Loading...
Earth SystemsPROPOSAL FOR ON-CALL MATERIALS TESTING SERVICES Earth Systems 79-811B Country Club Drive Bermuda Dunes, CA 92203 Ph: (760) 345-1588 fax: (760) 345-7315 www.earthsystems.com Tuesday, June 11, 2019 Submitted by: 79-811B Country Club Drive Bermuda Dunes, CA 92203 Ph: (760) 345-1588 www.earthsystems.com Earth Systems i Tuesday, June 11, 2019 City of La Quinta Attn: Mr. Bryan McKinney, City Engineer 78-495 Calle Tampico La Quinta, CA 92253 SUBJECT: Proposal to Provide On-Call Materials Testing Services Dear Mr. McKinney: Earth Systems Pacific (Earth Systems) looks forward to working with the City of La Quinta by providing geologic report review services. We appreciate this opportunity to express our interest and demonstrate our experience and qualifications to provide professional services for materials testing to the City. Our contact person for this commission will be: Mark Houghton, Managing Principal and Testing and Inspection Project Manager 79-811B Country Club Drive, Bermuda Dunes, California 92203-1244 760-345-1588; mhoughton@earthsystems.com We hope you will recognize the benefit of Earth Systems’ participation on your team, including: • Strong understanding of the required work – Earth Systems’ personnel have decades of experience providing professional geologic, geotechnical, and materials testing services in the Coachella Valley area. Earth Systems current geologic staff fully understand the geology of the City and requirements for geologic reports, including fault rupture, seismic induced settlement, subsidence, rockfall, and fissuring hazards. • Quality and availability of staff – Earth Systems employs a local base of four qualified and experienced certified engineering geologists and professional geologists. Our Bermuda Dunes office is located approximately 8 miles from the City’s office. • Capacity, Capability, and Commitment – Earth Systems has the resources and specialized experience readily available to provide the requested geologic services. We would like to earn your trust and become your consultant for years to come. Geologic professional staff for this commission are all full-time staff of Earth Systems. This proposal will remain valid for 180 days from June 11, 2019. We believe that our technical expertise, local presence, and extensive experience in the La Quinta area will make us a valuable component of the City’s team. We look forward to working with you. Thank you for your consideration of Earth Systems. Respectfully submitted, Earth Systems Mark Houghton Managing Principal and Testing and Inspection Project Manager Earth Systems City of La Quinta /ii On-Call Materials Testing Services Table of Contents Cover Letter Table of Contents 1. Qualifications, Related Experience and References ………………………………… 1 2. Proposed Staffing and Project Organization …………………………………………… 5 3. Work Plan/Technical Approach ……………………………………………………………… 9 4. Cost and Price ……………………………………………………………………………………... 10 Appendices • Insurance Acknowledgement • Resumes • Noted Expectations • Signed Non-Collusion Affidavit Form Earth Systems City of La Quinta / 1 On-Call Materials Testing Services 1. Qualifications, Related Experience and References Earth Systems’ Origin and Background Since 1969, the Earth Systems Pacific (Earth Systems) has provided a full range of expert services in the fields of geotechnical engineering, engineering geology, geophysical surveys, environmental assessments, construction monitoring, and materials testing and inspection. Earth Systems has been consistently named in Engineering News-Record as being among the top 500 engineering/ design firms in the nation. Earth Systems maintains 11 offices in California. Those offices include; Bermuda Dunes, Perris, Pasadena, Palmdale, Ventura, Santa Barbara, Santa Maria, San Luis Obispo, Salinas, Hollister, and Fremont. This structure enables us to integrate the advantages of local knowledge of geotechnical and geologic conditions with a wide base of professional and technical expertise. Earth Systems has built a reputation for providing thorough and professional geotechnical, geologic, and construction inspection services throughout California. As a mid-sized firm, we rely upon repeat business from our private and public-sector clients. Our goal for every project is to be responsive to our client’s objectives, budget, and time-frame, to use our expertise and experience to provide thorough and technically accurate assessment, and to produce our reports in a prompt and cost-effective manner. Our success and reputation have been built upon many years of client satisfaction with our services, fees, and the professional product that we provide. Our professional competence is evidenced by the many contracts that we have been awarded repeatedly by our clients in the local government, state, and educational sectors. Some of these on-call clients include: • The State of California, Dept. of General Services • The State of California, Dept. of Corrections • The State of California, Dept. of Mental Health • California Polytechnic State University, San Luis Obispo • University of California, Santa Barbara • Desert Sands Unified School District • Coachella Valley Unified School District • The County of San Luis Obispo • The County of Santa Barbara • The City of Riverside • San Bernardino Flood Control • Riverside County Flood Control and Water Conservation District • Wastewater Authorities in Riverside County • University of California – Irvine • Corona-Norco School District • Menifee Union School District • Palm Springs Unified School District • Riverside Parks Department • City of Cathedral City • City of Coachella • Hi-Desert Water District • San Jacinto Unified School District • Beaumont Unified School District Earth Systems City of La Quinta / 2 On-Call Materials Testing Services Primary Office Location and Contact Information The Earth Systems team of experts proposed for geotechnical and material testing services for the City of La Quinta is based out of our Bermuda Dunes office. Technicians and staff will be dispatched from this office. Lab testing will be performed and coordinated through this office. Contact information is as follows: Earth Systems 79-811B Country Club Drive Bermuda Dunes, CA 92203 (Ph): 760-345-1588 Primary contact: Mr. Mark Houghton Email: mhoughton@earthsystems.com After hours emergency phone number: 760-250-8004 Earth Systems’ staff consists of registered professionals and certified testing and inspection personnel. Companywide, Earth Systems employs over 160 dedicated individuals. Many have over 30 years of experience in the geoprofessional field and have enjoyed a long employment relationship with Earth Systems. Our professional staff includes: • Professional Geologists • Certified Engineering Geologists • Certified Hydrogeologists • Registered Professional Engineers (Geotechnical) • Registered Professional Engineers (Civil) Our testing and inspection staff hold various certification by: • International Conference Code (ICC) • National Institute for Certification in Engineering Technologies (NICET) • American Concrete Institute (ACI) • American Welding Society (AWS) • American Society of Nondestructive Testing (ASNT) • Division of the State Architect (DSA) • California Department of Transportation (Caltrans) Number of local Riverside County Earth Systems professional certifications: • Geotechnical Engineers 2 • Civil and Staff Engineers 5 • Professional Geologist 3 • Engineering Geologist 2 • Hydrogeologist 1 • Inspectors and Technicians 15 Licenses and certifications The two most local Earth Systems labs (Perris and Bermuda Dunes) for this project are certified, accredited and/or approved by: • AASHTO Materials Reference Laboratory (AMRL) – R18 • Cement and Concrete Reference Laboratory (CCRL) • Division of the State Architect (DSA) Laboratory Evaluation and Acceptance (LEA) Program Earth Systems City of La Quinta / 3 On-Call Materials Testing Services • (LEA Labs #050 – Bermuda Dunes and #283 – Perris) • California Department of Transportation (Caltrans) • ASTM Quality Programs E329, D3740, C1077, C1093 for Soil, Concrete, Masonry, and Aggregate (American Society for Testing and Materials) What differentiates Earth Systems from our peers is our intense dedication to truly characterize the geologic, geotechnical, and environmental constraints that affect a particular project and having two strategic full-service offices in Riverside County. While cost is a major component for any project, doing the necessary site evaluations to identify issues or enough testing during construction is our goal to protect the City’s long-term interest. We truly care and are willing to go the extra steps to assure a quality project. While it is common knowledge that many contractors are looking for extras and do not bid the project with a full understanding of the project information and specifications, it is our goal to represent the City so that geotechnical and environmental (if needed) constraints are addressed and adequately testing during construction. This can be an arduous task, often adversarial, and fraught with conflict. Our goals during construction are to establish a good working relationship with the contractors, establish expectations early on, and act as the City’s agent for quality assurance. The City is looking to us to provide quality geotechnical and geologic, and materials evaluation, testing and inspection. That is what we do! Conflict-of-Interest Statement Earth Systems does/will not have any conflicts of interest as a result of providing the services for this project. Lawsuit/Litigation History Earth Systems is financially sound and stable. The Earth Systems group of companies has provided a full range of expert services since 1969 and has consistently been named in the Engineering News Record (ENR) as being among the top 500 engineering and design firms in the nation. There are no financial issues pending or otherwise which should materially interfere with Earth Systems abilities to perform the services as set forth in the proposal or which should materially affect the financial condition or well-being of this Company. Earth Systems has no significant ongoing contract failures, nor any civil or criminal litigation or investigation. This representation is made based upon the information available to the undersigned as of this date. Related Experience Presented below is a small sample of small and large-scale projects Earth Systems has performed in recent years. Additional information can be provided if requested. Project: MURRIETA ROAD RESURFACING Location: Murrieta, California Contact: City of Menifee, Carlos Geronimo, 951-723-3722, cgeronimo@cityofmenifee.us Contract Amount: $16,812.00 Scope of Services: Project includes the widening of the street and asphalt concrete overlays. Earth Systems provided geotechnical services during construction including: • Compaction testing and observation street subgrade, base, and asphalt concrete paving. • Laboratory conformance testing of engineered fill and backfill materials. • Project management and preparation of required reports. Key Personnel: Kevin Paul, Mark Spykerman, Steve Clanton Completion Date: 2018 Earth Systems City of La Quinta / 4 On-Call Materials Testing Services Project: CORONA-NORCO SCHOOL DISTRICT – RONDO ELEMENTARY SCHOOL Location: Norco, California Contact: Ms. Lynne Murray, CNUSD, 951-736-5048, lemurray@cnusd.k12.ca.us Contract Amount: $361,000.00 - Contract amount (project is on-going). Includes design reports and construction testing. Scope of Services: Earth Systems provided design level geotechnical engineering and geologic hazards reports, grading observation and materials testing during construction of the building pad and structure and installation of stone columns. Conformance testing of fill materials and future compaction testing of infrastructure trench backfill and hardscape subgrades. Our services were provided under the review of the Division of the State Architect (DSA). Key Personnel: Kevin Paul, Mark Spykerman, Mark Houghton, Steve Clanton Completion Date: On-going Project: DESERT PALISADES DEVELOPMENT Location: Palm Springs, California Address: Racquet Club Drive Contact: Ed Freeman, Pinnacle View, LLC, PO Box 1754, Lake Oswego, OR, 97035, 701-838-2822, edfreeman3175@aol.com Project Description: Project includes the construction of streets and site utilities for a new residential development in Palm Springs, California. Contract Amount: $174,358.00 Scope of services: Earth Systems provided geotechnical services during construction including: • Compaction testing and observation during placement of engineered fill and utilities trench backfill. • Laboratory conformance testing of engineered fill and backfill materials. • Project management and preparation of required reports. Key Personnel: Mark Spykerman, Kevin Paul, Steve Clanton, Juan Nunez Completion Date: February 2017 Project: CITY OF INDIAN WELLS, HIGHWAY 111 IMPROVEMENTS Location: City of Indian Wells, California Contact: Mr. Bondie Baker, City of Indian Wells, 760-346-2489, bbaker@indianwells.com Project Description: Project included rehabilitation of Highway 111 Contract Amount: $26,000.00 Scope of services: Earth Systems provided Soils and Materials Testing Services during rehabilitation of Highway 111 (Compaction testing of subgrade, aggregate base, and asphalt concrete with laboratory conformance testing of soil, aggregate base, and rubberized asphalt concrete; and, geotechnical engineering oversight). Earth Systems also provided geotechnical engineering and engineering geology peer review services for geotechnical reports submitted to the City including professional engineer and geologist field services for verification of undocumented fill removals and rock fall hazards mitigation conformance. Key Personnel: Kevin Paul, Steve Clanton Completion Date: November 2017 Earth Systems City of La Quinta / 5 On-Call Materials Testing Services Project: EAGLE CANYON DAM Location: Cathedral City, California Address: East Palm Canyon Drive near Perez Road Contact: Kent Allen, Riverside County Flood Control and Water Conservation District, 1995 Market Street, Riverside, CA 92501, 951-684-8409, kallen@rcflood.org Project Description: Project includes the construction of an earth fill detention basin dam to control seasonal flash flood events within Cathedral City. Contract Amount: $306,601.00 Scope of services: Earth Systems provided geotechnical and geologic services during construction including: • Geologic mapping of foundation areas and evaluation of the activity of unforeseen faults which were encountered within the dam foundation area. • Slope stability analysis of completed cut slopes and spillway cut slopes for unforeseen rock instability. • Oversight during remedial grading and collaboration with Division of Safety of Dams (DSOD) personnel on the adequacy of native alluvial foundation material and depth of over-excavation. • Compaction testing and observation during placement of engineered fill. • Laboratory conformance testing of engineered fill materials. • Project management and preparation of required reports for submittal to DSOD. Key Personnel: Mark Spykerman, Kevin Paul, Mark Houghton, Steve Clanton Completion Date: October 2015 Project: WESTERN RIVERSIDE REGIONAL WASTEWATER AUTHORITY RIVER ROAD PLANT 14 MGD EXPANSION Location: Corona, Riverside County, California Contact: Krieger and Stewart, Josh MacPeek, 951-684-6900, jmacpeek@kriegerandstewart.com Contract Amount: $188,000.00 Scope of Services: Earth Systems was retained to provide grading observation and testing, materials testing, and geologic oversight during construction of the final 2/3 of the plant expansion after the initial consultant was replaced. Earth Systems staff provided compaction testing of fill materials, conformance testing of fill materials, and conformance testing of construction materials. Key Personnel: Kevin Paul, Mark Spykerman, Mark Houghton, Steve Clanton Completion Date: 2017 2. Proposed Staffing and Project Organization Key Personnel As presented below (and in the following resumes), Earth Systems local team members have worked together on many projects. They have worked for Earth Systems for many years and, most importantly, have worked together for the same client on many different projects. This not only demonstrates that Earth Systems performance has been a key factor in retaining repeat clients, but also that the team members have exemplary client working relationships. Earth Systems has the available staff resources ad fiscal stability to fulfill the needs of the City of La Quinta during all phases of your projects and has the deep staff to allow us to support your time schedules. Earth Systems City of La Quinta / 6 On-Call Materials Testing Services LOCAL STAFFING PLAN (Primary Personnel) Geotechnical Engineering & Geology Mark S. Spykerman, EG: Associate Engineering Geologist Kevin L. Paul, PE, GE: Associate Geotechnical Engineer Anthony Colarossi, PE: Project Engineer Field and Laboratory Testing and Reporting Oversight and supervision provided by staff listed above, plus: Mark Houghton: Materials Testing and Special Inspection – Field and Laboratory William Kennedy: Laboratory Manager – Soils and Materials Testing Steve Clanton: Senior Supervisory Technician – Soils and Materials Shane Schmidt: Soils and Materials Testing/Inspection Juan Nunez: Soils Testing: Field Jose Cruz: Soils and Materials Testing: Field and Lab Multiple Special Inspectors (due to limited page count, an Organization Chart can be provided upon request) Mark Houghton, ACI, NICET, ICBO (concrete, masonry) Senior Materials Inspector and Supervisor (Project Manager, Managing Principal) Mr. Houghton has over 35 years’ experience providing materials testing and observation and Special Inspection. Mr. Houghton manages a large staff of certified special inspectors with appropriate ICBO, DSA, NICET, AWS, and other credentials. For this commission, Mr. Houghton provides the daily technical oversight and quality control of the technicians and inspectors assigned. Mr. Houghton manages the team of technicians in strict adherence of the project plans and specifications. He brings immediate attention to any deviations to the project representatives, as appropriate. Additionally, Mr. Houghton provides materials testing oversight and assists with signatory review of laboratory tests. Mr. Houghton’s role is strengthened by having field inspector experience. He has developed innovative solutions to many testing and inspection challenges for DSA regulated clients. Additionally, in conjunction with Mr. Paul, Mr. Houghton administers and records a testing and learning maintenance program for technicians and inspectors. Mark Spykerman, PG #3800, EG #1174, HG #331 Associate Engineering Geologist Mr. Spykerman has over 40 years of experience in engineering geology, geotechnical engineering, environmental services, and project management including preparation of reports pertaining to fault and seismic hazards, slope instability, fissuring, seepage, percolation testing, and groundwater/ soil contamination. This includes direct contact with the client, consultants and public agencies, as well as the coordination and direction of fieldwork, personnel, equipment, laboratory testing, and analysis. Mr. Spykerman is a registered professional geologist and certified engineering geologist in good standing in the State of California since 1983. Mr. Spykerman has been registered in California as a certified hydrogeologist since 1995. During his 42-year career, he has provided geologic and geotechnical services for large and small residential projects, commercial projects, school and Earth Systems City of La Quinta / 7 On-Call Materials Testing Services hospital projects, water districts, and wind/solar projects. Mr. Spykerman also has experience in the design of small dams (DOSD jurisdiction) and retention basins. As managing principal of Earth Systems Inland Empire and Coachella Valley area and associate engineering geologist, Mr. Spykerman provides project management, hands-on technical services, staff direction, and coordination of specific services, as requested. Kevin L. Paul, CE #70084, GE #2930 Principal Geotechnical Engineer Mr. Paul has over 19 years of geotechnical experience with projects throughout the Inland Empire including projects in Menifee, Corona, Norco, Eastvale, Pomona, Colton, San Bernardino, Perris, Riverside, Rubidoux, Irvine, Joshua Tree, Beaumont, Banning, Palm Springs, Desert Hot Springs, Coachella, Indio, La Quinta, Rancho Mirage, and Palm Desert. Mr. Paul will be the principal geotechnical engineer for projects providing direct geotechnical engineering work or oversight. Mr. Paul is also the responsible Engineering Manager for our DSA certified laboratories in Perris and Bermuda Dunes. He oversees all geotechnical, materials, and laboratory reports prepared in- house, is an integral part of our quality assurance program, and directs training of our geotechnical staff. Other staff include: Steve Clanton, ICC, ACI (concrete and Soils), Caltrans Senior Technician Mr. Clanton has been involved with geotechnical testing for over 27 years, including concrete sampling and testing, preparing written reports, and laboratory soils and materials testing. Shane Schmidt, ACI (concrete), Caltrans Field Technician/Inspector Mr. Schmidt has been involved with geotechnical testing, materials testing, asphalt paving testing, concrete sampling and testing, batch plant inspection, preparing written reports and laboratory soils and materials testing for over 15 years. William Kennedy, NICET, ACI (concrete), Caltrans Laboratory Manager Mr. Kennedy has over 30 years of experience in materials testing. He has been involved with geotechnical testing, concrete sampling and testing, preparing written reports and laboratory soils and materials testing. Project Manager The name of the Project Manager is: Mr. Mark Houghton Earth Systems 79-811B Country Club Drive Bermuda Dunes, CA 92203 (Ph): 760-345-1588 Email: mhoughton@earthsystems.com After hours emergency phone number: 760-250-8004 Earth Systems City of La Quinta / 8 On-Call Materials Testing Services Availability of Key Personnel Earth Systems takes great care when assembling a team. We select team leaders and staff with the proper experience, background, and availability to fulfill your projects and schedule requirements. Earth Systems has the required experienced personnel within our Bermuda Dunes and other southern California offices to dedicate to your projects throughout your project duration. Earth Systems’ principal-in-charge, principals, and key staff will be available to the extent necessary to successfully execute assignments that arise during this commission. Our current work load is moderate, and we do not envision difficulty in committing personnel to the City’s projects, regardless of type of project or geographic location. Resumes for each key team member are included in the Appendix. Organizational Chart Mark Houghton Managing Principal Earth Systems Southwest Mark Houghton, ICC, ACI Testing & Special Inspection Field & Lab, Provide Materials Testing Oversight Kevin Paul, PE, GE Principal Geotechnical Engineer Project Manager & Engineering Oversight Geotechnical Engineering & Geology Steve Clanton, ICC, ACI Senior Field Technician, Provide Field Soils Testing Oversight Anthony Colarossi, PE Project Engineer Engineering Evaluation William Kennedy, NICET I Laboratory Manager Perform Lab Testing Alexander Schriener, PG Associate Geologist Provide Environmental Evaluation Shane Schmidt, ACI Field Technician/ Inspector, Perform Field Materials Testing Rocio Carrillo, PE Project Engineer Engineering & Field Work Juan Nunez Field Technician Provide Field Soils Testing Jose Cruz, ACI Field Technician Special Inspectors Guillermo Jimenez, AWS, ICC Justin Jimenez, ACI, ICC Dave Kretz, AWS, ICC, ACI William LeFave, AWS, ICC, ACI Anthony Pacheco, AWS Jack Rearick, AWS Provide Project Special Inspection Environmental Administrative Cole Jones Oversee Office Admin. Mary Rubio Word Processing Julian Geisinger Staff Geologist/ Technician Earth Systems City of La Quinta / 9 On-Call Materials Testing Services 3. Work Plan/Technical Approach • Review project plans, specifications and Geotechnical report to gain thorough understanding of materials to be used. Review of plans, specifications and reports shall be performed in our Bermuda Dunes office by our engineer who provided public works plans examination for other cities and departments. These reviews shall provide notification of the conformance to construction documents and relevant codes as required by the different projects. • Recommend street structural sections and street rehabilitation alternatives. Street section analysis can be performed to provide coring, logging, crack mapping, failure determination and laboratory testing of the soil, bases, membranes and asphalt. These studies can produce rehabilitation reports and data for the repair or adequate construction methods for roadway development. • Coordinate material testing activities and source inspections through the resident engineer. Shop and source inspections will be provided upon request and coordination of in town and out of town facilities. These services will include identification of materials, fabrication procedure examination, component marking and tagging and shipment tracking. • Conduct required tests for steel, concrete, soil subgrade, backfill, hot mix asphalt, aggregate base and other materials used on individual projects. Our technicians are Caltrans certified for soil, base and asphalt. Our inspectors are certified by ICC and AWS and have been approved for Caltrans projects. The Bermuda Dunes laboratory is Caltrans, AMRL, CCRL and ASHTO accredited. • Observe methods used by contractor to place materials and notify Resident Engineer of practices that may cause non-conforming test results. Quality Assurance and consultation may be provided by our staff technician which each have a minimum of 15 years of experience in their field of expertise. Their daily activities are overseen by a senior Engineer on our staff. Together most issues can be documented and reported to the Resident Engineer to assist in remediation of inadequate construction methods. Earth Systems offers decades of experience and extensive Geotechnical knowledge within the Coachella Valley. • Maintain summary logs of material tests performed throughout the duration of each project. Summary logs and tables with completed As-built reports are provided by Earth Systems for the projects we provide observation and testing and are available upon request. Earth Systems City of La Quinta / 10 On-Call Materials Testing Services 4. Cost and Price  JANUARY 1, 2019 FEE SCHEDULE RC-1901-001.FEE FEE SCHEDULE (Effective January 1, 2019 - June 30, 2019) This schedule presents rates for professional and technical services in the fields of geotechnical engineering, engineering geology, environmental consulting, construction observation and testing, and special inspection. Listed are charges for services most frequently performed by Earth Systems. Additional services not listed are available and can be discussed upon request; fixed-fee quotes for some services can also be provided upon request. To discuss a scope of work and fees for a specific project, please contact our office. PERSONNEL Hourly Rate Principal Professional ............................................................................................................................................. $210.00 Associate Professional ........................................................................................................................................... $188.00 Senior Professional ................................................................................................................................................ $166.00 Project Professional ............................................................................................................................................... $150.00 Staff Professional ................................................................................................................................................... $110.00 Special Inspector, Prevailing Wage* ...................................................................................................................... $110.00 Technician, Prevailing Wage* ................................................................................................................................ $102.00 Special Services/Caltrans Technician, Prevailing Wage* ....................................................................................... $110.00 Special Services Technician .................................................................................................................................... $110.00 Special Inspector ...................................................................................................................................................... $94.00 Technical Assistant and Drafter ............................................................................................................................... $90.00 Technician ................................................................................................................................................................ $83.00 Clerical/Administrative ............................................................................................................................................ $75.00 * Technician/Inspector Classifications as defined by the State of California Department of Industrial Relations. BASIS OF CHARGES, GENERAL 1. Field technician services for regular work days for non- Prevailing Wage projects are subject to a 2-hour minimum charge and billed in 2-hour increments portal to portal. Special inspection is billed in 4-hour increments. Over-time is billed in 1-hour increments. 2. Work performed on Saturdays, night work, and for premium hours (before 7 a.m., after 5 p.m. or more than 8 hours in one day) for personnel are at time and one-half; Sundays and holidays are at double time. Work performed on weekends, holidays, and when work starts outside of regular business hours is subject to a 4-hour minimum charge. 3. Charges are calculated in one-hour increments and accumulate on a portal-to portal basis. 4. A 2-hour cancellation charge applies if scheduled inspection or testing is cancelled after 3 p.m. the day prior to the scheduled work. 5. Mileage is invoiced at a rate of $0.90/mile (portal-to-portal). 6. Nuclear gauge charge: $12.50 per hour. 7. Subcontracted services, materials, rental equipment, out of town travel, and expenses are charged at cost plus 20 percent. Fixed per diem rates for specific projects can be provided upon request. 8. Minimum report charge: $150.00. Report copies: $25.00 each (minimum). Posting of electronic documents to project websites will be charged at clerical/administrative services rate. 9. Invoices are payable upon presentation. Invoices thirty days past due are subject to a service charge of one and one -half percent per month. Payments using a credit card will be assigned a 3% surcharge. PREVAILING WAGE PROJECTS 1. Field technician services for regular work days for Prevailing Wage projects are subject to a 4-hour minimum charge, then billed in 2-hour increments portal to portal. Special inspection is billed in 4-hour increments. Over-time is billed in 1- hour increments. 2. The prevailing wage (PW) rates presented herein are based on current rates established by the Department of Industrial Relations (DIR). If, during the course of the project, prevailing wage rates are increased by DIR, rates are subject to adjustment. Also, please note requirements concerning overtime, shift work, travel time, holidays, and other factors can vary for different classifications of work under prevailing wage regulations. 3. State regulations requires electronic submittal of Certified Payroll to DIR. A fee of $75.00/week will be assessed. Additional time required to address specific requests related to DIR/Labor Compliance will be charged at the clerical/administrative services rates. Earth Systems City of La Quinta / 11 On-Call Materials Testing Services  JANUARY 1, 2019 FEE SCHEDULE RC-1901-001.FEE FEE SCHEDULE - MATERIALS TESTING (Effective January 1, 2019 - June 30, 2019) BASIS OF CHARGES Rates for field work such as materials sampling, construction inspection, and field evaluation will be in accordance with the Personnel Rates listed in the basic Fee Schedule. The below listed rates apply to standard ASTM test methods. An additional hourly charge ($80.00/hr.) will be applied for cutting, capping, or other preparation of non-standard samples and, where noted, for steel samples. SOILS All prices are based on California and Modified California sample sizes (2” – 2.5” diameter) unless noted otherwise. Preparation of 3” diameter samples add $20.00. Testing of contaminated soil will be per quote. Samples will be returned to sender for proper disposal. Atterberg Limits: Liquid Limit or Plastic Limit................................................................................................................ $105.00 Atterberg Limits: Plasticity Index .................................................................................................................................. $225.00 California Bearing Ratio, 3 points; incl. ref maximum density ...................................................................................... $785.00 California Bearing Ratio, 9 points; incl. ref maximum density ................................................................................... $1,100.00 Consolidation, one dimensional .................................................................................................................................... $236.00 Consolidation, timed, per point ...................................................................................................................................... $63.00 Basic Corrosivity w/out Report (pH, Sulfate, Chl., Resistivity) ...................................................................................... $270.00 Direct Shear, per point, 3 points minimum .................................................................................................................. $265.00 Expansion Index Test ..................................................................................................................................................... $178.00 Maximum Density and Optimum Moisture: 4” Mold ................................................................................................... $210.00 Maximum Density and Optimum Moisture: 6” Mold ................................................................................................... $230.00 Maximum Density and Optimum Moisture: California Impact ..................................................................................... $230.00 Moisture and Unit Weight Determination, from ring samples ....................................................................................... $23.00 Moisture Only .................................................................................................................................................................. $16.00 Permeability Tests, constant head or falling head .................................................................................................... Per Quote R-Value .......................................................................................................................................................................... $470.00 R-Value, CA State Hwy/set of 3, Cement, Lime, Other additives .................................................................................. $470.00 Hydro Collapse Potential ............................................................................................................................................... $135.00 Hydrometer Analysis, assumed specific gravity, with 200 wash ................................................................................... $225.00 Sieve/Hydrometer Analysis, assumed specific gravity, w/200 wash............................................................................. $225.00 Sieve Analysis, Aggregate Base/Subbase ...................................................................................................................... $170.00 Sieve Analysis 200 wash only ........................................................................................................................................ $115.00 Sieve Analysis with wash ............................................................................................................................................... $136.00 Sieve Analysis, Oversize Material .................................................................................................................................. $199.00 Specific Gravity .............................................................................................................................................................. $178.00 Swell Test, undisturbed ................................................................................................................................................. $178.00 Swell Test, remolded ..................................................................................................................................................... $225.00 Unconfined Compressive Strength, untreated .............................................................................................................. $158.00 Unconfined Compressive Strength, lime or cement treated material .......................................................................... $550.00 THERMAL RESISTIVITY TESTS Concrete, 1 point w/moisture content (requiring special collection procedure) ................................................................... $210.00 Field Testing using Thermal Resistivity Meter ........................................................................................................................ $315.00 Soil, per moisture point, per sample ...................................................................................................................................... $260.00 Soil, 3 moisture points with dry‐out curve, per sample ......................................................................................................... $780.00 CONCRETE AGGREGATE Abrasion, L.A. Rattler, 100 and 500 revolutions ..................................................................................................................... $250.00 Absorption, Coarse Aggregate .................................................................................................................................................. $89.00 Absorption, Fine Aggregate .................................................................................................................................................... $136.00 Clay Lumps and Friable Particles in Aggregate ....................................................................................................................... $116.00 Cleanness Value of Coarse Aggregate .................................................................................................................................... $165.00 Crushed Particles, each size .................................................................................................................................................... $116.00 Durability Index, Coarse or Fine Aggregate ............................................................................................................................ $165.00 Earth Systems City of La Quinta / 12 On-Call Materials Testing Services  JANUARY 1, 2019 FEE SCHEDULE RC-1901-001.FEE FEE SCHEDULE - MATERIALS TESTING (Effective January 1, 2019 - June 30, 2019) Flat and Elongated Particles in Aggregate .............................................................................................................................. $116.00 Organic Impurities in Fine Aggregate ....................................................................................................................................... $90.00 Potential Reactivity of Aggregated by Chemical Method, each size ................................................................................... Per Quote Sand Equivalent ...................................................................................................................................................................... $135.00 Sieve Analysis, washed ........................................................................................................................................................... $165.00 Soundness, Sodium Sulfate, 5 cycles ...................................................................................................................................... $345.00 Specific Gravity, Coarse Aggregate ......................................................................................................................................... $135.00 Specific Gravity, Fine Aggregate ............................................................................................................................................. $135.00 Uncompacted Void Content of Fine Aggregate Angularity, w/fine Aggregate SG .................................................................. $230.00 Unit Weight of Aggregate ....................................................................................................................................................... $135.00 CONCRETE CYLINDERS, BEAMS AND CORES Compression Test of Cast Cylinders ......................................................................................................................................... $32.00 Compression Test of Cored Samples, cored at laboratory ....................................................................................................... $90.00 Compression Test of cores delivered by others ....................................................................................................................... $75.00 Compression Test of Lightweight Concrete .............................................................................................................................. $35.00 Density of Concrete Cylinders .................................................................................................................................................. $70.00 Density of Hardened Concrete ............................................................................................................................................... $100.00 Flexural Strength, Simple Beam with Third Point Loading ..................................................................................................... $150.00 Grading of Shotcrete Cores .................................................................................................................................................... $150.00 Sample Storage, monthly per sample ....................................................................................................................................... $25.00 Shrinkage, set of 3 .................................................................................................................................................................. $400.00 Unit Weight of Lightweight Concrete ..................................................................................................................................... $100.00 Enviro. Recycling Fee, per cylinder, core or beam .......................................................................................................................$2.00 Enviro Recycling Fee, per flex beam ............................................................................................................................................$5.00 Enviro Recycle Fee/Form Stripping, per shotcrete panel/beam............................................................................................... $50.00 MASONRY Absorption of Block, set of 3 .................................................................................................................................................. $150.00 Compression Test, 2” x 4” Mortar Cylinders ............................................................................................................................ $40.00 Compression Test, 3” x 3” x 6” Grout Samples ......................................................................................................................... $40.00 Compression Test on Block, set of 3 ....................................................................................................................................... $150.00 Compression Test on Grouted Prisms, includes cutting ......................................................................................................... $220.00 Compression Test on Masonry Cores ....................................................................................................................................... $75.00 Coring of Grouted Masonry by Subcontractor ................................................................................................................... cost + 20% Masonry Shrinkage, set of 3 ................................................................................................................................................... $300.00 Moisture Content of Block as received, set of 3 ..................................................................................................................... $125.00 Shear Test on Masonry Cores, 2 faces .................................................................................................................................... $150.00 Specific Gravity and Unit Weight of Block, set of 3 ................................................................................................................ $170.00 Enviro Recycling Fee, per masonry prism ....................................................................................................................................$3.00 Enviro Recycling Fee, per mortar or grout sample ......................................................................................................................$2.00 FIREPROOFING Fireproof Bond Test .................................................................................................................................................................. $75.00 Fireproofing Density Test ......................................................................................................................................................... $90.00 ASPHALT CONCRETE Bulk Specific Gravity of Compacted Specimens and Core Samples .......................................................................................... $50.00 Compaction of Lab Samples, CA Kneading Compactor, set of 3 ............................................................................................. $400.00 Compaction of Lab Samples, CA Kneading Compactor, set of 5 ............................................................................................. $650.00 Compaction of Lab Samples, Marshall Method set of 3 –(50 blows/side) ............................................................................. $300.00 Compaction of Lab Samples, Marshall Method set of 3 –(75 blows/side) ............................................................................. $400.00 Extraction of Oil from A.C. Mixtures ....................................................................................................................................... $275.00 Extraction of Oil from Rubberized Mixtures ........................................................................................................................... $360.00 Earth Systems City of La Quinta / 13 On-Call Materials Testing Services  JANUARY 1, 2019 FEE SCHEDULE RC-1901-001.FEE FEE SCHEDULE - MATERIALS TESTING (Effective January 1, 2019 - June 30, 2019) Ignition Oven Binder Content, after initial correction value is determined ........................................................................... $185.00 Ignition Oven Binder Content Correction Value /mix design, average of 3 ............................................................................ $850.00 Ignition Oven Gradation Correction Value, per mix design ................................................................................................. Per Quote Moisture Content ..................................................................................................................................................................... $50.00 Sieve Analysis of Extracted Aggregate .................................................................................................................................... $200.00 Sieve Analysis of Ignition Oven Residue ................................................................................................................................. $200.00 Specific Gravity, Theoretical Maximum, Rice Method ............................................................................................................ $150.00 Stability and Flow, Marshall Apparatus, set of 3 .................................................................................................................... $230.00 Stabilometer, Hveem S-Value, set of 3 ................................................................................................................................... $200.00 Enviro Recycling Fee, per sample ................................................................................................................................................$3.00 Enviro Recycling Fee for Extracted Oils..................................................................................................................................... $35.00 * Includes formal report of test results following 28-Day tests. Formal reports for earlier tests are subject to an additional $25.00 fee REINFORCING AND STRUCTURAL STEEL Bend Test of Welded Specimen, sample preparation not included .............................................................................. $165.00 Pipe Flattening Test, sample preparation not included ................................................................................................ $165.00 Reinforcing Steel Coupler Tensile and Slip Tests ........................................................................................................... $300.00 Structural Steel Bend Test, sample preparation not included ...................................................................................... $165.00 Structural Steel Machining/Sample Preparation .......................................................................................................cost + 20% Structural Steel Tensile Test, sample prep not included ............................................................................................... $165.00 Tensile and Bend Tests of Reinforcing Bar, #2 through #9............................................................................................ $150.00 Tensile and Bend Tests of Reinforcing Bar, #10 through #18 ................................................................................... Per Quote Enviro Recycling Fee, per sample ...................................................................................................................................... $2.00 BOLT TESTS Bolt Tests, chemical or mechanical ...........................................................................................................................cost + 20% WELDER QUALIFICATION AWS D1.1: 3/8” Plate, per position ........................................................................................................................... Per Quote AWS D1.1: 1” Plate, per position ............................................................................................................................... Per Quote AWS D1.3: Sheet Steel ............................................................................................................................................... Per Quote AWS D1.4: Reinforcing Bar ........................................................................................................................................ Per Quote ASME/API Pipe Sections ............................................................................................................................................ Per Quote EQUIPMENT/CHARGES (Does Not Include Personnel) 110-volt Portable Electric Generator .................................................................................................................... $100.00/day Anchor Pull Test Equipment ...................................................................................................................................... $75.00/hr. Bailer (disposable) w/dedicated rope ...................................................................................................................... $25.00/ea. Concrete and Asphalt Concrete Coring Equipment............................................................................................... $100.00/day Concrete Slab Moisture Transition Kit...................................................................................................................... $50.00/ea. Conductivity Meter.................................................................................................................................................. $80.00/day Cut-Off Saw ............................................................................................................................................................. $75.00/day Double Ring Infiltrometer (per set) ....................................................................................................................... $150.00/day Drum Dolly............................................................................................................................................................... $20.00/day Drums ....................................................................................................................................................................... $75.00/ea. Dynamometer, In-line Scale .................................................................................................................................... $50.00/day Hammer Drill ........................................................................................................................................................... $50.00/day Hand Auger/Sampler Equipment ............................................................................................................................ $50.00/day Lock n, Load VOC Sample Pres. Sys. ......................................................................................................................... $20.00/ea. Magnetic Particle Equipment .................................................................................................................................... Per Quote Manometer ........................................................................................................................................................... $100.00/day Mini-Troll Groundwater Level Transducer ................................................................................................................ Per Quote Earth Systems City of La Quinta / 14 On-Call Materials Testing Services  JANUARY 1, 2019 FEE SCHEDULE RC-1901-001.FEE FEE SCHEDULE - MATERIALS TESTING (Effective January 1, 2019 - June 30, 2019) Nuclear Density Equipment, per hour ............................................................................................................................. $12.50 Paint Thickness Meter ............................................................................................................................................... Per Quote Percolation Tank System and Trailer ..................................................................................................................... $250.00/day Personal Protective Equipment Level C..................................................................................................................... Per Quote Pile Driving Equipment (for pile load testing) ....................................................................................................... $800.00/day Pile Load Testing Equipment ................................................................................................................................. $500.00/day Pulse Velocity Meter ............................................................................................................................................. $100.00/day Rebound Hammer (Schmidt Hammer) .................................................................................................................... $50.00/day Reinforcing Steel Locating Equipment (DR-Meter) ................................................................................................. $75.00/day Relative Humidity Meter ......................................................................................................................................... $50.00/day Rhino Off Road Vehicle .......................................................................................................................................... $100.00/day Safety and Specialty Equipment ................................................................................................................................ Per Quote Sampling Consumables ............................................................................................................................................. Per Quote Skidmore Bolting Calibration Equipment .............................................................................................................. $200.00/day Slope Inclinometer Equipment, per hole .................................................................................................................. Per Quote Soil Sampling Containers (metal) ............................................................................................................................. $15.00/ea. Soil Sampling Containers (glass) ................................................................................................................................. $2.00/ea. Tape Extensometer ................................................................................................................................................... Per Quote Tension Equipment ................................................................................................................................................. $50.00/day Torque/Tension Equipment .................................................................................................................................... $60.00/day Water Level Indicator .............................................................................................................................................. $45.00/day Per Diem ................................................................................................................................................................ $150.00/day DIR Compliance/eCPR, per week ..................................................................................................................................... $75.00 DSA Box Posting, ea. ...................................................................................................................................................... $145.00 DSA Lab Compliance, per week ....................................................................................................................................... $50.00 Vehicle Mileage Charge/mile ............................................................................................................................................ $0.90 Earth Systems City of La Quinta / 15 On-Call Materials Testing Services JANUARY 1, 2019 FEE SCHEDULE RC-1901-001.FEE EXPERT WITNESS SERVICES (Effective January 1, 2019 - June 30, 2019) The following rates apply to deposition testimony, arbitration testimony, hearings and court appearances. HOURLY CHARGES FOR PERSONNEL Principal Professional ........................................ $420.00 Associate Professional ....................................... $315.00 Senior Professional ............................................ $265.00 Clerical/Admin Services ....................................... $95.00 SPECIAL SERVICES Deposition ................................................. $420.00/hr.2 Arbitration ................................................... $420.00/hr. Court Appearance/Hearings ........... $1,575.00/half day3 Standby to Appear .................................... $790.00/day4 BASIS OF CHARGES 1. Hourly rates are charged during investigation, analysis, consultation, and preparation services. 2. Estimated deposition fee payable in advance by party requesting deposition. The difference between advance payment and final fee to be billed or refunded in accordance with the fee and billing information in this schedule. Fee for reviewing deposition transcript will be billed at hourly rates to the party requesting the review. 3. Minimum half day charge will apply to court appearances and hearings. Time extending through the noon hour will be subject to the full day charge of $3,150.00. 4. Days, or portions thereof, reserved for appearances at hearings, court, or arbitrations, during which we are not required to be away from our offices will be subject to a standby charge of $790.00. Standby at other locations will be charged at the general hourly rates. Earth Systems City of La Quinta / 16 On-Call Materials Testing Services Appendices • Insurance Acknowledgement • Resumes • Noted Expectations • Signed Non-Collusion Affidavit Form Insurance Acknowledgement Earth Systems acknowledges that we can comply with the insurance requirements outlined in Exhibit E – Insurance Requirements set forth in the RFP. Earth Systems Resume Mark Houghton Managing Principal, Soils & Materials Testing/Inspection Supervisor Mr. Houghton supervises construction testing and observation services for schools, colleges, hospitals, military projects, commercial and residential developments, wastewater treatment facilities, and municipal buildings. Mr. Houghton is experienced in laboratory and field-testing, and inspection for soil, shotcrete, concrete, and asphalt placement. He has provided roller-compacted concrete design and quality control programs for Division of Dam Safety projects. In addition, Mr. Houghton provides analysis and studies on stressed structures and materials, including Forensic testing, rehabilitation programs, and seismic damage studies. Mr. Houghton is intimately familiar with DSA inspections and submittal requirements as well as “Box” and inspection card programs. KEY QUALIFICATIONS • ACI Concrete Testing Technician, No. Level I – February 1987 • NICET, Construction, Lab, Exploration, No. Level III – March 1992 • ICBO Reinforced Concrete, No. 77106 – November 1994 • Hazardous Waste Operations, February 1994 • NRMCA Pervious Concrete Technician – October 2007 • NRMCA Approved Plant Inspector – November 2008 AREAS OF EXPERTISE/or RELEVANT PROJECTS • 5 Tower Sites – Patriot Towers – Forensic Structural Evaluation • Shadow Hills High School – DSUSD – Materials Testing and Inspections • Shadow Hills High School Stadium – DSUSD – Forensic Structural Evaluation • Fox Theater Riverside - City of Riverside - Forensic Structural Evaluation • Desert Regional Medical Center – DRMC– Materials Testing and Inspections • Thousand Palms Fire Technology Center – County of Riverside • Eisenhower Medical Center – EMC– Materials Testing and Inspections • Performing Arts Center Temecula Valley High School - Forensic Structural Evaluation • Avenue 52 Bridge – Granite – Materials Testing and Inspections • Fred Waring Bridge – Granite – Materials Testing and Inspections • Embassy Suites Hotel – Santa Rosa Plaza – Materials Testing and Inspections • Pabco Solar Field Nevada – Access Consulting – Foundation Test Development • E Solar - Foundation Test Development • Superior Ready Mix – Plant Certification • Palm Springs Tramway Upgrade - Materials Testing and Inspections • Larson Justice Center – County of Riverside - Materials Testing and Inspections • Littlerock Dam (CA) Roller-Compacted Concrete Testing REGISTRATIONS AND CERTIFICATIONS ACI Concrete Testing Technician, Levels I and II NICET, Construction, Lab, Exploration, Level III ICBO Reinforced Concrete, No. 0845226-88 ICBO Reinforced Masonry, No. 0845336-84 CGEA CET No. 193 EDUCATION Antelope Valley College Lancaster, CA NRMCA Pervious Concrete Technician Training OSHA 40-Hour Safety Trained Loss Prevention System Program Trained American Concrete Institute Troubleshooting Concrete Construction Training California Geotechnical Engineers Association Technician Certification Program PROFESSIONAL AFFILIATIONS International Conference of Building Officials (ICBO) American Concrete Institute (ACI) California Geotechnical Engineers Association (CGEA) National Institute for Certification Engineering Technologies (NICET) National Ready Mixed Concrete Association (NRMCA) EMAIL mhoughton@earthsystems.com Earth Systems Resume Mark S. Spykerman Associate Engineering Geologist, Senior Vice President Mr. Spykerman is an associate engineering geologist of Earth Systems at Perris and Bermuda Dunes. Mr. Spykerman has over 40 years of experience as a geoprofessional. Employed with Earth Systems for 36 years, he conducts geologic hazards studies and provides engineering geology expertise relating to the construction of projects such as infrastructure, schools, hospitals, flood control dams, and master-planned communities. Mr. Spykerman also provides project management, peer review, client management, and public presentations. AREAS OF EXPERTISE • Geologic hazards studies to identify the presence of active and inactive faults and the potential for landsliding, liquefaction, fault rupture, fissuring, rockfalls, debris flows, and slope instability. • Preliminary environmental site assessments entailing site reconnaissance, historical research, regulatory agency records and database searches, aerial photograph review, and final report preparation. • Familiarity with the Health Department requirements of Los Angeles, Riverside, and San Bernardino counties for on-site sewage disposal systems and testing for Health Department over-sight. Engineering geology peer review services for local Cities. • Familiarity with County and State geological and their requirements to aid in project approval and construction. KEY QUALIFICATIONS/or RELEVANT PROJECTS Water Tank Sites. Mr. Spykerman has provided geologic and seismic hazards assessments for various water storage reservoirs in southern California including detailed fault evaluations, slope stability analysis, and rippability studies for sites in the Antelope Valley, Inland Empire, Ridgecrest area, and Coachella Valley. Water Districts for which geologic services were provided include Palmdale Water District, Little Rock Irrigation District, Antelope Valley-East Kern Irrigation District, Los Angeles County Water District, Rancho California Water District, Indian Wells Valley Water District, Coachella Valley Water District, and Rubidoux Community Services District. City of Indian Wells and City of Coachella. Mr. Spykerman provides engineering geology peer review services. City Ranch, Ritter Ranch, Fiesta de Vida, and Indian Trails specific planned communities in Palmdale and Indio. Project manager and senior engineering geologist where surface fault rupture hazards were the primary geologic hazard. Jackson Ranch, Vista Asoledo, PGA West, and Andalusia residential tracts near La Quinta. Project manager and senior engineering geologist where potential fissuring hazards were evaluated. Wrightwood Guest Ranch. Project manager and hydrogeologist for the project where sewage disposal feasibility and design in complex fault and mountainous terrain where impacts to potable groundwater extraction wells were of concern. Antelope Valley Hospital (Lancaster), Eisenhower Hospital (Palm Desert), Hoag Hospital (Newport Beach), West Hills Medical Center (West Hills), and Hi Desert Regional Medical Center (Joshua Tree). Project manager and engineering geologist for seismic hazards analysis for improvements. Flood Control Dams. Project manager and senior engineering geologist for small flood control dam projects (Amargosa Creek, Palmdale, Sierra Pelona Park, Palmdale, and Eagle Canyon, Cathedral City). Construction Monitoring. Project manager and engineering geologist for residential, school, hospital, dam, and infrastructure projects including engineering geology mapping, remedial grading, and supervision of technical staff. REGISTRATIONS AND CERTIFICATIONS Certified Engineering Geologist, State of California (No. 1174) Professional Geologist, State of California (No. 3800) Certified Hydrogeologist, State of California (No. 331) EDUCATION B.A., Geology, California State University, Fresno PROFESSIONAL AFFILIATIONS Association of Engineering and Environmental Geologists Seismological Society of America EMAIL mspykerman@earthsystems.com Earth Systems Resume Kevin L. Paul Senior Geotechnical Engineer Mr. Paul has over 17 years of experience in the geotechnical engineering, materials engineering, materials testing and inspection, and environmental services field. He is also an experienced Qualified Project Manager with responsibility of multi-million-dollar project fees. Mr. Paul’s work includes direct contact with the client, consultants and public agencies; proposal preparation, contract negotiation, coordination and preparation of project teams, direction of fieldwork, personnel and equipment, laboratory testing and analysis, and report preparation such that excellent client service is provided and client retention in assured. KEY QUALIFICATIONS • Amistad High School, Desert Sands USD. Supplemental geotechnical engineering report for evaluation of stone columns and lateral spreading hazard. Acted as senior geotechnical engineer. • Air National Guard, Predator Aircraft Beddown Hanger, Victorville, California. Geotechnical Engineer of Record for a new Predator Aircraft Hanger and facility for the Air National Guard. Reports were prepared under Unified Facilities Criteria, Army Corps guidelines. • Union Pacific Railroad, HDR Engineering, Auto Facility Expansion, Mira Loma, California. Geotechnical Engineer of Record for a Union Pacific Railroad administration building, railroad track realignment, steeped fill slopes, and auto facility storage parking area in the City of Mira Loma, California. • San Bernardino County Flood Control District, FEMA Levee Certification, Phase 2, Non-Federal Levee Certification Project. Geotechnical Engineer of Record during Phase 2 of the FEMA certification process for non-Federal levees for San Bernardino County Flood Control District to evaluate, from a geotechnical standpoint, whether the levees meet or exceed the current FEMA requirements for levee certification. • Riverside Public Utility and Southern California Edison. Acted as Geotechnical Engineer of Record for the design of new 69kV and 220kV transmission substations and power transmission lines throughout the city of Riverside, California. • Various Utility Scale Solar Plants. Acted as Geotechnical Engineer of Record for the design and construction of various utility scale solar photovoltaic systems (solar arrays) which will provide solar derived power. The arrays are located in central and southern California, and Arizona, and total over 10,000 acres combined. AREAS OF EXPERTISE His geotechnical engineering experience includes being the geotechnical engineer for utility transmission lines, pipelines, railroads (AREMA), roadways (city, county, and Caltrans), airports, helipads (FAA and military design), bridges (city, county, and Caltrans), hospitals, schools, nursing homes (OSHPD and DSA oversight and review), large industrial complexes, commercial and residential developments, power transmission towers, solar-arrays, mining, military offices and hangers, deep excavation, dewatering, parking structures, pavements, storage tanks, slope stability and liquefaction studies. Mr. Paul has also been the materials engineer for many varied Special Inspections including cast-in-place caissons, and engineering review of teams of special inspectors overseeing concrete, rebar, masonry, high strength bolting, and welding operations. Mr. Paul is the Engineer-of-Record for the Earth Systems Perris and Bermuda Dunes, California laboratories in regard to AASHTO Materials References Laboratory (AMRL) and Cement and Concrete Reference Laboratory (CCRL) accreditation, California Department of Transportation (Caltrans) certified laboratory, and Division of State Architect (DSA) Laboratory Evaluation and Acceptance (LEA) programs. REGISTRATIONS AND CERTIFICATIONS Registered Professional Engineer (Geotechnical), State of California, (No. 2930) Registered Professional Engineer (Civil), State of California, (No. 70084) Registered Professional Engineer (Civil), State of Arizona, (No. 53526) Registered Professional Engineer (Civil), State of Nevada, (No. 22338) EDUCATION B.S., Civil Engineering, Ryerson Polytechnic University, Toronto, Canada Licensed Radiation Safety Officer OSHA 40 Hour safety trained Loss Prevention System (LPS) Program Trained Exxon Mobil Oil Corporation, Loss Prevention System Safety Program Trained Personal Leadership Essentials, 16 Hour Course AWARDS Excellence Award for Major Retail, Commercial and Industrial Project Excellence, Technical Training Seminar, Best Project/Project Management for 75-million- dollar renovation of the Galleria at Tyler Mall in Riverside, California. Company Fees over $1.5 million. 2016 ASCE Flood Control California Project of the Year, Eagle Canyon Dam and Debris Basin PROFESSIONAL AFFILIATIONS Lifetime Member, Golden Key International Honor Society EMAIL kpaul@earthsystems.com Earth Systems Resume Steven Clanton Supervisory Field Technician/Laboratory Manager Mr. Clanton has been involved with geotechnical testing, concrete sampling and testing, preparing written reports and laboratory soils and materials testing. KEY QUALIFICATIONS • ICC – Soils Inspector 8045991-EC • ACI Concrete Field Testing, Technician Grade 1 • 40 Hour Hazardous Waste Worker • 24 hour First Response Operations Level • Radiation Safety and Nuclear Gauge Certification • California Geotechnical Engineers Association-Loss Prevention AREAS OF EXPERTISE/or RELEVANT PROJECTS • Palm Springs High School – Palm Springs Unified School District • Temescal Valley Elementary School – Corona-Norco Unified School District • Harada Elementary School – Corona-Norco Unified School District • Indio Elementary School #3 – Desert Sands Unified School District • Country Club of the Desert Golf Course – Country Club of the Desert • Indian Ridge Golf Course – Sunrise Company • Mirada Estates – Stroker Construction • Heritage Palms Country Club – Lennar Homes • Heimark District Center – Anheuser Busch • Desert Regional Airport off site improvement • Heart Institute – Heart Institute of the Desert • City of Cathedral City Parkway Structure – City of Cathedral City • Eagle Canyon Dam - Cathedral City • Desert Palisades Development - North Palm Springs • Toscana Country Club - Indian Wells • Murrieta Road Resurfacing - Menifee • Highway 111 Improvements - Indian Wells REGISTRATIONS AND CERTIFICATIONS ESSW Laboratory Testing Technician – Grade 1 (Certification) California Department of Transportation (Certification) International Code Council Soils Special Inspector (Certification) EDUCATION High School 1992 EMAIL sclanton@earthsystems.com PRIME OFFICE LOCATION Bermuda Dunes CA Earth Systems Resume William Kennedy Laboratory Supervisor Mr. Kennedy has over 30 years of experience in laboratory testing. He has been involved with geotechnical testing, concrete sampling and testing, preparing written reports and laboratory soils and materials testing. KEY QUALIFICATIONS Performed soils and materials testing for various roadway improvements, underground utilities and municipal facilities including: • Palm Springs Airport, Palm Springs, CA • Bermuda Dunes Elementary School, Bermuda Dunes, CA • Highway 86 Improvements, Coachella, CA • El Mirador/Desert Hospital Expansion, Palm Springs, CA • Bay Area Light Rail System, Mountain View, CA • Stockton Sewer Expansion, Stockton, CA • Palm Canyon Rubberized AC Overlay, Palm Springs, CA AREAS OF EXPERTISE • Provides proper protection, handling and storage of project materials samples. • Performs all laboratory testing and operations in accordance with appropriate standards and testing procedures. • Supervises lab technicians providing quality control and quality assurance of all laboratory operations. • Maintains all laboratory and testing equipment, which includes routine and annual calibrations, by an outside service. • Authors laboratory testing and inspection reports. • Receive and Log in incoming samples and assign personnel for testing. CERTIFICATIONS Radiation Safety and Nuclear Gauge Use, 1991 ESSW Laboratory Testing Technician – 5/5/2015 ACI Aggregate Testing Technician – 2013- 2018 ACI Concrete Strength Testing Technician 2013-2018 ACI Laboratory Testing Technician 2013- 2018 Cal-Trans Certification in CTM 105 and 201 NICET National Institute for Certification in Engineering Technologies Level I – 2016 - 2019 EMAIL wkennedy@earthsystems.com Earth Systems Resume Shane Schmidt Special Inspector Mr. Schmidt has been involved with geotechnical testing, materials testing, asphalt paving, concrete sampling and testing, batch plant inspection, preparing written reports and laboratory soils and materials testing for over 15 years. KEY QUALIFICATIONS • ACI Concrete Field Testing, Technician Grade 1 • ACI Concrete Strength Testing Technician • Arizona Technical Testing Institute Field Technician • Certified Cal-Trans Field Technician • Radiation Safety and Nuclear Gauge Certification • Radiation Safety Officer for Nuclear Gauges • California Geotechnical Engineers Association loss prevention • OSHA General Industry Safety & health, 30 hr. course AREAS OF EXPERTISE/or RELEVANT PROJECTS • Horizon Alternative Education Complex – Desert Sands USD • Temescal Valley Elementary School – Corona-Norco USD • Palo Verde High School – Palo Verde USD • Toscana Country Club – Sunrise Co. • Terra Lago –SunCal Companies • Outdoor Resort Motorcoach - & Spa – Outdoor Resorts • Heritage Palms – Lennar Group • Hiemark District Center – Anheuser Busch • McCarran International Airport Las Vegas NV runway improvements • Betty Ford Children’s Pavilion • Lucy Curci Cancer Center • JFK Hospital • North Baja Pipeline Project Ehrenburg Compressor Station • Chukawalla Valley State Prison Central Chiller Plant & Associated Pipe Loop • Indio High School Modernization • Palm Springs High School Auditorium Renovation • Coachella Valley Unified School District Education Support Complex REGISTRATIONS AND CERTIFICATIONS ESSW Laboratory Testing Technician – Grade 2 Nuclear Gauge Safety and Training 1999 Radiation Safety Officer for Nuclear Gauges 2007 ACI Concrete Field Testing Technician ID: 00018821 ACI Concrete Strength Testing Technician ID: 00018821 California Department of Transportation Field Technician 2014-2016 Arizona Technical Testing Institute (ADOT) Field Technician 2013-2018 EDUCATION High School Diploma EMAIL sschmidt@earthsystems.com ATTACHMENT 1 CITY OF LA QUINTA DRAFT AGREEMENT FOR CONTRACT SERVICES AGREEMENT FOR CONTRACT SERVICES THIS AGREEMENT FOR CONTRACT SERVICES (the “Agreement”) is made and entered into by and between the CITY OF LA QUINTA, (“City”), a California municipal corporation, and Name[insert the type of business entity, e.g. sole proprietorship, CA Limited Liability Corp, an S Corp.] (“Contracting Party”). The parties hereto agree as follows: 1. SERVICES OF CONTRACTING PARTY. 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contracting Party shall provide those services related to OnCall Materials Testing Services, as specified in the “Scope of Services” attached hereto as “Exhibit A” and incorporated herein by this reference (the “Services”). Contracting Party represents and warrants that Contracting Party is a provider of first-class work and/or services and Contracting Party is experienced in performing the Services contemplated herein and, in light of such status and experience, Contracting Party covenants that it shall follow industry standards in performing the Services required hereunder, and that all materials, if any, will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase “industry standards” shall mean those standards of practice recognized by one or more first-class firms performing similar services under similar circumstances. 1.2 Compliance with Law. All Services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of the City and any Federal, State, or local governmental agency of competent jurisdiction. 1.3 Wage and Hour Compliance, Contracting Party shall comply with applicable Federal, State, and local wage and hour laws. 1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement, including a City of La Quinta business license. Contracting Party and its employees, agents, and subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required for the performance of the Services required by this Agreement. Contracting Party shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the Services required by this Agreement, and shall indemnify, defend (with counsel selected by City), and hold City, its elected officials, officers, employees, and agents, free and harmless against any such fees, assessments, taxes, penalties, or interest levied, assessed, or imposed against City hereunder. Contracting Party shall be responsible for all subcontractors’ compliance with this Section. 1.5 Familiarity with Work. By executing this Agreement, Contracting Party represents warrants that (a) it has thoroughly investigated and considered the Services to be performed, (b) it has investigated the site where the Services are to be performed, if any, and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the Services should be performed, and (d) it fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. Should Contracting Party discover any latent or unknown conditions materially differing from those inherent in the Services or as represented by City, Contracting Party shall immediately inform City of such fact and shall not proceed except at Contracting Party’s risk until written instructions are received from the Contract Officer, or assigned designee (as defined in Section 4.2 hereof). 1.6 Standard of Care. Contracting Party acknowledges and understands that the Services contracted for under this Agreement require specialized skills and abilities and that, consistent with this understanding, Contracting Party’s work will be held to an industry standard of quality and workmanship. Consistent with Section 1.5 hereinabove, Contracting Party represents to City that it holds the necessary skills and abilities to satisfy the industry standard of quality as set forth in this Agreement. Contracting Party shall adopt reasonable methods during the life of this Agreement to furnish continuous protection to the Services performed by Contracting Party, and the equipment, materials, papers, and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Services by City, except such losses or damages as may be caused by City’s own negligence. The performance of Services by Contracting Party shall not relieve Contracting Party from any obligation to correct any incomplete, inaccurate, or defective work at no further cost to City, when such inaccuracies are due to the negligence of Contracting Party. 1.7 Additional Services. In accordance with the terms and conditions of this Agreement, Contracting Party shall perform services in addition to those specified in the Scope of Services (“Additional Services”) only when directed to do so by the Contract Officer, or assigned designee, provided that Contracting Party shall not be required to perform any Additional Services without compensation. Contracting Party shall not perform any Additional Services until receiving prior written authorization (in the form of a written -2- -3- compensation set forth in the Schedule of Compensation, Contracting Party’s overall compensation shall not exceed the Contract Sum, except as provided in Section 1.7 of this Agreement. 2.2 Method of Billing & Payment. Any month in which Contracting Party wishes to receive payment, Contracting Party shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City’s Finance Director, an invoice for Services rendered prior to the date of the invoice. Such invoice shall (1) describe in detail the Services provided, including time and materials, and (2) specify each staff member who has provided Services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Contracting Party specifying that the payment requested is for Services performed in accordance with the terms of this Agreement. Upon approval in writing by the Contract Officer, or assigned designee, and subject to retention pursuant to Section 8.3, City will pay Contracting Party for all items stated thereon which are approved by City pursuant to this Agreement no later than thirty (30) days after invoices are received by the City’s Finance Department. 2.3 Compensation for Additional Services. Additional Services approved in advance by the Contract Officer, or assigned designee, pursuant to Section 1.7 of this Agreement shall be paid for in an amount agreed to in writing by both City and Contracting Party in advance of the Additional Services being rendered by Contracting Party. Any compensation for Additional Services amounting to five percent (5%) or less of the Contract Sum may be approved by the Contract Officer, or assigned designee. Any greater amount of compensation for Additional Services must be approved by the La Quinta City Council, the City Manager, or Department Director, depending upon City laws, regulations, rules and procedures concerning public contracting. Under no circumstances shall Contracting Party receive compensation for any Additional Services unless prior written approval for the Additional Services is obtained from the Contract Officer, or assigned designee, pursuant to Section 1.7 of this Agreement. 3. PERFORMANCE SCHEDULE. 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. However, the City acknowledges that Contracting Party’s performance must be governed by sound professional practices. If the Services not completed in accordance with the Schedule of Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will suffer damage. -7- that all personnel engaged in such work shall be fully qualified and shall be authorized and permitted under applicable State and local law to perform such tasks and services. 4.6 City Cooperation. City shall provide Contracting Party with any plans, publications, reports, statistics, records, or other data or information pertinent to the Services to be performed hereunder which are reasonably available to Contracting Party only from or through action by City. 5. INSURANCE. 5.1 Insurance. Prior to the beginning of any Services under this Agreement and throughout the duration of the term of this Agreement, Contracting Party shall procure and maintain, at its sole cost and expense, and submit concurrently with its execution of this Agreement, policies of insurance as set forth in “Exhibit E” (the “Insurance Requirements”) which is incorporated herein by this reference and expressly made a part hereof. 5.2 Proof of Insurance. Contracting Party shall provide Certificate of Insurance to Agency along with all required endorsements. Certificate of Insurance and endorsements must be approved by Agency’s Risk Manager prior to commencement of performance. 6. INDEMNIFICATION. 6.1 Indemnification. To the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officers, employees, agents, and volunteers as set forth in “Exhibit F” (“Indemnification”) which is incorporated herein by this reference and expressly made a part hereof. 6.16.2 Neither party shall be responsible for any consequential, incidental, special or liquidated damages. 7. RECORDS AND REPORTS. 7.1 Reports. Contracting Party shall periodically prepare and submit to the Contract Officer, or assigned designee, such reports concerning Contracting Party’s performance of the Services required by this Agreement as the Contract Officer, or assigned designee, shall require. Contracting Party hereby acknowledges that City is greatly concerned about the cost of the Services to be performed pursuant to this Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Services contemplated herein or, if Contracting Party is providing design services, the cost of the project being designed, Contracting Party shall promptly notify the Contract Officer, or assigned designee, of said fact, circumstance, technique, or event and the estimated -8- increased or decreased cost related thereto and, if Contracting Party is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.2 Records. Contracting Party shall keep, and require any subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports (including but not limited to payroll reports), studies, or other documents relating to the disbursements charged to City and the Services performed hereunder (the “Books and Records”), as shall be necessary to perform the Services required by this Agreement and enable the Contract Officer, or assigned designee, to evaluate the performance of such Services. Any and all such Books and Records shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer, or assigned designee, shall have full and free access to such Books and Records at all times during normal business hours of City, including the right to inspect, copy, audit, and make records and transcripts from such Books and Records. Such Books and Records shall be maintained for a period of three (3) years following completion of the Services hereunder, and City shall have access to such Books and Records in the event any audit is required. In the event of dissolution of Contracting Party’s business, custody of the Books and Records may be given to City, and access shall be provided by Contracting Party’s successor in interest. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of City, for a period of three (3) years after final payment under this Agreement. 7.3 Ownership of Documents. Contingent upon full payment of undisputed amounts in accordance with this Agreement, aAll drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents, and other materials plans, drawings, estimates, test data, survey results, models, renderings, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings, digital renderings, or data stored digitally, magnetically, or in injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Termination Prior To Expiration of Term. This Section shall govern any termination of this Agreement, except as specifically provided in the following Section for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days’ written notice to Contracting Party. Upon receipt of any notice of termination, Contracting Party shall immediately cease all Services hereunder except such as may be specifically approved by the Contract Officer, or assigned designee. Contracting Party shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer, or assigned designee, thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, or assigned designee, except amounts held as a retention pursuant to this Agreement. 8.8 Termination for Default of Contracting Party. If termination is due to the failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party shall vacate any City-owned property which Contracting -12- Party is permitted to occupy hereunder and City may, after compliance with the provisions of Section 8.2, take over the Services and prosecute the same to completion by contract or otherwise, and Contracting Party shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Contracting Party for the purpose of setoff or partial payment of the amounts owed City. 8.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, if recoverable under applicable law and if the party claiming to be the prevailing party recovers above a bona fide written settlement offer from the other party. If neither is met, the parties bear their own respective attorney’s fees, expert fees and court costs., in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this Section shall not exceed the hourly rate paid by City for legal services multiplied by the reasonable number of hours spent by the prevailing party in the conduct of the litigation. Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled to attorneys’ fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery, and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. The court may set such fees in the same action or in a separate action brought for that purpose. 9. CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 9.1 Non-liability of City Officers and Employees. No officer, official, employee, agent, representative, or volunteer of City shall be personally liable to Contracting Party, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Contracting Party or to its successor, or for breach of any obligation of the terms of this Agreement. The City agrees an individual employee/agent of the Consultant shall not be individually liable for negligence. 9.2 Conflict of Interest. Contracting Party covenants that neither it, nor any officer or principal of it, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contracting Party’s performance of the Services under this Agreement. Contracting Party further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent, or subcontractor without the express written consent of the Contract Officer, or assigned designee. Contracting Party agrees to at all times avoid conflicts of interest or the -13- for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 10.3 Section Headings and Subheadings. The section headings and subheadings contained in this Agreement are included for convenience only and shall not limit or otherwise affect the terms of this Agreement. 10.4 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument 10.5 Integrated Agreement. This Agreement including the exhibits hereto is the entire, complete, and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements, and understandings, if any, between the parties, and none shall be used to interpret this Agreement. 10.6 Amendment. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by Contracting Party and by the City Council of City. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 10.7 Severability. In the event that any one or more of the articles, phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable, such invalidity or unenforceability shall not affect any of the remaining articles, phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 10.8 Unfair Business Practices Claims. In entering into this Agreement, Contracting Party offers and agrees to assign to City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials related to this Agreement. This assignment shall be made and become effective at the time City renders final payment to Contracting Party without further acknowledgment of the parties. [Note: Delete Paragraph 6 Liquidated Damages.] ADDENDUM TO AGREEMENT Re: Scope of Services If the Scope of Services include construction, alteration, demolition, installation, repair, or maintenance affecting real property or structures or improvements of any kind appurtenant to real property, the following apply: 1. Prevailing Wage Compliance. If Contracting Party is a contractor performing public works and maintenance projects, as described in this Section 1.3, Contracting Party shall comply with applicable Federal, State, and local laws. Contracting Party is aware of the requirements of California Labor Code Sections 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Sections 16000, et seq., (collectively, the “Prevailing Wage Laws”), and La Quinta Municipal Code Section 3.12.040, which require the payment of prevailing wage rates and the performance of other requirements on “Public works” and “Maintenance” projects. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, and if construction work over twenty-five thousand dollars ($25,000.00) and/or alterations, demolition, repair or maintenance work over fifteen thousand dollars ($15,000.00) is entered into or extended on or after January 1, 2015 by this Agreement, Contracting Party agrees to fully comply with such Prevailing Wage Laws including, but not limited to, requirements related to the maintenance of payroll records and the employment of apprentices. Pursuant to California Labor Code Section 1725.5, no contractor or subcontractor may be awarded a contract for public work on a “Public works” project unless registered with the California Department of Industrial Relations (“DIR”) at the time the contract is awarded. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, this project is subject to compliance monitoring and enforcement by the DIR. Contracting Party will maintain and will require all subcontractors to maintain valid and current DIR Public Works contractor registration during the term of this Agreement. Contracting Party shall notify City in writing immediately, and in no case more than twenty-four (24) hours, after receiving any information that Contracting Party’s or any of its subcontractor’s DIR registration status has been suspended, revoked, expired, or otherwise changed. It is understood that it is the responsibility of Contracting Party to determine the correct salary scale. Contracting Party shall make copies of the prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at Contracting Party’s principal place of business and at the project site, if any. The statutory penalties for failure to pay prevailing wage or to comply with State wage and hour laws will be enforced. Contracting Party must forfeit to City TWENTY- Exhibit A Page 2 of 5 FIVE DOLLARS ($25.00) per day for each worker who works in excess of the minimum working hours when Contracting Party does not pay overtime. In accordance with the provisions of Labor Code Sections 1810 et seq., eight (8) hours is the legal working day. Contracting Party also shall comply with State law requirements to maintain payroll records and shall provide for certified records and inspection of records as required by California Labor Code Section 1770 et seq., including Section 1776. In addition to the other indemnities provided under this Agreement, Contracting Party shall defend (with counsel selected by City), indemnify, and hold City, its elected officials, officers, employees, and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It is agreed by the parties that, in connection with performance of the Services, including, without limitation, any and all “Public works” (as defined by the Prevailing Wage Laws), Contracting Party shall bear all risks of payment or non-payment of prevailing wages under California law and/or the implementation of Labor Code Section 1781, as the same may be amended from time to time, and/or any other similar law. Contracting Party acknowledges and agrees that it shall be independently responsible for reviewing the applicable laws and regulations and effectuating compliance with such laws. Contracting Party shall require the same of all subcontractors. 2. Retention. [Intentionally omitted.]Payments shall be made in accordance with the provisions of Article 2.0 of the Agreement. In accordance with said Sections, City shall pay Contracting Party a sum based upon ninety- five percent (95%) of the Contract Sum apportionment of the labor and materials incorporated into the Services under this Agreement during the month covered by said invoice. The remaining five percent (5%) thereof shall be retained as performance security to be paid to Contracting Party within sixty (60) days after final acceptance of the Services by the City Council of City, after Contracting Party has furnished City with a full release of all undisputed payments under this Agreement, if required by City. In the event there are any claims specifically excluded by Contracting Party from the operation of the release, City may retain proceeds (per Public Contract Code § 7107) of up to one hundred fifty percent (150%) of the amount in dispute. City’s failure to deduct or withhold shall not affect Contracting Party’s obligations under the Agreement. 3. Utility Relocation. City is responsible for removal, relocation, or protection of existing main or trunk-line utilities to the extent such utilities were not identified in the invitation for bids or specifications. City shall reimburse Contracting Party for any costs incurred in locating, repairing damage not caused by Contracting Party, and removing or relocating such unidentified utility facilities. Contracting Party shall not be assessed liquidated Exhibit A Page 3 of 5 damages for delay arising from the removal or relocation of such unidentified utility facilities. 4. Trenches or Excavations. If included in Contracting Party’s services, Ppursuant to California Public Contract Code Section 7104, in the event the work included in this Agreement requires excavations more than four (4) feet in depth, the following shall apply: (a) Contracting Party shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: (1) material that Contracting Party believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law; (2) subsurface or latent physical conditions at the site different from those indicated by information about the site made available to bidders prior to the deadline for submitting bids; or (3) unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Agreement. (b) City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in Contracting Party’s cost of, or the time required for, performance of any part of the work shall issue a change order per Section 1.8 of the Agreement. (c) in the event that a dispute arises between City and Contracting Party whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contracting Party’s cost of, or time required for, performance of any part of the work, Contracting Party shall not be excused from any scheduled completion date provided for by this Agreement, but shall proceed with all work to be performed under this Agreement. Contracting Party shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting Parties. 5. Safety. Contracting Party shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out the Services, Contracting Party shall at all times be in compliance with all applicable local, state, and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be Exhibit A Page 5 of 5 bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and ( C) adequate facilities for the proper inspection and maintenance of all safety measures. . 6 . Since the determination of actual damages Liquidated Damages for any delay in performance of the Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, Contracting Party shall be liable for and shall pay to City the sum of One Thousand dollars ($1,000.00) as liquidated damages for each working day of delay in the performance of any of the Services required hereunder, as specified in the Schedule of Performance. In addition, liquidated damages may be assessed for failure to comply with the emergency call out requirements, if any, described in the Scope of Services. City may withhold from any moneys payable on account of the Services performed by Contracting Party any accrued liquidated damages. damages to property arising out of the use of any automobile by Contracting Party, its officers, any person directly or indirectly employed by Contracting Party, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Contracting Party’s performance under this Agreement. If Contracting Party or Contracting Party’s employees will use personal autos in any way on this project, Contracting Party shall provide evidence of personal auto liability coverage for each such person. The term “automobile” includes, but is not limited to, a land motor vehicle, trailer or semi-trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to such loss. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against negligent acts, errors or omissions of the Contracting Party and “Covered Professional Services” as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must “pay on behalf of” the insured and must include a provision establishing the insurer’s duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Contracting Party shall carry Workers’ Compensation Insurance in accordance with State Worker’s Compensation laws with employer’s liability limits no less than $1,000,000 per accident or disease. If coverage is maintained on a claims-made basis, Contracting Party shall maintain such coverage for an additional period of three (3) years following termination of the contract. Contracting Party shall provide written notice to City within ten (10) working days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; or (3) the deductible or self-insured retention is increased. In the event any of said policies of insurance are cancelled, Contracting Party shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Contracting Party’s obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. E.2 Remedies. In addition to any other remedies City may have if Contracting Party fails to provide or maintain any insurance policies or policy Exhibit E Page 2 of 6 Exhibit E Page 3 of 6 endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Contracting Party to stop work under this Agreement and/or withhold any payment(s) which become due to Contracting Party hereunder until Contracting Party demonstrates compliance with the requirements hereof. c. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Contracting Party’s failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Contracting Party may be held responsible for payments of damages to persons or property resulting from Contracting Party’s or its subcontractors’ performance of work under this Agreement. E.3 General Conditions Pertaining to Provisions of Insurance Coverage by Contracting Party . Contracting Party and City agree to the following with respect to insurance provided by Contracting Party: . 1 Contracting Party agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, and employees, and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contracting Party also agrees to require all contractors, and subcontractors to do likewise. 2 . No liability insurance coverage provided to comply with this Agreement shall prohibit Contracting Party, or Contracting Party’s employees, or agents, from waiving the right of subrogation prior to a loss. Contracting Party agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise, with the exception of Professional Liability. . 3 All insurance coverage and limits provided by Contracting Party and available or applicable to this Agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contracting Party shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City’s protection without City’s prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all the coverages required and an additional insured endorsement to Contracting Party’s general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contracting Party or deducted from sums due Contracting Party, at City option. 8. With the exception of Professional Liability, iIt is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contracting Party or any subcontractor, is intended to apply first and on a primary, non- contributing basis in relation to any other insurance or self-insurance available to City. 9. Contracting Party agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by Contracting Party, provide the same minimum insurance coverage required of Contracting Party. Contracting Party 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. Contracting Party agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 10. Contracting Party agrees not to self-insure or to use any selfinsured retentions or deductibles on any portion of the insurance required herein (with the exception of professional liability coverage, if required) and Exhibit E Page 4 of 6 further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self-insure its obligations to City. If Contracting Party’s existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Contracting Party, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 11. The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contracting Party ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contracting Party, the City will negotiate additional compensation proportional to the increased benefit to City. 12. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 13. Contracting Party acknowledges and agrees that any actual or alleged failure on the part of City to inform Contracting Party of noncompliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 14. Contracting Party will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 15. Contracting Party shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contracting Party’s insurance agent to this effect is acceptable. A certificate of insurance and an additional insured endorsement is Exhibit E Page 6 of 6 16 . The provisions of any workers’ compensation or similar act will not limit the obligations of Contracting Party under this agreement. Contracting Party expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, and officials, and agents. 17 . Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. . 18 These insurance requirements are intended to be separate and distinct from any other provision in this Agreement and are intended by the parties here to be interpreted as such. . 19 The requirements in this Exhibit supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Exhibit. 20 . Contracting Party agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contracting Party for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 21 . Contracting Party agrees to provide immediate notice to City of any claim or loss against Contracting Party arising out of the work performed under 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. Exhibit F Indemnification F.1 Indemnity for the Benefit of City. a. Indemnification for Professional Liability. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officials, and employees, and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, reasonable attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are actually caused in whole or in part by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. This indemnity expressly excludes any defense obligation by Contracting Party but the absence of such duty does not preclude the Indemnified Parties from seeking its reasonable attorney’s fees and costs as part of their damages to the extent actually caused by the negligent act, error or omission of Contracting Party. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defend (with counsel selected by City), and hold harmless the Indemnified Parties from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, reasonable attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, to the extent caused by the negligent performance of this Agreement by Contracting Party or by any individual or entity for which Contracting Party is legally liable, including but not limited to officers, agents, employees, or subcontractors of Contracting Party. c. Indemnity Provisions for Contracts Related to Construction (Limitation on Indemnity). Without affecting the rights of City under any Exhibit F Page 1 of 3    provision of this agreement, Contracting Party shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City’s active negligence accounts for only a percentage of the liability involved, the obligation of Contracting Party will be for that entire portion or percentage of liability not attributable to the active negligence of City.  d. Indemnification Provision for Design Professionals. 1. Applicability of this Section F.1(d). Notwithstanding Section F.1(a) hereinabove, the following indemnification provision shall apply to a Contracting Party who constitutes a “design professional” as the term is defined in paragraph 3 below. 2. Scope of Indemnification. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify and hold harmless City and any and all of its officials, and employees, and agents (“Indemnified Parties”) from and against any and all losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses, including, without limitation, incidental and consequential damages, court costs, reimbursement of reasonable attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are actually caused by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. This indemnity expressly excludes any defense obligation by Contracting Party. 3. Design Professional Defined. As used in this Section F.1(d), the term “design professional” shall be limited to licensed architects, registered professional engineers, licensed professional land surveyors and landscape architects, all as defined under current law, and as may be amended from time to time by Civil Code § 2782.8. F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees to obtain executed indemnity agreements with provisions Exhibit F Page 2 of 3 NON-COLLUSION AFFIDAVIT FORM Must be executed by proposer and submitted with the proposal I, __________________________________ (name) hereby declare as follows: I am ______________________________ of ___________ ______________, ( T it l e ) (Compa n y) the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf of, any un disclosed person, partnership, company, association, organization, or corporation; that the prop osal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain fr om proposing; that the proposer has not in any manner, directly or indirectly, so ught by agreement, communication, or conference with anyone to fix the proposal price of the proposer or any other proposer, or to fix any overhead, profit, or co st element of the proposal price, or of that of any other proposer, or to se cure any advantage against the public body awarding the agreement of anyone interest ed in the proposed agreement; that tall statements contained in the proposal are true; and, further, that the proposer has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents ther eof, or divulged information or data relative hereto, or paid, and will not pay, any fee to any cor poration, partnership, company, association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Proposer Signature: __________________________ _____________ Proposer Name: ____________________________ ___________ Proposer Title: __________________________ ____________ Company Name: ____________________________ ___________ Address: ____________________________ ___________ Mark Houghton Managing Principal Earth Systems Pacific Mark Houghton Managing Principal Earth Systems Pacific 79811B Country Club Dr, Bermuda Dunes, CA 92203