HomeMy WebLinkAbout2013-09-10 - AGENDA REPORTS - PROJM0097 OVERLAY&SLURRY SEAL (2)CITY OF SANTA CLARI I I
AGENDA REPORT
CONSENT CALENDAR City Manager Approval:
Item to be presented by:
DATE: September 10, 2013
Agenda Item: 4
SUBJECT: 2013-14 ANNUAL OVERLAY AND SLURRY SEAL PROGRAM,
PROJECT M0097 - AWARD DESIGN CONTRACT
DEPARTMENT: Public Works
RECOMMENDED ACTION
City Council:
1. Award the contract for engineering design services to Pavement Engineering Inc. for the
2013-14 Annual Overlay and Slurry Seal Program, Project M0097, in the amount of
$109,075, and authorize a contingency in the amount of $16,361, for a total contract amount
not to exceed $125,436.
2. Authorize the City Manager or designee to modify all documents to contract with the next
most qualified proposer, as provided for in the staff report, in the event the awardee is unable
to fulfill its obligations or perform, subject to City Attorney final document approval,
contingent upon the available appropriation of funds by the City Council in the annual budget
for such fiscal year.
BACKGROUND
The Annual Overlay and Slurry Seal Program is an integral part of the City of Santa Clarita's
(City) pavement management program and operates on a five- to seven-year cycle. Each year,
streets are studied to identify the need for overlay or slurry. Streets are selected using the City
Pavement Index Map, street surveys, and input from the public.
The Annual Overlay and Slurry Seal Program improves various streets citywide by resurfacing
and sealing surface cracks to enhance skid -resistant properties and increase pavement life. This
results in a smoother ride for traffic, an enhanced appearance of the area, and an extended
economic life of the roadway.
Af��imgi�D
In 2010, a Request for Qualifications was sent to 14 design consultants with 6 firms submitting
qualifications. The process resulted in a list of four pre -qualified consultants with the City's
intent to request a detailed proposal specific to each Annual Overlay and Slurry Seal Program for
a period of five years.
Staff prepared a Request for Proposals (RFP) for this year's design project to obtain the services
of a civil engineer design firm from the pre -qualified list. The RFP was to develop conceptual
design details for preparing complete plans, specifications, and estimates for a paving, project.
The City requested the firms submit a proposal specific to this year's Annual Overlay and Slurry
Seal Program. Two of the four pre -qualified firms submitted proposals. The following is a
summary of the firms costs and ratings:
Ranking Company Location Cost Score
1. Pavement Engineering Inc. San Luis Obispo, CA $109,075 96
2. Flowers & Associates, Inc. Santa Barbara, CA $139,772 76
Based on the City's evaluation process, Pavement Engineering Inc. is the recommended firm.
Pavement Engineering Inc. has all the needed pavement evaluation and design resources
in-house, which expedites the design process and saves on design costs. Pavement Engineering
Inc. has satisfactorily worked with the City on past design contracts.
Flowers & Associates, Inc., would employ subconsultants for asphalt deflection testing and
coring analysis. These services are an integral part of the design, and not having control of these
testing processes would foster inefficiency in quality and may impact the design schedule.
The requested contingency amount of $16,361 will cover the cost associated with unforeseen
additional streets or plans that may be required as the selected streets are evaluated. These may
include additional field surveys, core samples, and more deflection testing for engineering
evaluation.
California Government Code 4526 prescribes selection of architectural and engineering services
to be based on demonstrated competence and professional qualifications necessary for the
satisfactory performance of the services required and does not authorize the selection of
professional architectural and engineering services based on cost. The City was able to reach an
agreement with Pavement Engineering Inc. at a fair and reasonable price.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds from Surface Transportation Program - Local (Fund 202), Transportation
Development Act, Article 8 (Fund 233), Developer Fees (Fund 306), and General capital funds
(Fund 601) have been appropriated to Project M0097 expenditure accounts for design costs.
2
ATTACHMENTS
Bid Proposal for Pavement Engineering Inc. available in the City Clerk's Reading File
Contract for Pavement Engineering Inc. available in the City Clerk's Reading File
3
Pavement Engineering Inc.
Civil Engineering Landscape Architecture
CalTrans1AMRLQC1QA ConstructionManagement
—June -1-3—,201-
VP1,3221-5--
Mr.1W1[!amF:Mhit1btdh.-
City:,bf.Sadta,,C-Iant
ia
ujfe'-90'0,-vQt 14
Santa C.1aritarCA91,a.55721.07
v"n
Dear,Bill
our
T 'o
time tf V
dwh- ave;ques ic
VEERING�'-
INC
JoeIRirie, ",K :Ax; IQ
P-1
Rl Enclosures � RFP (four=copies)
..... .
.. ..... ... ...
-F TWE -11 T i e
Petaluma, GA . 94954-6964Tel, (707) 769-5330 -
A - San.Luis Obispo, CA - 93401-7156 . Te/. (805) 781-2265' .'. Fbx,(805) 781-2267
Pavement Engineering Inc.
Civil Engineering • Design Services
PavementManagement Services
Overview
Request for Qualifications for Design Services
2013-2014 Overlay and Slurry Seal Program
Project Number M0097
STATEMENT OF QUALIFICATIONS
Unlike other civil engineering firms whose specialty is "general engineering," Pavement
Engineering Inc. (PEI) focuses specifically on managing, maintaining and rehabilitating
existing pavements. Our reputation during the past 26 years is unsurpassed. We are
highly trained, thorough, cost conscious and have the experience to run things smoothly,
and deliver quality projects on time and on budget.
.Our. team includes three_ registered. engineers.. with_, technical_ skills that _encompass. _a ._
complete range of pavement engineering disciplines and decades of practical experience
that ensures a solution for every pavement -related problem. With staff support that
includes a materials engineer, associate engineer, landscape architect, Caltrans -certified
lab technicians, pavement inspectors, data technicians and numerous administrative and
accounting personnel, PEI offers the level of expertise that builds confidence and loyalty.
During any given year, PEI evaluates, tests, designs and inspects hundreds of millions of
square feet of pavement throughout California. We provide services that include
pavement investigations, testing, design, inspection, materials QC/QA testing, contract
documents and construction management.
PEI has developed strategies that are unique in the industry. We not only manage the
physical aspects of projects from inception to completion, we provide the information for
cities to make cost-effective decisions and the feedback to confirm the quality,
consistency and efficiency of those decisions. We take all necessary steps to confirm
that elements such as scope, costs, condition ratings, testing and analysis, design and
implementation are accurate and reflect our clients' needs in budget -conscious ways.
testing and evaluation
PEI provides both field and laboratory testing. Field work includes deflection testing,
pavement structure sampling and site drainage. Our Caltrans and AMRL-certified lab
testing includes pavement materials and soils analysis to determine the adequacy of
pavement structures. Visual evaluations determine both pavement condition and factors
that affect performance such as water sources, tree root problems, traffic patterns, load
conditions and any access requirements necessary for safety and liability. PEI's
experience in pavement testing and evaluation provides our clients with pavement
designs and maintenance plans that enhance performance long term at the lowest
annual cost.
Contract documents
PEI understands the importance of well-prepared plans. Our construction documents
clearly communicate an engineer's design to a contractor with all the critical details that
means fewer addenda during the bidding process, fewer requests for information during
construction and fewer change orders to process. Clear and well-defined construction
documents result in lower construction bids. We administer both personnel and
equipment resources to provide the quality expected at the price intended.
X\Shared\R DrivelBusiness\Text\Marketing\Proposals\MP13-215_pr.docx Page 11
Pavement Engineering Inc. Request for Qualifications for Design Services
Civil Engineering • Design Services 2013-2014 Overlay and Slurry Seal Program
Pavement Management Services Project Number M0097
Brief history of comparable work and projects similar in scope
PEI knows that public works departments are charged with maintaining assets in fiscally
responsible ways, maximizing services while minimizing costs and always ensuring a
quality, long lasting product is delivered. That's no easy task. But it's where PEI excels.
I
During the past 26 years, PEI has gained extensive experience working with public
agencies throughout California, including 75 cities, 10 counties and 1.6 other publicly
funded agencies. In addition to the City of Santa Clarita, our current and past Central
Coast and Southern California clients are San Luis Obispo and Ventura Counties, the
Cities of Ata-scadero _ Calabasas,. Goleta, Moorpark, Oxnard, Paso Robles, San Luis
Obispo, Santa Maria and Thousand Oaks.
PEI has 16 years of experience working with the City of Santa Clarita, developing a
pavement management. plan and providing updates, developing neighborhood maps
and overseeing annual overlay and slurry seal projects. Below is a summary of five
projects that are similar in scope, including a recent project with Santa Clarita.
lc,tty or var•ptnteria;.=t aurorma
r..._- ,rr.... F ,.r. . .
, .......'
_ R :7
Name
Title
Telephone
City staff
Charlie W. Eberling
Public Works Director
(805) 684-5405
PEI staff
Joe Ririe, PE
Principal/Project Mgr
(805) 781-2265
PEI staff
2013 pavement rehabilitation project for Carpinteria and Santa.
Project title
Ynez Avenues
PEI worked closely with the City's public works director to
Project title
determine the appropriate treatments for the project streets that
Project
conformed to its budget, schedule and expectations. We provided
description
measurements of field quantities; deflection and core testing;
Project description
contract documents and estimates; bidding and construction
support services. The project currently is in the design phase.
l `Crty of+Concortl
Caltforma ' `
_ R :7
I
4
Name
Title
Telephone
City staff
Danea Gemmell
City Engineer
(925) 671-3402
PEI staff
Joe Ririe, PE
Principal/Project Mgr
(805) 781-2265
Port Chicago Highway and Arnold Industrial Way pavement
Project title
rehabilitation project— 2011-2012
PEI worked closely with the City's project manager to determine
the appropriate treatments for each project that conformed to its
Project description
budget, schedule and expectations. PEI provided deflection testing,
pavement coring, R -value testing, pavement section design and
prepared plans, specifications and estimates.
X\Shared\R Drive\Business\Text\Marketing\Proposals\MP13-215_pr.docx Page 12
Pavement Engineering Inc.
Civil Engineering - Design Services
Pavement Management Services
Request for Qualifications for Design Services
2013-2014 Overlay and Slurry Seal Program
Project Number 10097
a� w • „
Lompoc
California 4 t o
w €
.City+of
Name
Title
Telephone
City staff
Mary Grace Houlihan
Public Works
Director
(415) 927-5017
PEI staff
Joe Ririe, PE
Principal Engineer
Project Manager
(805) 781-2265
Project title
Engineering design services for Harlan Road -2012
Principal Engineer
Project Manager
The work PEI performed for the -Lathrop -included measurements of
Project
field quantities; deflection and core testing; contract documents and
description
estimates; bidding and construction support services. The project
Project Manager
was completed on time and within budget.
a� w • „
Lompoc
California 4 t o
w €
.City+of
- .;....
Title
Name
Title
Telephone
City staff
Civil Engineering
William Whitlatch
Project Manager
Craig Dierling, PE
Associate III
(805) 875-8224
Principal Engineer
Project Manager
(g05) 781-2265
Principal Engineer
Annual overlay and slurry seal project
PEI staff
Joe Ririe, PE
Project Manager
(805) 781-2265
Project title
2012 Street rehabilitation project
streets for
PEI's work for the City included measurements of field quantities;
Project
deflection and core testing; contract documents and estimates;
description
bidding and construction support services. The project was
completed on time and within budget.
rc1T�4 ,� T k a-' li r r, t t z pec _•,.
!' . kik x . _,: ., ;.aCltji'of Santa Clarita, Callforn
X\Shared\R Drive\Business\Text\Marketing\Proposals\MP13-215_pr.docx Page 13
Name
Title
Telephone
City staff
William Whitlatch
Project Manager
(661) 225-4933
PEI staff
Joe Ririe, PE
Principal Engineer
Project Manager
(g05) 781-2265
Project title
Annual overlay and slurry seal project
PEI prepared plans, specifications and estimates
for various
Project
roadways sections and worked with staff to identify
streets for
description
inclusion in the project. Services included
deflection testing
pavement coring and pavement section design.
X\Shared\R Drive\Business\Text\Marketing\Proposals\MP13-215_pr.docx Page 13
10 Pavement Engineering Inc. Request for Qualifications for Design Services
Civil Engineering • Design Services 2013-2014 Overlay and Slurry Seal Program
Pavement Management Services Project Number M0097
PROJECT MANAGER AND KEY STAFF EXPERIENCE
Joe Ririe, P.E.
Principal Engineer
Project Manager
Education
BS, Civil Engineering
California Polytechnic State
University
San Luis Obispo, CA
Registration
California Civil Engineering
Number 52735
Affiliations
American Society of Civil
Engineers
Client References
Joe Ririe oversees planning and is project director for all
work throughout Southern California, specializing in
pavement rehabilitation for public and private entities. He
has extensive experience in construction administration,
pavement rehabilitation design and management
programs.
Mr Ririe served as chairman of -the -ASTM -Soil and Rock -
Subcommittee for four years and served as Co -Chair for
Caltrans' Pavement Preservation Task Group (PPRG). He
is a member of the American Society of Civil Engineers.
Mr. Ririe provides the highest level of technical expertise
coupled with attention to detail to ensure any and all
projects come in on time, on budget and with superior
results.
Danes Gemmell
Mary Grace Houlihan
I Charlie Ebeling, P.E.
I Craig Dierling, PE
City Engineer
Public Works Director
Public Works Director
Civil Eng Assoc III
City of Concord
City of Larkspur
City of Carpinteria
City of Lompoc
(925) 671-3402
(415) 927-5017
(805) 684-5405
(805) 875-8224
Key Staff
Bill Long, P.E. - Deflection Testing and Analyses
Bill Long is the quality control and deflection testing manager for all three PEI offices.
With more than 26 years of engineering and construction experience in asphalt concrete
pavements, he specializes in deflection studies and failure analyses, overlay designs
and alternative rehabilitation designs. He also works with contractors to produce quality
asphalt concrete pavements.
Paul R. Curren, P.E. - Peer Review
With more than three decades of experience, Paul Curren has unparalleled expertise in
pavement construction supervision, asphalt concrete compaction, density testing using
nuclear gauges, core testing and stabilization of soft and yielding subgrades using deep
lift asphalt concrete. His expertise in a wide variety of pavement engineering disciplines
provides assurance that all work performed for Santa Barbara County will meet or
exceed state and federal guidelines.
X\Shared\R Drive\Business\Text\Marketing\Proposals\MP13-215_pr.docx Page 14
91.Pavement Engineering Inc. Request for Quaiificationsfor Design Services
Civil Engineering - Design Services 2013-2014 Overlay and Slurry Seal Program
Pavement Management Services Project Number.M0097
RESPONSE TO RFP
Pavement Engineering, Inc. will provide all of the following work -necessary to complete
detailed construction plans, specifications and cost estimates in accordance with the
latest edition of Standard Plans and Specification for Public Works Construction. In
addition, we will bring expertise on the latest HMA improvement by Caltrans pertaining to
mix designs, testing and inspection.
PEI's prior experience working with Santa Clarita and our extensive knowledge of all its
streets and our prior pavement maintenance and rehabilitation history with the City is an
asset. Because we know what is needed and what has been done, because we have
evaluated and tested; designed and supervised construction of -many of Santa Clarita's -
pavement projects, we know how to prioritize, reduce costs and still produce the highest
quality product for the City.
Task 9 — Visually inspect all the streets selected by the City
PEI will perform a preliminary general visual evaluation of the condition of streets chosen
by the City for inclusion in its projects. The evaluation will identify the next maintenance
treatment for each street and the treatment timing and associated goals. PEI staff
members have already driven and evaluated most of the streets in Santa Clarita and can
provide expert guidance on which streets would best benefit from inclusion in the 2013-
2014 overlay and slurry seal project. PEI will recommend the best maintenance method
and prepare preliminary engineer's estimates for the various street segments. PEI will
then work with City staff to prioritize and develop a project street list that best fits the
City's budget and maintenance goals.
Task 2 — Perform deflection testing and coring for pavement design
Once the final project list is complete, PEI will perform deflection testing, coring and
analysis on all overlay candidate streets. This type of analysis will eliminate guesswork
and ensure an optimum rehabilitation approach. Adequate cores and deflection data on
all overlay streets is invaluable during both the design and construction phases of the
project. Our experience shows that gathering this additional data helps produce designs
that can last longer than average approaches, resulting in additional savings to the City.
PEI will perform the deflection analysis in general accordance with California Test
method 356 (CTM 356) at 100 -foot maximum intervals in each lane (minimum 10 tests
per lane). We will core at 500 -foot maximum intervals over the street segment (minimum
two cores per street segment). During each procedure, PEI will provide traffic control on
arterial and collector streets using a follow vehicle with a towed arrowboard. Flagging
will be provided as needed. The City will provide traffic index information.
Rehabilitation options for investigation will include pulverization and resurfacing, milling
and filling, conventional asphalt concrete overlay and ARHM overlays. The deflection
testingand coring data for each street will be included in the project development
binders; however, no formal deflection testing report will be prepared. Going straight
from the raw analysis and data to design conserves design funds. The pavement
evaluation information will be compiled into binders and submitted to the City during
periodic reviews and at the completion of the project.
X\Shared\R Drive\Business\Text\Marketing\Proposals\MP13-215_pr.docx Page 15
Pavement Engineering Inc. Request for Qualifications for Design Services
Civil Engineering , Design Services 2013-2014 Overlay and Slurry Seal Program
Pavement Management Services Project Number M0097
Task 3 — Perform field surveys to design the project
PEI staff will physically walk each project street to measure and record all pertinent field
quantities. Physically measuring the quantities provides confidence that bid quantities
are accurate, ensures smoother contract administration. and reduces the potential for
change orders.
All field quantities of physical elements to be incorporated in the rehabilitation work for
each street will be measured and recorded. This information includes the location of
existing striping, pavement markers and paint markings; locations of utility lids; limits of
paving transitions, digouts and other pavement repairs; and the total area of pavement to
be resurfaced: If concrete repairs or tree root -damage -are identified during field reviews, - we will bring these items to the City's attention to determine if the repairs should be
added to the contract.
Task 4 — Evaluate streets requiring slurry seals or overlays
Based on the street list developed in Task 1, PEI will investigate and identify any
preparatory work required before applying the specified treatments. We will identify the
location of work, quantities of work and any limitations to the work. Following the
investigation, PEI will provide the City with a detailed street -by -street accounting of our
findings. Our detailed accounting will include the locations, limits and quantities of traffic
striping and raised pavement marker removals indentified in Task 3. We will consider the
conclusion of Task 4 as the 50% submittal phase.
Task 5 — Coordinate with utility companies
PEI will coordinate with local utility companies and incorporate all utility facilities affecting
the projects into the contract documents. For this task, PEI will obtain a current listing of
utility companies and contact information from the City.
Task 6 — Prepare plans, specifications, construction documents, cost estimates
PEI will prepare one set of street improvement plans, construction documents
(specifications) and construction cost estimates. The approximate budget is $7M ($6M
overlay and $1M slurry seal). Documents will be consistent with the City's format and
plan sets PEI has previously provided.
We will draft specifications and prepare details for typical sections, transitions, keycuts,
digouts and any necessary additional pavement work. Any portion of the maintenance
work that requires clarification will be submitted in the form of drafted plan views, details
and elevations or cross sections, as necessary. PEI will prepare traffic signage and
striping plans, if required, which. include existing and proposed signs, lane stripes,
pavement legends and traffic signal loops affect by the overlays and slurry seals.
PEI anticipates that the base sheets will be on 24 x 36 sheets as provide in previously
projects. We will use aerial photographs to develop the base sheets. If web -based aerial
photographs of locations are not available, PEI will ask the City to provide electronic files
of aerial photographs.
X\Shared\R Drive\Business\Text\Marketing\Proposals\MP13-215_pr.docx Page 16
IFPavement Engineering Inc. Request for Qualifications for Design Services
Civil Engineering • Design Services 2013-2014 Overlay and Slurry Seal Program
Pavement Management Services Project Number M0097
The engineer's estimate and contract documents, including detailed spreadsheets,
special provisions and plans, will be submitted to the City as part of the 90% design
review submittal. After reviewing the 90% submittal, we will meet with City staff to
resolve any outstanding issues and will adjust contract documents accordingly.
Task 7 — Respond to bidders' questions
After the final submittal, we will be available to answer questions from the City
concerning the design. We will prepare addenda as required. In addition, we also will
be available for help with questions from the contract administration personnel or from
contractors during the bidding process.
Task 8 Respond to contractors' questions
During the construction phase, PEI will be available to the City construction staff to
review design questions, submittals and construction problems. We will provide these
services as needed on a time -and -materials basis.
FEE SCHEDULE
Pavement Engineering Inc.
San Luis Obispo, CA
Engineering & Landscape Architect Services
Senior Principal Engineer........................................................................... $175/hr
Principal Engineer/Landscape Architect..................................................... $150/hr
Senior Associate Engineer/Landscape Architect ........................................ $140/hr
Associate Engineer.....................................................................................$130/hr
Assistant Engineer .................. ............................................................. ....... $120/hr
Technical Services
Senior Engineering Technician................................................................... $105/hr
Engineering Technician..............................................................................$100/hr
CADDrafting................................................................................................$ 95/hr
Clerical.....................:...................................................................................$ 55/hr
Field Services
PW Dynaflect Operator...............................................................................$275/hr
PW Assistant Dynaflect Operator...................................................
............. $150/hr
PWCoring Technician................................................................................$210/hr
PW Assistant Coring Technician.................................................................$125/hr
Per diem subsistence...............................................................................
$125/day
Mobilization and overtime fees may apply
Basis of Charges
General
Fees for Engineering and Technical Services on a Time and Materials Basis will be
charged at the applicable hourly rates. Fees are charged in increments of one-half hour.
Services are charged portal-to-portal. Traffic control fees are based upon location of the
X\Shared\R Drive\Business\Text\Marketing\Proposals\MP13-215_pr.docx Page 17
19Pavement Engineering Inc. Request for Qualifications for Design Services
- Civil Engineering • Design Services 2013-2014 Overlay and Slurry Seal Program
Pavement Management Services Project Number M0097
job site and length of job. Regular working hours are the first 8 hours between 7 am
and 6 pm, Monday through Friday, holidays excluded. Work requested or performed
outside these parameters is subject to the following additional premium time charges:
Engineers: ................ m ............................................................................ $ 55/hr
Technicians: ........................................................................ ................. $ 401hr
Miscellaneous Charges
Travel Expenses, Equipment Rental, Reproductions, Testing (other than
by PEI), Photographic Expenses and Other Outside Services: Cost + 15%
Payment
Invoices will be submitted either semi-monthly or monthly and are payable upon receipt.
Interest of 1-1/2% per month (but not exceeding the maximum rate allowable by law)
will be payable on any amounts not, paid within 30 days, payment thereafter to be
applied first to accrued interest and then to the principal unpaid amount. Attorneys' fees
or other costs incurred in collecting any delinquent amount shall be paid by the client.
DELIVERY SCHEDULE
PEI is committed to delivering quality services on a schedule consistent with the City's
goals. If PEI is selected to perform this work, we will be available to begin work
immediately upon a fully executed contract with the City. Based on the schedule
outlined in the Request for Qualifications (Project M0097), and assuming a start date of
September 9, 2013, we anticipate the following approximate schedule:
SFr RFQ:Tasksi'\
CltTtmehne �'
y
` Delivery date "°ate
.Y
-
Tasks 1 through 3
Not specified
October 28, 2013
Tasks 4 and 5 (50% submittal)
8 weeks
November 4, 2013
Task 6 (90% submittal)
16 weeks
December 30, 2013
X\Shared\R Drive\Business\Text\Marketing\Proposals\MP13-215_pr.docx Page 18
10Pavement Engineering Inc.
- Civil Engineering • Design Services
Pavement Management Services
Request for Qualifications for Design Services
2013-2014 Overlay and Slurry Seal Program
Project Number M0097
TOTAL COST
FEE SCHEDULE BREAKDOWN
T_otal.;
Task;1, ,w{,Vrsu`ally inspect,alhthetstreetsselected'byatheCity <,,,r `'.,. ,.,,; 3,,Rate„ +Hours t ` '" .
Senior Principal Engineer
$175 100
$17,500
Senior Engineering Technician
105 40
4,200
Fee Task 1
$21,700
,,Task'2 „� ^P.ertoFm,deflec'ton'testingand coring,for,,pavement 8esgnr � +,,` ,,.Rates Hours ,;+t,:TotalF.
Senior Principal Engineer
$175 8
$1,400
Senior Engineering Technician
105 4
420
Dynaflect Operator
275 21...
--5,775
Assistant Dynaflect Operator
150 21
3,150
Dynaflect and Coring Crew Preparation
95 4
380
Coring Technician
210 21
4,410
Assistant Coring Technician
125 21
2,625
Traffic Control
3,325
Mobilization
2,000
Per Diem
$125 3
375
R -Value (ASTM D2844, CTM 301)
200 12
2,400
Fee Task 2
$26,260
Task<3,�,�xP_erfo`rm"fieidsurveysRtod_esrgnthe,'profect,, �'��� ;y+`z�>,� ,,,.Rate1 Hours�� ��, Total"
Principal Engineer
$150 12
$1,800
Senior Engineering Technician
105 53
5,565
Engineering Technician
100 40
4,000
Fee Task 3
$11,365
na cEvalaate streets regwng slurry seals royerls _„
lack"4 aFor. _y Rate,7�N0,urs „ { TotalI
Senior Principal Engineer
$175 20
$3,500
Senior Engineering Technician
105 20
2,100
Fee Task 4
$5,600
Tasks; jCoorimatewith,Utilit y"Compames,,'',,ti
err"' `,t_s _` . tRate,Hours°„ c,Totai;
Associate Engineer
$150 1
$150
Engineering Technician
100 8
800
Fee Task 5
$950
kTask6S_ `t Prepare pfans';tspecifications, consfrucfion,r7ocumerits ;costs;, ; .;r?Rater Hours Total;
Senior Principal Engineer
$175 40
$7,000
Principal Engineer
150 40
6,000
Associate Engineer
130 80
10,400
Senior Engineering Technician
105 80
8,400
CAD Drafting
95 120
11,400
Fee Task 6
$43,200
Included in Task 6
Taskv8? 4, 'Respgnd
As required per fee schedule
Total Project Fee
$109,075
X\Shared\R Drive\Business\Text\Marketing\Proposals\MP13-215_pr.docx Page 19
Pavement Engineering Inc. Request for Qualifications for Design Services
Civil Engineering • Design Services 2013-2014 Overlay and Slurry Seal Program
Pavement Management Services Project Number M0097
REQUIRED FORMS AND STATEMENTS
Attachment A — City of Santa Clarita Disclosure Statement
Attachment B —Equal Opportunity/Affirmative Action Statement
Attachment C — Hold Harmless Agreement
ATTACHMENT A
CITY OF SANTA CLARITA DISCLOSURE STATEMENT
The following information must be disclosed:
1. List the names of all persons having a financial interest in the Request for
Qualifications.
Pavement Engineering, Inc.
2. If any person identified pursuant to No. I above is a corporation or partnership, list the
names of all individuals owning more than ten percent of the shares in the corporation
or owning any partnership interest in the partnership.
Paul R. Curren; William J. Long; Joseph L. Ririe; Michael P. Wasden; Troy L.
Sisneros; Don Trotter.
3. If any person identified pursuant to No. I above is a non-profit organization or a trust,
list the names of any persons serving as a director of the non-profit organization or as
a trustee or beneficiary or trustor of the trust.
Not applicable.
4. Has the offeror had more than $250 worth of business transacted with any member of
the City of Santa Clarita staff, boards, commissions, committees and Council within the
past twelve months? If yes, please indicate the person(s) with whom you have conducted
business.
Yes, William Whitlatch under contract with the City.
NOTE: Attacji;d additional pages as necessary.
ofOfferor/Date June 13, 2013
Joseph L. Ririe, P.E.
Print or Type Name of Offeror
ATTACHMENT B
EQUAL OPPORTUNITY/AFFIRMATIVE ACTION STATEMENT
The offeror hereafter described will not discriminate against any employee or applicant for
employment because of race/color, national origin, sea, sexual preference, religion, age, or
handicapped status in employment or the provisions of services.
Signature
Joseph L. Ririe, P. E., President
Typed Name and Title
ATTACHMENT C
HOLD HARMLESS AGREEMENT
Offeror agrees to indemnify and hold harmless the City of Santa Clarita against and from any
and all damages to property or injuries to or death of any person or persons, including
employees or agents of the City, and shall defend, indemnify and hold harmless the City, its
officers, agents and employees, from any and all claims, demands, suits, actions or proceedings
of any kind or nature, of or by anyone whomsoever, in any way resulting from or arising out of
the negligent or intention all acts, errors or omissions of the offeror or any of its officers, agents,
_. ..
or employees: _ . .....
Signature
Joseph L. Ririe, P. E., President
Typed Name and Title
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
Pavement Engineering Inc.
Contract No. 13-00294
This AGREEMENT is entered into this _ day of 20_, by and
between the CITY OF SANTA CLARITA, a municipal corporation and general law city
("CITY") and Pavement Engineering Inc., [a California Corporation] ("CONSULTANT").
1. CONSIDERATION.
A:- —As partial corisiderratioii,-CONSULTANT agrees to perform the work listed m the
SCOPE OF SERVICES, below; and
B. As additional consideration, CONSULTANT and CITY agree to abide by the
terms and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONSULTANT a sum not to
exceed one hundred nine thousand seventy five dollars ($109,075) for
CONSULTANT's services. CITY may modify this amount as set forth below.
Unless otherwise specified by written amendment to this Agreement, CITY will
pay this sum as specified in the attached Exhibit "A," which is incorporated by
reference.
2. SCOPE OF SERVICES.
A. CONSULTANT will perform services listed in the attached Exhibit "A," which is
incorporated by reference.
B. CONSULTANT will, in a professional manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except as
herein otherwise expressly specified to be furnished by CITY, necessary or proper
to perform and complete the work and provide the professional services required
of CONSULTANT by this Agreement.
3. PERFORMANCE STANDARDS. While performing this Agreement, CONSULTANT
will use the appropriate generally accepted professional standards of practice existing at the time
continuously monitor CONSULTANT's services. CITY will notify CONSULTANT of any
deficiencies and CONSULTANT will have fifteen (15) days after such notification to cure any
shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be borne
by CONSULTANT.
Revised 112011 Page 1 of 10
4. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement,
CONSULTANT must submit a detailed invoice to CITY which lists the hours worked and
hourly rates for each personnel category and reimbursable costs (all as set forth in
Exhibit "A") the tasks performed, the percentage of the task completed during the billing period,
the cumulative percentage completed for each task, the total cost of that work during the
preceding. billing .month and a cumulative cash flow curve showing projected and actual
expenditures versus time to date.
5. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT for
current services are within the current budget and within an available, unexhausted and
unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient
funds for payment of CONSULTANT services beyond the current fiscal year, this Agreement
will cover only those costs incurred up to the conclusion of the current fiscal year.
6. ADDITIONAL WORK.
A. If CONSULTANT believes Additional Work is needed to complete the Scope of
Work, CONSULTANT will provide the CITY with written notification that
contains a specific description of the proposed Additional Work, reasons for such
Additional Work, and a detailed proposal regarding cost.
7. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONSULTANT agrees that it has:
Carefully investigated and considered the scope of services to be
performed; and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
B. If services involve work upon any site, CONSULTANT. agrees that
CONSULTANT has or will investigate the site and is or will be fully acquainted
with the conditions there existing, before commencing the services hereunder.
Should CONSULTANT discover any latent or unknown conditions that may
materially affect the performance of the services, CONSULTANT will
immediately inform CITY of such fact and will not proceed except at
CONSULTANT's own risk until written instructions are received from CITY.
8. TERM. The term of this Agreement will be from 9/11/2013 to 9/11/2015. Unless otherwise
following instances:
A. Completion of the work specified in Exhibit "A."
B. Termination as stated in Section 15.
Revised 12011 Page 2 of 10
9. TIME FOR PERFORMANCE.
A. CONSULTANT will not perform any work under this Agreement until:
i. CONSULTANT furnishes proof of insurance as required under Section 22
of this Agreement; and
ii. CITY gives CONSULTANT a written notice to proceed.
B. Should CONSULTANT begin work on any phase in advance of receiving written
authorization to proceed, any such professional services are at CONSULTANT's
own risk.
-- ---
10. TIME EXTENSIONS. Should CONSULTANT be delayed by causes beyond
CONSULTANT's control, CITY may grant a time extension for the completion of the contracted
services. If delay occurs, CONSULTANT must notify the Manager within forty-eight hours
(48 hours), in writing, of the cause and the extent of the delay and how such delay interferes with
the Agreement's schedule. The Manager will extend the completion time, when appropriate, for
the completion of the contracted services.
11. CHANGES. CITY may order changes in the services within the general scope of this
Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the
contract time will be adjusted accordingly. All such changes must be authorized in writing,
executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in
the services will be determined in accordance with written agreement between the parties.
12. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a
Taxpayer Identification Number.
13. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and
maintain during the term of this Agreement, all necessary permits, licenses, and certificates that
may be required in connection with the performance of services under this Agreement.
14. WAIVER. CITY's review or acceptance of, or payment for, work product prepared by
CONSULTANT under this Agreement will not be construed to operate as a waiver of any rights
CITY may have under this Agreement or of any cause of action arising from CONSULTANT's
performance. A waiver by CITY of any breach of any term, covenant, or condition contained in
this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any
other term, covenant, or condition contained in this Agreement, whether of the same or different
15. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause
B. CONSULTANT may terminate this Agreement at any time with CITY's mutual
Revised 112011 Page 3 of 10
consent. Notice will be in writing at least thirty (30) days before the effective
termination date.
C. Upon receiving a termination notice, CONSULTANT will immediately cease
performance under this Agreement unless otherwise provided in the termination
notice. Except as otherwise provided in the termination notice, any additional
work performed by CONSULTANT after receiving a termination notice will be
performed at CONSULTANT'S own cost; CITY will not be obligated to
compensate CONSULTANT for such work.
D. Should termination occur, all finished or unfinished documents, data, studies,
surveys, drawings, maps, reports and other materials prepared by CONSULTANT
will, at CITY's option, become CITY's property, and CONSULTANT will
receive just and equitable compensation for any work satisfactorily completed up
to the effective date of notice of termination, not to exceed the total costs under
Section 1(C).
E. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
F. By executing this document, CONSULTANT waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section.
16. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models,
photographs and reports prepared by CONSULTANT under this Agreement are CITY's
property. CONSULTANT may retain copies of said documents and materials as desired, but
will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of
CONSULTANT's completed work product, for purposes other than identified in this Agreement,
or use of incomplete work product, is at CITY's own risk.
17. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service
under this Agreement, no copies, sketches, or graphs of materials, including graphic art work,
prepared pursuant to this Agreement, will be released by CONSULTANT to any other person or
public CITY without CITY's prior written approval. All press releases, including graphic
display information to be published in newspapers or magazines, will be approved and
distributed solely by CITY, unless otherwise provided by written agreement between the parties.
18. INDEMNIFICATION. CONSULTANT agrees to indemnify and hold CITY harmless from
and against any claim, action, damages, costs (including, without limitation, attorney's fees),
injuries, or liability, arising out of the performance of this agreement by CONSULTANT.
Should CITY be named in any suit, or should any claim be brought against it by suit or
otherwise, arising out of performance by CONSULTANT of services rendered pursuant to this
to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in
settlement or costs incurred in defense otherwise. Notwithstanding any provisions of this
Agreement to the contrary, design professionals shall be required to defend and indemnify the
City only to the extent allowed by Civil Code Section 2782.8, namely for claims that arise out of,
pertain to, or relate to the negligence, recklessness or willful misconduct of the design
professional. The term "design professional" includes licensed architects, licensed landscape
Revised 12011 Page 4 of 10
architects, registered professional engineers, professional land surveyors and the Business
entities which offer such services in accordance with the applicable provisions of the business
and Professions Code.
19. ASSIGNABILITY. This Agreement is for CONSULTANT's professional services.
CONSULTANT's attempts to assign the benefits or.burdens of this Agreement without CITY's
written approval are prohibited and will be null and void.
20. INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that
CONSULTANT will act as an independent contractor and will have control of all work and the
manner in which is it performed. CONSULTANT will be free to contract for similar service to
be performed for other employers while under contract with CITY. CONSULTANT is not an
agent or employee of CITY and is not entitled to participate in any pension plan, insurance,
bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that
may appear to give CITY the right to direct CONSULTANT as to the details of doing the work
or to exercise a measure of control over the work means that CONSULTANT will follow the
direction of the CITY as to end results of the work only.
21. AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with
respect to all services and matters covered under this Agreement. CITY will have free access at
all reasonable times to such records, and the right to examine and audit the same and to make
transcript therefrom, and to inspect all program data, documents, proceedings and activities.
CONSULTANT will retain such financial and program service records for at least three (3) years
after termination or final payment under this Agreement.
22. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONSULTANT will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance
Commercial general liability:
Professional Liability
Business automobile liability
Workers compensation
Limits
$1,000,000
$1,000,000
$1,000,000
Statutory requirement
ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property damage for the policy coverage. Liability policies will be
endorsed to name CITY, its officials, and employees as "additional insureds"
under said insurance coverage and to state that such insurance will be deemed
"primary" such that any other insurance that may be carried by CITY will be
Revised 1/2011 Page 5 of 10
excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10
11 85 or 88, or equivalent. Such insurance will be on an "occurrence," not a
"claims made," basis and will not be cancelable or subject to reduction except
upon thirty (3 0) days prior written notice to CITY.
C. Professional liability coverage.will be on an "occurrence basis" if such coverage
is available, or on a "claims made" basis if not available. When coverage is
provided on a "claims made basis," CONSULTANT will continue to renew the
insurance for a period of three (3) years after this Agreement expires or is
terminated. Such insurance will have the same coverage and limits as the policy
that was in effect during the term of this Agreement, and will cover
CONSULTANT for all claims made by CITY arising out of any errors or
omissions of CONSULTANT, or its officers, employees or agents during the time
this Agreement was in effect.
D. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 0106 92, including symbol 1 (Any Auto).
E. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement and such
other evidence of insurance or copies of policies as may be reasonably required
by CITY from time to time. Insurance must be placed with insurers with a current
A.M. Best Company Rating equivalent to at least a Rating of "A:VII."
F. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance
required by this Agreement, CITY may obtain such coverage at
CONSULTANT'S expense and deduct the cost of such insurance from payments
due to CONSULTANT under this Agreement or terminate pursuant to Section 15.
In the alternative should CONSULTANT fail to meet any of the insurance
requirements under this agreement City may cancel the Agreement immediately
with no penalty.
G. Should CONSULTANT'S insurance required by this Agreement be cancelled at
CONSULTANT must obtain rQlacement coverage that meets all contractual
requirements within 10 days of the prior insurer's issuance of notice of
cancellation CONSULTANT must ensure that there is no lapse in coverage.
23. USE OF SUBCONTRACTORS. CONSULTANT must obtain CITY's prior written
approval to use any consultants while performing any portion of this Agreement. Such approval
24. INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the
status on the project, which will include a schedule update and a short narrative description of
progress during the past month for each major task, a description of the work remaining and a
description of the work to be done before the next schedule update.
Revised 1/2011 Page 6 of 10
25. NOTICES. All communications to either party by the other party will be deemed made
when received by such party at its respective name and address as follows:
If to CONSULTANT:
Pavement Engineering Inc.
3485 Sacramento Drive, Suite A
San Luis Obispo, CA 93401-7156
Attention: Joe Ririe
If to CITY:
City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
Attention: Bill Whitlatch
Any such written communications by mail will be conclusively deemed to have been received by
the addressee upon deposit thereof in the United States mail, postage prepaid and properly
addressed as noted above. In all other instances notices will be deemed given at the time of
--- - ------ - a ------ -n---- --
actual delivery. Changes may be made in the names or addresses of persons to whom notices are -
to
e
to be given by giving notice in the manner prescribed in this paragraph.
26. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's Conflict of Interest Code (on file in
the City Clerk's Office). It is incumbent upon the CONSULTANT or CONSULTING FIRM to
notify the CITY pursuant to Section 25. NOTICES of any staff changes relating to this
Agreement.
A. In accomplishing the scope of services of this Agreement, all officers, employees
and/or agents of CONSULTANT(S), unless as indicated in Subsection B., will be
performing a very limited and closely supervised function, and, therefore, unlikely to
have a conflict of interest arise. No disclosures are required for any officers,
employees, and/or agents of CONSULTANT, except as indicated in Subsection B.
Initials of Consultant
B. In accomplishing the scope of services of this Agreement, CONSULTANT(S) will be
performing a specialized or general service for the CITY, and there is substantial
likelihood that the CONSULTANT'S work product will be presented, either written
or orally, for the purpose of influencing a governmental decision. As a result, the
following CONSULTANT(S) shall be subject to the Disclosure Category "1" of the
CITY's Conflict of Interest Code:
retained any company or person, other than CONSULTANT's bona fide employee, to solicit or
secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed
to pay any company or person, other than CONSULTANT's bona fide employee, any fee,
commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting
from the award or making of this Agreement. Should CONSULTANT breach or violate this
warranty, CITY may rescind this Agreement without liability.
Revised 112011 Page 7 of 10
28. THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is
generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any
other party. There will be no incidental or other beneficiaries of any of CONSULTANT's or
CITY's obligations under this Agreement.
29. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
agreement will be in Los Angeles County.
30. COMPLIANCE WITH LAW. CONSULTANT agrees to comply with all federal, state,
and local laws applicable to this Agreement.
31. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire
understanding of the parties. There are no other understandings, terms or other agreements
expressed or implied, oral or written. There is/are One (1) Attachment(s) to this Agreement.
This Agreement will bind and inure to the benefit of the parties to this Agreement and any
subsequent successors and assigns.
32. RULES OF CONSTRUCTION. Each Parry had the opportunity to independentlyreviewthis
Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole,
and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party.
33. SEVERABILITY. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the
extent necessary in the opinion of the court to render such portion enforceable and, as so
modified, such portion and the balance of this Agreement will continue in full force and effect.
34. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this Agreement and to
engage in the actions described herein. This Agreement may be modified by written amendment.
CITY's executive manager, or designee, may execute any such amendment on behalf of CITY.
35. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the
same effect as an original signature.
36. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
----37. TIMEjS OF ESSENCE. _ Tune is- of the essence _fox each-and-every—provision-of this___
Agreement.
Revised 112011 Page 8 of 10
38. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, acts of terrorism, war, embargo, government action, civil or military authority, the
natural elements, or other similar causes beyond the Parties' reasonable control, then the
Agreement will immediately terminate without obligation of either party to the other.
39. STATEMENT OF EXPERIENCE. By executing this. Agreement, CONSULTANT
represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity
to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its
financial resources, surety and insurance experience, service experience, completion ability,
personnel, current workload, experience in dealing with private consultants, and experience in
dealing with public agencies all suggest that CONSULTANT is capable of performing the
proposed contract and has a demonstrated capacity to deal fairly and effectively with and to
satisfy a public CITY.
--------------
40. PROTECTION OF RESIDENT WORKERS. The City of Santa Clazita actively supports
the Immigration and Nationality Act (INA) which includes provisions addressing employment
eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire
only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.)
and aliens authorized to work in the U.S. The employer must verify the identity and employment
eligibility of anyone to be hired, which includes completing the Employment Eligibility
Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so
no services or products under the Contract Documents will be performed or manufactured by any
worker who is not legally eligible to perform such services or employment.
[SIGNATURES ON NEXT PAGE]
Revised 1/2011 Page 9 of 10
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and
year first hereinabove written.
FOR CONSULTANT:
By:
Print Name & Title
-- --------- --
Date..:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
0
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
By:
City Attorney
Date:
Revised 1/2011 Page 10 of 10
I of 2
Exhibit "A"
DESIGN SERVICES
2013-14 OVERLAY& SLURRY SEAL PROGRAM, PROJECT M0097
SCOPE OF WORK
Consulting services shall consist of all items of work necessary to complete detailed
construction plans, specifications and cost estimate in accordance with the latest edition
of the Standard Plans and Specifications for Public Works Construction. The following
Est includes a brief description of the tasks to be performed by the Consultant.
— -- — -- ---Task-1= Perform a-visuai-inspection-of-all-the-streets-within-the-City-selected-areas----- ----- =----
and, determine the best treatment and estimated cost of each street as a preliminary
evaluation. Work with the City to select the streets up to the project budget amount for
further design evaluation.
Task 2 — Perform deflection testing and Coring for pavement design, as necessary.
Task 3 - Perform all field surveys necessary to design the project. Locate all structures
and improvements within the right-of-way and adjoining streets, which may be
pertinent, or in conflict with the proposed design.
Task 4 - Investigate the streets identified by the City as requiring slurry or overlay.
Identify and mark areas requiring preparatory work. Submit a detailed account, per
street, which includes, but is not limited to the type of preparatory work performed,
actual location, and limits and quantities of said work. Also, to include locations, limits,
and quantities of traffic stripe and raised pavement marker removals. In addition,
provide a summary of quantities.
Task 5 - Coordinate with Utility Companies and incorporate all utility facilities into the
plan, as necessary.
Task 6 - Prepare street improvement plans, construction specifications, and construction
cost estimate consistent with City format. Prepare traffic signing/striping plans if
required, which include the existing and proposed signs, lane stripes with dimensions,
pavement legends, and traffic signal loops affected by the overlay and slurry seal
project.
Task 7 — During Bid Phase, respond to bidder questions regarding the PS&E and
prep are . addendum(s).
------ Task-8=Answercontractor's questions -during-sonstr-uction-regar--ding-the-design.__
Exhibit"A" Z Opt
2013-14 Overlay & Slurry Seal Program, Project MO097
TOTAL COST
FEE SCHEDULE BREAKDOWN
Rar> Hours Total
liask�l_PeriormaPrslim'inaryAGenegaliEvaluatl'onkofrStreetaC;ondbon's$?R,Yv't.Wt'-��;'.$*.a�`E
SeniorPrincipalEngineer
$175 100
$17,500
Senior Engineer Technician
$105 40
$4,200
Sub -Total
$21,700
Tiask�2eFe",rformuDeflectCon>GTtestiri"(�andgQogtn"gfor�Paveine_ht{Desi n'?��rr'
al Engineer
Senior Principen- g-------
- $175 8
---- -
$1,400
"
------ -----------------
Senior Engineering Technician
$105 4
$420
Dynaflect Operator
$275 21
$5,775
Asst. Dynaflect Operator
$150 21
$3,150
Dynaflect & Coring Crew Preparation
$95 4
- $380
Coring Technician
$210 21
$4,410
Asst. Coring Technician
$125 21
$2,625
Traffic Control
-
$3,325
Mobilization
$2,000
Per Diem
$125 3
$375
R -Value (ASTM D2844, CTM 301)
$200 12
$2,400
Sub -Total
$26,260
�Tjask;31=�Me'asuremer(tgofdFleltli�riaiitltlesFa�•f 9.��w""�,."::�;"'�_s�.
�:=C°:"�'"-u �+�s� '`�'UW'i�'"`�zt`'d"
Principal Engineer
$150 12
$1,800
Senior Engineering Technician
$105 53
$5,565
Engineering Technician
$100 40
$4,000
Sub -Total
$11,365
•rask�� Da.,;y!,rjpro BCtY9udgnrl
Senior Principal Engineer
$175 20
$3,500
Senior Engineer Technician
$105 20
$2,100
Sub -Total
$6,600
CgArdmate„WithIMUIltyd0060a0les-.u',,„.»`''a.'_,._.,,..,.,.w..,....•.....,,...._...:�,�.a-......�;-�.-, . 'r te„'-,`
Principal Engineer -
$150�tl41
$150
Engineering Technician
$100 8
$800
Sub -Total
$950
C�Tiask{6C�(Preparation4of$C.bntract;D'ocements;(andlEstimatet~;='gt}�'��'=�n�;F"2�1a' �"-,:crw,,->'�:,�`'�'�
Senior Principal Engineer
$175 40
$7,000
Principal Engineer
$150 40
$6,000
Associate Engineer
$130 BO
$10,400
Senior Engineering Technician
$105 80
$8,400
CAD Drafting
$95 120
$11,400
Sub -Total
'$43,200
;:(Taska7r;;BiddmgpPro”cess',S4P.Po-,rt,Services'p,�"„_,1;^ua
Included in Task 6
°ja4ks8 6hi4bu_dfidnJSUPli0rt
As Required
Per Submitted
Fee Schedule
Sub Total:
$109,075.00
Contingency:
$16,361.00
---- - ---- -----Total:—