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.