Loading...
Geocon West, Inc. Prepared by: Geocon West, Inc. 78-075 Main Street, #G-203 La Quinta, California 92253 760.565.2002 T www.geoconinc.com Prepared for: City of La Quinta 78-495 Calle Tampico La Quinta, California 92253 Attention: Bryan McKinney, PE City Engineer DUE: June 11, 2019 by 5:00 p.m.   78-075 Main Street #G-203 ■ La Quinta, California 92253 ■ Telephone 760.565.2002 ■ Fax 951.304.2392  June 11, 2019    City of La Quinta  78‐495 Calle Tampico  La Quinta, California 92253    Attention: Bryan McKinney, PE    Subject:  WORK PROPOSAL    ON‐CALL MATERIALS TESTING SERVICES    COVER LETTER    Geocon West, Inc. (Geocon) is committed to work in collaboration with the City of La Quinta (City) and is dedicated to  providing the appropriate resources to ensure that our materials testing services exceed the City’s expectations. Our  experience performing services on projects of a similar nature, vast experience working in the City of La Quinta,  Riverside County and southern California for over 48 years, technical expertise of our proposed personnel, and  availability of resources and in‐house laboratory testing capabilities make Geocon an excellent choice for this  contract. Geocon has the local expertise and full resources available locally to carry out any Task Orders issued  through this on‐call contract. We have performed similar services for numerous agencies under on‐call contracts  throughout the County of Riverside. We understand the challenges that public agencies face, and we will work to  accommodate your projects’ technical needs, budgets, and day or night schedules. We are confident in our  ability to bring value and overall success to this on‐call contract.     Our La Quinta office located only 0.2 miles from the City’s offices will be assigned to manage this as‐needed  contract. Our corporate office located in San Diego, and additional Riverside County locations in Redlands and  Murrieta will provide assistance if necessary to service the needs of the City.    Geocon West, Inc.  78‐075 Main Street, #G‐203  La Quinta, California 92253  DIR # 1000001899  Geocon West, Inc. 2015 W. Park Avenue, Unit 1  Redlands, CA 92374  DIR # 1000001899  Geocon West, Inc.  41571 Corning Place, Suite 101  Murrieta, California 92562  DIR # 1000001899  Geocon Incorporated (Corporate Office)  6960 Flanders Drive  San Diego, CA 92121  DIR # 1000007083   Our staff is focused on providing the highest level of customer service and a commitment to our projects while  looking for cost‐effective solutions. At Geocon, we have BIG company resources with a small company client  service feel. Ms. Lisa Battiato, CEG, APM, LEED AP, will be the contract manager and lead geologist for this  contract. She will be responsible for the day‐to‐day management of contract tasks, and will be the primary point of  contact in communications between the City and Geocon. Her contact information is as follows:    Lisa Battiato, CEG, APM, LEED AP – Contract Manager / Lead Geologist  78‐075 Main Street, #G‐203, La Quinta, California 92253  T │ 760.565.2002     M │ 760.579.9926     E │ battiato@geoconinc.com    Geocon will subcontract Key Inspection Services who may perform certain inspection and testing services. Key  Inspection Services is located in Rancho Mirage and we have a good relationship with David Kretz, who will be our  lead inspector on City projects.     Dave Kretz – Special Inspector  Key Inspection Services, 8 Kavenish Drive, Rancho Mirage, CA 92270  DIR # 1000026899  CITY OF LA QUINTA – WORK PROPOSAL ON‐CALL MATERIALS TESTING SERVICES   IE‐2391 2 June 11, 2019  We are confident in our ability to bring value and overall success to the on‐call contract by offering:     A contract manager who has worked with the City of La Quinta and is familiar with the City’s processes  including contract requirements.    A selected team who reside in Riverside County and offer innovative solutions to regional geotechnical  challenges and are conscience of budgetary restraints.   An accredited materials & soils testing laboratory in‐house which is capable to perform in accordance with  published test procedures that follow Caltrans and City specifications.    The support of our highly experienced personnel throughout our firm who possess a vast knowledge in the  industry and are responsive to each and every office.   A collaborative atmosphere where communication and commitment to team building and addressing the  needs of the community is our priority.   Strong relationships with our subconsultants and are confident in their abilities to perform their scope of  services.    Our convenient locations along with our extensive geotechnical engineering experience, in‐house laboratory  testing capabilities, availability of resources and our fair and responsible scoping of projects, makes Geocon an  excellent choice for the City of La Quinta.    As Chief Executive Officer of Geocon West, Inc., I attest by my signature that all information submitted with this  proposal is true and correct. I have official authority to bind the company to commit our efforts and resources to  fulfill the terms of this contract. This proposal will remain valid for 180 days from the due date of June 11, 2019.  Geocon has read, understands, and acknowledges the RFP in its entirety, including, without limitation, the scope  and nature of the work, all appendices, attachments, exhibits, and addendums (Addendum 1‐June 5, 2019), as  applicable. As requested in the RFP we have reviewed the Attachment 1‐City of La Quinta Draft Agreement for  Contract Services and included our comments at the end of this proposal. We look forward to the opportunity to  provide materials testing services to the City of La Quinta.    Sincerely,    GGEEOOCCOONN  WWEESSTT,,  IINNCC..             Joseph J. Vettel, GE    Lisa Battiato, CEG, APM, LEED AP  Chief Executive Officer    Contract Manager / Lead Geologist    IE-2391 June 11, 2019 SSEECCTTIIOONN PPAAGGEE QQuuaalliiffiiccaattiioonnss,, RReellaatteedd EExxppeerriieennccee && RReeffeerreenncceess 11 PPrrooppoosseedd SSttaaffffiinngg && PPrroojjeecctt OOrrggaanniizzaattiioonn 66 WWoorrkk PPllaann // TTeecchhnniiccaall AApppprrooaacchh 88 AAppppeennddiixx AA -- RReessuummeess ---- AAppppeennddiixx BB –– IInnssuurraannccee AAcckknnoowwlleeddggeemmeenntt && CCoonnttrraacctt EExxcceeppttiioonnss ---- AAppppeennddiixx CC –– NNoonn--CCoolllluussiioonn AAffffiiddaavviitt FFoorrmm ---- TTAABBLLEE OOFF CCOONNTTEENNTTSS Qualifications, Related Experience & References City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 1 June 11, 2019  Qualifications, Related Experience & References     EST. 1971  ENR Top 500  5 Primary Services   9 California Offices  41,000+ Completed Projects  7 Primary Markets   San Diego Headquarters  250+ Employees  Contractor’s Lic. A‐HAZ‐C57   Firm Background    Geocon is a California corporation established in 1971 as a professional engineering consulting firm  providing comprehensive geotechnical engineering, geologic consulting, materials testing, special  inspection, laboratory testing, and environmental engineering and consulting services. Geocon is well‐ positioned geographically to promptly, efficiently, and cost effectively service its clients’ needs. Our local  La Quinta office located only 0.2 miles from the City’s offices will be assigned to manage this on‐call  contract. Our corporate office located in San Diego, and additional Riverside County locations in Redlands  and Murrieta will provide assistance if necessary to service the needs of the City. Geocon has nine office  locations throughout the State of California.     Geocon Incorporated  6960 Flanders Drive  San Diego, CA 92121    Joe Vettel, GE  CEO / President  T: 858.558.6900   E: vettel@geoconinc.com  Geocon West, Inc.  41571 Corning Place, Suite 101  Murrieta, CA 92562    Lisa Battiato, CEG, APM, LEED AP®  Regional Manager/Senior Geologist  T: 951.304.2300   E: battiato@geoconinc.com      Geocon West, Inc.  78‐075 Main Street, #G‐203  La Quinta, CA 92253    Lisa Battiato, CEG, APM, LEED AP®  Regional Manager/Senior Geologist  T: 760.565.2002   E: battiato@geoconinc.com    Geocon West, Inc.  2015 West Park Avenue, Unit 1  Redlands, CA 92373    Mike Foscolos  Director of Business Development  T: 909.894.2175   E: foscolos@geoconinc.com      Geocon West, Inc.  15520 Rockfield Boulevard, Suite J  Irvine, CA 92618    Jelisa Thomas‐Adams, GE  Regional Manager/Senior Engineer  T: 949.491.6570   E: jelisa@geoconinc.com    Geocon West, Inc.  3303 N. San Fernando Blvd #100   Burbank, CA 91504    Neal Berliner, GE  President/Senior Engineer  T: 818.841.8388   E: berliner@geoconinc.com      Geocon Consultants, Inc.  6671 Brisa Street  Livermore, CA 94550    Rick Day, CEG, CHG  President/Principal Geologist  T: 925.371.5900  E: day@geoconinc.com    Geocon Consultants, Inc.  2420 Martin Road, Suite 380  Fairfield, CA 94534    Shane Rodacker, GE  Associate/Senior Engineer  T: 925.337.9533  E: rodacker@geoconinc.com    Geocon Consultants, Inc.  3160 Gold Valley Drive, Suite 800  Rancho Cordova, CA 95742    Jim Brake, PG  Associate/Senior Geologist  T: 916.852.9118  E: brake@geoconinc.com      City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 2 June 11, 2019  We employ a staff of approximately 282 technically strong, highly motivated engineers, geologists,  environmental scientists, technicians, special inspectors, and support staff. Our managing principals are  practicing professional geologists or engineers who actively manage projects and assign and mentor  technical staff. Each office is supported by state‐of‐the‐art inventories of field equipment and  instrumentation, comprehensive technical libraries, and modern data‐management systems. Laboratory  testing services are performed in an in‐house soils and materials testing laboratory accredited by:  Caltrans, AASHTO, AMRL, CCRL, DSA, OSHPD, and cities of Los Angeles and San Diego. Testing services for  the City will be available 24 hours a day, 7 days a week.     Over 48 years, we have provided services to a broad spectrum of clientele including public agencies,  design professionals, developers, and the construction industry. We are a full‐service consulting firm  capable of performing the field, laboratory and engineering analyses for a project with in‐house staff and  equipment. Projects are managed with the ultimate goal to produce technically sound, economically  feasible solutions. Our innovative and practical solutions to complex problems have resulted in a  substantial percentage of repeat‐client work.    Primary Markets                  Land Development Transportation Infrastructure Public Works              Institutional Natural Resources Brownfields    Primary Services                 Geotechnical Engineering Engineering Geology Environmental Services             Construction Inspection & Materials Testing Instrumentation        City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 3 June 11, 2019  Disclosures    From our beginnings, we have worked to cultivate an atmosphere of cooperation and professionalism  that translates into superior services for our clients. We actively work hand‐in‐hand with clients and  project owners to resolve disputes and proactively avoid litigation. Specific information on termination  for default, pending litigation, litigation settled, judgments or criminal convictions for false claims within  the past five (5) years is provided below.     We certify that Geocon is not debarred, suspended, or otherwise declared ineligible to contract with  any other federal, state or local public agency.   We have not had any terminations for default.   We have not had any judgments or criminal convictions for false claims.   Litigation Settled:      Business Clients & References    Geocon concentrates on providing the highest level of customer service and quality in the most cost‐ effective manner possible. Over the years we have built a solid reputation with our clients for efficiently  solving complex issues. The following references will attest to the quality of work that Geocon provides  and the timeliness of our service.    Reference #1    City of Temecula      City of Temecula  William Becerra, Associate Engineer II    Troy Bankston, Senior Civil Engineer   951.693.3963 │ T     951.694.6444 │ T    Community Recreation Center – Pool Deck Replacement: Geocon performed a geotechnical  investigation of the existing pool deck at the Community Recreation Center (CRC) at Ronald Reagan  Sports Park.  The deck had been significantly weathered and degraded exposing aggregate within the  PCC.  Drainage issues were also a concern with multiple redirections of surface flow within the site.   Geocon worked with the CRC staff to perform the deck coring and geotechnical borings during times  when the pool was not in use.  Based on our research of the previous geotechnical reports and  construction plans and our observations during the geotechnical investigation, Geocon provided  recommendations for the new pool deck thickness, reinforcement, and drainage. Geocon was also  retained to provide soils observation and testing and special inspection during reconstruction of the CRC  LITIGATION HISTORY Insurer Policy Year Date of  Notice  Claim #  /Claimant Status Paid  Indemnity  Loss  Expense  Reserved  Actual  Loss  Alterra  Excess &  Surplus  Insurance  Co.  01/01/14‐ 01/01/15  10/2014 MXXL25248/Morgan  Hill HOA vs McMillin  Morgan Hill  SETTLED  ‐ Geocon paid  $20K towards  settlement,  with other  defendants  paying more.  N/A Unknown $145,000 City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 4 June 11, 2019  pool deck in Spring, 2019. We staffed the project with multi‐certified soils technicians and inspectors who  were able to provide testing and inspection of several areas in one visit.    Reference #2    Wallace & Associates Consulting, Inc.  Bryan Tuschhoff, Construction Manager  949.300.3888 │ T    Pechanga Parkway – Roadway Widening: Geocon is currently providing geotechnical and special  inspection during construction of Pechanga Parkway widening. Geocon has been very responsive to the  project by providing as needed geotechnical recommendations. The retaining wall footing excavation  encountered saturated soils at a higher elevation than was encountered during the investigation due to  the recent rains at the site. The Geocon project manager, Chet Robinson, promptly visited the site and  provided geotechnical recommendations to stabilize the footing bottom. Geocon continues to provide  multi‐certified inspectors to perform as many inspections as possible during a single visit.    Reference #3    City of Temecula  Scott Cooper, Associate Planner I  951.506.5137 │ T    City of Temecula Peer Review: Geocon has provided geotechnical and geologic peer review on several  projects.  Our reviews are based on current geotechnical and geologic requirements set forth by the State  of California and Riverside County. Geocon provides these services within two weeks so that the project  approval process is not delayed.    Reference #4    City of Temecula  Bill McAteer, Construction Manager  951.308.6367 │ T    Margarita Roadway Repaving: Geocon provided testing and inspection of subgrade, base, and asphaltic  concrete along Margarita Road in the summer of 2017. When the construction crew hit asphalt that was  much thinner that indicated in the geotechnical investigation (done by others) Geocon mobilized our  coring crew within 24 hours to advance additional roadway cores in the area so that a revised  construction plan could be developed without delay.    Reference #5    City of Indio  Tom Rafferty, Principal Civil Engineer  760.541.4270 │ T    City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 5 June 11, 2019  On‐Call Materials Testing: Geocon is currently performing as‐needed materials testing and source  inspection services for various capital improvement projects. Services for this contract include: review of  project plans, specifications, and geotechnical reports to gain a thorough understanding of materials  testing requirements; recommendation of street structural sections and street rehabilitation alternatives;  coordination of materials testing and source inspection activities through the City’s Resident Engineer;  inspection and testing of soils, asphalt, concrete, masonry, steel, wood, and other materials; observation  of the work performed by the contractors and documentation of non‐conforming test results and  practices; preparation of daily field reports documenting inspection and testing services; and preparation  of final reports of inspection and testing services.    In additional to the five project/contract specific reference we have provided, below is a list of client  references that Geocon has served with a scope similar to this RFP. Geocon encourages the City to  contact the references below for an appraisal of services received.    City of Murrieta  Jeff Hitch, Public Works Construction Manager  Bill Woolsey, P.E Land Development Division  951.461.6028 / 951.461.6073  T  One Town Square, Murrieta, CA  92562  Contract: On‐Call Geotechnical Engineering Services  San Bernardino County  J.D. Gayman, Department of Public Works  Dorney Chamberlain, Project Manager  909.387.7924 / 909.838.9128  T  385 N. Arrowhead Ave, San Bernardino, CA 92415  Contract: On‐Call Geotechnical Engineering Services  (Materials Testing & Environmental)  City of Hesperia  David Burkett, Project Construction Manager  760.947.1202  T  9700 Seventh Ave, Hesperia, CA 92345  Contract: FY 16/17 Community Development Block  Grant (CDBG) Street Rehabilitation    Eastern Municipal Water District  Erik Jorgensen, PE Senior Civil Engineer  951.928.3777 X 4471  T  2270 Trumble Road, Perris, CA 92570  Contract: As‐Needed Engineering Non‐Design Services  City of Moreno Valley  Quan Nguyen, P.E., Senior Engineer  951.413.3159  T  14177 Frederick Street, Moreno Valley, CA 92552  Contract: On‐Call Materials Testing and Geotechnical  Services Master Contract  Riverside County Flood Control   & Water Conservation District  Kent Allen, Project Manager  951.955.1200  T  1995 Market Street, Riverside, CA  92501  Contract: On‐Call Geotechnical Engineering &  Professional Ancillary Services  City of Rancho Mirage  Mark Sambito, Director of Public Works  760.770.3224  T  69‐825 Highway 111, Rancho Mirage, CA 92270  Contract: On‐Call Materials Testing and Geotechnical  Services  County of Los Angeles Department of Public Works Johan Vandenberg, Project Manager  626.300.3288  T  900 S. Fremont Avenue, Alhambra, CA  91803  Contract: On‐Call Geotechnical Engineering, Materials  Testing & Inspection Services  City of Pasadena Department of Public Works Sean Singletary, Principal Engineer  626.744.4273  T  100 N. Garfield Avenue, N306, Pasadena, CA  91101  Contract:  On‐Call Soils & Materials Testing Services  City of Los Angeles Bureau of Engineering  Easton Forcier, Geotechnical Engineer I     213.847.0476  T  1149 S. Broadway, Ste. 700, Los Angeles, CA  90015  Contract: On‐Call Geotechnical & Environmental  Consultant List  Proposed Staffing & Project Organization City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 6 June 11, 2019  Proposed Staffing & Project Organization    Identification of Project Manager    Lisa Battiato, CEG, ACM, LEED AP, Contract Manager and Lead Geologist has been selected to manage  this contract and will be the lead contact for all projects. Ms. Battiato is a resident of Riverside County  and will manage the project from our La Quinta office. She will have direct and continued responsibility  for this contract and will be involved in projects from their inception through their completion. Ms.  Battiato has over 23 years of experience in the geotechnical engineering industry and is responsible for  regionally managing Geocon’s locations in Riverside and San Bernardino counties. She has direct  experience working with the City of La Quinta on previous materials testing contracts. Her contact  information is as follows:    Lisa Battiato, CEG, APM, LEED AP – Contract Manager / Lead Geologist  Geocon West, Inc.  78‐075 Main Street, #G‐203, La Quinta, California 92253  T │ 760.565.2002     M │ 760.579.9926     E │ battiato@geoconinc.com    Project Team    The following organizational chart is provided below to show our project team and the lines of  communication amongst staff. Should the need for additional resources arise, Geocon employs over 75  engineers, geologists, technicians, and inspectors within a 50‐mile radius of Temecula. As requested in  the RFP, resumes of our proposed key staff are provided in Appendix A.                                                City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 7 June 11, 2019                                                                                                  Geocon West, Inc.  Contract Manager Lisa Battiato, CEG, APM, LEED AP  Lead Geologist  Project Manager Lead Engineer  Chet Robinson, GE  Project Manager  Paul Theriault, CEG  Project Manager Andrew Shoashekan, EIT  Soils & Materials Testing  Services  Alex Boullon  Anthony Woods  Brian Scott  Carlos Reyes  Franscisco Granadas  Jesse Arellano  Joe Juarez  Patrick Dailey  Richard Porillo Materials Testing  Subconsultant  David Kretz  Key Inspection Services  Laboratory Testing Services  Steven Pigadiotis  Engineering Support Kai Parker  Work Plan / Technical Approach City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 8 June 11, 2019  Work Plan / Technical Approach    Geocon is a multi‐disciplined engineering firm that provides geotechnical engineering, engineering  geology, special inspection, laboratory testing, and environmental due diligence and remediation  services. Our technical approach to providing geotechnical engineering and materials testing services, as  well as typical project timelines, is provided in this section.     Project Understanding    We understand the City would like to retain a geotechnical firm to provide as needed soils and materials  testing for various City projects for a three‐year period beginning July 2, 2019.  The services which will be  performed under this on call period include observation and testing of roadway and flatwork subgrade  soils, aggregate base, and asphaltic concrete.  Inspection, sampling and testing of Portland cement  concrete. Laboratory testing of soils, aggregate base, and asphaltic concrete.  A detailed scope provide in  the RFP is provided below.     A qualified field technician will conduct density testing on roadway subgrade, aggregate base,  asphaltic concrete, slope fill, and trench placement. The tests will be performed with a nuclear  densometer in accordance with ASTM D6938 (replaces ASTM D2922) or sand cone in accordance  with ASTM D1556. Maximum density curves will be performed on various materials as they are  encountered, including Marshall Density tests on asphaltic concrete.   An ACI‐certified technician will make sets of concrete cylinders, perform slump tests for curbs,  gutters, concrete dip sections, foundations, and other minor concrete.   Testing services on federally funded projects will be performed by Geocon’s Caltrans‐certified field  staff and in its in‐house Caltrans‐certified soils and materials testing laboratory.  Geocon’s laboratory  manager, Steven Pigadiotis, recently attended and passed the Caltrans Soil & Aggregate four day  course which included CT 105, 125 AGG, 201, 202, 205, 216, 217, 226, 227, and 229.   Compression strength testing will be performed in accordance with ASTM C39.   Extraction/gradation tests will be performed on asphaltic concrete in accordance with ASTM  D2172/C136.   R‐Value testing of street subgrade will be performed and pavement sections will be recommended  based on the testing results.   Any results of non‐compliance will be reported to the City within 24 hours from the time of  sampling.   Geotechnical investigations may also be required on an as‐needed basis and will be tracked  separately from materials testing services.     Project Management Approach – Materials Testing Services    Geocon’s inspectors are seasoned, highly‐qualified and maintain certifications including, but not limited  to, Caltrans, International Code Council (ICC), American Concrete Institute (ACI), American Welding  Society (AWS‐CWI), Division of the State Architect (DSA), American Society for Nondestructive Testing  (ASNT), and certifications from cities and counties where work is performed. The proposed inspectors for  City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 9 June 11, 2019  this contract have the necessary certifications to perform the inspection and testing services outlined in  the Request for Proposal. Geocon’s proposed inspectors will be 100% available throughout the contract  duration. Standard testing and inspection procedures are as follows:     When Geocon receives an inspection request from the Construction Manager (Project Manager,  Superintendent, Owner’s Authorized Representative, Project Inspector (IOR)), the request will be  documented in writing on an inspection request form, filling in the date and time of the inspection,  type of inspection requested, person requesting the inspection, and the contact’s phone number.   Geocon will verify that the person requesting the inspection is the Construction Manager or has  been authorized by the Construction Manager to request the inspection. Once the information has  been verified, the dispatcher will schedule the inspection with an appropriate inspector.   On the day the inspection request is scheduled, Geocon’s Inspector will meet the Construction  Manager on‐site to verify the type and location of inspection needed.   Inspections will be performed in accordance with project plans and specifications and City  requirements.   The inspector will provide daily written reports of inspection indicating compliance or non‐ compliance, which are to be signed by the Construction Manager before the inspector leaves the  project site each day. The reports will include information about the inspector’s arrival and  departure time and very specific details about activities being performed each day and if the  inspected work passed or requires additional inspection.   The inspector will obtain samples, as required, and transport them to an in‐house laboratory for  testing and analysis. Material strength verification reports will be presented to the Construction  Manager via email or fax the same day strength verification breaks are performed.    Geocon will only acknowledge inspection requests from the Construction Manager or designated  representative. When called for inspection, Geocon’s inspector will first check in with the Construction  Manager upon arrival at the jobsite. All project activities will be documented daily on field reports  indicating whether or not the construction work and materials testing was performed was in accordance  with project requirements. Any problems will be reported immediately to the Construction Manager.  Copies of material delivery tickets will also be collected and maintained. The daily field reports prepared  by Geocon will be signed by the Construction Manager prior to Geocon leaving the jobsite. One copy of  each field report will remain at the jobsite. All material samples will be properly labeled with the project  name, date the sample was collected, and sampling location. Samples will either be temporarily stored  on‐site in an approved location or immediately be transported to an in‐house soils and materials testing  laboratory for testing and analysis.     Inspection and testing services will be performed by soils technicians, deputy inspectors, and special  inspectors as required. In order to be as cost‐effective as possible, Geocon will provide simultaneous  inspections and testing services for different disciplines (geotechnical/deputy/special inspections) with a  single, highly‐qualified inspector, eliminating the need for a second inspector whenever possible. The  selected inspector will be equipped with a vehicle and sufficient field testing equipment (including a  nuclear density gauge) to collect samples and provide in‐place density test results in the field.     Field reports will be prepared and submitted on a daily basis and will be reviewed by Mr. Chet Robinson,  GE, or Ms. Lisa Battiato, CEG. Copies of all daily inspection reports and other required documents will be  City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 10 June 11, 2019  submitted with each invoice and copies of all documents will be maintained in electronic format (pdf) for  emailing at any time.    Deliverables    Geocon will prepare reports summarizing all observations, test results, analyses, and recommendations  for services in a timely manner. Copies of the reports will be provided in electronic and/or hard copy  format to allow projects to keep moving forward within the construction schedule.    It is Geocon’s standard practice to have daily field reports signed by the on‐site client designated  representative. Following field inspection services, Geocon’s inspector will provide a hand‐written or  email copy of the completed field report for signature to the Construction Manager prior to departure.  Geocon will submit copies of each certified written report of each inspection, test or similar service, to all  parties as coordinated with the Construction Manager. Written reports of each inspection test shall  include, but not be limited to, the following information:     Date of issuance   Project title and number   Consultant name and contact information   Dates and locations of samples, tests, or inspections   Names of individuals making the inspections or the tests   Time of arrival and time of departure   Designation of the work or test methods   Identification of product, specification section, and drawing   Complete inspection or test data   Test results and interpretation of test results   Ambient conditions at the time a sample is taken/tested   Comments or professional opinion as to whether inspected or tested work complies with contract  document requirements   Name and signature of laboratory inspector   Recommendations of re‐testing    Reports will include a description of deficiencies noted and corrective action undertaken to resolve such  deficiencies. Deficiencies observed will immediately be brought to the attention of the Construction  Manager. In the event deficiencies are not corrected, or if an interpretation of the contract documents is  required, the Construction Manager will be notified.    Geocon will maintain a deficiency list of all items not corrected and will re‐inspect the area after the  deficiency has been corrected. Items to be listed will include:     Description of the deficiency  City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 11 June 11, 2019   Date and time the deficiency was observed   Who was notified of the deficiency   Date of the re‐inspection   Description of the corrective action taken    Geocon is prepared to attend all relevant project meetings and regularly attends project meetings at the  request of the project team. It is a standard practice for Geocon that all overtime work is authorized prior  to performing any work by the Construction Manager. Geocon inspectors do not perform any work  without the request/approval of the client.     Project Management Approach    Geocon’s project managers have extensive experience maintaining proper team coordination, schedule,  and budget control while adhering to internal quality control procedures.    Schedule    In order to maintain project schedules and minimize delays, Geocon maintains regular communication  with clients throughout project durations. Staff members understand the importance of direct client  communication concerning the scope of work, project milestones, and project deliverables. It is  important that Geocon has a clear understanding of the project and client expectations before  commencing work. Through advanced planning and establishment of project milestones, potential  impacts on the critical path are flagged early to allow for contingency planning, which minimizes risks to  the project including delays and budget overruns.     Geocon regularly completes projects on schedule and is conscious of the importance of timeliness during  report preparation and when responding to questions from the project team throughout the project  duration. Documents are provided to the project team in electronic (pdf) format to keep projects moving  forward in an expeditious manner. Reports are typically sent electronically via email and by hard copy via  overnight mail once completed. This allows the project team more time to complete their tasks while  waiting for the final documents.    Geocon personnel is accustomed to mobilizing on relatively short notices, providing deliverables in a  timely manner, and has proven its ability to provide services for multiple, large‐scale projects  concurrently while adhering to project schedules.    Budget    Geocon’s commitment to providing good customer service begins with each proposal; once a scope of  work and price have been developed and agreed upon, change orders are not issued, unless the scope of  work or project schedule have been changed. As a project evolves, project costs are reviewed by the  project manager on a weekly basis or as‐needed throughout the project duration. If there is a change in  the scope of work or the project is going over budget, Geocon will discuss the situation with the City  immediately. Geocon will not bill the City additional charges unless the charges have been pre‐approved  and there is written authorization to do so.    City of La Quinta – Work Proposal On‐Call Materials Testing Services   IE‐2391 12 June 11, 2019  Quality Control    Geocon’s established quality control procedures have earned the company an excellent reputation for  delivering quality products on‐time and within budget. Its in‐house, computerized cost control, project  tracking, and project management system allows project managers to monitor the quality of all aspects  of a project as it evolves. All quality control begins with a team meeting after the contract has been  awarded and prior to the start of work. The project manager reviews and formalizes the technical,  budgetary, and scheduling aspects of the project and discusses the information with the project team.  Further technical checks are performed by the project manager at the completion of field and laboratory  investigations to verify satisfactory project performance. In addition, Geocon’s quality assurance program  provides accuracy and reproducibility acceptable to industry standards. This is accomplished through the  application of experienced staff, ongoing staff training, calibration of testing apparatus by certified  independent agencies, and periodic review of Geocon’s personnel and procedures by outside accredited  testing and inspection agencies.          Appendix A Resumes      LISA BATTIATO, CEG, APM, LEED AP CONTRACT MANAGER / LEAD GEOLOGIST Ms. Lisa Battiato has more than 23 years of  experience providing geologic consulting services  throughout California. Her experience  encompasses a wide range of projects including:  transportation and water infrastructure;  educational, medical, commercial, and industrial  facilities; mixed‐use and multi‐family residential  developments; and other large‐scale land  developments. Her technical expertise includes:  seismic hazard analyses; subsurface fault, landslide,  liquefaction, and geotechnical investigations and assessments; geologic  mapping; pavement distress mitigation; geotechnical services during  utility installation and roadway construction; geologic evaluations of levee  stability; project management services for large, hillside grading projects;  and supervision of materials testing services during construction. Ms.  Battiato has been actively involved in determining methods and designs  necessary for slope stabilization, seepage, mitigation of collapsible soils,  induced soil settlement, expansive soils, subsurface dewatering, and  drainage. Some of her relevant project experience includes:    City of La Quinta, On‐Call Materials Testing Services: Geocon has been  a geotechnical on call consultant for the City of La Quinta since 2016. We  have provided geotechnical investigations for design and constructions of Calle Tampico, Washington Street,  and Avenue 52 and provided geotechnical investigation for design of the Road Diet program which  redesigned the traffic flows within the Village area of La Quinta to be more pedestrian and bike friendly.    City of Wildomar, On‐Call Geotechnical and Materials Testing Services: Geocon was selected as  Wildomar’s sole geotechnical consultant to provide geotechnical services and materials testing for non‐ federal and federally funded projects. Geocon’s role was expanded to include geologic and geotechnical  peer review of private development projects within the City.      City of Murrieta, On‐Call Geotechnical Services: Geocon has been providing geotechnical consultation,  materials testing, and peer review services to the city of Murrieta since 2012.  We have worked with the City  staff to provide the services needed as effectively as possible and have been flexible with their requests and  schedules, so design and construction delays are not incurred.  Some projects include: Los Alamos Bridge  overcrossing, Guava street and channel improvements, Murrieta Hot Springs Pavement GI, Cal Oaks Road  Pavement GI.     City of Temecula, On‐Call Geotechnical and Materials Testing Services: Geocon has provided geotechnical  and materials testing and peer review of fault hazard reports, to the city of Temecula through our on‐call  agreement since 2015.  Some projects include community pool deck replacement investigation and  consultation during design, testing during the repaving of Margarita Road, Santa Gertrudis Trail design,  Temecula Library Parking Lot Addition & Associated Improvements, Pechanga Parkway GI & T&O during  Widening, and Ynez Road Widening GI for design.     City of Menifee, On‐Call Geotechnical Services: Geocon became an on‐call consultant to the City of  Menifee in 2018.  We have provided geotechnical consultation during forensic investigation of Paloma Wash  Trail, for the planning and design of Murrieta Road Pavement Recycling and Widening. We have worked with  EXPERIENCE  23 years    EDUCATION  -BS, Geology, University of  California, Riverside    REGISTRATIONS  -CA: Certified Engineering  Geologist, No. 2316  -CA: Professional Geologist,  No. 7512    CERTIFICATIONS  -Accredited Pavement  Manager  -LEED Accredited Professional  -Envision Sustainability  Credential  -Geothermal Professional  -OSHA 40‐Hour       LISA BATTIATO, CEG, APM, LEED AP CONTRACT MANAGER / LEAD GEOLOGIST the City to provide the information to make reasonable, cost‐effective planning decisions for the public  infrastructure projects.      Eastern Municipal Water District, As‐Needed Engineering (Non‐Design) Services: Geocon Has been an  on‐call consultant to EMWD since 2016.  We have provided geotechnical investigations, dewatering  investigations, trenching recommendations, and testing and observation during construction for the Salt  Creek Sewer, Temecula Valley Recycled Water Main, and McCall Road Sewer Main projects.    RCFC & WCD, On‐Call Geotechnical Engineering & Ancillary Services: As the project manager for  Geocon’s on‐call geotechnical engineering services contract, Ms. Battiato is responsible for developing  the scopes of work for geotechnical investigations and laboratory testing programs, performing quality  control oversight of testing and inspection services, and authoring reports and letters. Geocon has  performed inspection and testing services for several RCFC & WCD projects including: Arroyo Del Toro  Channel Stage 1; Romoland MDP Line A, Stage 3; San Jacinto MDP Line C, Stage 2, Lines C4, C5 and B. In  addition, Geocon performed percolation and infiltration testing for two sand filter infiltration basins.     Elsinore Valley Municipal Water District, Soils & Materials Testing Services for Various Capital  Improvement Projects: Ms. Battiato was the project manager for testing and inspection services  performed for five capital improvement projects for the EVMWD. The projects included the Water Main  Replacement Project, Extending Recycled Water to Five Sites Project, Valve Replacement Project, AMR  Water Meter Replacement Project, and Water Pressure Zone Interconnection Project. Ms. Battiato  provided project management services and quality control oversight of laboratory testing and inspection  and testing services.    City of Indio, On‐Call Materials Testing Services: Geocon was awarded an on‐call soils and materials  testing contract with the City of Indio from 2014‐2019. As the contract manager, Ms. Battiato is  responsible for client coordination, resourcing of personnel, QA/QC oversight of field services, review of  project budgets and schedules, and preparation of technical reports and letters. To date, Geocon  performed observation and testing services of soils, concrete, and asphalt for Avenue 43 Dog Park, Burr  Park, and the Avenue 39, Adams Street, and Avenue 40 Street Improvement Project Phase II.    City of Rancho Mirage, On‐Call Soils & Materials Testing: Geocon is currently performing on‐call soils and  materials testing services for the City of Rancho Mirage. As the contract manager, Ms. Battiato is  responsible for client coordination, resourcing of personnel, QA/QC oversight of field services, review of  project budgets and schedules, and preparation of technical reports and letters. Geocon is currently  performing inspection and testing services during construction of the Rancho Mirage Dog Park and  geotechnical testing services to determine the cause of settlement of the Rancho Mirage Amphitheater.        CHET ROBINSON, GE PROJECT MANAGER / LEAD ENGINEER EXPERIENCE  15 years    EDUCATION  - MS, Civil Engineering w/  Geotechnical Emphasis,  University of Hawaii,  Honolulu  - BS, Civil Engineering,  Brigham Young University    REGISTRATIONS  - CA: Geotechnical Engineer,  No. 2890  - CA: Professional Engineer,  Civil, No. 73595  - HI: Professional Engineer,  Civil, No. 11904    ORGANIZATIONS  - American Society of Civil  Engineers  - California Asphalt Pavement  Association    Mr. Chet Robinson has 15 years of experience in  the geotechnical engineering industry. He  provides geotechnical engineering design for  projects during the planning stage and is  responsible for managing Geocon’s materials  testing and inspection division in Riverside and  San Bernardino counties. He specializes in  providing project management services for  geotechnical design and construction quality  assurance inspection and materials testing  projects including: transportation, water, and  utility infrastructure; educational and medical facilities; military  structures; and various private developments. Some of his  responsibilities include project coordination and scheduling services,  budget tracking, the review of daily field reports for non‐conforming  items, tracking items of non‐conformance, communicating with  clients, and project close‐out services.    Mr. Robinson is an expert in paving issues, having done his master’s  thesis on asphalt aggregate, provides project management services on  a large range of paving projects, and provides design services for new  pavement and pavement rehabilitation projects. Mr. Robinson has  also served as an expert witness in paving‐related conflicts and  maintains up‐to‐date knowledge of materials testing, infrastructure  regulations, and state‐of‐the‐art procedures. Some of his relevant project experience includes:    City of Rancho Mirage, On‐Call Geotechnical Contract: Mr. Robinson is Senior Project Engineer for an  On‐Call Geotechnical contract with the City of Rancho Mirage. He manages geotechnical observation  and testing services for construction projects and provides consultation on geotechnical matters to the  City. Services include project coordination and scheduling with City personnel, reviewing construction  plans and specifications prior to construction, attending pre‐construction and field meetings,  coordinating geotechnical observation, preparing budget updates, and providing summary reports at  the completion of construction.    City of Indio, As‐Needed Geotechnical Contract: Mr. Robinson is Senior Project Engineer for an As‐ Needed Geotechnical contract with the City of Indio. He manages geotechnical observation and testing  services for roadway construction projects within the City. Services include project coordination and  scheduling with City personnel, reviewing construction plans and specifications prior to construction,  attending pre‐construction and field meetings, coordinating geotechnical observation, and providing  summary reports at the completion of construction.    Palm Springs Unified School District, Geotechnical Services Contract: Mr. Robinson is Senior Project  Engineer for a geotechnical design and construction services contract with the Palm Springs Unified  School District. Projects included providing geotechnical design reports for new construction at various  schools, and providing geotechnical observation, special inspection, and materials testing during  construction of the school buildings. For projects requiring geotechnical design, Mr. Robinson provided  project management through the report process, including coordination of field work, assigning  laboratory testing, and preparing reports with geotechnical recommendations for design and       CHET ROBINSON, GE PROJECT MANAGER / LEAD ENGINEER construction of the buildings. He then coordinated follow up on review comments from the California  Geological Survey (CGS). During construction he manages the geotechnical observation, special  inspection, and materials testing services in coordination with the Project Inspector and requirements  of the State of California Division of the State Architect (DSA).    County of San Diego, On‐Call Geotechnical and Materials Testing Services: Mr. Robinson was a Senior  Project Engineer for an on‐call geotechnical and materials testing contract with the Department of  Public Works. Projects included geotechnical evaluations for various roadways within the County,  geotechnical observation during earthwork, special inspection, and materials testing services during  construction of County facilities. Geotechnical observation, special inspection and testing services were  provided as an extension of County staff and were scheduled by County representatives.     State of California Department of General Services On‐Call Geotechnical, Materials Testing & Special  Inspection Contract, Area IV: Mr. Robinson was a Senior Project Engineer and provided on‐call  geotechnical observation, special inspection, and materials testing services on various projects  throughout San Diego, Riverside, San Bernardino, and Orange Counties. He provided project  management services for projects including geotechnical observation and testing of soils during  earthwork, inspection of masonry, reinforcing steel, reinforced concrete, welding/structural steel, fire  proofing, and other construction materials inspections. Services were coordinated through personnel  from the Department of General Services.     City of Coronado As‐Needed Geotechnical, Materials Testing & Special Inspection Contract: Mr.  Robinson was a Senior Project Engineer for an As‐Needed Geotechnical, Materials Testing, & Special  Inspection contract. He provided project coordination and scheduled services with City of Coronado  personnel, reviewed construction plans and specifications prior to construction, attended pre‐ construction and field meetings, coordinated geotechnical observation, special inspection, and  materials testing services, and provided summary reports at the completion of construction.    University of California, San Diego: Mr. Robinson was a Senior Project Engineer for an On‐Call Soils and  Materials Testing contract with the University. He provided project management services on over 40  projects at the La Jolla campus and the Hillcrest Medical Center, Jacobs Medical Center, and Scripps  Institute of Oceanography.    San Diego International Airport: Mr. Robinson was a Senior Project Engineer for an On‐Call  Geotechnical Engineering and Construction Services contract with the San Diego International Airport.  He performed geotechnical evaluations for an addition to the terminal building and provided project  management services during geotechnical observation, special inspection, and materials testing services  for various project during construction.       PAUL THERIAULT, CEG PROJECT MANAGER / PROJECT GEOLOGIST EXPERIENCE  21 years    EDUCATION  - BS, Geological Sciences, San  Diego State University  - Graduate Studies, San Diego  State University    REGISTRATIONS  - CA: Certified Engineering  Geologist, No. 2374  - CA: Professional Geologist,  No. 7700    CERTIFICATIONS  - Nuclear Density Gauge  - OSHA 40‐Hour  - OSHA Confined Space  Mr. Theriault has 19 years of experience in  engineering geology. His experience includes  geotechnical, environmental, landslide, and  fault investigations throughout Riverside County  and the surrounding areas. He has also provided  field geotechnical services for water and  transportation infrastructure and small‐ and  large‐scale residential, commercial, and  industrial projects. Additional duties include  radiation safety officer and company safety  committee member. His experience includes:    Pavement Management Plan, La Quinta: Mr. Theriault was the project  geologist for the geotechnical investigation of existing roadway  conditions within eight roadway segments in the City of La Quinta. Mr.  Theriault performed the field services for the geotechnical  investigation and provided geologic analysis for the geotechnical  report.    Pechanga Parkway Widening, Temecula: Mr. Theriault was the project  geologist for the geotechnical investigation of Pechanga Parkway from Via Gilberto to North Casino  Drive, in Temecula, California. The Geotechnical Investigation Report provided recommendations for  New Pavements, Grading, Conventional Retaining Walls, and Plan Review. Mr. Theriault performed the  field services for the geotechnical investigation and provided geologic analysis for the geotechnical  report.    Spencer’s Crossing Pavement Evaluation, Riverside: As Project Geologist, Mr. Theriault Mr. Theriault  provided geologic analysis for the geotechnical report of this pavement evaluation project. The scope of  work included a site reconnaissance to evaluate the condition of existing pavement, excavation of six  pavement cores in the roadways to measure existing asphalt concrete pavement and aggregate base  thickness, collection of bulk samples, laboratory testing consisting of subgrade R‐value, report  preparation.    Wildomar Master Drainage Plan Lateral C‐1 Storm Drain, Wildomar: Geocon performed a geotechnical  investigation for the design and construction of approximately 2,400 feet of an underground storm drain  that was designed to safely carry the 100‐year storm drain runoff. The storm drain was anticipated to be  84 inches in diameter and the lateral was anticipated to be 66 inches in diameter. Mr. Theriault  executed the field exploration program and performed the geologic studies to incorporate into the  geotechnical report.    EVMWD, Extending Recycled Water to Five Sites Project (CIP No. 75833), Lake Elsinore: Geocon  provided testing and inspection services during construction of the extension of existing recycled water  lines and conversion of on‐site irrigation systems. Approximately 1,350 feet of 4‐inch PVC recycled water  lines and 3,500 sprinkler heads were converted. Mr. Theriault performed geotechnical inspection and  testing services of subgrade and base and prepared the compaction letter for the project.    EVMWD, Water Main Replacement Project (CIP No. 75755), Lake Elsinore: Geocon provided testing  and inspection services during construction of approximately 15,600 feet of replacement and new water       PAUL THERIAULT, CEG PROJECT MANAGER / PROJECT GEOLOGIST lines at 25 locations within district boundaries. Mr. Theriault performed inspection and testing of  subgrade, base, and water main backfill.    Lower Santa Ana River Channel, Reach 9, Phase 2A, Corona: The Santa Ana Mainstream Lower Santa  Ana River Channel, Reach 9, Phase 2A was part of a 30‐year and $2 billion project to reduce the risk of  flood damage along the Santa Ana River’s 96‐mile stretch from Seven Oaks Dam in San Bernardino  County to Huntington Beach. The purpose of the project was to protect the banks of the Green River  subdivision and the 91 Freeway along the Santa Ana River in anticipation of possible increased future  flows due to water releases from the Prado Dam. Geocon performed a geotechnical investigation for the  Lower Santa Ana River Channel, Reach 9, Phase 2A for the U.S. Army Corps of Engineers under a design‐ build contract with CJW Construction. The objective of the geotechnical investigation was to further  characterize the geologic material within the footprint of the channel improvements. The information  obtained from the investigation was used to evaluate sheetpile lengths and the foundation conditions  for sheetpile driving and the subsurface conditions for the keyed in toe grouted stone portions of the  grouted stone levee. Mr. Theriault performed the field work which included oversight of the field  exploration program and coordination with the drilling subcontractor and CJW Construction.    Lower Santa Ana River Channel, Reach 9, Phase 5A, Yoba Linda: Geocon was contracted to log tiebacks  during construction of Reach 9, Phase 5A of the Lower Santa Ana River Channel project. Mr. Theriault  performed the field work, logging over 350 borings for tiebacks as well as providing QA/QC for the  tieback embedment.     Santa Ana Regional Trail, Highland, California  Mr. Theriault performed the field services for the geotechnical investigation for the Santa Ana Regional  Trail project in the City of Highland.  Mr. Theriault easily managed challenging drilling conditions and  access issues to accomplish the field work for the investigation.    Palm Springs Unified School District, Solar Photovoltaic Carport Improvements, Palm Springs: Mr.  Theriault conducted geotechnical investigations to provide recommendations for the construction of  solar photovoltaic carports at Palm Springs High School, District Services Center, James Workman  Middle School, Cathedral City High School, and Painted Hills Middle School.    DGS, California School for the Deaf, Riverside: Mr. Theriault was the project geologist in charge of the  preliminary investigation for improvements to the existing school which consisted of four new  classroom structures. Work included field mapping, a subsurface investigation, geotechnical evaluation,  recommendations regarding unsuitable material, and report preparation.    Menifee Road, Simpson Road, and Trailhead Drive, Menifee: Mr. Theriault was the project geologist  during construction of storm drain, water line, and roadway installation. His responsibilities included  field observation, recommendations for alternative compaction techniques during unanticipated field  conditions, and conformance with regulatory agency guidelines.    Temecula Library Parking Lot Expansion, Temecula: Geocon performed a geotechnical investigation for  the design of a parking lot expansion at the Temecula Library. As the project geologist, Mr. Theriault was  responsible for executing the field exploration program, geologic analysis, and report preparation.          STEVEN PIGADIOTIS LABORATORY TESTING SERVICES EXPERIENCE  2 year   CERTIFICATIONS  -Nuclear Density Gauge  -Caltrans: CT105, CT125  AGG, CT201, CT202,  CT205, CT216, CT217,  CT226, CT227, CT229    Mr. Steven Pigadiotis has 2 years of experience performing various  laboratory tasks and testing in the laboratory and in the field.  His  recent experience includes the following projects:    Pechanga Parkway, Temecula: Mr. Steven Pigadiotis performed various  laboratory tasks, laboratory testing and field testing for the Pechanga  Parkway.     Omni La Costa, Carlsbad: Mr. Steven Pigadiotis performed various  laboratory tasks, laboratory testing and field testing for the Omni La  Costa.     University of California, Riverside Barn Expansion, Riverside,  California: Mr. Steven Pigadiotis performed various laboratory tasks, laboratory testing and field testing  for the Barn Expansion at UCR.                         KAI B. PARKER ENGINEERING SUPPORT EXPERIENCE  16 years    CERTIFICATIONS  - ACI Concrete Testing Field  Technician, Grade I  - ICC Soils Special Inspector  - 40 HAZWOPER  - Nuclear Density Gauge    ORGANIZATIONS  - Operating Engineers Union   Mr. Kai B. Parker has more than 16 years of  experience at Geocon providing client  coordination and scheduling services, managing  projects, preparing technical reports and letters,  training and maintaining technician standards,  and performing soils and materials testing  services during construction. He prides himself on  his strong work ethic and his ability to work as an  extension of clients’ staff. He is able to read and  understand construction plans and specifications  as well as effectively communicate with contractors, engineers, and  public officials. Mr. Parker has a clear understanding of construction  procedures, techniques, and practices and always abides by applicable  safety regulations and policies. Every client he works with greatly appreciates his diligence and  professionalism and gives him rave reviews. Mr. Parker also contributes to his industry as the cartoonist  for the American Society of Civil Engineers (ASCE) San Bernardino‐Riverside Branch, where his comic  strip is featured in their monthly newsletter. His experience includes:    Downtown Indio COD Offsite Improvements, Indio: Mr. Parker provided soils and concrete testing and  inspection services during the City of Indio’s second phase of downtown revitalization referred to as  COD Offsite improvements. The project included grading, relocation of wet and dry utilities, installation  of a subterranean stormwater retention system, paving of roadways and parking lots, and associated  flatwork. Mr. Parker worked as an extension of the City’s inspection staff to provide responsive and  workable solutions to project challenges. Project challenges included encountering old unknown  underground utilities, isolated soft subgrade, and a‐typical soils. In addition to the City’s requirements,  Mr. Parker also had to enforce Indio Water Authority and Imperial Irrigation District requirements.    I‐15/Los Alamos Road Overcrossing, Murrieta: The project included the widening of Los Alamos Bridge  over the 15 freeway from two to four lanes, construction of retaining walls, embankment fill, subgrade,  base, asphalt placement, flatwork, and minor utility relocations. Geocon prepared a Source Inspection  Quality Management Plan and provided geotechnical and materials testing and inspection services  during construction. Mr. Parker performed inspection and testing services for soil and concrete in  accordance with Caltrans requirements and performed batch plant inspections.     Butterfield Stage Road Bridge Over Tucalota Creek, Temecula Area of Riverside County: Mr. Parker  performed inspection and testing services during construction of a bridge approximately 96 feet wide  and 315 feet long, four retaining walls, and wingwalls. His responsibilities included concrete batch plant  inspections and geotechnical observation and testing during grading operations.    Menifee Road, Simpson Road and Trailhead Drive, Menifee: Mr. Parker provided geotechnical  inspection and testing services and observation and testing of concrete for quality assurance purposes.  Project challenges included non‐rippable rock, oversized rock placement, and construction within a  previously graded site. All services were performed in accordance with Riverside County Flood Control  and Water Conservation District, Riverside County Transportation Department, and Eastern Municipal  Water District requirements.    City of Hesperia Street Rehabilitation, Hesperia: Geocon performed geotechnical pavement evaluation  of the design for the rehabilitation of roadways within the City of Hesperia. The street rehabilitation       KAI B. PARKER ENGINEERING SUPPORT includes new full depth asphalt concrete over the native subgrade, a new asphalt concrete pavement  over aggregate base, or the use of full depth reclamation with a new asphalt concrete wearing surface.  Mr. Parker is currently providing geotechnical observation and testing during construction for this  project.     Pechanga Parkway Phase II Street Improvements, Temecula: Mr. Parker performed compaction testing  and observation of backfill for minor grading, wall backfill, irrigation trench, joint trench, storm drains,  water laterals, subgrade, base, and paving during construction of roadway improvements. Upon  completion of the project, a representative of the city of Temecula issued a letter to Geocon praising  Mr. Parker for his work ethic and professionalism over the course of the project.    EMWD, Salt Creek Regional Sewer, Riverside County: Geocon performed a geotechnical and hydrologic  investigation, pump testing, and geotechnical inspection and testing services during construction of  Conestoga Regional Infrastructure Improvements along Salt Creek. Mr. Parker performed geotechnical  inspection and testing services throughout the project duration. Project challenges included keeping the  project moving forward while maintaining proper compaction and stabilization efforts despite excessive  shallow groundwater being encountered throughout the project.    RCFC & WCD, Arroyo Del Toro Channel, Stage 1, Lake Elsinore: Mr. Parker performed geotechnical  inspection and testing services during construction of approximately 3,500 lineal feet of storm drain  improvements along the west side of Interstate 15. Improvements included an earthen channel  northeast of Highway 74, a box culvert beneath Highway 74, a reinforced box concrete structure, and a  concrete lined channel. All construction within Caltrans right‐of‐way was subject to Caltrans testing  standards.     RCFC & WCD, Romoland MDP Line A, Stage 3, Romoland/Riverside County: Mr. Parker performed  inspection and testing services during construction of an interim earthen channel approximately 38 to  80 feet wide with side walls and base‐paved access roads. His responsibilities included soils testing  services, fabrication of concrete cylinders, and concrete slump testing.    RCFC & WCD, San Jacinto MDP Line C, Stage 2, Lines C‐4, C‐5, & B, San Jacinto: Mr. Parker performed  inspection and testing services during construction of approximately 7,850 lineal feet of storm drain line  consisting of cast‐in‐place box culverts and 48‐ to 90‐inch‐diameter reinforced concrete pipe with  associated manholes, concrete pads, junction structures, catch basins, and bulkheads. His  responsibilities included testing and inspection services for both soils and concrete.    RCFC & WCD, Pyrite Channel Bypass, Pyrite Street Storm Drain, Stage 1, Jurupa Valley: Mr. Parker  performed inspection and testing services during construction of a storm drain on Pyrite Street that  discharged into the Jurupa Channel. His responsibilities included testing and inspection services for both  soils and concrete. Project challenges included a portion of the improvements extending beneath an  active railroad line. Mr. Parker tested and received his Union Pacific Railroad (UPRR) Safety Training to  see the project through to completion.     EVMWD, Water Main Replacement Project (CIP No. 75755), Lake Elsinore: Mr. Parker performed  testing and inspection services for subgrade, base, and water main backfill during construction of  approximately 15,600 feet of replacement and new water lines at 25 locations within District  boundaries.          BRIAN SCOTT INSPECTOR EXPERIENCE 17 years CERTIFICATIONS - Nuclear Density Gauge - ACI Grade I Concrete Testing Field Technician - CT: 125, 216, 231, 375, 504, 518, 533, 539, 540, 556, 557 Mr. Scott has over 17 years of experience working as a field technician.  Mr. Scott is Caltrans certified to conduct soils and aggregates field  testing and is also ACI Certified Field Technician.  Mr. Scott has  extensive experience providing observation of earthwork activities and  conducting in‐ place density testing for various projects, including  wastewater treatment plants, pipelines, public buildings, schools,  residential, and commercial development. He can read grading plans  and interpret earthwork recommendations from geotechnical  investigation reports. He also has extensive experience dealing with  unsuitable soils removal, construction of keyways and cut‐and‐fill  slope. He works very closely with the contractors to ensure that earthwork specifications are  implemented. His experience includes:    I‐10/Riverside Avenue Interchange Project, Rialto: Mr. Scott performed observation and field density  testing and concrete sampling and testing for the project which involves the replacement of the existing  bridge structure over I‐10, roadway improvements to Riverside Avenue, widening all four on and off  ramps, constructing cast‐in‐place concrete and MSE retaining walls along the on and off ramps, drainage  improvements, extending  the box culvert (Rialto Channel) underneath the freeway on the north end  and replacing a portion at the south end, and constructing auxiliary lanes at both off ramps. The new  bridge widened Riverside Avenue over I‐10 from 5 to 9 lanes and will be a precast pre‐stressed/post‐  tensioned I‐girder bridge.    I‐1O Widening, Yucaipa: Mr. Scott performed observation and field density testing and concrete  sampling and testing for the project which includes the widening of Interstate 10 between Yucaipa and  Redlands. The project added a general purpose lane to approximately 3.5 miles of westbound I‐10  between Live Oak Canyon Road in Yucaipa and Ford Street in Redlands.    Reconstruction of Van Buren Blvd. & I‐215 Interchange, Riverside County: Mr. Scott performed  observation and field density testing for the project which consisted of reconstruction of the existing  Van Buren Boulevard Interchange on the I‐215 in the County of Riverside, California. The improvements  included reconstructing the existing interchange on the I‐215 and Van Buren Boulevard, widening of the  I‐215, bridge structure replacements, local street improvements, and modification of the interchange  ramps and signalization of the ramp termini.    I‐10/Citrus Avenue and Cherry Avenue Interchanges, Fontana: Mr. Scott provided compaction testing  and concrete sampling and testing for the project which consists of reconstruction of the interchanges  at Citrus Avenue and Cherry Avenue at I‐10. This multi‐staged project includes replacement of the  bridges over the I‐10 at both interchanges, widening of the bridges over the Union Pacific Railroad,  addition of loop ramps, widening of existing ramps, construction of retaining walls and arterial street  widening. The project also includes utility relocation, flood control improvements, traffic and signal and  ramp modification, grading, drainage modifications, signal and stripping.    Greenspot Street Bridge, Highland: Mr. Scott provided as‐needed compaction testing and inspection  and services. The project consists of replacing the Greenspot Street Bridge over the Santa Ana River. This  includes re‐profiling of the roadway, rehabilitation of the existing bridge, and other miscellaneous site  improvements.         BRIAN SCOTT INSPECTOR North Vineyard Avenue Grade Separation, Ontario: Mr. Scott provided as‐needed compaction testing  and inspection and services. The project includes a highway grade separation underpass under the  existing Union Pacific Railroad Alhambra Subdivision Line elevating the railroad approximately 4 feet and  depressing Vineyard Avenue under the bridge.    Milliken Avenue Grade Separation, Ontario: Mr. Scott provided as‐needed compaction testing and  inspection and services. The project includes a highway grade separation overpass over the existing  Union Pacific Railroad Los Angeles Subdivision Line erecting a bridge for the Milliken Avenue over the  railroad lines.    University of California – Riverside, Riverside: Mr. Scott provided as‐needed compaction testing and  inspection and services. The project was a Material and Engineering Bldg. Mr. Scott provided  observation & testing during the grading process, the bldg. foundation required drilled piles for the  support of the bldg. slab. Mr. Scott observed the drilling of these piles and the installation of the rebar  cages and the placement of all concrete for these piles. He also observed and tested the installation of  all utilities, footing inspections as well as concrete testing throughout the project, including the testing  of all access roads around the project.    Wastewater Facility, Temecula Valley WWTP, EMWD, Temecula: Mr. Scott performed observation  during backfill of water, sewer and electrical and other dry utilities.    Eastern Municipal Water District, Cherry Hills Blvd. Water Replacement Pipeline, Sun City: Mr. Scott  performed field density testing to ensure compaction compliance with project specifications. Included  roadway rehabilitation and subgrade, base and asphalt compaction testing.    Eastern Municipal Water District, Carmel Road Water Pipeline, Sun City: The project consisted of  installation of approximately 10,000 linear feet of 12" and 8" waterline as replacement on the existing  waterline. Conducted full time observation on the trench backfill operation for the last 6000' pipeline  installed. Performed density testing to ensure compliance with project specifications. Included roadway  rehabilitation and subgrade, base and asphalt compaction testing.    Eastvale Sewer Interceptor, Jurupa Community Services District, Jurupa: Mr. Scott performed  compaction and construction observation for a twenty‐foot deep, five‐mile long system for Jurupa  Community Services District. Project included roadway rehabilitation, soils, base, and asphalt  compaction.    Tehachapi Renewable Transmission Project, Angeles National Forest: Mr. Scott observed the  installation of drilled reinforced concrete piers 6' to 10' in diameter and 35' to 65' in depth. He also  observed the construction of the site and access road restoration and construction of deep foundations.    Monster Energy Distribution Center, Rialto: Mr. Scott performed testing and observation services for  mass grading of this 1 million square foot building that will act as one of the company’s central hubs in  the area. Mr. Scott also remained onsite to provide foundation observations and testing services for  backfill of water main, sewer main, storm drain, dry utilities and roadways. Project challenges included  dealing with oversize rock and seepage pits that required additional removals.         CARLOS REYES INSPECTOR EXPERIENCE  12 years    CERTIFICATIONS  - ACI Concrete Testing Field  Technician, Grade I  - Nuclear Density Gauge  Mr. Reyes has 12 years of experience as an  inspector and has been with Geocon his entire  career. His experience includes soils and concrete  testing services for municipal facilities, water and  transportation infrastructure, parks, solar  projects, and a variety of residential and  commercial developments. Mr. Reyes is skilled at  reading and understanding construction plans  and specifications as well as effectively  communicating with contractors, engineers, and  public officials. He has a clear understanding of construction  procedures, techniques, and practices and always follows applicable safety policies. His experience  includes:    On‐Call Materials Testing Services, City of Indio: Geocon is currently performing on‐call materials  testing services for the City of Indio. Mr. Reyes performed observation and testing of soils, concrete  inspection and testing, and asphalt paving inspections for the Avenue 43 Dog Park and Burr Park.    I‐15/Los Alamos Road Overcrossing, Murrieta: The project included the widening of Los Alamos Bridge  over the 15 freeway from two to four lanes, construction of retaining walls, embankment fill, subgrade,  base, asphalt placement, flatwork, and minor utility relocations. Geocon prepared a Source Inspection  Quality Management Plan and provided geotechnical and materials testing and inspection services  during construction. Mr. Reyes performed inspection and testing services for soil and concrete in  accordance with Caltrans requirements.     Butterfield Stage Road Bridge Over Tucalota Creek, Temecula Area of Riverside County: Mr. Reyes  performed inspection and testing services during construction of a bridge approximately 96 feet wide  and 315 feet long, four retaining walls, and wingwalls. His responsibilities included concrete testing and  inspection services and geotechnical observation and testing during grading operations.    Rancho Mirage Dog Park, Rancho Mirage: Under an on‐call soils and materials testing contract with the  City of Rancho Mirage, Geocon performed inspection and testing services during construction of  separate small dog and large dog park areas with a parking lot, shade structures, masonry trash  enclosure, and associated utility infrastructure. Mr. Reyes performed geotechnical inspection and  testing services during subgrade, base, and asphalt concrete placement.    SunLine Transit Administration Building & Transit Hub, Thousand Palms: Mr. Reyes performed soils  and concrete testing services during construction of a new 42,000 square‐foot, two‐story masonry  building, a transit hub which includes parking lots and bus stop shelters, underground utilities, flatwork,  drainage structures, and paving.    RCFC & WCD, Arroyo Del Toro Channel, Stage 1, Lake Elsinore: Mr. Reyes performed geotechnical  inspection and testing services during construction of approximately 3,500 lineal feet of storm drain  improvements along the west side of Interstate 15. Improvements included an earthen channel  northeast of Highway 74, a box culvert beneath Highway 74, a reinforced box concrete structure, and a  concrete lined channel. All construction within Caltrans right‐of‐way was subject to Caltrans testing  standards.          CARLOS REYES INSPECTOR RCFC & WCD, Romoland MDP Line A, Stage 3, Romoland/Riverside County: Mr. Reyes performed  inspection and testing services during construction of an interim earthen channel approximately 38 to  80 feet wide with side walls and base‐paved access roads. His responsibilities included geotechnical and  materials inspection and testing services during the grading operation and placement of concrete.    EVMWD, Water Main Replacement Project (CIP No. 75755), Lake Elsinore: Mr. Reyes performed  testing and inspection services for subgrade, base, and water main backfill during construction of  approximately 15,600 feet of replacement and new water lines at 25 locations within District  boundaries.     EVMWD, Extending Recycled Water to Five Sites Project (CIP No. 75833), Lake Elsinore: Mr. Reyes  provided geotechnical inspection and testing services for subgrade, base, asphalt base, and during  trench backfill during the construction of the extension of existing recycled water lines and conversion  of on‐site irrigation systems. Approximately 1,350 feet of 4‐inch PVC recycled water lines and 3,500  sprinkler heads were converted.    Super Walmart Store No. 1899‐05, Riverside: Mr. Reyes performed construction inspection and testing  during over‐excavation and grading of the building pad. He monitored for conformance and dealt with a  third party throughout the project duration.    Starbucks, Irvine: Mr. Reyes performed construction inspection during the construction of a new  Starbucks. He provided geotechnical observation and testing services during over‐excavation and  grading. In addition, he monitored for conformance including GeoGrid™ placement.    Walmart, Irvine: Mr. Reyes performed construction inspection for exterior site improvements. His  responsibilities included observation and testing for over‐excavation, underground utilities including  sewers and water pipelines, base and asphalt concrete placement. He monitored for conformance  including additional grading and Geogrid™ placement.    Torrey Pines Park, Murrieta: Mr. Reyes performed observation and testing for grading, underground  utilities including sewers, storm drains and water pipelines, base and asphalt concrete placement.    SunEdison Imperial County Sites: Geocon performed limited geotechnical investigations and  construction inspection and testing services for several solar photovoltaic projects in Imperial County  including the Probation Building, Herbert Hughes Correctional Center, and the Regional Adult Detention  Facility at the Imperial County Jail as well as the Imperial County Administration Center and Public  Health Department, and the Imperial County Behavioral Health Building No. 10. Mr. Reyes performed  drilled shaft observations and concrete testing during construction.         JOE JUAREZ INSPECTOR EXPERIENCE  12 years    CERTIFICATIONS  - ACI Grade I Concrete Testing  Field Technician  - Nuclear Density Gauge  - OSHA 10‐Hour Safety  Training    ORGANIZATIONS  - Operating Engineers Union  Mr. Juarez has more than 12 years of experience  as an inspector and has been with Geocon his  entire career. He provides highly effective  services as efficiently as possible and  communicates effectively with key personnel on  the jobsite. He takes pride in his work ethic and  works well with clients and contractors by  providing projects with the geotechnical and  materials oversight necessary to ensure they are  being constructed in accordance with project  plans and specifications while providing proactive and responsive  geotechnical input to help projects stay on schedule. His experience  includes:    On‐Call Materials Testing Services, City of Indio: Geocon is currently performing on‐call materials  testing services for the City of Indio. Mr. Juarez performed observation and testing of soils, concrete  inspection and testing, and asphalt paving inspections for the Avenue 43 Dog Park, Burr Park, and Dr.  Carreon Park.    Rancho Mirage Dog Park, Rancho Mirage: Under an on‐call soils and materials testing contract with the  City of Rancho Mirage, Geocon performed inspection and testing services during construction of  separate small dog and large dog park areas with a parking lot, shade structures, masonry trash  enclosure, and associated utility infrastructure. Mr. Juarez performed geotechnical inspection and  testing services.    The Signature at PGA West, La Quinta: Geocon performed geotechnical observation and testing services  during construction of 130 single‐family residences, 30 multi‐family residences, and associated street,  utility, and community recreation improvements. Mr. Juarez performed geotechnical observation and  testing services during placement of subgrade, base, asphalt concrete, and during utility trench backfill. He  also observed the concrete pour and created concrete cylinders for compression testing.     Roripaugh Ranch Improvements Phase I, Temecula: Mr. Juarez performed soils testing and concrete  inspection and testing during construction of Phase I of Roripaugh Ranch Improvements for the City of  Temecula. The project entailed wet utility construction, storm drain improvements, remedial grading,  roadway grading and construction, and reconstruction of flatwork, medians, and curbs & gutters along  Butterfield Stage Road and Murrieta Hot Springs Road. Mr. Juarez worked as an extension of the City of  Temecula’s inspection staff performing testing and inspections not only for the City but also for the  Rancho California Water District, Eastern Municipal Water District, and Riverside County Flood Control  facilities. Geotechnical challenges included existing slope instability, saturated subgrade within a deep  pipe zone, remedial earthwork to repair settlement of previously constructed flatwork, and earthwork  and construction during the rainy season. Mr. Juarez provided his services in a timely and responsive  manner. He was so effective that even though the project schedule was extended, the geotechnical  budget came in well below that estimated by the City.    Guava Street Improvements, Murrieta: Mr. Juarez provided testing and inspection services during  construction of Guava Street and Adams Street for the City of Murrieta. Project construction included  remedial grading and fill placement, utility relocation, construction of a cast‐in‐place concrete triple box  culvert which diverts overland creek flow under the roadway to Murrieta Creek. Geotechnical       JOE JUAREZ INSPECTOR challenges included high groundwater and intermittent surface water flow across the project within the  active stream channel, coordination of utility relocation during remedial grading and fill placement, and  concrete sampling and testing timing so work was able to proceed as planned.    Highway 111 Phase 3 Improvements, Indian Wells: Mr. Juarez provided testing and inspection services  for improvements to Highway 111. Services included: observation and testing of removal excavations  and fill placement; observation and testing of utility trench backfill; observation and testing of  subgrade, compaction, base compaction, and asphalt placement; and testing, inspection, and sampling  of concrete.    Butterfield Stage Road Bridge Over Tucalota Creek, Temecula Area of Riverside County: Mr. Juarez  performed inspection and testing services during construction of a bridge approximately 96 feet wide  and 315 feet long, four retaining walls, and wingwalls. Mr. Juarez performed observation and testing of  soils during the backfill of abutments, backfill of storm drains, backfill of retaining walls, and during  grading operations.    RCFC & WCD, Arroyo Del Toro Channel, Stage 1, Lake Elsinore: Mr. Juarez performed geotechnical  inspection and testing services during construction of approximately 3,500 lineal feet of storm drain  improvements along the west side of Interstate 15. Improvements included an earthen channel  northeast of Highway 74, a box culvert beneath Highway 74, a reinforced box concrete structure, and a  concrete lined channel. All construction within Caltrans right‐of‐way was subject to Caltrans testing  standards.     RCFC & WCD, San Jacinto MDP Line C, Stage 2, Lines C‐4, C‐5, & B, San Jacinto: Mr. Juarez performed  inspection and testing services during construction of approximately 7,850 lineal feet of storm drain line  consisting of cast‐in‐place box culverts and 48‐ to 90‐ inch‐diameter reinforced concrete pipe with  associated manholes, concrete pads, junction structures, catch basins, and bulkheads. His  responsibilities included testing and inspection services for both soils and concrete.    EVMWD, Water Main Replacement Project (CIP No. 75755), Lake Elsinore: Mr. Juarez performed  testing and inspection services for subgrade, base, and water main backfill during construction of  approximately 15,600 feet of replacement and new water lines at 25 locations within District  boundaries.     EVMWD, Extending Recycled Water to Five Sites Project (CIP No. 75833), Lake Elsinore: Mr. Juarez  performed geotechnical inspection and testing services for subgrade, base, asphalt base, and during  trench backfill during the construction of the extension of existing recycled water lines and conversion  of on‐site irrigation systems. Approximately 1,350 feet of 4‐inch PVC recycled water lines and 3,500  sprinkler heads were converted.    Sewer Lateral Improvements for the Indio Transportation Center, Indio: Mr. Juarez performed  geotechnical observation and testing services during improvements to the sewer lateral for the Indio  Transportation Center. The project consisted of the abandonment of the existing eight‐inch‐diameter  sewer and associated manholes and construction of approximately 850 lineal feet of eight‐inch‐ diameter PVC‐SDR‐35 sewer along the northern area of the Transportation Center.        PATRICK DAILEY ENGINEERING FIELD TECHNICIAN EXPERIENCE  40 years    CERTIFICATIONS  - ICC Special Soils  - Nuclear Density Gauge  - CT: 125, 216, 231, 533, 539    Mr. Dailey has more than 40 years of experience performing  geotechnical inspection and testing services. He is skilled at reading  engineering drawings and implementing the requirements of  geotechnical reports in the field. Mr. Dailey has a high degree of  personal integrity and work ethic. He works in a professional manner,  has good people skills, and fosters positive, productive working  relationships with project inspectors, contractors, project owners and  design teams. Mr. Dailey is skilled in project planning, management and  applying mathematics to inspection and testing services. He has an  advanced knowledge of all phases of rough‐ and post‐grading  operations for commercial, residential, and industrial projects. Some of  his experience includes:     RCFC & WCD, San Jacinto MDP Line C, Stage 2, Lines C‐4, C‐5, & B, San Jacinto: Mr. Dailey performed  geotechnical inspection and testing services during construction of approximately 7,850 lineal feet of  storm drain line consisting of cast‐in‐place box culverts and 48‐ to 90‐inch‐diameter reinforced concrete  pipe with associated manholes, concrete pads, junction structures, catch basins, and bulkheads.     Dawson Canyon Transmission Main & Reservoir, Riverside County: Geocon performed soils and materials  testing services during construction of a 16‐inch water main and 1.5 MG concrete reservoir. As a field  technician, Mr. Dailey performed geotechnical observation and testing services during grading operations,  utility trench and wall backfill, and placement of subgrade, base, and asphalt concrete. He also observed  the excavation of the reservoir foundation.    The Signature at PGA West, La Quinta: Geocon performed geotechnical observation and testing services  during construction of 130 single‐family residences, 30 multi‐family residences, and associated street,  utility, and community recreation improvements. As a field technician, Mr. Dailey performed geotechnical  observation and testing services during utility trench and wall backfill; placement of subgrade, base, and  asphalt concrete; and construction of sidewalks, curbs, and gutters. He also observed the excavation of the  foundation systems.     Canyon Hills Master‐Planned Community, Lake Elsinore: Geocon performed a geotechnical investigation  and observation and testing services during construction of this 900‐acre master‐planned community. As a  field technician, Mr. Dailey performed geotechnical observation and testing services during utility trench  and wall backfill; placement of subgrade, base, and asphalt concrete; and construction of sidewalks, curbs,  and gutters.    Polo Club Tracts 33004‐3 & 33004‐4, Indio: Geocon performed a geotechnical investigation and testing  and inspection services during construction of 193 one‐story, wood‐framed, single‐family residences  supported on post‐tensioned foundation systems. As a field technician, Mr. Dailey performed geotechnical  observation and testing services during utility trench backfill.    Eastvale Fire Station No. 2, Eastvale: Geocon is performing soils and materials testing services during  construction of a new fire station. As a field technician, Mr. Dailey observed the excavation of the site  foundation.    Redhawk Master‐Planned Community, Temecula:Mr. Dailey provided geotechnical inspection and testing  services for over 2,000 homes and observed over 20 million cubic yards of dirt moved during construction.       PATRICK DAILEY ENGINEERING FIELD TECHNICIAN   Crowne Hill Master‐Planned Community, Temecula:Mr. Dailey provided geotechnical inspection and  testing services for 900 homes and observed over 6.5 million cubic yards of dirt moved during  construction.    William Lyon Company, Southern California: Mr. Dailey provided geotechnical inspection and testing  services during three phases of rough grading for 300 one‐acre lots.    Watkins Landmark, Poway, California:Mr. Dailey provided geotechnical inspection and testing services for  a private road with 1,000‐foot vertical relief.    Abbott Laboratories, Santa Ana:Mr. Dailey provided geotechnical inspection and testing services for three  to five‐story campus buildings.    S&S Homes, Laguna Niguel:Mr. Dailey provided geotechnical inspection and testing services for a new  commercial development and observed over 1 million cubic yards of dirt moved during construction. He  also provided geotechnical inspection and testing services for a residential site consisting of 400 homes  and observed 9 million yards of dirt moved during construction.    S&S Homes, Yorba Linda:Mr. Dailey provided geotechnical inspection and testing services for 350 homes  and observed 8 million cubic yards of dirt moved during construction.    Shea Homes, Laguna Niguel:Mr. Dailey provided geotechnical inspection and testing services for homes on  Golden Lantern Street and observed 15 million cubic yards of dirt moved during construction.    The William Lyons Estate, Coto De Caza:Mr. Dailey provided geotechnical inspection and testing services  for the construction of a $15 million estate.         DAVID KRETZ SUBCONSULTANT INSPECTOR EXPERIENCE  19 years    CERTIFICATIONS  - AWS Certified Welding  Inspector, No. 9600251  - ICC Structural Masonry  - ICC Structural Concrete  - ICC Structural Steel &  Bolting  - ICC Spray‐Applied  Fireproofing  - DSA Masonry  - B‐1 General Building  Contractor, No. 509446    Mr. Kretz has 19 years of experience as a construction inspector and has  nearly 30 years of experience in the construction industry working  throughout Riverside County. He is an AWS certified welding inspector;  certified by the International Code Council to perform inspections of  structural steel and bolting, structural masonry, structural concrete, and  spray‐applied fireproofing; certified by the Division of State Architect to  perform masonry inspections; and holds a Class B‐1 General Building  Contractor license. Mr. Kretz has performed special inspection and  testing services for numerous municipal structures, healthcare facilities,  educational institutions, and private developments. His experience  includes:    Visual Arts Building, College of the Desert, Palm Desert, California.    Child Development Center, College of the Desert, Palm Desert,  California.    Applied Sciences Building, College of the Desert, Palm Desert, California.    Athletic Facility, College of the Desert, Palm Desert, California.    East Valley Campus, College of the Desert, Palm Desert, Indio, California.    SunLine Transit Agency Administration Building, Thousand Palms, California.    Shadow Hills High School, Indio, California.    Middle School No. 8, Indio, California.    Shadow Hills High School Stadium, Indio, California.    Amistad High School, Indio, California.    Elementary School No. 2, Indio, California.    Coachella Valley High School New Library Addition, Thermal, California.    Jefferson Middle School Addition, Indio, California.    Oasis Elementary School, Oasis, California.  Appendix B Insurance Acknowledgement & Contract Exceptions 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 On- Call 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.[SM1] 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 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 Ser vices 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. Services performed by Consultant shall be conducted in a manner consistent with the level of care and skill ordinarily exercised by members of the profession practicing contemporaneously under similar conditions in the locality of the project. 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 qualitycare as set forth in this Agreement.[SM2] 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 design ee, 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 change order if Contracting Party is a contractor performing the Services) from the Contract Officer, or assigned designee, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of Contracting Party. It is expressly understood by Contracting Party that the provisions of this Section shall not apply to the Services specifically set forth in the Scope of Services or reasonably contemplated therein. It is specifically understood and agreed that oral requests and/or approvals of Additional Services shall be barred and are unenforceable. Failure of Contracting Party to secure the Contract Officer’s, or assigned designee’s written authorization for Additional Services shall constitute a waiver of any and all right to adjustment of the Contract Sum or time to perform this Agreement, whether by way of compensation, restitution, quantum meruit, or the like, for Additional Services provided without the appropriate authorization from the Contract Officer, or assigned designee. Compensation for properly authorized Additional Services shall be made in accordance with Section 2.3 of this Agreement. 1.8. Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in “Exhibit D” (the “Special Requirements”), which is incorporated herein by this reference and expressly made a part hereof. In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2. COMPENSATION. 2.1. Contract Sum. For the Services rendered pursuant to this Agreement, Contracting Party shall be compensated in accordance with “Exhibit B” (the “Schedule of Compensation”) in a total amount not to exceed XXXXX per year for the life of the Agreement, encompassing the initial and any extended terms. (the “Contract Sum”), except as provided in Section 1.7. The method of compensation set forth in the Schedule of Compensation may include a lump sum payment upon completion, payment in accordance with the percentage of completion of the Services, payment for time and materials based upon Contracting Party’s rate schedule, but not exceeding the Contract Sum, or such other reasonable methods as may be specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contracting Party at all project meetings reasonably deemed necessary by City; Contracting Party shall not be entitled to any additional compensation for attending said meetings. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if specified in the Schedule of Compensation. Regardless of the method of 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. 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. 3.2. Schedule of Performance. All Services rendered pursuant to this Agreement shall be performed diligently and within the time period established in “Exhibit C” (the “Schedule of Performance”). Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer, or assigned designee. 3.3. Force Majeure. The time period specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contracting Party, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Contracting Party shall within ten (10) days of the commencement of such delay notify the Contract Officer, or assigned designee, in writing of the causes of the delay. The Contract Officer, or assigned designee, shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the forced delay when and if in the Contract Officer’s judgment such delay is justified, and the Contract Officer’s determination, or assigned designee, shall be final and conclusive upon the parties to this Agreement. Extensions to time period in the Schedule of Performance which are determined by the Contract Officer, or assigned designee, to be justified pursuant to this Section shall not entitle the Contracting Party to additional compensation in excess of the Contract Sum. 3.4. Term. Unless earlier terminated in accordance with the provisions in Article 8.0 of this Agreement, the term of this agreement shall commence on July 2, 2019, and terminate on June 30, 2022 (“Initial Term”). This Agreement may be extended for two (2) additional year(s) upon mutual agreement by both parties (“Extended Term”). 4. COORDINATION OF WORK. 4.1. Representative of Contracting Party. The following principals of Contracting Party (“Principals”) are hereby designated as being the principals and representatives of Contracting Party authorized to act in its behalf with respect to the Services specified herein and make all decisions in connection therewith: (a) Name: Tel No. E-mail: (b) Name Tel No. Email: It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing Principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing Principals shall be responsible during the term of this Agreement for directing all activities of Contracting Party and devoting sufficient time to personally supervise the Services hereunder. For purposes of this Agreement, the foregoing Principals may not be changed by Contracting Party and no other personnel may be assigned to perform the Services required hereunder without the express written approval of City. 4.2. Contract Officer. The “Contract Officer”, otherwise known as the Bryan McKinney, PE, City Engineer, or assigned designee may be designated in writing by the City Manager of the City. It shall be Contracting Party’s responsibility to assure that the Contract Officer, or assigned designee, is kept informed of the progress of the performance of the Services, and Contracting Party shall refer any decisions, that must be made by City to the Contract Officer, or assigned designee. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer, or assigned designee. The Contract Officer, or assigned designee, shall have authority to sign all documents on behalf of City required hereunder to carry out the terms of this Agreement. 4.3. Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability, and reputation of Contracting Party, its principals, and its employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Contracting Party shall not contract or subcontract with any other entity to perform in whole or in part the Services required hereunder without the express written approval of City. In addition, neither this Agr eement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered, voluntarily or by operation of law, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contracting Party, taking all transfers into account on a cumulative basis. Any attempted or purported assignment or contracting or subcontracting by Contracting Party without City’s express written approval shall be null, void, and of no effect. No approved transfer shall release Contracting Party of any liability hereunder without the express consent of City. 4.4. Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contracting Party, its agents, or its employees, perform the Services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision, or control of Contracting Party’s employees, servants, representatives, or agents, or in fixing their number or hours of service. Contracting Party shall perform all Services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contracting Party in its business or otherwise or a joint venture or a member of any joint enterprise with Contracting Party. Contracting Party shall have no power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. Except for the Contract Sum paid to Contracting Party as provided in this Agreement, City shall not pay salaries, wages, or other compensation to Contracting Party for performing the Services hereunder for City. City shall not be liable for compensation or indemnification to Contracting Party for injury or sickness arising out of performing the Services hereunder. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (“PERS”) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. Contracting Party agrees to pay all required taxes on amounts paid to Contracting Party under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contracting Party shall fully comply with the workers’ compensation laws regarding Contracting Party and Contracting Party’s employees. Contracting Party further agrees to indemnify and hold City harmless from any failure of Contracting Party to comply with applicable workers’ compensation laws. City shall have the right to offset against the amount of any payment due to Contracting Party under this Agreement any amount due to City from Contracting Party as a result of Contracting Party’s failure to promptly pay to City any reimbursement or indemnification arising under this Section. 4.5. Identity of Persons Performing Work. Contracting Party represents that it employs or will employ at its own expense all personnel required for the satisfactory performance of any and all of the Services set forth herein. Contracting Party represents that the Services required herein will be performed by Contracting Party or under its direct supervision, and 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, employe es, agents, and volunteersThe indemnification provisions as set forth in “Exhibit F” (“Indemnification”) which is incorporated herein by this reference and expressly made a part hereof.[SM3] 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 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. AllTo the extent Consultant has been compensated therefor, all[SM4] 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 any other medium prepared or caused to be prepared by Contracting Party, its employees, subcontractors, and agents in the performance of this Agreement (the “Documents and Materials”) shall be the property of City and shall be delivered to City upon request of the Contract Officer, or assigned designee, or upon the expiration or termination of this Agreement, and Contracting Party shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the Documents and Materials hereunder. Any use, reuse or assignment of such completed Documents and Materials for other projects and/or use of uncompleted documents without specific written authorization by Contracting Party will be at City’s sole risk and without liability to Contracting Party, and Contracting Party’s guarantee and warranties shall not extend to such use, revise, or assignment. Contracting Party may retain copies of such Documents and Materials for its own use. Contracting Party shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any Documents and Materials prepared by them, and in the event Contracting Party fails to secure such assignment, Contracting Party shall indemnify City for all damages resulting therefrom. 7.4. In the event City or any person, firm, or corporation authorized by City reuses said Documents and Materials without written verification or adaptation by Contracting Party for the specific purpose intended and causes to be made or makes any changes or alterations in said Documents and Materials, City hereby releases, discharges, and exonerates Contracting Party from liability resulting from said change. The provisions of this clause shall survive the termination or expiration of this Agreement and shall thereafter remain in full force and effect. 7.5. Licensing of Intellectual Property. Subject to Section 7.3 hereinabove, thisThis[SM5] Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, rights of reproduction, and other intellectual property embodied in the Documents and Materials. Contracting Party shall require all subcontractors, if any, to agree in writing that City is granted a non - exclusive and perpetual license for the Documents and Materials the subcontractor prepares under this Agreement. Contracting Party represents and warrants that Contracting Party has the legal right to license any and all of the Documents and Materials. Contracting Party make s no such representation and warranty in regard to the Documents and Materials which were prepared by design professionals other than Contracting Party or provided to Contracting Party by City. City shall not be limited in any way in its use of the Documents and Materials at any time, provided that any such use not within the purposes intended by this Agreement shall be at City’s sole risk. 7.6. Release of Documents. The Documents and Materials shall not be released publicly without the prior written approval of the Contract Officer, or assigned designee, or as required by law. Contracting Party shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. 7.7. Confidential or Personal Identifying Information. Contracting Party covenants that all City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussion notes, or other information , if any, developed or received by Contracting Party or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contracting Party to any person or entity without prior written authorization by City or unless required by law. City shall grant authorization for disclosure if required by any lawful administrative or legal proceeding, court order, or similar directive with the force of law. All City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussions, or other information shall be returned to City upon the termination or expiration of this Agreement. Contracting Party’s covenant under this section shall survive the termination or expiration of this Agreement.[SM6][MR7] 8. ENFORCEMENT OF AGREEMENT. 8.1. California Law. This Agreement shall be interpreted, construed, and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Le gal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contracting Party covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2. Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer, or assigned designee; provided that if the default is an immediate danger to the health, safety, or general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party’s right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City’s right to terminate this Agreement without cause pursuant to this Article 8.0. During the period of time that Contracting Party is in default, City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, City may, in its sole discretion, elect to pay some or all of the outstanding invoices during any period of default. 8.3. Retention of Funds. City may withhold from any monies payable to Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Contracting Party in the performance of the Services required by this Agreement. 8.4. Waiver. No delay or omission in the exercise of any right or remedy of a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. City’s consent or approval of any act by Contracting Party requiring City’s consent or approval shall not be deemed to waive or render unnecessary City’s consent to or approval of any subsequent act of Contracting Party. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 8.5. Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 8.6. Legal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7. 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 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 pu rpose 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 i n such action or proceeding, 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. 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 appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to this Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. Contracting Party warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 9.3. Covenant against Discrimination. Contracting Party covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of any impermissible classification including, but not limited to, race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry in the performance of this Agreement. Contracting Party shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry. 10. MISCELLANEOUS PROVISIONS. 10.1. Notice. Any notice, demand, request, consent, approval, or communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this Section. To City: To Contracting Party: CITY OF LA QUINTA VENDORS COMPANY NAME Attention: Insert Contract Officer VENDORS CONTACT 78495 Calle Tampico VENDORS STREET ADDRESS La Quinta, California 92253 VENDORS CITY, STATE, ZIP 10.2. Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed 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. 10.9. No Third-Party Beneficiaries. With the exception of the specific provisions set forth in this Agreement, there are no intended third -party beneficiaries under this Agreement and no such other third parties shall have any rights or obligations hereunder. 10.10. Authority. The persons executing this Agreement on behalf of each of the parties hereto represent and warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors, and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA, a California Municipal Corporation FRANK J. SPEVACEK, City Manager City of La Quinta, California Dated: _______________________ ATTEST: MONIKA RADEVA, City Clerk La Quinta, California APPROVED AS TO FORM: WILLIAM H. IHRKE, City Attorney City of La Quinta, California CONTRACTING PARTY: By: __________________________ Name: ________________________ Title: _________________________ By: __________________________ Name: ________________________ Title: _________________________ NOTE: (1) TWO SIGNATURES ARE REQUIRED IF A CORPORATION’S BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE STATE THAT TWO SIGNATURES ARE REQUIRED ON CONTRACTS, AGREEMENTS, AMENDMENTS, CHANGE ORDERS, ETC. (2) CONTRACTING PARTY’S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTING PARTY’S BUSINESS ENTITY. Exhibit A Scope of Services 1. Services to be Provided: [TO BE PROVIDED BY STAFF (include location of work)] 2. Performance Standards: [TO BE PROVIDED BY STAFF] OR [See Attached] 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 penalt ies 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- 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. 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 o r relocating such unidentified utility facilities. Contracting Party shall not be assessed liquidated damages for delay arising from the removal or relocation of such unidentified utility facilities. 4. Trenches or Excavations. Pursuant 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 par t 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 limited to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions in accident prevention for all emp loyees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, 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. Liquidated Damages. Since the determination of actual 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 ($1,000.00) as liquidated damages for each working day of delay in the performance of any of the Services required hereunder, as specified in the Schedule of Performance. In addition, liquidated damages may be assessed for failure to comply with the emergency call out requirements, if any, described in the Scope of Services. City may withhold from any moneys payable on account of the Services performed by Contracting Party any accrued liquidated damages. Exhibit B Schedule of Compensation With the exception of compensation for Additional Services, provided for in Section 2.3 of this Agreement, the maximum total compensation to be paid to Contracting Party under this Agreement is not to exceed ____________________ ($__________) (“Contract Sum”). The Contract Sum shall be paid to Contracting Party in installment payments made on a monthly basis and in an amount identified in Contracting Party’s schedule of compensation attached hereto for the work tasks performed and properly invoiced by Contracting Party in conformance with Section 2.2 of this Agreement. Exhibit C Schedule of Performance Contracting Party shall complete all services identified in the Scope of Services, Exhibit A of this Agreement, in accordance with the Project Schedule, attached hereto and incorporated herein by this reference. Exhibit D Special Requirements [insert Special Requirements or indicate “None” if there are none] Exhibit E Insurance Requirements E.1 Insurance. Prior to the beginning of and throughout the duration of this Agreement, the following policies shall be maintained and kept in full force and effect providing insurance with minimum limits as indicated below and issued by insurers with A.M. Best ratings of no less than A-VI: Commercial General Liability (at least as broad as ISO CG 0001) $5,000,000$1,000,000 (per occurrence) $5,000,000$1,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Non-contributory Commercial Auto Liability (at least as broad as ISO CA 0001) $5,000,000$1,000,000 (per accident) Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Workers’ Compensation (per statutory requirements) Must include the following endorsements: Workers’ Compensation with Waiver of Subrogation Workers’ Compensation Declaration of Sole Proprietor, if applicable Contracting Party shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, Commercial General Liability insurance against all claims for injuries against persons or damages to property resulting from Contracting Party’s acts or omissions rising out of or related to Contracting Party’s performance under this Agreement. The insurance policy shall contain a severability of interest clause providing that the 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 any such loss. An endorsement evidencing the foregoing and naming the City and its officers and employees as additional insured (on the Commercial General Liability policy only) must be submitted concurrently with the execution of this Agreement and approved by City prior to commencement of the services hereunder. Contracting Party shall carry automobile liability insurance of $5,000,000 per accident against all claims for injuries against persons or 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 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 endorsements to the extent and within the time herein required, Ci ty may, at its sole option: 1. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. 2. 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. 3. 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, 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. 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. It 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 Partyappropriate to the subcontractor’s scope of work. 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 self- insured retentions or deductibles on any portion of the insurance required herein (with the exception of professional liability coverage, if required) and 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 non - compliance 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 required in these specifications applicable to the renewing or new coverage must be provided to City within five (5) days of the expiration of coverages. 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, 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 reser ves 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. 1. Indemnification for Professional Liability[SM8]. 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)including the cost to defend, 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 damagesincluding, 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 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. 2. Indemnification for Other Than Professional Liability [SM9]. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defe nd (with counsel selected by Consultant and approved by City in its reasonable discretion), 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, the 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. 3. Indemnity Provisions for Contracts Related to Construction (Limitation on Indemnity). Without affecting the rights of City under any 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. 4. Indemnification Provision for Design Professionals. a. 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. b. 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, 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 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. c. 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 identical to those set forth herein this Exhibit F, as applicable to the Contracting Party, from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contracting Party in the performance of this Agreement. In the event Contracting Party fails to obtain such indemnity obligations from others as required herein, Contracting Party agrees to be fully responsible according to the terms of this Exhibit. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth in this Agreement are binding on the successors, assigns or heirs of Contracting Party and shall survive the termination of this Agreement. Appendix C Non-Collusion Affidavit Form NON-COLLUSION AFFIDAVIT FORM Must be executed by proposer and submitted with the proposal I, __________________________________ (name) hereby declare as follows: I am ______________________________ of _________________________, (Title) (Company) the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the proposer or any other proposer, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other proposer, or to secure any advantage against the public body awarding the agreement of anyone interested 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 thereof, or divulged information or data relative hereto, or paid, and will not pay, any fee to any corporation, 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: _______________________________________ Joseph J. Vettel Chief Executive Officer Geocon West, Inc. Joseph J. Vettel CEO Geocon West, Inc. 78-075 Main Street #G-203, La Quinta, CA 92253 Prepared by: Geocon West, Inc. 78-075 Main Street, #G-203 La Quinta, California 92253 760.565.2002 T www.geoconinc.com Prepared for: City of La Quinta 78-495 Calle Tampico La Quinta, California 92253 Attention: Bryan McKinney, PE City Engineer DUE: June 11, 2019 by 5:00 p.m. 2019 SCHEDULE OF FEES – WM19 PROFESSIONAL SERVICES Word Processor/Non-Technical Assistant/Draftsman ....................................................................................................................... $75/hr. Engineering Assistant/Lab Technician. ............................................................................................................................................. 90/hr. Engineering Field Technician .......................................................................................................................................................... *69/hr. Senior Field Technician ................................................................................................................................................................... *69/hr. Special Inspector (Concrete, Rebar, Masonry, Welding, etc.) .......................................................................................................... *79/hr. Field Technician Supervisor ............................................................................................................................................................. *110/hr. Staff Engineer/Geologist ................................................................................................................................................................... *110/hr. Sr. Staff Engineer/Geologist ............................................................................................................................................................. *120/hr. Project Engineer/Geologist ............................................................................................................................................................... *130/hr. Senior Project Engineer/Geologist .................................................................................................................................................... *140/hr. Senior Engineer/Geologist ................................................................................................................................................................ *150/hr. Associate Engineer/Geologist ........................................................................................................................................................... *160/hr. Principal Engineer/Geologist/Litigation Support .............................................................................................................................. 230/hr. Deposition or Court Appearance ....................................................................................................................................................... 400/hr. Overtime/Saturday Rate/Night Rate (10pm – 6am w/ 8 Hr minimum per call out) ......................................... 1.5 X Regular Hourly Rate Sunday and Holiday Rate ..................................................................................................................................... 2 X Regular Hourly Rate Minimum Field Services Fee (per day or per call -out) ..................................................................................................................... 4 Hours Short-Notice Cancellation (after 4 pm of the day prior to the scheduled inspection time) ............................................................... 4 Hours Short-Notice Cancellation (upon or after arrival at jobsite) .............................................................................................................. 4 Hours *Prevailing Wage (PW) California Labor Code §1720, et. Seq. add $25/hr TRAVEL Personnel ......................................................................................................................................................................... Regular Hourly Rate Subsistence (Per Diem) ......................................................................................................................................................................... Quote Vehicle Mileage ............................................................................................................................................................................. 0.60/mile EQUIPMENT & MATERIALS *Nuclear Density Gauge/Sand Cone Testing Equipment.......$10/hr Water Buffalo ......................................................................... 50/ea *Vehicle ...................................................................................10/hr Battery-Powered Pump .........................................................75/day *Special Inspection Equipment ................................................ 5/hr Water Level Indicator ...........................................................40/day Coring Machine (concrete, asphalt, masonry) .................... 175/day Interface Probe .....................................................................58/day Generator ............................................................................ 100/day Photo-Ionization Meter .......................................................125/day Double Ring Infiltrometer ................................................... 125/day Combustible Gas Meter ........................................................80/day GPS Unit ............................................................................. 160/day pH/Conductivity/Temperature Meter ...................................50/day Pick-up Truck ..................................................................... 125/day Turbidity Meter ....................................................................80/day Direct-Push Rig/Operator ................................... 165/190(PW)*/hr Level D PPE/Decon Rinse Equipment .................................50/day Drive-Tube Sampler ............................................................. 40/day De-Ionized Water (5-gallon) .................................................. 15/ea Hand-Auger ......................................................................... 40/day Air Compressor ..................................................................100/day Dynamic Cone Penetrometer ............................................. 400/day Soil Sample Tube ................................................................... 10/ea LABORATORY TESTS COMPACTION CURVES SOIL AND AGGREGATE PROPERTIES (D698/D1557/T99/T108) 4-inch mold..................................... $195 (D422/T88) Particle Size, Hydrometer w/out Sieve ................. $155 (D698/D1557/T99/T108) 6-inch mold....................................... 210 (C136/D6913/T27) Sieve, Coarse to Fine w/ #200 Wash ......... 150 (CT 216) California Impact ....................................................... 225 (C136/D6913/T27) Sieve, Coarse or Fine w/ #200 Wash .......... 115 Check Point.................................................................................. 90 (C136/D6913/T27) Sieve, Coarse or Fine No #200 Wash ........... 85 (D1632/CT312) Soil Cement Cyl. Fabrication (Set of 3) ......... 150 (C117/D1140/T11) Materials Finer than #200 ............................. 65 (D1632/CT312) Soil Cement Cyl. Fabrication (Addtl. Spec.) .... 50 (D2216/T265/CT226) Moisture Content ..................................... 30 (D1633/CT312) Soil Cement Comp. Strength (Set of 3) .......... 300 (D2487/D2488) Visual Soil Classification .................................. 30 (D1633/CT312) Soil Cement Comp. Strength (Addtl. Spec.) .. 100 (D2937) Density of In-Place Soil, Drive-Cyl. Method................ 45 (D4943) Shrinkage Factors of Soils, Wax Method ...................... 55 (C131/C535/CT211) L.A. Abrasion Resistance ......................... 220 (C142/T112) Clay Lumps and Friable Particles ......................... 170 - 2 - LABORATORY TESTS (CONTINUED) SOIL AND AGGREGATE STABILITY SOIL AND AGGREGATE PROPERTIES (CONTD.) (D2844/CT301) Resistance Value ........................................... $290 (C123/T113) Light Weight Particles ........................................ $245 (D2844/CT301) Resistance Value, Treated ............................... 295 (D3744/CT229/T210) Durability Index Fine ............................. 190 (D1883) California Bearing Ratio ............................................. 530 (D3744/CT229/T210) Durability Index Coarse ......................... 225 (C977) Stabilization Ability of Lime ......................................... 185 (CT227) Cleanness Value .......................................................... 170 (D1883) Calif. Bearing Ratio (Army Corp of Engineers) ......... 105 (D4791) Flat & Elongated Particles ........................................... 165 CHEMICAL ANALYSIS (D693/CT205) Percent Crushed Particles .................................. 145 (G187/CT643/T288) pH and Resistivity.................................. $135 (D5821) Percent. of Fractured Particles, Coarse Aggregate ....... 140 (D4972/T289) pH Only ............................................................... 30 (C40/CT213/T21) Organic Impurities .......................................... 75 (CT417) Sulfate Content .............................................................. 95 (C235) Soft Hardness (Scratch Hardness) ................................. 100 (CT422) Chloride Content ........................................................... 55 (C88/CT214/T104) Sulfate Soundness ...................................... 410 (D2974) Organic Content ............................................................ 50 (C1252/T304) Uncompact. Void Content, Fine Aggregate ........ 135 PERMEABILITY, CONSOLIDATION AND EXPANSION (C127/CT206/T85) Coarse Specific Gravity .............................. 115 (D5084) Permeability, Flexible Wall ....................................... $270 (C128/CT207/T84) Fine Specific Gravity.................................. 135 (D5856) Permeability, Rigid Wall ............................................. 260 (D854/CT209/T100) Specific Gravity of Soil ............................ 105 (D2434) Permeability, Constant Head ....................................... 280 (C29/CT212/T19) Unit Weight & Percent Voids......................... 90 (D2434) Permeability, FHA Slab-on-Grade .............................. 110 (D2419/CT217/T176) Sand Equivalent ..................................... 100 (D2434) Permeability, Hourly ..................................................... 55 (D4318/CT204/T89/T90) Plastic Index (Plastic/Liq. Limit) ..... 155 (D2435/T216) Consolidation (6 pts. w/ Unload) ....................... 270 (D4318/CT204/T89) Liquid Limit ............................................... 70 (D2435/T216) Consolidation Additional Point w/ Unload .......... 45 (D4318/CT204/T90) Plastic Limit ............................................... 70 (D4546) Swell/Compression Testing & Density ....................... 125 (C330) Spec. for Lightweight Aggregates, Struc. Concrete ... Quote (D4546) Swell/Settlement Testing & Density (ea. addtl. pt.) ..... 85 SHEAR STRENGTH (D4546) Swell/Settlement Testing & Density (County) ............ 100 (D2166) Unconfined Compression .......................................... $100 (D4546) Swell/Settlement Testing & Density (FHA) ................. 90 (D3080/T236) Direct Shear (3 points) ...................................... 255 (D3080/T236) Remolded Direct Shear (3 points)……………..300 (D4829) Expansion Index of Soils ............................................. 160 (D3080/T236) Direct Shear Addtl. Points/ea. residual pass ......... 75 STEEL TESTING (D2850) Unconsolidated-Undrained Triaxial Shear ................... 115 Reinforcing Steel Tests: (D2580) Unconsolidated-Undrained Triaxial Staged ................. 160 (A370) Tensile Strength & Elongation (D4767) Consolidated-Undrained Triaxial Shear....................... 265 #11 Bar & Smaller ...................................................... $80 (D4767) Consolidated-Undrained Triaxial Staged ..................... 340 #14 Bar ....................................................................... 110 (EM1110) Consolidated-Drained Triaxial Shear ....................... 375 #18 Bar (Proof Test) .................................................. 120 (EM1110) Consolidated-Drained Triaxial Staged ...................... 480 (A370) Bend Test MASONRY** #11 Bar & Smaller ........................................................ 30 Concrete Block Test (Sets of 3 Required): #14 & #18 Bar .............................................................. 50 (C140) Unit Weight Moisture Content & Absorption ............. $195 (A370) Tensile - Mechanically Spliced Bar (C140) Moisture Content/Absorption (ea. addtl. specimen) ...... 65 #11 Bar & Smaller .................................................... $150 (C140) Compression Test ......................................................... 195 #14 Bar & Larger ........................................................ 190 (C140) Compression Test (ea. addtl. specimen) .......................... 65 (A370) Tensile – Electric Resist. Butt Splice w/ Control .......... 150 (C426) Linear Drying Shrinkage ................................................ 285 (A370) Straightening of bar (if required) ..................................... 25 (C109/UBC 21-16) Mortar Cylinder (2”x4”) .............................. 30 Structural Steel Tests: (C942) Grout Prism (3”x3”x6”), trimming included .................... 35 (A370) Machining & Prep of Test Specimen ............... Cost + 20% Masonry Prism (Assemblage): (A370) Tensile Strength & Elongation (C1314) 8”x8”x16” – 8”x12”x16” ............................................ 165 Up to 200,000 lbs ........................................................ $80 (C1314) 8”x16”x16” – 10”x12”x16” ........................................ 180 200,000 – 300,000 lbs ................................................. 100 (C1314) 12”x12”x16” – 12”x16”x16” ...................................... 235 300,000 – 400,000 lbs ................................................. 120 (C1314) Larger than 12”x16”x16” ........................................ Quote Pre-stressing Wire & Tendon Tests: Brick Test (Set of 5 Specimens): (A421) Tensile Strength, Single Wire ..................................... $110 (C67) 24-Hour Absorption, Cold Water ..................................... 225 (A416) Tensile Strength, 7-Wire Strand .................................... 175 (C67) 5-Hour Absorption, Boiling Water .................................. 225 High Strength Bolt, Nut, & Washer Tests: (C67) Compression Test or Modulus of Rupture ....................... 255 (A325/A490) Tensile Test on Bolts ........................................... $70 (C67) Each Additional Specimen ................................................. 45 (A563) Proof Load Test on Nuts ................................................. 70 CONCRETE** (A325/A490) Hardness Test on Bolts .......................................... 30 Mix Designs: (A536) Hardness Test on Nuts ..................................................... 30 (ACI211/ACI214) Concrete Mix Design ................................. $175 (F436) Hardness Test on Washers ............................................... 25 (ACI211/ACI214) Review of Concrete Mix Design .................. 190 Weld Specimen Tests: (C192) Concrete Trial Mix (includes equipment & labor) ......... 495 (E164) Ultrasonic Examination ............................................. Quote Concrete Properties: Machining & Prep of Test Specimen ............. Cost + 20% (C39/CT521/T22) Comp. Strength, Concrete Cyl. ....................... 30 (E381) Macrotech Test (3 Faces) ............................................ $355 (C42/CT521/T22) Comp. Strength, Concrete/Gunite Core ........ $50 - 3 - LABORATORY TESTS (CONTINUED) ASPHALT TESTING CONCRETE** (CONTD.) Asphalt Properties: (C78/CT523) Flex. Strength of 6”x6”x21” Concrete Beam ..... $165 (D2726/CT308/T166) Bulk Spec. Grav., Compacted HMA ...... $90 (C174) Length Measuring of Drilled Cores ................................. 55 (D1560/CT366) Stabilometer Value (HVEEM) ....................... 125 (C1140) Shotcrete Panel-Coring & Testing (Set of 3) ............... 290 (D2041) Theoretical Max Specific Gravity ............................... 100 (C1140) Shotcrete Panel (each addtl. specimen) .......................... 90 (D5444) Sieve Analysis of Extracted Asphalt ........................... 150 (C496) Static Modulus of Elasticity ........................................... 200 (D6307/CT382) Percent Asphalt, Ignition Method.................... 150 (C496) Drying Shrinkage (Set of 3, up to 28 days) .................... 395 (D1188) Unit Weight of Asphalt Core ......................................... 65 (C642) Spec. Gravity, Absorp., Voids in Hardened Concrete ...... 95 MISCELLANEOUS TESTING SERVICES (F1869) Moisture Vapor Emission Rate, Concrete Subfloor ....... 50 Calibration of Hydraulic Ram: 100 Ton & Under ........................................................ $200 101 Tons – 200 Tons .................................................... 250 Use of Universal Testing Machine: UTM with One Operator .............................................. 320 Additional Technician ......................... Regular Tech Rate Spray Applied Fireproofing: *2X Surcharge on rush turn-around for laboratory testing. (E605/E736) Fireproofing Oven Dry Density/Thickness ........... 90 **Fee applies for sample storage, testing, or disposal. 1. Listed are typical charges for the services most frequently performed by Geocon. Prices for unlisted services as well as special quotations for programs involving volume work will be provided upon request. Laboratory test prices shown are for laboratory work only and include reporting of routine results not calling for comments, recommendations or conclusions. 2. Sampling and testing is conducted in substantial conformance with the latest applicable or designated specifications of the A merican Society for Testing and Materials, Caltrans, American Association of State Highway and Transportation Officials, or other pertinent agencies. 3. Saturday, night work, and overtime hours are charged at time and one-half; Sundays and holidays at double time. Per diem is $200.00 per day when location of work dictates. 4. Equipment and materials will be billed at cost plus 15%. Outside services including subcontractors and rental of special equipment are billed at cost plus 15%. Hourly services are billed portal to portal from closest office in accordance with the stated hourly rates herein. 5. Invoices will be submitted at four-week intervals. Terms of payment are met upon presentation of invoice. Invoices become delinquent thirty (30) days from invoice date and subject to one and one-half percent (1-1/2%) service charge per month, or the maximum rate allowed by law, whichever is lower. If Client objects to all or any portion of any invoice, Client will so notify Geocon in writing within fourteen (14 ) calendar days of the invoice date, identify the cause of disagreement, and pay that portion of the invoice not in dispute. The parties will immediately make every effort to settle the disputed portion of the invoice. Payment on delinquent invoices will first be applied to accrued interest and then to the principal amount. All time spent, and expenses incurred (including any attorney's fees and costs) in connection with collection of any delinquent amount will be paid by Client to Geocon per Geocon's current fee schedule. 6. Client and Geocon shall allocate certain of the risks so that, to the fullest extent permitted by law, Geocon’s (the term “Geocon” includes Geocon’s partners, officers, directors, employees, agents, affiliates, subcontractors and subconsultants) total aggregate liability to Client is limited to the greater of $50,000 or the total compensation received from Client by Geocon for services rendered on this project, for any and all of Client’s injuries, damages, claims, losses, expenses, or claim expenses arising out of this Agreement from any cause or causes, includ ing attorneys’ fees and costs which may be awarded to the prevailing party, and Client agrees to indemnify and hold harmless Geocon from and against all liabilities in excess of the monetary limit established above. 7. Client and Geocon shall allocate certain of the other risks so that, to the fullest extent permitted by law, Client shall limit Geocon’s total aggregate liability to all third parties, including contractors, subcontractors of all tiers, materialmen, and others involved in Clien t’s project, as well as persons and other entities not involved in the project, to the greater of $100,000 or the total compensation received from Client by Geocon for services rendered on this project, for any and all injuries, damages, cause or causes, including attorneys’ fees and costs which may be awarded to the prevailing party, and Client agrees to indemnify and hold harmless Geocon from and against all liabilities in excess of t he monetary limit established above, including all liability incurred by Geocon for acts, errors, or omissions, pursuant to entering into agreements with third parties on behalf of Client in order to obtain access or entry onto property not owned by Client. Client agrees to notify all contra ctors and subcontractors of any limitation of Geocon’s liability to them and require them to abide by such limitation for damages suffered by any contractor or subcontractor arising from Geocon’s actions or inactions. Neither the contractor nor any subcontractor assumes any liability for damages t o others which may arise on account of Geocon’s actions or inactions.