Loading...
Southland Geo/Jefferson Improvements 99PROFESSIONAL SERVICES AGREEMENT 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 Southland Geotechnical, Inc. ("Consultant"). The parties hereto agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant shall provide those services related to Materials Testing Services as specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference (the "services" or "work"). Consultant warrants that all services will be performed in a competent, professional and satisfactory manner in accordance with the standards prevalent in the industry for such services. 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 of La Quinta and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses. Permits. Fees and Assessments. Except as otherwise specified herein, Consultant 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. Consultant 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. 1.4 Familiarity with Work. By executing this Agreement, Consultant warrants that (a) it has thoroughly investigated and considered the work to be performed, (b) it has investigated the site of the work and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the work should be performed, and (d) it fully understands the facilities, difficulties and restrictions attending performance of the work under this Agreement. Should Consultant discover any latent or unknown conditions materially differing from those inherent in the work or as represented by City, it shall immediately inform City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Contract Officer (as defined in Section 4.2 hereof). 1.5 Care of Work. Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work performed by Consultant, 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 work by City, except such losses or damages as may be caused by City's own negligence. The performance of services by Consultant shall not relieve Consultant 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 Consultant. 1.6 Additional Services. In accordance with the terms and conditions of this Agreement, Consultant shall perform services in addition to those specified in the Scope of Services when directed to do so by the Contract Officer, provided that Consultant shall not be required to perform any additional services without compensation. Any addition in compensation not exceeding five percent (5%) of the Contract Sum may be approved by the Contract Officer. Any greater increase must be approved by the City Council T:\PWDEPT\PROJECTS\99Pdcts\99-05Jef1St(54-IndBlvd)\Phse I Const\PSA SoLand.WPD Page 1 of 8 1.7 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"). 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. W41090TOMAU" ,11RUMOM 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Consultant shall be compensated in accordance with Exhibit "B" (the "Schedule of Compensation") in a total amount not to exceed Forty Two Thousand Nine Hundred Sixty Dollars ($42,960.00 ) (the "Contract Sum"), except as provided in Section 1.6. 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 Consultant's rate schedule, but not exceeding the Contract Sum, or such other methods as may be specified in the Schedule of Compensation. 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. 2.2 Method of Payment. Any month in which Consultant wishes to receive payment, Consultant 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 Consultant specifying that the payment requested is for work performed in accordance with the terms of this Agreement. City will pay Consultant for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. MOM; •� M acteivilellin 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 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. 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 Consultant, 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 Consultant shall within ten 0 0) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer 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 his or her judgement such delay is justified, and the Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. 3.4 Term. Unless earlier terminated in accordance with Sections 7.7 or 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services, except as otherwise provided in the Schedule of Performance. T:\PWDEPT\PROJECTS\99Pdcts\99-05JeffSt(54-IndBlvd)\Phse I Const\PSA SoL.and.WPD Page 2 of 8 M• •• i 9 ► G 4.1 Representative of Consultant. The following principals of Consultant are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: a. Kathy Ward, Business Manager b. Karl A. Harmon, Operation Manager 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 Consultant and devoting sufficient time to personally supervise the services hereunder. The foregoing principals may not be changed by Consultant and no other personnel may be assigned to perform the service required hereunder without the express written approval of City. 4.2 Contracl Officer. The Contract Officer shall be John M. Freeland, Senior Engineer or such other person as may be designated by the City Manager of City. It shall be Consultant's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Consultant shall not contract 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 Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval 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 Consultant, its agents or employees, perform the services required herein, except as otherwise set forth. Consultant 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. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.5 City Cooperation. City shall provide Consultant with any plans, publications, reports, statistics, records or other data or information pertinent to services to be performed hereunder which are reasonably available to Consultant only from or through action by City. 5.1 Insurance. Consultant shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, personal and public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Consultant's acts or omissions rising out of or related to Consultant'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 Consultant's performance hereunder and neither City nor its T:\PWDEPT\PROJECTS\99Prjcts\99-05JeffSt(54-IndBlvd)\Phse I Const\PSA SoLand.WPD Page 3 of 8 insurers shall be required to contribute to any such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. The amount of insurance required hereunder shall be determined by the Contract Sum in accordance with the following table: Contract Sum Personal Injury/Property Damage Coverage Less than $50,000 $100,000 per individual; $300,000 per occurrence $50,000 - $300,000 $250,000 per individual; $500,000 per occurrence Over $300,000 $500,000 per individual; $1,000,000 per occurrence Consultant shall carry automobile liability insurance of $1,000,000 per accident against all claims for injuries against persons or damages to property arising out of the use of any automobile by Consultant, its officers, any person directly or indirectly employed by Consultant, any subcontractor or agent, or anyone for whose acts -any of them may be liable, arising directly or indirectly out of or related to Consultant's performance under this Agreement. 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 Consultant's performance hereunder and neither City nor its insurers shall be required to contribute to such, loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. Consultant shall carry Workers' Compensation Insurance in accordance with State Worker's Compensation laws. Consultant shall procure professional errors and omissions liability insurance in an amount acceptable to City. All insurance required by this Section shall be kept in effect during the term of this Agreement and shall not be cancelable without thirty (30) days written notice to City of proposed cancellation. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Consultant's obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. 5.2 Indemnification. Consultant shall defend, indemnify and hold harmless City, its officers, employees, representatives and agents, from and against those actions, suits, proceedings, claims, demands, losses, costs, and expenses, including legal costs and attorneys' fees, for injury to or death of person(s), for damage to property (including property owned by City) and for errors and omissions committed by Consultant, its officers, employees and agents, which arise out of Consultant's negligent performance under this Agreement, except to the extent of such loss as may be caused by City's own negligence or that of its officers or employees. 5.3 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. T:\PWDEPT\PROJECTS\99Ppcts\99-OSJeffSt(54-IndBlvd)\Phse I Const\PSA SoLand.WPD Page 4 of 8 b. Order Consultant to stop work under this Agreement and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. C. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Consultant'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 Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of work under this Agreement. 6.1 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning Consultant's performance of the services required by this Agreement as the Contract Officer shall require. 6.2 Records. Consultant shall keep such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the cost and the performance of such services. Books and records pertaining to costs shall be kept and prepared in accordance with generally accepted accounting principals. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 6.3 Ownership of Documents. Originals of all drawings, specifications, reports, records, documents and other materials, whether in hard copy or electronic form, which are prepared by Consultant, its employees, subcontractors and agents in the performance of this Agreement, shall be the property of City and shall be delivered to City upon termination of this Agreement or upon the earlier request of the Contract Officer, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Consultant shall cause all subcontractors to assign to City any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages suffered thereby. In the event City or any person, firm or corporation authorized by City reuses said documents and materials without written verification or adaptation by Consultant 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 Consultant from liability resulting from said change. The provisions of this clause shall survive the completion of this Contract and shall thereafter remain in full force and effect. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer or as required by law. Consultant 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. 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal T:\PWDEPT\PROJECTS\99Pricts\99-OSJeffSt(54-IndBlvd)\Phse I Const\PSA SoLand.WPD Page 5 of 8 actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 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 therefor. 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; provided that if the default is an immediate danger to the health, safety and 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 Section 7.8. 7.3 Retention of -Funds. City may withhold from any monies payable to Consultant sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Consultant in the performance of the services required by this Agreement. 7.4 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 Consultant 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 Consultant. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 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. 7.6 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 injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Termination Prior To Expiration Of Term. This section shall govern any termination of this Agreement, except as specifically provided in the following Section 7.8 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 Consultant. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. 7.8 Termination For Default of Consultant. If termination is due to the failure of Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of T:\PWDEPT\PROJECTS\99Prjcts\99-05JeffSt(54-IndBlvd)\Phse I Const\PSA SoLand.WPD Page 6 of 8 Section 7.2, take over work and prosecute the same to completion by contract or otherwise, and Consultant 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 Consultant for the purpose of setoff or partial payment of the amounts owed City as previously stated in Section 7.3. 7.9 Attorneys' Fees. If either party commences an action against the other party arising out of or in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees and costs of suit from the losing party. 8.1 Non -liability of City Officers and Eml2loyees. No officer or employee of City shall be personally liable to Consultant, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of City shall have any personal interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects his or her personal interest or the interest of any corporation, partnership or association in which she or he is, directly or indirectly, interested, in violation of any State statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or general consideration for obtaining this Agreement. 8.3 Covenant against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin or ancestry in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. • •71IRM49 MIM011RIMIG"T• 9.1 Notice. Any notice, demand, request, consent, approval, 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: CITY OF LA QUINTA Attention: Chris A. Vogt 78-495 Calle Tampico P.O. Box 1504 La Quinta, California 92253 To Consultant: Southland Geotechnical, Inc. Attention: Joseph Sidor and Karl Harmon 7607 Country Club drive, Suite 5 Bermuda Dunes, California 92201 9.2 Integrated Agreement. This Agreement contains all of the agreements of the parties and all previous understanding, negotiations and agreements are integrated into and superseded by this Agreement. T:\PWDEPT\PROJECTS\99Prjets\99-05JeffSt(54-IndBlvd)\Phse I Const\PSA SoLand.WPD Page 7 of 8 9.3 Amendment. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing signed by both parties. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgement or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder. 9.5 Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by so executing this Agreement the parties hereto are formally bound to the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY YOOF�LA QUINTA a California municipal corporation Thomas P. Genovese, City Manager Date ATTEST: Reg �aHensley, Deputy City Cler APPROVED AS TO FORM: J Dawn C. Honeywell, City Att rney CONSULTANT: Southland Geotechnical, Inc. By: Z,'t'4J A.7� - Name: Kc, r" � A �ary✓�.o V1 Title: 0�('a15 t "laVlGlC�Q(� Date: I '" Z� R 1 T:\PWDEPT\PROJECTS\99Pgcts\99-OSJeffSt(54-IndBlvd)\Phse I Const\PSA SoL.and.WPD Page 8 of 8 Exhibit A Scope of Services The Consultant shall: Provide a qualified technician as necessary to conduct density tests on roadway sub -grade, aggregate base, asphaltic concrete, slope fill and trench backfill placement as required. There tests will be performed with a nuclear densometer in accordance with ASTM D2922 or sand cone in accordance with ASTM D1556. Maximum density curves (ASTM D1557) will be performed on various material types as they are encountered. Marshall density tests will be performed on the asphaltic concrete placed. Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for the curb, gutter, bridge deck, bridge abutments, bridge piles and other minor concrete. Perform compression strength tests on concrete cylinders in accordance with ASTM C39. Perform extraction/gradation tests in accordance with ASTM D2172/C136 on the asphaltic concrete placed. Any Non -Compliance results of materials shall be reported to the City's Public Works Engineering Capital Improvements Department within twenty four (24) hours from the time of sampling. T:\PWDEPr\PROJECTS\99P6cts\99-OSJeflst(54-WBlvd)\Pim 1 Co t\PSA SoLa+d.WPD Exhibit B Schedule of Compensation Payment shall be in full at the rates listed in the Schedule of Billing Rates attached herewith for the actual hours submitted in conformance with Section 2.2 of the Agreement. Total compensation for all work under this contract shall not exceed Forty Two Thousand Nine Hundred Sixty and no/100 Dollars J$ 42,960.00 1 except as specified in Section 1.6 - Additional Services of the Agreement. T:\PWDEPT\PROIECrS\99Pdcts\99-OS]effSt(541ndBlvd)Whx 1 Const\PSA SoLmid.WPD Exhibit C Schedule of Performance Consultant shall complete all services within 300 Consecutive Calendar Days (300 ) days of the date specified in the notice to proceed. T:\PWDEPf\PROJECTS\99Pgcts\99-OSJeflSt(54LdBlvd)\Ph+e 1 Co t\PSA SoLAM.WPD Exhibit D Special Requirements The Consultant's proposal is attached and made a part of this Professional Service Agreement. T:\PWDEPT\PROJECTS\99Pdcrs\99-05JeffSt(54-WBlvd)\Phse I Const\PSA So1and.WPD UTHL.4ND = ECITECHNCAL= FOUNDATION ENGINEERS AND MATERIALS LABS September 10, 1999 City of La Quinta Public Works Department 78-495 Calle Tampico La Quinta, California 92253 Attn: John M. Freeland, Senior Engineer Re: Proposal for Materials Testing Services For Phase 1 Jefferson Street Improvements Avenue 54 to Highway 111, CIP 99-05 Dear Mr. Freeland: Southland Geotechnical, Inc. is pleased to submit this proposal for the required construction testing and inspection services outlined for this project. We have prepared our proposal according to the request for proposal from the City. A (1) Name / Address / Contact Southland Geotechnical, Inc. 7607 Country Club Drive, Suite 5 Bermuda Dunes, California 92201 Contact: Joseph Sidor and Karl Harmon (760) 360-0665 A (2) Qualifying Statement Southland Geotechnical, Inc. is a California Corporation that has practiced in the geosciences for over ten years. Our objective is to provide our clients with the same level of technical competence and response normally expected of large firms. As a result, we have gained a reputation with local cities for providing technical competent services in a cost-effective manner. We have provided construction materials testing and inspection services for over ten years in the Coachella Valley of southern California. We feel that our professional and technical staff will offer the City of La Quinta the necessary skills and experience required for this type of contract. Our goal is to provide timely and cost effective services to the City. 780 NORTH FOURTH STREET • EL CENTRO, CALIFORNIA 92243 - (760) 370-3000 79-607 COUNTRY CLUB DRIVE, SUITE 5 • BERMUDA DUNES, CALIFORNIA 92201 • (760) 360-0665 7975 RAYTHEON ROAD, SUITE 210 • SAN DIEGO, CALIFORNIA 92123 • (619) 467-4900 Southland Geotechnical, Inc. is a 100% MBE/DBE firm (American Indian Cherokee Nation) as certified by Caltrans. We are approved by the Department of State Architect (DSA) to conduct geotechnical engineering and materials testing services encompassed by their jurisdiction. Additionally, our firm participates in the Cement and Concrete Reference Laboratory (CCRL) inspection program that is administered by the National Institute of Standards and Technology. This inspection insures that we are providing testing services in accordance with the latest ASTM methods. A (3) Sub -Consultant We do not anticipate the use of any sub -consultants for this project. B (1) Professional / Technical Staff The proposed professional staff assembled for this project is as follows: Joseph R. Sidor, GE — Engineering Manager. Mr. Sidor has over twenty years of experience in geotechnical engineering in southern California, in addition to twenty years experience in construction and engineering. He has served as geotechnical project manager on numerous projects including bridges, roadways, and pavement evaluations. Mr. Sidor is very familiar with the local soils conditions of the Coachella Valley. The overall direction and supervision of this contract will be under the direction of Mr. Sidor. Please see enclosed resume. Karl A. Harmon, - Operations Manager. Mr. Harmon has over eleven years of experience in the field of geotechnical engineering. He has worked on a multitude of roadway projects throughout the Coachella Valley. Karl is very familiar with the construction practices of the Coachella Valley area. He will oversee the technicians and supervise field operations for this project. Please see enclosed resume. Ernesto Lopez, - Senior Technician. Mr. Lopez has over thirteen years of experience on construction materials testing projects in the southern California desert. Mr. Lopez is an ACI certified concrete technician. Mr. Lopez is also certified for use with a nuclear densometer. Mr. Lopez has received training in Caltrans methods for sampling and testing of construction materials for quality assurance and is in the process of obtaining Caltrans Certifications. B (2) Subconsultant We do not anticipate any sub -consultant for this project. C. Project Understanding Southland Geotechnical, Inc. staff will provide the required construction materials testing and inspection services at the request of the City of La Quinta as outlined in the scope of work section below. We have based our understanding of the project goals and requirements after review of plans and specifications for the project. D. Scope of Work Our professional and technical staff will provide the City of La Quinta the required services for the construction of Phase 1 Jefferson Street Improvements, Avenue 54 to Highway 111. Our scope of work will be provide at the request of City Inspectors and include the following: • Provide a qualified technician as necessary to conduct the density tests on roadway subgrade, aggregate base, asphaltic concrete, slope fill and trench backfill placement as required. The tests will be performed with a nuclear densometer in accordance with ASTM D2922 or sand cone in accordance with ASTM D1556. Maximum desntiy curves (ASTM D1557) will be performed on various material types as they are encountered. Marshall density tests will be performed on the asphaltic concrete placed. • Provide an ACI — certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for the curb, gutter, bridge deck, bridge abutments, bridge piles and other minor concrete. • Perform compression strength tests on concrete cylinders in accordance with ASTM C39. • Perform extraction/gradation tests in accordance with ASTM D2172/C136 on the asphaltic concrete placed. • Technical Staff will submit non-compliance reports for any material that is out of compliance for this project. We will notify the City Inspector within 24 hours of sampling. Southland Geotechnical, Inc. is very qualified to provide the City of La Quinta with the required construction testing services proposed for this contract. We believe that our past and present project experience will assist the City of La Quinta with cost effective and efficient street improvements. We appreciate the opportunity to provide our proposal. Should you have questions concerning this proposal, please contact our office at (760) 36-0665. We look forward to the opportunity to work as a team member for this project. Sincerely, ut and Geotechnical, Inc. a OdBus n ager Karl A. Hamon Operations Manager OUTHLAND = EOTECHNICAL= EL CENTRO, BERMLK A DUNES, SAN DIEGa CA AND YUMA, AZ Professional Experience: 1999-Present South/and Geotechnical lnc. Senior Geotechnical Engineer. 1989-1999 Zeiser Kling Consultants, Inc. Project Manager 1984-1989 CHJ Geotechnical, Inc. Project Manager 1981-1984 Leighton & Associates Project Manager 1960-1981 Guy F. Atkinson Co. - Justin & Courtney Consultants - Pacific Gas & Electric Construction Manager Education: Mr. Sidor received a Bachelor of Science in Civil Engineering (construction major) in 1959 from the University of Illinois. He attended Washington State, UCLA, and Cal Poly Pomona part time from 1970 to present for various engineering and construction management courses. Registration: Registered Professional Engineer: California, RCE 24282, Arizona, 12077, and Nevada, 1819. Registered Geotechnical Engineer: California, 776 ICBO Certified Inspector: Reinforced Concrete, 0874185-88 Structural Masonry, 0879185-84 Experience: Mr. Sidor has 20 years of professional experience in all phases of an extensive variety of geotechnical projects in Southern California in addition to 20 years experience in construction/resident engineering on the west coast and overseas. Mr. Sidor is responsible for project management and cost control; supervision of field exploration and laboratory testing; engineering design and analyses; supervision of construction monitoring; preparation of proposals, specifications, and engineering reports; presentations; and market development. Mr. Sidor has vast technical expertise including analysis for slope stability, liquefaction, seepage settlement, spread footings, pile and caisson foundations, retaining walls and temporary shoring. Joseph R. Sidor, RCE, GE Senior Geotechnical Engineer Selected Project Experience: Reservoirs Raley Reservoir, 11.0 MG, City of Riverside Water Dept. Rice Canyon Reservoir, 1.5 MG, Elsinore Valley MWD Lockwood Reservoir, 5.0 MG, Western MWD Citrus II Reservoir, 7.4 MG, Eastern MWD Dams New Lake Arrowhead, 250-ft. high earthfill McVicker Cnyn, 50-ft. high earthfill, Lake Elsinore Elder Gulch, 40-ft. high earthfill, Highland Flood Control Channels Rice Cnyn, 4000 ft., Lake Elsinore Rialto Channel, 3500 ft., Rialto McVicker Cnyn, 6000 ft, Lake Elsinore Pipelines W. Lake Elsinore CFD 88-3, sewer and storm drain, Lake Elsinore Valley Blvd./San Bernardino Ave. trunk sewer, Fontana, Lexington .Ave./Reservoir St. trunk sewer, Corona, Roadways Miles Ave. Realignment at Whitewater, Indian Wells Central Avenue Extension, 2,300 ft., Chino Canyon Crest Rd, 4,300 ft. extension, Riverside Route 60 widening, Ontario, Caltrans Grand Ave. and Lincoln St., 8,000 ft., West Lake Elsinore Bridges Central Ave./Chino Creek, 400 ft., Chino Valencia Ave./Santa Clara River, Santa Clarita Route 60/Deer Creek expansion, Ontario, Caltrans Industrial Plants Sunrise Plaza Cogeneration Plant, Palm Springs NOx Energy Project, Ontario, Ebasco Inland Container Corp., Paper Plant expansion, Ontario San Bernardino SUN Newspaper Plant, San Bernardino Buildings Civic Plaza Office, 4-story, The Irvine Co. Newport Beach Marriott Hotel Complex, Country Club Dr, Palm Desert San Bernardino Medical Center, 3-story, San Bernardino Quinta Sol Apartments, Desert Hot Springs, R.C.H.A. L.A. TIMES Headquarters Building, Laguna Niguel Land Development Black Bench Ranch, 2400 acres, Banning Snow Creek Cnyn, 800 acres, Palm Springs Eastlake, 2000 acres, Lake Elsinore Rancho Cucamonga Golf Course/Lakes, 375 acres Lake Arrowhead, 180 acres, Roy Forest Products Memberships: ASCE- American Society of Civil Engineers ICOLD- International Committee on Large Dams ASFE- American Society of Foundation Engineers ICBO- International Conference of Building Officials OUTHLAND EOTECHNICAL= EL CENTRO, BERMUDA DUNES, SAN DIEGO, CA AND YUMA, AZ Education B.S. Geology (Engineering Geology emphasis) San Jose State University, 1988 Technical Seminars • Asphalt Institute, 1991 - Principles of Construction of Quality Hot -Mix Asphalt Pavements • 24 Hour HAZWOPER course in Hazardous Materials and Site Investigations required by OSHA 29 CFR 1910.120(e) Certification American Concrete Institute: ACI Concrete Field Testing Technician, Grade 1 Troxler Electronic Laboratories, Inc.: Nuclear Gauge Certification Radiation Safety Officer Certification City of San Diego: Certified Deep Foundation Inspector Professional Experience 1992 - Present Operations Manager Southland Geotechnical, Inc. 1991 Staff Geologist ICG Incorporated 1991 Staff Geologist STE Associates, Inc. 1988 - 1991 Engineering Technician STE Associates, Inc. Summary of Experience Operations Manager Mr. Harmon has over ten years of professional and technical experience in all phases of geotechnical projects, ranging from initial site investigations to inspection and testing of soils and materials during construction. Mr. Harmon supervises and inspects projects in the field and laboratory by observation, testing of field grading, monitoring pile driving operations, batch plant inspections, and concrete mix performances by ASTM standards. Mr. Harmon's responsibilities includes field grading observations and testing using Sa►Od Cone and Nuclear Density methods, field testing and documentation of Karl A. Harmon Operations Manager concrete placement, and density testing of asphalt paving. He also performs various laboratory testing including moisture density, asphalt extraction/gradation, grain size distribution, consolidation, expansion, unconfined compression, sand equivalent, concrete mix design and concrete compression tests. Soils and Materials Mr. Harmon also has experience performing geotechnical investigations throughout Coachella Valley, Imperial Valley and southwestern Arizona. His involvement in projects includes logging of soil borings and exploratory trenches, cone penetrometer investigations, obtaining and documenting field samples, percolation and infiltration testing, petrographic analyses of aggregates and subsequent report writing. Selected Project Experience • Soils and materials testing for the Fred Waring/Whitewater River Crossing construction project, Indian Wells, California • Soils and materials testing and pile driving inspection for the Monroe Street Overhead project, Indio, California • Geotechnical investigation for design of the West Side Main Canal Lining Project, Imperial County, California • Geotechnical investigation and pile driving inspection for the Calexico Wastewater Treatment Plant Improvements, Calexico, California • Geotechnical investigation for the Meadows Road Bridge Widening at the All American Canal, Imperial County, California • Geotechnical investigation for the new Calexico City Hall, Calexico, California • Geotechnical investigation and infiltration testing for the Vista Chino Senior Apartment Complex, Palm Springs, California • Geotechnical investigation including borrow site assessment for the Shadowrock Golf Course and clubhouse facility, Palm Springs, California • Geotechnical investigation for the Desert Willow Golf Course and Resort complex in Palm Desert, California Professional Affiliations American Concrete Institute (San Diego Chapter), Member OUTHL4ND EOTECHNICAL77-7 EL CENTRO, BERMUDA DUNES, SAN DIEGO, CA AND PUMA, AZ Certification Caltrans Certificate of Proficiency in the Sampling and Testing of Construction Materials American Concrete Institute: ACI Concrete Field Testing Technician, Grade 1 Troxler Electronic Laboratories, Inc.: Nuclear Gauge Certification Professional Experience 1990 - Present Senior Geotechnician Southland Geotechnical, Inc. 1989 - 1990 Quality Control Technician Harbert International Summary of Experience Mr. Lopez has worked on various projects, including military facilities, various county roadway improvements, airport expansions, County of Imperial Roadway improvement Projects, and school projects throughout southern California. He has also performed technician duties for military installations at Naval Air Facility in El Centro, California. Mr. Lopez's responsibilities include field grading observations and testing (Sand Cone and Nuclear Methods), field testing and documentation, laboratory testing, documentation of concrete and density testing of asphalt paving, and supervision of construction monitoring. Selected Experience Mr. Lopez has performed soils and materials testing for various projects including: • Colmac Co -generation Power Plant • Electrical Substations • Geothermal Power Plant • Heber Geothermal Plant Expansion • Pace Store Warehouse • Albertsons Grocery Center • Blythe Shopping Center • Imperial Valley Housing Authority -various single family housing projects • Rancho Frontera Master Development • Southwest High School • San Diego State University Expansion • El Centro School Districts • William Moreno Junior High School • California State Prison • Centinela State Prison • Plum Oasis Reservoir and Z Reservoir • Laidlaw Hazardous Wast Facility • Water and Wastewater Treatment Plants -various cities in the Imperial Valley • Imperial Count Airport • Calexico International Airport • County Highway Bridge Projects • All American Canal Bridge Widening • 2MG Water Storage Tanks • 65-foot diameter Clarifier Storage Tank • Elementary School 11, El Centro Mr. Lopez is also proficient at performing the following laboratory tests: • moisture density • asphalt extraction/gradation • grain size distribution • expansion tests • sand equivalent • concrete mix design • concrete compression • slump tests and air tests (pressure and volumetric) • maximum theoretical specific gravity tests 09/20/1999 14:59 7603600521 50UTHLAND 6LUILLH a:C f T0� saNna VQTI as — awbao QNrminWi 64 OOOSOLcook xvA TI:Ti 66/OZ/60 09/20/1999 14:59 7603600521 SOUTHLAND GEOTEG'H PAGE 03 Cz- tr- Cs Z 2,00 SUM VQflRKSQ -- 331DRO QNY' HIaOS 000T04209L YVd MIT BB/OZ/80 09/20/1999 14:59 7603600521 SOJTHLAND GEOTECH RAGE 04 u w 0 .*V M `VQ 4%� o) cot RMIG vQnnaas +-4-4- sawn OwnK os 00000LCM XVJ TUTT 8eiozi00 CITY OF LA QUINTA COST PROPOSAL SI4EET REQUEST FOR PROPOSALS TO PROVIDE PROFESSIONAL MATERIALS TESTING FOR PHASE I JEFFERSON STREET IMPROVEMENTS AVENUE 54 TO HIGHWAY 111, CIP 99-05 Pursuant to the Request for Proposals, the undersigned hereby proposes and agrees that on award by the City under this Bid, and in accordance with the provisions therein stated, to execute a Contract, to provide and to furnish any certificates of insurance and all labor, materials, transportation and services for Material Testing Services for Project No. 99-05, Jefferson Street Improvements, in accordance with the Plans and Specifications therefore adopted and on file with the City within the time hereinafter, set forth and at the prices named in this Bid. Unit prices in each and every case shall represent a true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall include labor, materials, equipment, transportation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans, specifications and the applicable ASTM Testing Method. Hourly rates shall be based on time of arrival and departure from job site. The purpose of the unit pricing is for bid evaluation and changes in the work during construction. Prevailing Wage - In accordance with Section 1770 of the Labor Code, the City has ascertained and does hereby specify that the prevailing wage rates shall be those provided in Article 1110-20.0, WAGE RATES. The said rates shall include all employer payments that are required by Section 1773.1 of the Labor Code. The City will furnish to the Contractor, upon request, a copy of such prevailing rates. It shall be the duty of the Contractor to post a copy of such prevailing wages at the job site. The following is a summary of costs to provide the services outlined in the Request for Proposals for Professional Materials Testing and will be used as the basis for negotiating a Professional Services Agreement: Bid Breakdown UNDERGROUND UTILMES 1 Sewer Main/Lateral HRs 24 $ 35.00 $ 840.OD 2 Storm Drain HRs 16 $ 35•00 $ 560.00 3 Irrigation Line. HRs 24 $ 35.00 $ 840.00 4 Water Line HRs 16 $ 35.00 $ 560.00 STREET IlviPROVEMENTS 5 Curb &Gutter. Compaction Test HRs 60 $ 35.00 $ 2100.00 6 Spandrels Sub de Compaction HRs 40 $ 35.00 $1400.00 7 Spandrels Base Compaction HRs 40 $ 35.00 $1400.00 8 Roadway Sub de Compaction HRS 80 $ 35.00 $ 2800.00 9 Roadway Base Compaction HRs 80 $ 35.00 $ 2800.00 10, Roadway Asphalt Sampling/ Compaction HRs 100 $ 35.00 $ 3500.00 CONCRETE FIELD CASTING 11 Curbs, Spandrels, Misc. Concrete HRs 40 $ 35.00 $1400.00 12 Bridge Abutment HRs 40 $ 35.00 $1400.00 13 Bridge Foundations HRs 60 $ 35.00 $ 2100, OD LABORATORY TESTING 14 Moisture Density Relationship Soil EA 4 $ 95.00 $ 380.00 15 Moisture Density Relationship (Base) EA 2 $ 120.00 $ 240.00 16 Gradations(Base) EA 50 $ 70.00 $ 3500.00 17 Concrete Compression Tests EA 140 $ 13.00 $1820.00 18 Asphalt Extraction/Gradations EA 50 $ $ Mnno 19 Asphalt Marshall or Hveem Density EA 2 $ 140.00 $ ?80 .00 PILE DRIVING 20 Inspection/ Observation HRs 80 $ 40,00 S3200,00.. ADMINISTRATION & REPORTS 21 Staff Engineer/ Manager HRs 24 $ 60, 00 $1 22 Clerical support HRs 80 $ 30,0() $ Total Amount of Bid Items 1 - 22 $42,960.00 Attached herein is a detailed man-hour and fee breakdown for the tasks and sub -tasks defined in our activities. Date Signed