate for each proloct By being a proactive part of the construction tehm, we SCS&T would prefer to have 24 hrs.notification for each type of inspection.However, ensure that the Client is aware or the inspection budget in a way that minimizes surprises such as we have the capability to respond with short notice because of the proximity of our change orders at the end of a project- Indio office to the airport. In addition,we have technicians licensed and certified in multiple types of inspection and testing.Due to our location and diverse staff,SCS&T PROJECT MANAGEMENT can respond to short notice requests within an hour,if necessary, Inspectors and SCS&T has a strong commitment to project technician scheduling is performed by our senior staff each working day for the next management. By assigning the project manager is day. The schedule is reviewed before 6-00 am each day and adjustments made as your dry-to-day Conuhct for the duration or your necessary to accommodate late requests,enabling SCS&T to respond promptly and project SCS&T provides mnnnuity throughout efficiently to City needs. the entire development process ,,�- "1 have nothing but excellent comments and C. references reports of your firm's performance on the recent(DSA)Lincoln High School Project I can appreciate the daunting task of coordinating the efforts of 14 inspectors assigned to our City of Palm Springs International project...the largest ever awarded to the ;�y�� ,„W Airport Expansion Various Projects SDUSD at$108,000,000 and 4 years of work Geotechnical Services: to complete." Laboratory Testing;Footing Excavation 60 Observation;Site Grading&8ockfill Observation Carol Pezzopone, &Testing Construction Management Supervisor q I Matenals Testing&Specrol Inspection Services: San Diego City Schools . I Concrete,Masonry,Grout Welding,Structural& Reinforcing Steel.Fireproofing Jeff Warkoski,RSH Construction Ed Howard,Parsons 303,409,4779 702.308.4779 leffrey.warkoski@rsandh com henryhoward@parsons.com City of Indio 2006 Capital Improvemerim Program I Various CIP prolecm for the City and Redevelopment Agency. _ Geotechnical Services: " Geotechnical Investigation;Pavement J�ru Investigation;Grading,Asphalr and Rase k Material Observation &Testing,Site 1 Inspection:Laboratory Testing; Jim Smith,City of Indio 760.347.1059 Materials Testing&Special Inspection: jsmith@mdio.org Concrete,Masonry,Steel San Diego Community College Educational Cultural Skills b•I Complex Center ICJ San Diego,CA New wing addition including state of the art laboratories,lecture rooms and - •• ,, ,��,", support space. ; .; Geotechnical Services: Geotechnical Investigation,Subsurface Lance Lareau,San Diego Community Exploration.Pavement Recommendations, College District Laboratory Testing As-Needed Services Materials Testing&Special Inspection 619,388,6546 Services:Concrete,Steel,Masonry, Laboratory Testing .—,r�nwe:•. University of California,San Diego Rady School of Management La Jolla,CA New facility on 80,000 sf site. Four- _ it stories,including classrooms,conference ( rooms,offices,computer lab Geotechnical Services _ Observation&Testing of Grading, - Foundation Excavation,Wall Backfill,Curb& ' Gutter,and Utilities;Parking Lot Pavement Construction,Laboratary Testing Mike Engel Materials Testing&Special Inspection UCSD Facilities Design and Services: Construction Steel,Concrete,Fireproofing,High-Strength 858.534,7484 Bolting,Ultrasonic Testing,Ceiling Wire Pull Testing,Laboratory Testing Appendix -Attachments &Addendums I I i I ATTACHMENT'S' REQUIRED EQUAL OPPORTUNITY STATEMENTS The Bidder shall complete the following statements by checldng the appropriate boxes. The Bidder must have properly completed these statements to be considered an eligible Bidder. The Bidder has-X—has not participated in a previous contact subject to this equal opportunity clause prescribed by Executive Order 11246,as amended,of September 24, 1965. The Bidder hasYhas not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder bas participated in a previous contract subject to the equal oppornmity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-I" prior to the award of the contract. BIDDER'SNAME 50L-;•7pt'LE02+✓ Cf/F/TeA.✓/9 o/G �j�S /J6 ADDRESS 83 - 7e C♦T�i S f/� �f✓!J S,Ii G �+.✓dia. CA q Z2n INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER. f 95-._ 2. 2yd�33 ` �ALw ES' � STtiN //�.� i.ya/AAL rs'+C`O��</,✓NIGA L �/�'�NEE,y� Name and Title of Signer S D Note:The penalty for malting false statements in offers is prescribed in 18 U.S.C. 100I. 12 ATTACHMENT'C' CERTIFICATION OF NONSEGREGATED FACILITIES CERTIFICATION TO BE SUBMT[TED BY FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS OF APPLICANTS AND THELR SUBCONTRACTORS (APPLICABLE TO FEDERALLY ASSISTED CONSTRUCTION CONT&WTS AND AF-WED ,SUBCONTRACTS EXCEEDING $10,000 WIUCE ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE). The rederally-assisted construction contractor certifies that he or she does not maintain or provide,for his or her employees,airy segregated facilities at any of his or her establishments,and that he or she does not permit his or her employees to perform their services at any location, under his or her control, where segregated facilities are maintained. The Federally-assisted construction contractor certifies further that he or she will not maintain or provide,for his or her employees any segregated facilities at any of his or her establishments,and that he or she will not permit his or her employees to perform their services at any location, under his or her control, where segregated facilities are maintained. The Federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are,in fact,segregated on the basis of race,color,religion,sex or national origin,because of habit, local custom, or any other reason. The Federally-assisted eonstractdom contractor agrees that (except where he or she has obtained identical certifications from proposed subcontractors for specific time periods)he or she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Oppornmity Clause,and that he or she will retain such certifications in his or her files. Certification-The information above is true and complete to the best of my knowledge and belief. By TitlerR/�✓• GEaTtc H. LNG it. NOTE: The penally for malting false statements in offers is prescribed in 18 U.S.C. 1001. Assurance of Minority_Business Ejmp iae Participation. To meet the mandated requirements of the United States Department of Transportation,49 CFR Part 23, the assurance below shall be signed by the bidder and submitted prior to award of the contract. TlpTB: The bidder's execution of the signature portion of this proposal shall also constitute execution of this assurance. 13 ATTACHMENT `D' BIDDER'S ASSURANCE OF COMPLIANCE WITH TITLE 49 CFR PART 26 RELATING TO DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to Plus contract. It is the policy of the City of Palm Springs / Palm Springs International Airport to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All films qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/Proposers, including those who qualify as a DBE_ A DEE contract goal of 0% has been established for this contact. The bidder/Proposer shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26 (Attachment 1), to meet the contract goal for DBE participation in the performance of this contract.Form 1 -Disadvantaged Business Enterprise (DBE) Utilization must be included with the bid fonm submitted by the bidder/Proposer by the bid due date_ Form 1 — Disadvantaged Business Enterprise(DBE)Ublizatioo The undersigned bidder/Proposer has satisfied the requirements of the bid specification in the following manner(please check the appropriate space): The bidder/Proposer is committed to a minimum of %DBE utilization on this contract. se' \ 1s CLCa&\71Cx\ The bidder/Proposer(if unable to meet the DBE goal of %) is committed to a minimum of% DBE utilization on this contract and will submit documentation demonstrating good faith efforts. Form 2— DBE Letters of Intent must be submitted within 5 days of the bid due date by the bidder/Proposer. Form 2 -Letters of Intent must include the following information: (1)the names and addresses of DBE firms that will participate in the contract; (2) a description of the work that each DBE firm will perform; (3) the dollar amount of the participation of each DBE firm; (4) DBE business age (5) DBE approximate annual gross receipts (6) written and signed documentation of commitment to use a D13E subcontractor whose participation it submits to meet a contract goal; (7) written and signed confirmation from the DBE that is it participating in the contract as provided in the prime contractors commitment; (8) Proof of DBE certification. Form 2 contained in Instructions To Bidders. Documentation Demonstrating Good Faith Efforts must be submitted within 5 days of the bid due date by the bidder/Proposer. The bidder/Proposer shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26 (Attaclmrent 1), to meet the contract goal for D13E participation in the performance of this contract. Good Faith Effort form is contained in Instructions To Bidders. 1 A bid that fails to meet these requirements will be considered non-responsive. 14 The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set Forth. Name of bidder/Proposer's firm: r— S'a ✓774,C e ,J 4r.9G -- State Contractor License No.- r✓�A By: J q MjE S T- S'���. l�E6rSs��Gp �rEaTff"osrNrcr9 L Er�Gr�Ed� Title:i`2rr�� N�. /NL//nr1Glr�O1�Ls�i[trcA� EtiI�rNL/�/L (Nemc o uthorizsd ORic Signa A ture: (Signature Au�4onizcd Ofl3csr) atc: 15 04 PALS S A? 4 'Z U y, �ryr CgrrFOR��A RFP 10-08 SPECIAL TESTING AND INSPECTION SERVICES ADDENDUM NO.1 THIS ADDENDUM 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, This Addendum is being Issued for the following clarification: Section 6 PROPOSAL GONTF --Reference Is made on Page 5 to the fact that Envelope#2 will be clearly marked 'Cost Proposal". The term "Cost Proposal" Is synonymous with the term used on Attachment"A"—D.8 Wcing Exercise". The form included In the RFP as"A"is the form to be filled out and provided in Envelope#2. Section 14 WAGE RATE R —Although there are definitions of prevailing wage, the document does not state definitively whether or not the project is prevailing wage. For clarification purposes:this is a Federal prevailing wage project. BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA " (LP Mari Lynn Bos II '^ Procurement Specialist I DATE: March 26,2008 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: S e rJ r N I"a L) CA 9- F f u of 1,9 SO<1- f Authorized Signature: -il' Date:CN Acknowledgment of Receipt of Addendum t is required by signing and including the acknowledgment with your response. Failure to acknowledge this Addendum may result In your proposal being deemed non-responsive. OF ?AIM s A� w Z V N C'�rfFOR��� RFP 10-08 SPECIAL TESTING AND INSPECTION SERVICES ADDENDUM NO,2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED.IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM 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. CLARIFICATION OF INSTRUCTIONS TO PROPOSERS: It Is IMPERATIVE that you contact Cheryl Martin, Procurement Administrative f` Coordinator, via email at Chea l,Madin@paIlrnsprings-ca=oc> v to officially register as a Proposer for this specific project 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. Note: You may also register your firm in the City's on-line general vendor database system while on the webslte, but you MUST still contact Cheryl Martin as instructed above to register as a proposer for this specific RFP 10-08 The City has received the fallowing questions and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: 1. ASTM D2922 Is a field test performed by the field technician in the course of their work day. Do you want these tests billed separately as well as the hourly rate for the soils technician? 2. ASTM D1556 is a field test performed by the field technician in the course of their work day.Do you want these tests billed separately as well as the hourly rate for the soils technician? 3. ASTM C172 is a task performed in the course of the day by the field inspector while casting compressive strength samples. Do you want this task billed separately along with the inspector's hourly rate? 4. ASTM C31 Is a task performed In the course of the day by the field inspector while casting compressive strength samples.Do you want this task billed separately along with the inspector's hourly rate9 5. ASTM C173 is a field teat performed In the course of the day by the field inspector while casting compressive strength samples.Do you want this task billed separately along with the inspector's hourly rate? 6 ASTM C143 is a field test performed in the course of the day by the field inspector while casting compressive strength samples.Do you want this task billed separately along with the inspector's hourly rate? 7. ASTM E164 is a field test performed in the course of the day by the field Inspector while performing ultrasonic examinations of welds. Do you want this task billed separately along with the inspector's hourly rate? 8. ASTM E605 is a task performed in the course of the day by the field inspector while Inspecting sprayed fire resistive material.Do you want this task billed separately along with the inspector's hourly rate? The answer to all of the above questions Is as follows' If the testing is included in the course of normal work and the cost is included in the hourly rate,you should note it that way on Exhibit A "Included in hourly rate" BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA Mari Lynn Bo9well Procurement Specialist I DATE: April 1,2008 ADDENDUM ACKNOWLEDGMENT: Proposer Finn Name: S if—aop ^li'q Authorized Signature: Date: Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your response. Failure to acknowledge this Addendum may result in your proposal being deemed non-responsive. t FA Al oY spy. 4 m RFP IM8 SPECIAL TESTING AND INSPECTION SERVICES ADDENDUM NO. 3 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED.IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS, THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions and is hereby providing answers thereto. I RESPONSES TO QUESTIONS RECEIVED TO DATE= 1. What are the required FAA specifications, lab qualifications that we will need to have in order to submit on this project? Since this is not a paving project there are no FAA required Lab specs or certifications required. Z Besides page 11 (Attachment A-Pricing Exercise), will we need to still submit another cost estimate based on the plans and specifications?Or is this only for laboratory sample testing? Submit the pricing exercise as a stand-alone submittal and then any other pricing information based on plans and specifications. BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA 1 Mari Lynn swel Procurement Specialist I DATE: April 8, 2008 ADDENDUM ACKNOWLEDGMENT Proposer Firm Name_ S o C'y o,F u e .v en Sv e/— O'� f�sr/p C Authorized Signature: cs Date:o v /U r o Acknowledgment of Receipt of Addendum 3 is required by signing and including the acknowledgment with your response. Failure to acknowledge this Addendum may result In your proposal being doomed nonresponsive. D. Cost Schedule - Submitted in Separate Sealed Envelope I 1 e Section 0, Cost Schedule April 14, 2008 DA -- Hourly Rates for Onsite Inspection Special Inspection by SCS&T (Includes inspection of the $88 per hour following items)! reinforcing steel; structural and site concrete placement; reinforced masonry, mortar and grout placement; structural steel, steel joists, metal decking, clod formed metal framing, metal fabrications, and field welding, high-strength bolting; fireproofing; bolts and embeds; and mechanical connectors. Geotechnical Testing $88 per hour D.2 — Hourly Rates for Offsite Inspection ^If offsite shop inspection is required, Simon Wong $88 per hour Engineering will perform offsite services. D.3— Unit Costs for Onsite Testing Air & Entrainment _ Included in hour) rate _ Slump test of concrete Included in hourly rate Temperature of concrete _ Included in hourly rate Fireproofing Thickness Included in hourly rate �WUltrasonic Contact Examination Included in hourly rate D.4 - Unit Costs for Offsite Testing Compressive Strength of Concrete $21 per cylinder Compressive Strength of Mortar $21 per cylinder Compressive Strength of Grout $21 per cylinder Fireproofing Tests Density/Cohesion-Adhesion $50 per test Miscellaneous Test Result Reports No Charge Tensile and Hardness Testing of H.S. Bolts $50 per sample D.5 - Reports Final Verification of Special Inspection Report $500 Miscellaneous Test Result Reports No Charge Geotechnical Report $850 D.6 - Reimbursable Expenses to Owner D.7 -Additional Costs to Owner Project Engineer/ Project Manager 8 hours x-$150 per hour D.8 — Pricing Exercise Attached 03 ATTACHMENT'A' D.8 PRICING EXERCISE k*TO SE SUBMITTED WITH COST PROPOSAL IN SEALED ENVELOPE#2** / No. of Tests ASTM Test/Description Unit Price Extended Price 5 ea D2922 Density of Soil and Soil S132 $660 Aggregate 5 ea D1556 Density and Unit Weight of $220 $1,100 Soil 5 ea D2167 Density and Unit Weight of $220 $1,100 Soil 5 ea D1557 Laboratory Compaction 5212 $1,060 Characteristics of Soil 5 ea D3017 Water Content of Soil and incl in D2922 Rock in Place price 10 ea C172 Sampling Freshly Mixed $294 $2,940 Concrete 10 es C31 Making and Curing Concrete ncl in C172 Test Specimens price 10 ea C39 Compressive Strength of $104 $1,040 Cylindrical Concrete Specimens 10 ea C173 Air Content of Freshly Mixed incl in C172 Concrete price 10 ea C143 Slump of Hydraulic Cement incl in C172 Concrete price 10 ea C109 Compressive Strength of $104 $1,040 Hydraulic Cement Mortars 10 ea E164 Ultrasonic Contact $309 53,090 Examination of Weldments 20 ea P606 Mechanical Properties of $294 $5,880 Externally and Internally Threaded Fasteners 5 ea E605 Thickness and Density of $359 $1,795 Sprayed Fire Resistive Material 5 ea E376 Cohesion/Adhesion of incl in E605 Sprayed Fire resistive Material price Identify any additional costs necessary to perform Subtotal of $19,705 the above tests in the spaces below: Extended Costs Addl Cost Project Engineer On-Site Observations $102 $1,632 and Meetings per hour Add[ Cost Final Report $850 Addl.Cost Addl Cost Addl Cost Grand Total: $22,187 All of the above Unit Prices include anticipated drive time testing equipment, reimbursable expenses, vehicles, consumables needed for testing and reporting, and daily report preparation on-site. Revised. 3/23/07 EXHIBIT "D" SCHEDULE OF COMPENSATION Total Compensation shall not exceed S80,000. 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. $88/11r Gcotechnical Services $88/11r Off-site hispections $88/hr Testing Compresive Strength Concrete $21/cylinder Compresive Strength Mortar $21/cylinder Compresive Strength Grout $21/cylinder Fireproffing Tests (Density & Coliesion-Adhesion) S50/test Fireproofing Thickness No Charge Ultrasonic Contact Examination Included in Hourly rate Tensile and Hardness Testing of H.S. Bolts S50/sample Reports Final Verification of Special Inspection Report $500 Miscl. Test Reslut Reports No Charge Reimbursable Expenses to City None Additional Cost Project Engineer/Project Manger(Owner Requested) $150 Call-out and Contractor not ready 2 hr ininimum 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, hidependence 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. 52A7b' I Revised 3/23/07 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 hoour notice from the Owner's Representative of his designee. 52670 1