HomeMy WebLinkAboutContract 1927 AGREEMENT FOR MATERIAL TESTING SERVICES AND GEOTECHNICAL
RECOMMENDATIONS BIENNIAL AS-NEEDED CONTRACT
BETWEEN
THE CITY OF CATHEDRAL CITY, CALIFORNIA
AND
PETRA GEOSCIENCES, INC.
This Agreement for Material Testing Services and
Geotechnical Recommendations ("Agreement") is entered into as of July 22, 2020
("Effective Date") between the City of Cathedral City, a municipal corporation
("City") and ("Contractor") Petra Geosciences, Inc (collectively the "Parties"). In
consideration of the mutual promises and covenants made by the parties and
contained here and other consideration, the value and adequacy of which are
hereby acknowledged, the parties agree as follows:
SCOPE OF SERVICES
Term. Subject to the provisions of Section 8 [Termination] of this Agreement, the
term of this Agreement is for twelve months with an option for an additional twelve months,
commencing on the Effective Date ("Term").
Contractor Services. Subject to the terms and conditions of this Agreement,
Contractor agrees to perform for City those services specified in the Scope of Services
attached hereto and incorporated herein by reference as Exhibit "A" [Scope of Services]
("Services"). Contractor agrees to furnish, for the compensation provided for herein, all
labor, materials, tools, equipment, services, and incidental and customary work
necessary to fully and adequately perform and complete the Services. The Services shall
be subject to inspection and approval by City. Contractor agrees to work closely with City
staff in the performance of the Services and shall be available to City's staff and
consultants at all reasonable times.
Extra Work. Contractor shall not be compensated for any work or services
rendered in connection with its performance of this Agreement, which are in addition to
or outside of the Services ("Extra Work"), except as expressly provided for herein. It
shall be Contractor's responsibility to ensure that the scope and price of any Extra Work
to be performed by Contractor is approved by City in writing in advance of Contractor's
commencement of the Extra Work in accordance with Section 9.10 [Amendments] and
Section 9.19 [Administration and Implementation]. City shall not be obligated to pay for
or otherwise be liable for unauthorized Extra Work performed by Contractor.
General Warranty. Contractor warrants all Services under this Agreement (which
for purposes of this Section shall be deemed to include unauthorized Extra Work which
has not been removed and any non-conforming materials incorporated into the Services)
to be of good quality and free from any defective or faulty material and workmanship. All
1
warranties and guarantees of subcontractors, suppliers and manufacturers with respect
to any portion of the Services, whether express or implied, are deemed to be obtained by
Contractor for the benefit of City, regardless of whether or not such warranties and
guarantees have been transferred or assigned to City by separate agreement and
Contractor agrees to enforce such warranties and guarantees, if necessary, on behalf of
City.
Repair of Defects. Contractor agrees that for a period of one (1) year from and
after final acceptance of the Services, or in any guarantee or warranty provided by any
manufacturer or supplier of equipment or materials incorporated into the Services,
whichever is later, Contractor shall within ten (10) days after being notified in writing by
City of any defect in the Services or non-conformance of the Services, commence and
prosecute with due diligence all work and services necessary to fulfill the terms of the
warranty at its sole cost and expense. In addition, Contractor shall, at its sole cost and
expense, repair and replace any portions of the work, facilities, fixtures, or materials
damaged by its defective Services or which becomes damaged in the course of repairing
or replacing defective Services. For any Services so corrected, Contractor's obligation
hereunder to correct defective Services shall be reinstated for an additional one year
period, commencing with the date of acceptance of such corrected Services. Contractor
shall perform such tests as City may require to verify that any corrective actions are
adequate to remedy the defective condition. In the event that Contractor fails to perform
its obligations under this Section to the reasonable satisfaction of City, then City shall
have the right to correct and replace any defective, non-conforming, or damaged Services
at Contractor's sole expense. Contractor shall be obligated to fully reimburse City for any
expenses incurred hereunder upon demand.
Contractor's Representative. Contractor hereby designates the representative
named in Exhibit "D" [Representatives], or his or her designee, to act as its representative
for the performance of this Agreement ("Contractor's Representative"). Contractor's
Representative shall have full authority to represent and act on behalf of the Contractor
for all purposes under this Agreement. Contractor's Representative shall supervise and
direct the Services, using his or her best skill and attention, and shall be responsible for
all means, methods, techniques, sequences and procedures and for the satisfactory
coordination of all portions of the Services under this Agreement.
COMPENSATION AND METHOD OF PAYMENT
Compensation. City shall pay to Contractor for non-disputed Services rendered
the compensation set forth in Exhibit "C" [Compensation] attached hereto and
incorporated herein by reference.
Payment of Compensation. Contractor shall submit monthly invoices together
with an itemized statement of Services provided. The statement shall describe the
Services provided, the percent of work completed by item, together with such other
reasonable detail and supporting documentation as may be required by the City Manager,
or his/her designee. City will review the statement and pay, with the exception of any
2
charges for work performed or expenses incurred by Contractor which are disputed by
City, within 30 days of receiving such statement, all approved charges thereon. Payment
by City shall release City from any further obligation for payment to Contractor, for
Services performed or expenses incurred as of the date of the invoice. Payment to
Contractor for work performed pursuant to this Agreement shall not be deemed to waive
any defect in work performed by Contractor.
RESPONSIBILITIES OF CONTRACTOR
Control and Payment of Subordinates; Independent Contractor. Contractor
agrees that all Services shall be performed by Contractor or under its supervision. The
personnel performing the Services under this Agreement on behalf of Contractor shall at
all times be under the Contractor's exclusive direction and control. Contractor will
determine the means, methods and details of performing the Services subject to the
requirements of this Agreement. Contractor is and shall at all times remain a wholly
independent contractor and not an officer, employee or agent of City. Contractor shall
have no authority to bind City in any manner, nor to incur any obligation, debt or liability
of any kind on behalf of or against City, whether by contract or otherwise, unless such
authority is expressly conferred under this Agreement or is otherwise expressly conferred
in writing by City. Neither Contractor, nor any of Contractor's officers, employees or
agents, shall obtain any rights to retirement, healthcare or any other benefits which may
otherwise accrue to City's employees. Contractor expressly waives any claim Contractor
may have to any such rights. Contractor shall make payments promptly, as due, to all
persons supplying labor or materials for the Services. Contractor shall not permit any lien
or claim to be filed or prosecuted against the City on any account of any labor or material
furnished for the Services. If Contractor fails, neglects or refuses to make prompt
payment of any claim for labor or services furnished to Contractor or a subcontractor by
any person as such claim becomes due, City may pay such claim and charge the amount
of the payment against funds due or to become due the Contractor. The payment of the
claim in this manner shall not relieve Contractor or their surety from obligation with respect
to any unpaid claims.
Standard of Care and Licenses. Contractor agrees that all Services shall be
performed in a skillful and competent manner, consistent with the standards generally
recognized as being employed by professionals in the same discipline in the State of
California. Contractor represents and warrants that it, its employees and subcontractors
shall have sufficient skill and experience to perform the Services and that it, its employees
and subcontractors have all licenses, permits, qualifications and approvals of whatever
nature that are legally required to perform the Services, including a City Business License,
and that such licenses and approvals shall be maintained in good standing throughout
the term of this Agreement. Contractor shall furnish the City copies of all licenses, permits
and approvals for any individual working on City-owned equipment.
Required Corrections. Contractor shall perform, at its own expense and without
reimbursement from the City, any work necessary to correct errors or omissions that are
caused by the Contractor's failure to comply with the standard of care provided for herein.
3
Law and Regulations. Contractor shall keep itself fully informed of and in
compliance with all local, state and federal laws, rules and regulations in any manner
affecting the performance of the Services, including all Cal/OSHA requirements, and shall
give all notices required by law. Contractor shall be liable for all violations of such laws
and regulations in connection with Services.
Safety. Contractor shall perform the Services, and maintain its work area, so as
to avoid injury or damage to any person or property and shall otherwise 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.
Labor Code and Prevailing Wage Requirements.
Apprenticeable Crafts. To the extent applicable, Contractor shall comply
with the provisions of Section 1777.5 of the Labor Code with respect to the employment
of properly registered apprentices upon public works.
Hours of Work. Contractor shall comply with the legal days work and
overtime requirements of Section 1813 of the Labor Code.
Payroll Records. In accordance with the requirements of Labor Code
Section 1776, Contractor shall keep accurate payroll records which are either on forms
provided by the Division of Labor Standards Enforcement or which contain the same
information required by such forms. Contractor shall make all such records available for
inspection at all reasonable hours.
Prevailing Wage Laws. Contractor represents and warrants that it is aware
of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as
well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage
Laws"), 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 the total compensation is $1,000 or more, Contractor
agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor
with a copy of the prevailing rates of per diem wages in effect at the commencement of
this Agreement. Contractor 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 the Contractor's principal
place of business and any location where the Services are performed.
Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religion, color, national origin, handicap,
ancestry, sexual orientation, sex or age. Such non-discrimination shall include, but not
be limited to, all activities related to initial employment, upgrading, demotion, transfer,
recruitment or recruitment advertising, layoff or termination.
4
INDEMNIFICATION
Indemnity. Except as to the sole negligence, active negligence, gross negligence
or willful misconduct of City, Contractor expressly agrees to, and shall, indemnify, defend,
release, and hold City, and its respective officials, officers, employees, agents, and
contractors harmless from and against any Action, liability, loss, damage, entry,judgment,
order, lien, and Costs and Expenses which arises out of, or are in any way related to, any
act or omission of Contractor, or its officers, directors, employees, agents, or contractors,
connected with the performance or failure to perform under this Agreement,
notwithstanding that City may have benefited therefrom, or any challenge to this
Agreement. This Section shall apply to any acts or omissions, willful misconduct or
negligent conduct, whether active or passive, on the part of Contractor's officers,
directors, employees, agents and contractors, including but not limited to acts or
omissions in any way related to, the release, treatment, use, generation, transportation,
storage, or disposal in, on, under, to, or from the location at which work under this
Agreement is performed of any Hazardous Substances by Contractor or its officers,
directors, employees, agents, and subcontractors. The Parties expressly agree that any
payment, or Costs and Expenses City incurs or makes to, or on behalf of, an injured
employee under City's workers' compensation or other insurance, is included as a loss
or Costs and Expenses for the purpose of this Section. City shall not be responsible for
any acts, errors or omissions of any person or entity except City and its officers, agents,
servants, employees or contractors. The Parties expressly agree that the obligations of
Contractor under this Section shall survive the expiration or early termination of the
Agreement.
Action. For purposes of this Agreement, "Action" shall mean any suit (whether
legal, equitable, or declaratory in nature), proceeding or hearing (whether administrative
or judicial), arbitration or mediation (whether voluntary, court-ordered, binding, or non-
binding), or other alternative dispute resolution process, and the filing, recording, or
service of any process, notice, claim, demand, lien, or other instrument which is a
prerequisite or prelude to commencement of the Action.
Costs and Expenses. For purposes of this Agreement, "Costs and Expenses"
shall mean all costs and expenses, to the extent reasonable in amount, actually and
necessarily incurred by a Party in good faith in the investigation, prosecution or defense
of an Action, including, but not limited to, court costs, filing, recording, and service fees,
copying costs, exhibit production costs, special media rental costs, attorney's fees,
consultant fees, fees for investigators, witness fees (both lay and expert), travel
expenses, deposition and transcript costs, and any other costs or expenses, the award
of which a court of competent jurisdiction may determine to be just and reasonable.
Hazardous Substances. For purposes of this Agreement, "Hazardous
Substances" shall mean any and all of the following:
any substance, product, waste or other material of any nature
whatsoever which is or becomes listed, regulated, or for which liability arises for misuse,
5
pursuant to the Comprehensive Environmental Response Compensation and Liability Act
("CERCLA"), 42 U.S.C. §9601, et seq.; the Hazardous Materials Transportation Act, 49
U.S.C. §1801 , et seq.; the Resource Conservation and Recovery Act("RCRA"), 42 U.S.C.
§6901 , et seq.; the Toxic Substances Control Act, 15 U.S.C.S. §2601, et seq.; the Clean
Water Act, 33 U.S.C. §1251, et seq.; the Insecticide, Fungicide, Rodenticide Act, 7 U.S.C.
§136, et seq.; the Superfund Amendments and Reauthorization Act, 42 U.S.C. §6901 , et
seq.; the Clean Air Act, 42 U.S.C. §7401, et seq.; the Safe Drinking Water Act, 42 U.S.C.
§300f, et seq.; the Solid Waste Disposal Act, 42 U.S.C. §6901 , et seq.; the Surface Mining
Control and Reclamation Act, 30 U.S.C. §1201, et seq.; the Emergency Planning and
Community Right to Know Act, 42 U.S.C. §11001, et seq.; the Occupational Safety and
Health Act, 29 U.S.C. §§655 and 657; the Hazardous Waste Control Act, California Health
and Safety Code ("H.&S.C.") §25100, et seq.; the Hazardous Substance Account Act,
H.&S.C.§25330, et seq.; the California Safe Drinking Water and Toxic Enforcement Act,
H.&S.C. §25249.5, et seq.; the Underground Storage of Hazardous Substances, H.&S.C.
§25280, et seq.; the Carpenter-Presley-Tanner Hazardous Substance Account Act,
H.&S.C. §25300, et seq.; the Hazardous Waste Management Act, H.&S.C. §25170.1, et
seq.; the Hazardous Materials Response Plans and Inventory, H.&S.C. §25001 , et seq.;
the Porter-Cologne Water Quality Control Act, Water Code §13000, et seq., all as they
may from time to time be amended; and
any substance, product, waste or other material of any nature
whatsoever which is or becomes listed, regulated, or for which liability for misuse arises
pursuant to any other federal, state or local statute, law, ordinance, resolution, code, rule,
regulation, order or decree due to its hazardous, toxic or dangerous nature.
RECORDS AND DOCUMENTS
Accounting Records.
Maintenance and Inspection. Contractor shall maintain complete and
accurate records with respect to all expenses incurred under this Agreement. Any and
all such documents or records shall be maintained in accordance with generally accepted
accounting principles and shall be sufficiently complete and detailed so as to permit an
accurate evaluation of the Services provided by Contractor pursuant to this Agreement.
All such records shall be clearly identifiable.
Inspection and Copying. Contractor shall allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of such
records and any other documents created pursuant to this Agreement. Contractor shall
allow inspection of all work, data, documents, proceedings, and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement. At no cost to City, Contractor shall provide copies of such documents or
records directly to the City for inspection, audit and copying when it is practical to do so;
otherwise, unless an alternative is mutually agreed upon, such documents and records
shall be made available at Contractor's address indicated for receipt of notices in this
Agreement.
6
Ownership of Documents. All original maps, models, designs, drawings,
photographs, studies, surveys, reports, data, notes, computer files, files and other
documents prepared, developed or discovered by Contractor in the course of providing
the Services shall become the sole property of City and may be used, reused or otherwise
disposed of by the City without the permission of the Contractor. Upon completion,
expiration or termination of this Agreement, Contractor shall turn over to City all such
original maps, models, designs, drawings, photographs, studies, surveys, reports, data,
notes, computer files, files and other documents
INSURANCE
Maintenance of Insurance. Prior to the beginning of and throughout the term of
this Agreement, Contractor will maintain insurance in conformance with requirements
established by City for the type of Services being performed. Contractor acknowledges
that prior to the Effective Date of this Agreement, City provided to Contractor the
applicable insurance requirements, a copy of which are attached hereto as Exhibit "F"
[Insurance]. Contractor acknowledges that the insurance coverage and policy limits
provided by City constitute the minimum amount of coverage required. Any insurance
proceeds in excess of the limits and coverage required in this Agreement and which are
applicable to a given loss, will be available to the City.
Subcontractors Insurance. Contractor agrees to ensure that subcontractors,
and any other party involved in the performance of the Services by Contractor, provide
the same minimum insurance coverage required of Contractor. Contractor 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. Contractor
agrees that upon request, all agreements with subcontractors and others engaged in the
project will be submitted to City for review.
Modification of Insurance Provisions. The City Manager may make reasonable
amendments to the insurance requirements of this section, with the written concurrence
of the Finance Director or Risk Manager, in accordance with Section 9.19 [Administration
and Implementation] after considering the Scope of Services, potential liabilities, and the
required level of insurance to adequately protect the City.
BONDS
Performance and Payment Bonds. If required by law or specifically required by
City as set forth in Exhibit "E" [Bonds Required], attached hereto and incorporated herein
by reference, Contractor shall execute and provide to City concurrently with Contractor's
execution of this Agreement, but in no event later than the Effective Date of this
Agreement, a Performance Bond and/or a Payment Bond in the amount of the total, not-
to-exceed compensation indicated in Exhibit C, and in a form provided or approved by
the City.
Bond Provisions. Should, in City's sole opinion, any bond become insufficient or
any surety be found to be unsatisfactory, Contractor shall renew or replace the affected
7
bond within 10 days of receiving notice from City. In the event the surety or Contractor
intends to reduce or cancel any required bond, at least thirty (30) days prior written notice
shall be given to the City, and Contractor shall post acceptable replacement bonds at
least ten (10) days prior to expiration of the original bonds. No further payments shall be
deemed due or will be made under this Agreement until any replacement bonds required
by this section are accepted by the City. To the extent, if any, that the total compensation
is increased in accordance with the Agreement, the Contractor shall, without further notice
from City, cause the amount of the bonds to be increased accordingly and shall promptly
deliver satisfactory evidence of such increase to the City. To the extent available, the
bonds shall further provide that no change or alteration of the Agreement (including,
without limitation, an increase in the total compensation, as referred to above), extensions
of time, or modifications of the time, terms, or conditions of payment to the Contractor,
will release the surety.
Surety Qualifications. Only bonds executed by an admitted surety insurer, as
defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must
be a California-admitted surety with a current A.M. Best's rating no less than A:Vlll and
satisfactory to the City. If a California-admitted surety insurer issuing bonds does not
meet these requirements, the insurer will be considered qualified if it is in conformance
with Section 995.660 of the California Code of Civil Procedure, and proof of such is
provided to the City.
TERMINATION.
Termination by City. City may, by written notice to Contractor, terminate with or
Ior right to cure by the
without cause, and without any prior notice of default gContractor,
whole or any part of this Agreement at any time and by giving written notice to Contractor
of such termination, and specifying the effective date thereof, at least five (5) days before
the effective date of such termination. Upon termination, Contractor shall be
compensated only for those non-disputed Services that have been adequately rendered
to City, and Contractor shall be entitled to no further compensation.
Termination by Contractor. Contractor may, by written notice to City, terminate
this Agreement based upon City's failure to timely cure a default under this Agreement as
provided herein. At least forty-five (45) days prior to termination, Contractor shall provide
City with a written notice specifying City's alleged default and providing City with a forty-
five (45) day period to cure the default. Should City timely cure such default, the
Agreement shall continue. Should City fail to timely or adequately cure such default,
Contractor may terminate this Agreement by issuance of written notice to City.
GENERAL PROVISIONS
Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer,
either directly or by operation of law, this Agreement or any interest herein without the
prior written consent of the City. Any attempt to do so shall be null and void, and any
assignees, hypothecates or transferees shall acquire no right or interest by reason of
such attempted assignment, hypothecation or transfer.
8
Loss and Damage. Contractor shall be responsible for all loss and damage which
may arise out of the nature of the Services agreed to herein, or from the action of the
elements, or from any unforeseen difficulties which may arise or be encountered in the
prosecution of the Services until the same is fully completed and accepted by City.
Liquidated Damages. The Parties agree that City has a legitimate interest in
ensuring that Contractor provides the Services (including performance of all duties and
responsibilities) required under this Agreement in a consistent and reliable manner, and
that Contractor's failure to timely provide such Services or to provide them in an
inadequate manner will cause City to suffer damages and that it is, and will be, impractical
and extremely difficult to ascertain and determine the exact amount of damages or to
calculate actual damages. Therefore, in addition to City's right to treat such non-
performance as a material breach of, and to terminate, this Agreement, the Parties agree
that liquidated damages, as provided herein, represent a reasonable estimate of the
monetary damages that reasonably could be anticipated and that proof of actual damages
would be costly or impractical. The Parties specifically confirm the accuracy of the
statements made above and the fact that each Party has had ample opportunity to consult
with legal counsel and obtain an explanation of the liquidated damage provisions at the
time that the Agreement was made. Therefore, in lieu of actual damages, Contractor is
subject to payment of$500 per failure to perform, per day. City may, at its election. deduct
any assessed liquidated damages from payment due, or that will become due, to
Contractor from City.
Excusable Delays. Contractor shall not be liable for damages, including
liquidated damages, if any, caused by delay in performance of failure to perform due to
causes beyond the control of Contractor. Such causes include, but are not limited to,
acts of God, acts of the public enemy, acts of federal, state or local governments, acts of
City, court orders, fires, floods, epidemics, strikes, embargoes, and unusually severe
weather. The term and price of this Agreement shall be equitably adjusted for any delays
due to such causes.
Cooperation; Further Acts. The Parties shall fully cooperate with one another,
and shall take any additional acts or sign any additional documents as may be necessary,
appropriate or convenient to attain the purposes of the Agreement.
Governing Law. This Agreement shall be interpreted, construed and governed
according to the laws of the State of California. In the event of litigation between the
parties, venue in state trial courts shall lie exclusively in the County of Riverside. In the
event of litigation in a U.S. District Court, venue shall lie exclusively in the Eastern Division
of the Central District of California, located in Riverside, California.
Integration. This Agreement, including the attached Exhibits "A" through "F", is
the entire, complete, final and exclusive expression of the parties with respect to the
matters addressed therein and supersedes all other agreements or understandings,
whether oral or written, or entered into between Contractor and City prior to the execution
9
of this Agreement. No statements, representations or other agreements, whether oral or
written, made by any party which are not embodied herein shall be valid and binding.
Severability. If a term, condition or covenant of this Agreement is declared or
determined by any court of competent jurisdiction to be invalid, void or unenforceable, the
remaining provisions of this Agreement shall not be affected thereby and the Agreement
shall be read and construed without the invalid, void or unenforceable provision(s).
Prohibited Interests. Contractor represents and warrants that it has not
employed nor retained any company or person, other than a bona fide employee working
solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants
that it has not paid nor has it agreed to pay any company or person, other than a bona
fide employee working solely for Contractor, any fee, commission, percentage, brokerage
fee, gift or other consideration contingent upon or resulting from the award or making of
this Agreement.
Amendments. No amendment to or modification of this Agreement shall be valid
unless made in writing and approved by Contractor and City. The City Manager shall
have the authority to approve any amendment to this Agreement if the total compensation
under this Agreement, as amended, would not exceed the City Manager's contracting
authority under the Cathedral City Municipal Code. All other amendments shall be
approved by the City Council. The Parties agree that the requirement for amendments
or modifications to be in writing cannot be waived and that any attempted waiver shall be
void.
No Third Party Beneficiaries. There are no intended third party beneficiaries of
any right or obligation assumed by the Parties.
Delivery Of Notices. All notices required or permitted to be given under this
Agreement shall be in writing and shall be given to the respective parties at the addresses
listed in Exhibit "D", or at such other address as the respective parties may provide in
writing for this purpose. Such notice shall be deemed made when personally delivered
or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage
prepaid and addressed to the party at its applicable address. Actual notice shall be
deemed adequate notice on the date actual notice occurred, regardless of the method of
service.
Binding Effect. This Agreement shall be binding upon the heirs, executors,
administrators, successors and assigns of the Parties.
Waiver. Waiver by any Party to this Agreement of any term, condition, or covenant
of this Agreement shall not constitute a waiver of any other term, condition, or covenant.
Waiver by any Party or any breach of the provisions of this Agreement shall not constitute
a waiver of any other provision, nor a waiver of any subsequent breach or violation of any
provision of this Agreement. Acceptance by City of any Services by Contractor shall not
constitute a waiver of any of the provisions of this Agreement.
Zo
Attorney's Fees, Costs and Expenses. In the event litigation or other proceeding
is required to enforce or interpret any provision of this Agreement, the prevailing party in
such litigation or other proceeding shall be entitled to an award of reasonable attorney's
fees and Costs and Expenses, in addition to any other relief to which it may be entitled.
Subcontracting. Contractor shall not subcontract any portion of the Services,
except as expressly stated herein, without prior written approval of City. Subcontracts, if
any, shall contain a provision making them subject to all provisions of this Agreement.
Counterparts. This Agreement may be signed in counterparts, each of which
shall constitute an original.
Authority To Execute. The person or persons executing this Agreement on
behalf of Contractor represents and warrants that he/she/they has/have the authority to
so execute this Agreement and to bind Contractor to the performance of its obligations
hereunder.
Administration and Implementation. This Agreement shall be administered and
executed by the City Manager or his or her designated representative. The City Manager
shall have the authority to issue interpretations and to make amendments to this
Agreement, including amendments that commit additional funds, consistent with Section
9.10 [Amendment] and the City Manager's contracting authority under the Cathedral City
Municipal Code.
11
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
the day and year first above written.
CITY OF CATHEDRAL CITY CONTRACTOR:
" - 4
harles P. McClendon, City Manager _
By: Sian-1 AKI J r 0 IA.
Its: 7res L
ATTEST:
Siarnak J froudi, PhD, GE2024
racey R. 'd:rtinez, City Clerk ti President
By:
Its:
APPROVED AS TO FO:- ' :
Eric S. Vail, City Attorney
12
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity
of that document.
ALL-PURPOSE ACKNOWLEDGMENT NOTARY FOR CALIFORNIA
STATE OF CALIFORNIA
COUNTY OF RIVERSIDE
COUNTY OF RIVERSIDE
On , 2020, before me,
Date Name And Title Of Officer(e.g."Jane Doe. Notary Public")
personally appeared
Name of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State
of California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alternation of the document or fraudulent
reattachment of this form to an unintended document.
CAPACIT(IES) CLAIMED BY SIGNER(S) DESCRIPTION OF ATTACHED DOCUMENT
Signer's Name:
Individual
Corporate Officer
Title(s) Title or Type of Document
Partner(s) Limited
General
Attorney-In-Fact Number Of Pages
Trustee(s)
Guardian/Conservator
Other:
Date Of Document
Signer is representing:
Name Of Person(s)Or Entity(ies)
)
(s
Si ner Other Than Named Above
9
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity
of that document.
ALL-PURPOSE ACKNOWLEDGMENT NOTARY FOR CALIFORNIA
STATE OF CALIFORNIA )
COUNTY OF RIVERSIDE )
COUNTY OF RIVERSIDE )
On , 2020, before me,
Date Name And Title Of Officer(e.g."Jane Doe, Notary Public")
personally appeared
Name of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State
of California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alternation of the document or fraudulent
reattachment of this form to an unintended document.
CAPACIT(IES) CLAIMED BY SIGNER(S) DESCRIPTION OF ATTACHED DOCUMENT
Signer's Name:
Individual
Corporate Officer
Title(s) Title or Type of Document
Partner(s) Limited
General
Attorney-In-Fact Number Of Pages
Trustee(s)
Guardian/Conservator
Other:
Date Of Document
Signer is representing:
Name Of Person(s)Or Entity(ies)
Signer(s)Other Than Named Above
EXHIBIT "A"
SCOPE OF SERVICES
Scope of Services attached in the next page.
4 —Analysis of Effort/Methodology
Project Approach and General Scope of Work
We understand that the projects will generally consist of street improvements, alley improvements,retaining
walls, sidewalks, ADA Ramps, and other projects that require material testing, including concrete, asphalt,
compaction testing, and geotechnical recommendations. Below is a description of our anticipated services
during the project phases.
Design Phase
To address design-phase geotechnical issues and to provide project-specific recommendations about ground
preparation,foundation design and construction, and installation of underground infrastructure, our services
would typically include(but not necessarily be limited to)the following
1. Site reconnaissance.
2. Conduct a review of existing published and unpublished reports and maps concerning soil and geologic
conditions within and adjacent to the project site.
3. Conduct a review of project plans and specifications made available to us at the time of our investigation.
This review would typically include grading plans, foundation plans and details, and construction
specifications.
4. Coordinate with the CITY and local underground utilities locating service(Underground Service Alert)to
obtain an underground utility clearance before starting the subsurface investigation(as applicable).
5. Coordinate our field activities and exploration point locations with designated representatives of the CITY
and the lead project design engineer.
6. Process permit application forms,as required,to obtain a soil boring permit.
7. For field investigations conducted within active public roadways,traffic control plans will maintain a safe
environment during our field operations.If requested per the task order,appropriate traffic control will be
arranged by our firm through an outside vendor.
8. To characterize subsurface soil and groundwater conditions in the areas of proposed construction.,we will
advance a specified number of exploratory test pits,borings,or Cone Penetrometer (CPT) soundings (as
appropriate).All equipment subcontractors will be required to provide evidence of current general liability,
workman's compensation,and automobile insurance before being retained for the proposed work.
9. Log and field classify soil materials encountered in the exploratory borings and test pits following the visual-
manual procedures outlined in the applicable Unified Soil Classification System and the American Society
for Testing and Materials (ASTM) procedures. If encountered, we will document the depth to seepage
zones and static groundwater.All field activities will be performed by or under the direct supervision of a
State of California Certified Engineering Geologist(CEG).
10. Collect representative bulk and undisturbed soil samples for laboratory analysis.
11. Perform appropriate laboratory analyses on soil samples,typically including all or a portion of the following:
• In-situ and maximum dry density determination
• In-situ and optimum moisture content
• Grain size distribution
• Atterberg limits(liquid limit,plastic limit and plasticity index)
• Expansion potential
PETRA Page 15 s.kro .y Hoc,.
GEOSGIENCES"`
4 —Analysis of Effort/Methodology
• Shear strength
• Consolidation characteristics
• Soluble sulfate and chloride content
• Soil pH and minimum resistivity
12. Perform appropriate engineering analysis of all field and laboratory data. All engineering analysis will be
performed by,or under the direct supervision of,a State of California Geotechnical Engineer(GE).
13. Attend meetings with the Client and other members of the design team to discuss the results of our
investigation and preliminary recommendations for grading and foundation design.
14. Prepare geotechnical feasibility assessments or comprehensive design-phase geotechnical report for the
project. The report will include the results of our investigation and recommendations for site grading,
structural foundation design and construction, following applicable sections of the current edition of the
California Building Code requirements and the approved construction documents.Our report will typically
include all or a portion of the following
• A description of site conditions and geotechnical factors that are likely to influence the proposed
grading and construction. 1
• A summary of project requirements and assumptions regarding design criteria as made known to us at
the time of field exploration and report preparation.
• A summary of subsurface conditions as encountered during our field exploration.
• A site plan depicting the locations of field exploration points,as well as exploratory boring logs.
• A description of laboratory test procedures and test results.
• Site preparation, grading, and, if appropriate, preliminary ground modification requirements. If the
results of our investigation reveal that extensive ground improvement is required to mitigate adverse
soil conditions(such as liquefaction-induced or dry sand settlement), a detailed design of the ground
improvement program can be performed as part of a subsequent phase of work under the terms of an
amended contract.
• A discussion of temporary excavation stability and, if deemed necessary, recommendations for
stabilization of temporary excavation sidewalls.
• Acceptability of onsite soils for use as fill and backfill, and criteria to be used to determine the
acceptability of imported soil materials.
• Presence of groundwater and its potential adverse impact on the proposed construction.
• Regional faulting, site seismicity,and secondary seismic effects (including liquefaction and associated
phenomena).
• Recommended foundation types,depths of embedment,and allowable soil bearing values.
• Earthquake engineering parameters per Section 1613A of the 2019 CBC.
• Expansion potential of the site soils and appropriate recommendations for the design of structural
foundations and concrete flatwork to mitigate the effects of expansive soils.
• Minimum requirement for footing and slab reinforcement.
• A screening-level assessment of soil corrosivity and its potential impact on concrete and metallic
building materials placed in contact with onsite soils.
6 PETRA Page 16 SOLi0AS.4 ROCK
OEOSCIENCES"`
4 —Analysis of Effort/Methodology
• Geotechnical recommendations for design and construction of exterior concrete flatwork and
pavement sections.
Construction Phage
+ Provide construction support services including geotechnical observation,inspections,compaction testing,
concrete,and asphalt mix design review,and preparation of necessary documentation per the applicable
CITY requirements,Caltrans,ICC,CBC,ASTM,ACI,AASHTO,and AWS standards.
+ Petra will respond and perform requested sampling or testing within 24 hours of notice from the CITY.
Laboratory results of aggregate sampled at the material source will be submitted to The CITY within 24
hours,and soils and laboratory test results of soil and aggregate sampled at the job site will be forwarded
to The CITY within 72 hours.Results of compaction testing performed at the job site will be submitted to
the CITY within 24 hours.R-value and asphalt extraction laboratory testing performed on soil and asphalt
concrete samples from the project site will be forwarded to the CITY within 96 hours.
S Inspection reports, or "dailies", will be provided via email to the CITY at the end of each day's field
activities and will include all test results taken that day.
Other Services
Maintaining records documenting all services provided by our firm on behalf of the CITY.
If requested,providing periodic training sessions to better acquaint the City personnel with geotechnical
engineering and materials testing topics that affect sites located within the CITY's jurisdiction.
PETRA Page 17 SOU°AS A ROCK
GEOSCIENCES''
4—Analysis of Effort/Methodology
Technical and Management Approach
Quality Assurancel'rogram
Petra's field and laboratory testing programs are under the responsible charge of a State of California Registered
Geotechnical Engineers.Our staff of registered professional engineers manage the operations of both the field
and soils testing laboratory and oversee our internal Quality Assurance(QAP)program.
AQMD PM-10 Certification
AQMD Certification will be obtained before awarding of this contract
Internal Review Protocol
Since the company's inception, Petra has maintained a policy of internal review of all deliverables before
releasing it as a draft or final product. With very few exceptions, every report is reviewed by at least one
engineering geologist and geotechnical engineer to ensure that the input of both disciplines is accurately
represented.This policy of internal review allows us to reduce the potential for errors.
Geotechnical Testi.w.Laboratory QA/QC Procedures
Petra maintains a dedicated in-house, full-service geotechnical testing laboratory. The laboratory is actively
engaged in an AASHTO Materials Reference Laboratory (AMRL) program for conducting testing under
various ASTM test methods. Antival proficiency sample testing, onsite assessments every 18 months, and
maintaining a current and up to date laboratory Quality Control Manual is part of the AMRL program. Our
laboratory Quality Control Manual details the responsibilities for managing and calibrating testing equipment,
provide employee training and evaluation,keep up with current testing standards,and to conduct internal audits
of policies and procedures specified by AMRL. Work tasks may include state, federal, and locally funded
projects, that would have adherence to federal and State of California processes about geotechnical services.
Our internal QA/QC procedures will be modified, if necessary, to assure conformity with Caltrans and the
City's Quality Assurance Program (QAP) manual for such projects.Petra's Caltrans Designated Lab Number
is 1718.
Resource Allocation and Cost Control
California-licensed Engineering Geologists and Geotechnical Engineers located at our Palm Desert office
conduct all tasks associated with providing the services described in the referenced RFP. Our Senior
Engineering Technician staff provide construction support services (including field observation and
compaction testing). Our goal is to provide geotechnical support services that culminate in the design and
construction of reliable infrastructure components that meet or exceed the performance expectations over their
serviceable life span.
Petra has continuously demonstrated effective cost management and the ability to successfully carry out multi-
task projects within the most demanding of schedules and budgetary constraints.A fundamental test of financial
management is the method utilized to address unexpected conditions. Petra strongly emphasizes early
recognition,assessment,and management of such events.The designated Project Engineer and Geologist are
responsible for monitoring all project costs. They will receive and review both weekly and monthly budget
reports related to in-house costs, allowing tight cost control measures for each project assignment. Costs are
tracked by monitoring the budget and expenses through progress reports,regularly as dictated by the size of
the project.
0 PETRA
OEOSCIENCES' Page 13 sof(lit,.<
EXHIBIT "B"
SCHEDULE OF PERFORMANCE
Contractor to perform routine items of work as included in the
Scope of Services.
-- ------------
EXHIBIT "C"
COMPENSATION
Cost proposal attached in the next
page.
I
IIt PETRA SOLID AS A ROCK
GEOSCIENCES-
111 ENGINEERS + GEOLOGISTS + ENVIRONMENTAL SCIENTISTS
July 9,2020
11 CITY OF CATHEDRAL CITY
68-700 Avenida Lalo Guerrero
Cathedral City,California 92234
IIAttention: Mr.John A.Corella,Director of Engineering/Public Works
I Subject: Cost/Fee and Invoicing Proposal, Material Testing Services and Professional
Geotechnical Recommendations,Annual As-Needed Contract,Various City Projects
for Fiscal Years 2020-2021 and 2021-2022, City Of Cathedral City, Riverside County,
California
Reference: City of Cathedral City Request for Proposals to Provide Material Testing Services and
Professional Geotechnical Recommendations Annual As-Needed Contract, issued
II May 4,2020
Dear Mr. Corella:
I Petra Geosciences, Inc. (Petra) is submitting herein our Cost/Fee Schedule and Invoicing information as
part of our proposal to provide material testing and professional geotechnical recommendations on an as-
needed basis.Based on the information we have gathered from the referenced Request for Proposal(RFP),we
understand that the City of Cathedral City(CITY)intends to enter an agreement with a qualified consultant for
two years.The scope of services to be performed by the selected firm under the terms of this contract would
broadly include providing design-phase investigations and geotechnical engineering analysis, geotechnical
observation and field testing, field sampling,and laboratory testing of soil as needed to support the planned
1111 projects.
Included with the letter is the filled-out Summary of Costs from the RFP and our Schedule of Fees.
IPetra will submit our invoices for payment on a per task completed basis. Our invoice for consulting services
will reference the costs for specific tasks.Included on the invoice will be indirect expenses,such as equipment,
materials,and subcontracted services.Petra will submit certified payroll records,as required,and comply with
1 Chapter 10 of the Local Assistance Procedures Manual regarding the A&E Consultant Contract Audit and
Review process.
Il We would consider it a privilege to be of service to the CITY under this contract. Please call or e-mail the
undersigned (657.269.4966, siafroudi rti Metra-inc.cotn)if you have any questions or would like to know more
about our firm.
IRespectfully Submitted,
PETRA GEOSCIENCES,INC.
If±__._--t<_.__,.,..-7"
I Siamak Jafroudi,Ph.D.
President/Senior Pr . ipal Engineer
GE 2024
I Offices Strategically Positioned Throughout Southern California
ORANGE COUNTY OFFICE
3186 Airway Avenue,Suite K,Costa Mesa.California 92626
T:714.549.8921 F:714.668-3770
iFor more information eisit us online at www.oetra-inc.com
I
111 STANDARD FEE SCHEDULE
Engineering Geology and Geotechnical and Environmental Engineering Services
IIICity of Cathedral City,Fiscal Years 2020-2021 and 2021-2022*
I Professional Services(Engineers,Geologists.Environmental Scientists)
Assistant 5 125.00/hr.
Staff 5 135.00/hr.
Senior Staff 5 160.00/hr.
NI Project $ 172.00/hr.
Senior Project 5 192.00/hr.
Associate $ 208.00/hr.
Senior Associate 5 215.00/hr.
ri Principal
5 230.00/hr.
President/Senior Principal(Review and Consultation) $ 255.00/hr.
Fault Hazard Specialist $ 220.00/hr.
Senior Fault Hazard Specialist $ 245.00/hr.
IIIn-house Legal Advisor $ 230.00/hr.
Forensic Services(Engineers.Geologists.Environmental Scientists)
II Senior Project/Project(Review,Analysis,Consultation) $ 300.00/hr.
Senior Project/Project(Depositions,Hearings,Mediation and Trials;in 4-Hour Increments) $ 350.00/hr.
Senior Associate/Associate(Review,Analysis,Consultation) $ 350.00/hr.
Senior Associate/Associate(Depositions,Hearings,Mediation and Trials;in 4-Hour Increments) $ 400.00/hr.
Senior Principal/Principal(Review,Analysis,Consultation) S 425.00/hr.
IIISenior Principal/Principal(Depositions,Hearings,Mediation and Trials;in 4-Hour Increments) $ 475.00/hr.
Technical Services
II Engineering Technician $ 94.00/hr.
Associate Engineering Technician $ 98.00/hr.
Senior Engineering Technician $ 104.00/hr.
Supervising Engineering Technician $ 135.00/hr.
4 Field Technician(Prevailing Wage Projects) $ 130.00/hr.
Laboratory Technician $ 110.00/hr.
Senior Laboratory Technician $ 120.00/hr.
Laboratory Manager $ 140.00/hr.
U Draftsperson $ 120.00/hr.
Support Services
Outside Consultants(Corresponding to in-house levels) In-House Rate
IIII Drilling/Backhoe/Dozer/CPT/Equipment Rental Cost+20%
Client Requested Accounting $ 85.00/hr.
Word Processing,Technical Editing,Project Administration 5 75.00/hr.
Field Services Communications Charges 1%of Invoice
1111 Laboratory Tests See attached rates
Company Owned Equipment Usage See attached rates
Copy Rate $ 0.35/sheet
Postage and Shipping Cost+20%
III PDF File Transmittal $ 25.00/file
CD/Flash Drive File Transmittal $ 30.00/file
U NOTE: Travel time to field job sites is charged on a portal to portal basis at the appropriate hourly rate.Overtime for non-
registered professionals and technicians is$50.00 over the hourly rate.A minimum of two hours will be charged for
all personnel for each field visit.
mi *A 5 percent discount will be applied to all services performed in Fiscal Year 2020-2021
U
eTRA
GEOSCIENCES"° SOLID ASAROCk
I
1111 STANDARD FEE SCHEDULE
Soils Laboratory Testing/Company Equipment
1111
Soil Testing
Moisture Content Determination(ASTM 2216) $ 13.00
1111 Moisture Content/Density-Rings(ASTM D2937) $ 17.00
Organic Content(ASTM 132974) 5 80.00
Atterberg Limits(ASTM 134318) $ 175.00
Atterberg Limits-Non-Plastic $ 45.00
1111 Shrinkage Limit(ASTM D4943)
5 75.00
Specific Gravity-Coarse Aggregates(ASTM C 127) $ 95.00
Specific Gravity-Fine Aggregates(C128) $ 100.00
Specific Gravity-Soils(ASTM D854) $ 105.00
II Sand Equivalent(ASTM D2419) $ 105.00
Sieve Analysis-Wash Over#200(ASTM D1140) 5 75.00
Sieve Analysis-Coarse or Fine,no Wash(ASTM C136) $ 155.00
Sieve Analysis-Coarse and Fine,with Wash(ASTM C136) $ 165.00
II Sieve Analysis-Aggregate Base(ASTM C136) $ 185.00
Hydrometer-with Fine Sieve(ASTM 13422) $ 235.00
Hydrometer-with Coarse and Fine Sieves(ASTM D422) $ 260.00
Maximum Density/Optimum Moisture-4"Mold(ASTM 131557) $ 245.00 I
Maximum Density/Optimum Moisture-6"Mold(ASTM D1557) $ 270.00
4 Maximum Density/Optimum Moisture,with Rock Correction(ASTM D1557/D4718) $ 295.00
Maximum Density/Optimum Moisture-Single Check Point $ 105.00
Maximum Density/Optimum Moisture((.'TM 216) $ 250.00
Maximum Density/Optimum Moisture-Soil Cement(ASTM D558) $ 298.00
, mpH(CTM 643) $ 44.00
Resistivity(CTM 643) $ 84.00
Soluble Sulfate Content(CTM 417) $ 70.00
Soluble Chloride Content(CTM 422) $ 70.00
1111 Expansion Index(ASTM 134829) $ 135.00
Consolidation-10 Points(ASTM D2435) $ 220.00
Consolidation-10 Points+One Rebound/Recompression Loop(ASTM D2435) 5 250.00
Consolidations-Time Readings for One Load(ASTM D2435) $ 75.00
le Swell/Collapse Potential-Single Load(ASTM D4546) $ 130.00
Swell/Collapse Potential-8 Points(ASTM D4546) $ 225.00
Sample Remolding(One Ring) $ 25.00 .
Sample Remolding(Set of Three Rings) $ 65.00
Direct Shear(ASTM D3080) $ 285.00
1111 Direct Shear-Reshear(ASTM D3080)
5 395.00
Unconfined Compression of Soils/Rock(ASTM D2166/137012) S 150.00
Unconfined Compression of Soil Cement/Lime,Chemical Grouts(ASTM D 1633/D5102/D4219) $ 65.00
Point Load Strength Index of Rock(ASTM D5731) $ 115.00
i Permeability-Falling Head(ASTM D2434) • $ 365.00
Concrete Cylinder Compression(ASTM C39) $ 25.00
Concrete Flexural Beams (6"z 6"x 18")(ASTM C78) $ 85.00
1111 Laboratory Technician $ 110.00/hr.
Senior Laboratory Technician $ 120.00/hr.
Laboratory Manager 5 140.00/hr.
III Equipment
Nuclear Gauge $8.00/day
Sand Cone $25.00/day
Moisture Sampling Probe/Drive Tubes $8.00/day
II Percolation/Infiltration Equipment $35.00/day
Digital Manometer $35.O0day
Flame/Photo-Ionization Detector(FID/PID) $35.00/day
Inclinometer/Vibration Monitoring Device $50.00/day
III Purging Pump $25.00/day
Angering/Sampling Equipment $40.00/day
Concrete Sampling/Testing Equipment $15.00/day 1
I
ePETRA SOLID AS A 1300f
GEOSCIENCES",
I
I
SUMMARY OF COSTS
IPursuant to the Request for Proposals,the undersigned hereby proposes and agrees that on award by the City
under this Proposal, and in accordance with the provisions therein stated, to execute a City Design
1 Professional Services Agreement, to provide and to furnish any certificates of insurance and all labor,
materials,transportation and services for Material Testing Services for various City projects on an as-needed
basis.
I The Hourly Prices listed below shall be fully burdened and include all labor,fringe benefits,overhead and
profit,materials,equipment,transportation and appurtenant work as is necessary to have the item complete
and in place meeting the full intent of this Request for Proposal and the applicable ASTM Testing Method.
IHourly rates will be used as the basis for charges and invoices for the various projects.
Prevailing Wage-In accordance with Section 1770 of the Labor Code,the City has ascertained and does
I 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 following is a summary of costs to provide the services outlined in the Request for Proposals for
I Professional Materials Testing and will be used as the basis for negotiating a Design Professional Services
Agreement:
Hourly Prices for Geotechnical and Materials Testing
IItem Item Description UNIT Hourly Price
No. (Dollars)
II 1. Collect samples and prepare maximum EA $ 250.00
density test(Proctor).
Roadway Subgrade or Base
III 2. Compaction Test: Including travel, EA $ 265.00
certified technician and equipment
I Prepare sets of Concrete Cylinders and
Perform Compression Strength Tests
3 at seven and twenty-eight days: EA $ 175.00
Including travel,certified technician
11 and equipment
4. Staff Engineer Hour $ 130.00
li Amount of each of the above Items must be filled in and completed. Final payment '11 be based upon actual
work performed.
IIConsultant Signature
III Siamak Ja roudi
Name of Consultant
•
Il - 1 -
EXHIBIT "D"
REPRESENTATIVES
CITY'S REPRESENTATIVE
City of Cathedral City
Engineering Department
Attn: John A. Corella, P.E., City Engineer
68-700 Avenida Lalo Guerrero
Cathedral City, California 92234
Phone: (760) 770-0327
Fax: (760) 202-1460
Email Address: icorella(c�cathedralcity.gov
CONTRACTOR'S REPRESENTATIVE
Petra Geosciences, Inc.
Attn: Alan Pace, P.G., CEG
42-240 Green Way, Suite E
Palm Desert, California 92211
Work Phone: 760-340-5303
Mobile Phone: 760-250-9747
Email: apacepetra-inc.com
1
!' 1
EXHIBIT "E"
BONDS REQUIRED
"No Bonds Required"
2
l
1
EXHIBIT "F"
INSURANCE REQUIREMENTS FOR CITY OF CATHEDRAL CITY
The City requires a certificate of insurance, including an underwriter's
endorsement, prior to commencement of the Services.
The insurance policies are to include additional endorsements that contain the
following provisions:
1 . That the City of Cathedral City and its respective elected officials, officers,
employees, agents and representatives are additional insureds under the policy;
2. The policies are primary and non-contributory to any insurance that may be carried
by City;
3. The City is entitled to thirty (30) days' prior written notice of cancellation, material
reduction, or non-renewal of the policy or policies.
4. The insurance shall be carried only by responsible insurance companies that have
rated "A-" and "V" or better by the A.M. Best Key Rating Guide, that are licensed
to do business in the State of California. City will accept insurance provided by
non-admitted "surplus lines" carriers only if the carrier is authorized to do business
in the State of California.
Only the following "marked" requirements are applicable:
X Commercial General Liability (CGL): Insurance written on an occurrence basis
to protect Contractor and City against liability or claims of liability which may arise out of
this Agreement in the amount of one million dollars ($1 ,000,000) per occurrence and
subject to an annual aggregate of two million dollars ($2,000,000). There shall be no
endorsement or modification of the CGL limiting the scope of coverage for either insured
vs. additional insured claims or contractual liability. All defense costs shall be outside the
limits of the policy.
X Vehicle Liability Insurance: Contractor shall also procure and shall maintain
during the term of this Agreement vehicle liability insurance in an amount not less than
$1,000,000 for injuries, including accidental death, to any one person, and subject to the
same minimum for each person, in an amount not less than one million dollars
($1,000,000) for each accident, and property damage insurance in an amount of not less
than one million dollars ($1,000,000).
3
i
X Workers' Compensation Insurance: For all of Contractor's employees who will
provide Services under this Agreement and to the extent required by applicable state or
federal law, Contractor shall keep in full force and effect a Workers' Compensation policy
that includes a minimum of one million dollars ($1,000,000) of employers' liability
coverage. Contractor shall provide an endorsement that the insurer waives the right of
subrogation against the City and its respective elected officials, officers, employees,
agents and representatives. In the event a claim under the provisions of the California
Workers' Compensation Act is filed against City by a bona fide employee of Contractor
participating under this Agreement, Contractor is to defend and indemnify the City from
such claim.
4