Loading...
HomeMy WebLinkAbout2014-09-23 - AGENDA REPORTS - SLURRY SEAL PGM PROJ M0102 (6)CONSENT CALENDAR F17.1 9:6 SUBJECT: DEPARTMENT: Agenda Item: 2 CITY OF SANTA CLARITA AGENDA REPORT City Manager Approval: Item to be presented by: September 23, 2014 Damon Letz 2014-15 ANNUAL OVERLAY AND SLURRY SEAL PROGRAM, PROJECT MO 102 - AWARD DESIGN CONTRACT Public Works RECOMMENDED ACTION City Council: Award the contract for engineering design services to Pavement Engineering Inc. for the 2014-15 Annual Overlay and Slurry Seal Program, Project M0102, in the amount of $166,930, and authorize a contingency in the amount of $16,693, for a total contract amount not to exceed $183,623. 2. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. 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. In 2010, a Request for Qualifications was sent to 14 design consultants with six firms submitting qualifications. The process resulted in a list of four pre -qualified consultants with the City's p�� E{f' 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. One of the four pre -qualified firms submitted a proposal. After reviewing the proposal, 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. The requested contingency amount of $16,693 will cover costs 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 Gas Tax (Fund 230), Transportation Development Act, Article 8 (Fund 233), and Measure R Local Return (Fund 264) have been appropriated to Project M0102 Expenditure Accounts for design costs. ATTACHMENTS Contract - Pavement Engineering Inc, available in the City Clerk's Reading File PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND Pavement Engineering Inc. Contract No. 14-00319 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., California Corporation ("CONSULTANT"). 1. CONSIDERATION. A. As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONSULTANT and CITY agree to abide by the terns and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONSULTANT a sum not to exceed One hundred sixty six thousand, nine hundred thirty dollars ($166,930.00) 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 of performance utilized by persons engaged in providing similar services. CITY will 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 1/2011 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: i. 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 9/23/14 to 9/23/16. Unless otherwise determined by written amendment between the parties, this Agreement will terminate in the following instances: A. Completion of the work specified in Exhibit "A." B. Termination as stated in Section 15. Revised 112011 Page 2 of 10 9. TIME FOR PERFORMANCE. A. CONSULTANT will not perform any work under this Agreement until: 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 character. 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 Reviud 1@011 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 act 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 Agreement, CONSULTANT will defend CITY (at CITY's request and with counsel satisfactory 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 1/2011 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 B. Commercial general liability insurance will meet or exceed the requirements of 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 Raixd II2011 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 (30) 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 replacement 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 must approve of the proposed consultant and the terms of compensation. 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 12011 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 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 actual delivery. Changes may be made in the names or addresses of persons to whom notices are 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: 27. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT's bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT wan -ants 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 1/2011 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 Party had the opportunity to independently review this 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. TIME IS OF ESSENCE. Time is of the essence for 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 Clarita 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] Revied 112011 Page 9 of 10 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONSULTANT: 0 Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: 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 1 of 5 EXHIBIT "A" DESIGN SERVICES 2014-15 OVERLAY& SLURRY SEAL PROGRAM, PROJECT M0102 SCOPE OF WORK Consulting services shall consist of all items of work necessary to complete/design 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 list includes a brief description of the tasks to be performed by the Consultant. Task 1 — Perform a visual 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, include locations, limits, and quantities of traffic stripes 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 prepare addendum(s). Task 8 — Answer contractor's questions during the construction phase regarding the design. 2 of 5 EXHIBIT "A" Task 9 — During the construction phase provide design support services to include but, not limited to: prepare change order 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. 3of5 EXHIBIT "A" DESIGN SERVICES 2014-15 OVERLAY& SLURRY SEAL PROGRAM, k IPROJECT M0102 Section 4 Fee Schedule 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 PW Coring Technician.............................................................................. $210/hr PW Assistant Coring Technician.............................................................. $125/hr Per diem subsistence .......... ................................................................... $125/day Mobilization and overtime fees may apply Basis - 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. Miscellaneous Charges 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 1.5% 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. Section 5 Schedule 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 M0102) and assuming a start date of September 9, 2014, we anticipate the following approximate schedule RFQ Tasks City Timeline Delivery date Tasks 1 through 3 Not specified October 27, 2014 Tasks 4 and 5 (50% submittal) 8 weeks November 4, 2014 Task 6 (100% submittal) 12 weeks December 1, 2014 x\Shared\R Drive\Business\-fext\Marketing\Proposals\Proposals2014\MP14-271_pr dou P ye 19 4of5 EXHIBIT "A" XV9haredlN I?rive\ltusincsstimtlMarkntinplProposnlslPioposRis2n141MP14 211 prdors i . -, i,, - 1n Section 6 - Design Services for the 2014-2015 Overlay I� Overlay and Slurry Seal Program, M0102 Total Cost / Fee Breakdown Task 1 Visually Inspect all the streets selected by the City Rate Hours Total Senior Principal Engineer $175 100 $17,500 Senior Engineering Technician 105 80 8,400 Fee Task 1 $26,900 Task 2 Perform deflection testing and coring for pavement design Rate Hours Total Senior Principal Engineer $175 8 $1,400 Senior Engineering Technician 105 40 4,200 Dynaflect Operator 275 24 6,600 Assistant Dynaflect Operator 150 24 3,600 Dynaflect and Coring Crew Preparation 95 4 380 Coring Technician 210 24 5,040 Assistant Coring Technician 125 24 3,000 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 $32,320 Task 3 Perform field surveys to design the project Rate Hours Total Principal Engineer $150 12 $1,800 Senior Engineering Technician 105 50 5,250 Engineering Technician 100 40 4,000 Fee Task 3 $11,060 Task 4 Evaluate streets requiring slurry seals or overlays Rate Hours Total Senior Principal Engineer S175 24 $4,200 Senior Engineering Technician 105 24 2,520 Fee Task 4 $6,720 Task 5 Coordinate with utility companies Rate Hours Total Associate Engineer $150 1 $150 Engineering Technician 100 8 800 Fee Task 5 $950 Task 6 Prepare plans, specifications, construction documents, costs Rate Hours Total Senior Principal Engineer $175 50 $8,750 Principal Engineer 150 50 7,500 Associate Engineer 130 90 11,700 Senior Engineering Technician 105 90 9,450 CAD Drafting 95 140 13,300 Fee Task 6 $60,700 Task 7 Respond to bidder questions Rate Hours Total Senior Principal Engineer $175 4 $700 Senior Engineering Technician 105 4 420 CAD Drafting 95 4 380 Fee Task 7 $1,500 XV9haredlN I?rive\ltusincsstimtlMarkntinplProposnlslPioposRis2n141MP14 211 prdors i . -, i,, - 1n EXHIBIT "A" S of 5 DESIGN SERVICES 9014-16 OVEALAYA SLURRY SR,AL PROGRAM, PROJECT M®192 Task 8 Respond to contractors' questions Rate Hours Total Senior Principal Engineer $175 a $1,400 Principal Engineer 150 8 1,200 Fee Task 8 $2,600 Task 9 Design support services Rate Hours Total Senior Principal Engineer $175 40 $7,000 Principal Engineer 150 40 6,000 Associate Engineer 130 54 7,020 Senior Engineering Technician 105 54 5,670 CAD Drafting 95 100 9,500 Fee Task 9 $36,190 Total Project Fee $166,930 Mhared\R Drive\BusinessIText\Marketing\ProposalsVProposals20141MP14-271yr.docx Page 11'I Id - Pavement Engineering Inc. You can ride on our reputation June 27, 2014 MP14-271 Mr. William F. Whitlatch City of Santa Clarita Public Works Department Suite 300, City Hall 23920 Valencia Boulevard Santa Clarita, CA 91355-2107 Subject: Request for Proposal for Design Services for the 2014-2015 Overlay and Slurry Seal Program, Project Number M0102 Dear Bill, We are once again looking forward to working with you on the 2014-2015 overlay and slurry seal program and have prepared and enclosed a response to the City's most recent RFP. We believe our familiarity with the City's streets and its paving projects is our greatest asset, one that will allow us to deliver high quality projects on time and on budget. In addition, all our work is done in house, so there are no subcontractor markups. We value our relationship with the City of Santa Clarita and will continue our commitment to provide our services with honesty, trust and professionalism. Our goal has always been to exceed your expectations. Please call me anytime if you have questions about this proposal. Very truly yours, PAVEMENT EN INEERING INC. Joe Rrie P.E. President Enclosures: RFP (four copies) pc: C File / M File / S File Serving California since 1987 Section 2 Qualifications of the Firm CORPORATE OFFICE Pavement Engineering Inc. (PEI) specializes in pavement. From evaluation to design to inspection and quality control, it's San Luis Obispo all we do. Because we have worked with hundreds of 3485 Sacramento Dr. Ste. A California cities, counties and government agencies, we San Luis Obispo, CA 93401 understand the process and have the experience, flexibility, 805.781.2265 communication and coordination skills to ensure projects 805.781.2267 Fax move forward smoothly, on time and within budget. BRANCH OFFICES During any given year, PEI designs and inspects more than a kShared\R Drive\Business\Text\Markettng\Proposals\Proposals20 WN1P14-271_pr dQGx Paoe i 1 million tons of AC for dozens public agency paving projects. Petaluma 3820 Cypress Dr., Ste. 3 We are an industry expert in Hot Mix Asphalt and Rubberized Petaluma, CA 94954 AC. In 2013, PEI was involved with the AC mix production 707.769.5330 testing or placement inspection of more than 1.5 million tons 707.769.5333 Fax of AC, ARHM and Warm Mix Asphalt. PEI is also involved in the design and testing of Cold In -Place Recycling Projects and Redding Foamed Asphalt Full Depth Reclamation. 20260 5KyparK Drive Redding, CA 96002 Through our involvement with the development and 530.224.4535 implementation of the new Section 39 of the 2010 Caltrans 530.224.4539 Fax Standard Specifications for Hot Mix Asphalt, PEI has become a leader in designing and testing the new performance based AC materials. We literally bring millions of tons of AC experience to the City of Santa Clarita. PEI also has the latest testing equipment, tools and in-depth knowledge to solve the most challenging pavement maintenance problems. We have an experienced, licensed and qualified staff of professional engineers, engineering technicians, inspectors, laboratory technicians and support personnel. PEI's inspection staff is Caltrans certified and has performed inspection for many Caltrans QC/QA projects as well as other public and private projects. PEI investigates pavement conditions accurately with the precise data needed to protect an agency's pavement investment. Field investigations include deflection testing, sample the pavement structure and evaluating existing pavement drainage. Laboratory testing included analyzing pavement materials and soil characteristics, which we analyze to determine structural adequacy. Combining this analysis with observations of pavement performance, our engineers can determine the current condition of pavement and evaluate maintenance and rehabilitation alternatives. The net result is an optimum design for long-term pavement performance and the lowest annual cost. PEI executes rehabilitation design with proper detailing and quality considerations. Our plans clearly define the extent and quality of work expected, including all construction details, materials and procedures. We have spent years creating and kShared\R Drive\Business\Text\Markettng\Proposals\Proposals20 WN1P14-271_pr dQGx Paoe i 1 enhancing specifications for roadways and parking lots that reflect the best industry practices. The combination of site plans, details and specifications ensures that all contractors are bidding on exactly the same work. Detailed contract documents result in lower bids, and complete specifications minimize scheduling, relationship and payment problems. Our design approach results in more successful projects form everyone's perspective. PEI offers a variety of construction -related services that ensures high quality, long lasting pavement performance. Our QA/QC program ensures all the work performed by a contractor conforms to contract document specifications. PEI brings the following strengths to the City of Santa Clarita • Numerous pavement evaluation studies and recommendations for public agencies throughout California. • Contract documents and contract administration services for many types of pavement rehabilitation projects, including federal aid projects. • Unparalleled expertise in pavement maintenance and rehabilitation projects. • Two Caltrans -certified laboratories and one AMRL-certified laboratory. • Fully trained, Caltrans -certified inspection and contract administration staff specializing in pavement maintenance and rehabilitation projects. We also understand the responsibilities of and constraints on public works departments. They 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 we excel. PEI has performed similar work for the following cities Atascadero Hayward Morgan Hill San Luis Buellton Hemet Napa Obispo Calabasas Hercules Novato San Mateo Calistoga Lakeport Oakdale San Ramon Camarillo Larkspur Oakley Santa Barbara Carpinteria Lathrop Ojai Santa Maria Citrus Heights Lincoln Oxnard Seaside Concord Lompoc Pacifica Shasta Lake Cupertino Los Altos Palo Alto St. Helena Danville Los Altos Hills Paso Robles Stockton Escalon Los Gatos Petaluma Thousand Oaks Fort Bragg Mill Valley Pittsburg Tiburon Galt Millbrae Rocklin Vacaville Gilroy Milpitas Roseville Walnut Creek Goleta Monte Sereno Sacramento Windsor Grover Beach Monterey San Anselmo Woodland Guadalupe Moorpark San Carlos Yreka X�SharedlR DrivelBusinesslrext\Marketing%Proposals',Proposals20141MP14-271_pr,docx F, Q, i Section 2 fil Qualifications: Projects Similar in Scope CITY OF PASO ROBLES 1000 Spring Street Paso Robles, CA 93446 Mercedes "Ditas" Esperanza Capital Project Engineer (805) 237-3861 ditas@prcfty.com CITY OF SANTA CLARITA 23920 Valencia Blvd. Ste. 300 Santa Clarita, CA 91355 William Whitlatch Administrative Analyst (661) 225-4933 bwhitlatch@santa-clarita.com CITY OF CONCORD 1950 Parkside Drive Concord, CA 94519 Jeff Rogers Associate Civil Engineer (925)671-3108 Jeff. Rogers@ci. concord. ca. us CITY OF LARKSPUR 400 Magnolia Avenue Larkspur, CA 94939 Mary Grace Houlihan Public Works Director (415) 927-5110 mghoulihan@cityoflarkspur.org CITY OF CARPINTERIA 5775 Carpinteria Avenue Carpinteria, CA 93013 Charlie W. Ebeling Public Works Director (805) 684-5405 ext. 445 cebling@ci.carpinteria.ca. us Pavement evaluations; deflection and testing and analysis; measurements of field quantities; PS&E; bid support services; project administration; engineering support services; field construction support; compaction testing; quality assurance testing and control. • 2014 PS&E Spring Street Maintenance • 2013 PS&E Summer 2014 Maintenance Program • 2012-2013 Pavement Rehabilitation Project Pavement evaluations; deflection and testing and analysis; measurements of field quantities; PS&E; bid support services; project administration; engineering support services; field construction support; compaction testing; quality assurance testing and control. • 2013-2014 Annual Overlay and Slurry Seal M0097 • Jan Heidt & Santa Clarita Metrolink Stations • 2012-2013 Federal Overlay Program M0090 Pavement evaluations; deflection and testing and analysis; measurements of field quantities; PS&E; bid support services; project administration; engineering support services; field construction support; compaction testing; quality assurance testing and control • 2012 Annual Slurry Seal • 2012 Utility Pavement Evaluation • 2011 Port Chicago Hwy Pavement Rehabilitation Pavement evaluations; deflection and testing and analysis; measurements of field quantities; PS&E; bid support services; project administration; engineering support services; field construction support; compaction testing; quality assurance testing and control. • 2014-2015 Pavement Maintenance Project • 2013 2013-2014 Pavement Maintenance Project • 2013 Redwood Highway Pavement evaluations; deflection and testing and analysis; measurements of field quantities; PS&E; bid support services; project administration; engineering support services; field construction support; compaction testing; quality assurance testing and control. • 2013 Pavement Rehabilitation Project • 2009-2010 Overlay Project • 2009-2010 Pavement Rehabilitation Project X%ShareMR DrivelBusiness\Text\Marketing\Proposals\Proposals2014\MP14-271_pr docx Page 13 Section 3 k I Project Manager and Key Staff Experience Unlike other civil engineering firms whose specialty is "general engineering," Pavement Engineering Inc. (PEI) focuses specifically on managing, maintaining and rehabilitating pavements. With 34 full-time and 18 part-time employees, PEI has the staff resources to perform all the relevant tasks outlined in the City's scope of work, including three registered engineers and three associate/assistant engineers, all of whom have technical skills that encompass a complete range of pavement engineering disciplines. We also have a support staff that includes Caltrans -certified lab technicians, pavement inspectors, data technicians and administrative personnel. JOE RIRIE, P.E. Joe has 23 years of wide-ranging experience in engineering Senior Principal Engineer and project management and in developing practical, cost - Project Manager effective and quality pavement solutions for clients throughout California. He specializes in pavement Education management systems (PMS), pavement rehabilitation design BS, Civil Engineering and construction administration for public agencies California Polytechnic throughout California. As company president, Joe is State University San Luis Obispo, CA responsible for PEI's reputation as California's premier pavement engineering specialists and has set the standard Registration for delivering quality projects on time, on budget and with California Registered Civil unparalleled customer service that builds trust and loyalty. Engineer Number 52735 Joe has enhanced his pavement expertise by serving as a chairman on the Soil and Rock Sub -committee for the American Society for Testing and Materials (ASTM) and was industry co-chair for Caltrans' Pavement Preservation Task Group (PPTG). BILL LONG. P.E. Bill has 28 years of engineering and construction experience Senior Principal Engineer in asphalt concrete pavements. He is an expert in engineering Deflection Testing & Analyses and construction of asphalt concrete pavements, which Education includes numerous deflection studies and failure analyses, overlay designs and alternate rehabilitation designs. He is an BS, Civil Engineering expert in long -life pavements, CIR, warm mix asphalt, cold Chico State University foam and epoxy asphalt. Bill also has extensive experience Chico, CA assisting contractors in obtaining quality asphalt concrete Registration pavements by performing thousands of quality control tests California Registered Civil each year using Caltrans, ASTM and AASHTO standards. Engineer Number 52735 KRISTIN O'QUEST Kristin brings 10 years of experience to PEI. Her background Associate Engineer and in project management and soils engineering is a perfect Assistant Project Manager complement to PEI's team. She specializes in developing Education pavement management plans, rehabilitation and maintenance plans and specifications for public agencies and BS, BioResource and private entities. She assesses pavement for defects, Agricultural Engineering develops rehabilitation options, measures field quantities and California Polytechnic prepares bid packages, including plans, technical State University specifications and engineers' estimates. She also helps San Luis Obispo, CA clients with construction management and inspections. X\Shared\R Drive\Business\Text\Marketing\Proposals\Proposals2014wP74-271_pr dou Page 14 CRAIG LONG Craig oversees all PEI's materials laboratories and works with Laboratory operations new and existing clients to develop precise QA/QC protocols Manager that ensure a superior, uniform paving product. He inspects Education laboratory equipment to ensure calibration and operating BS, Economics conditions, schedules technicians and inspectors for California Polytechnic laboratory assignments, reviews test results and inspection State University reports for accuracy or deficiencies and provides professional San Luis Obispo, CA development and training for staff. Mr. also develops Superpave, HVEEM and Marshall mix designs for Caltrans, public agencies and FHWA projects. ALEXANDRA HAYES Assistant Engineer Education BS, Civil Engineering Chico State University Chico, CA MIMILE Junior Assistant Engineer Education BS, Architectural Engineering California Polytechnic State University San Luis Obispo, CA REFERENCES Alex provides engineering support by creating and designing plans for roads, schools, parking lots and public agencies and performing detailed visual evaluations for PMS updates. In addition to assisting PEI with GIS integration, Alex prepares paperwork for the field, organizes visual condition rating sheets and generates reports. Mimi assists with rehabilitation and new construction projects. She analyzes native soil resistance values, existing structural sections with deflection testing, projected traffic volumes and environmental conditions. She also estimates construction quantities and develops plans and specifications for rehabilitation and construction projects. In addition to managing PEI's mobile field laboratories, Mimi oversees and analyzes laboratory testing of construction materials where she specializes in soil and recycled materials for numerous quality control, quality assurance and design projects. Mercedes "Ditas" Esperanza City of Paso Robles Capital Project Engineer (805) 237-3861 ditas@prcity.com Craig Dierling, RE City of Lompoc Civil Engineering Associate III (805) 875-8224 c�_clierling@ci.lompac.ca.us Jeff Rogers, P.E. City of Concord Associate Civil Engineer (925) 671-3108 Jeff. Rogers@ci.concord.ca. us Mary Grace Houlihan City of Larkspur Public Works Director (415) 927-5110 mghoulihan@cityoflarkspur.org Michael King City of Lathrop Senior Civil Engineer (209)941-7454 mking@ci.lathrop,ca.us Charlie W. Ebeling City of Carpinteria Public Works Director (805) 684-5405 ext. 445 cebling@ci.earpinteria.ca.us x\Shared\R Drive\Business%TextWlarketing\Proposals\Proposals20l4kMP14-271_pr.docx Page 15 Section 4 10 Response to RFP The City of Santa Clarita's overlay and slurry seal programs operate on a five to seven- year cycle. Each year, the City identifies and selects streets for overlay or slurry treatments. For Fiscal 2014-2015, the City has budgeted approximated $7M for overlays and $1.5M for slurry seals throughout the entire City (Valencia, Newhall, Saugus and Canyon Country). PEI 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. TASK 1 Pavement Engineering Inc. (PEI) will perform a preliminary PERFORM A VISUAL general visual evaluation of the condition of streets chosen by INSPECTION ALL THE the City for inclusion in its projects. The evaluation will identify STREETS WITHIN THE the next maintenance treatment for each street and the CITY -SELECTED treatment timing and associated goals. AREAS PEI is familiar with and has evaluated most of the streets in Santa Clarita and can provide expert guidance on which streets would best benefit from inclusion in the 2014-2015 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 Once the final project list is complete, PEI will perform PERFORM deflection testing, coring and analysis on all overlay candidate DEFLECTION TESTING streets. This type of analysis eliminates guesswork and AND CORING FOR ensures the best rehabilitation approach. Adequate cores and PAVEMENT DESIGN 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. MShared\R Drive\SUSIness\Text\Marketing\ProposalslProposals2014\MP14-271_pr dou Page 1 Rehabilitation options for investigation will include pulverization and resurfacing, milling and filling, conventional AC overlay and ARHM overlays. Deflection testing and coring data for each street will be included in project development binders. To conserve design funds, no formal deflection testing report will be prepared. We will go straight from the raw analysis and data to design. The pavement evaluation information will be compiled into binders and submitted to the City during periodic reviews and at the completion of the project. TASK 3 PEI's staff will physically walk each project street to measure PERFORM FIELD and record all pertinent field quantities within the right-of-way SURVEYS and adjoining streets that will be pertinent or may conflict with NECESSARY TO the proposed design. Physically measuring the quantities DESIGN THE provides confidence that bid quantities are accurate, ensures PROJECT 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 Based on the street list developed in Task 1, PEI will INVESTIGATE investigate and identify any preparatory work required before STREETS IDENIFIED applying the specified treatments. We will identify the location AT REQUIRING of work, quantities of work and any limitations to the work, SLURRY OR OVERLAY including locations, limits and quantities of traffic stripes and raised pavement marker removals. Following the investigation, PEI will provide the City with a detailed street -by -street accounting of the estimated costs. Our detailed accounting will include the locations, limits and quantities of traffic striping and raised pavement marker removals identified in Task 3. We will consider the conclusion of Task 4 as the 50% submittal phase. TASK 5 PEI will notify local utility companies of the project and will COORDINATE WITH provide a street list to assist with coordination. PEI will obtain UTILITY COMPANIES a current listing of utility companies and contact information from the City for this task. X\Shared\R Drive\Business\Text�Marketing\Proposals\Proposals2014\MP14-271_prdocx Page 1 7 TASK 6 PEI will prepare one set of street improvement plans, construction documents (specifications) and construction cost PREPARE PLANS, estimates. The approximate budget is $8.5M ($7M overlay SEPCFICATIONS, and $1.5M slurry seal). Documents will be consistent with the CONSTRUCTION City's format and plan sets PEI has previously provided. DOCUMENTS AND COST ESTIMATES 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. TASK 7 After the final submittal, PEI staff will be available to answer RESPOND TO BIDDER questions from the City concerning the design. We will QUESTIONS 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 During the construction phase, PEI will be available to the City RESPOND TO construction staff to review design questions, submittals and CONTRACTOR'S construction problems. QUESTIONS TASK 9 Also during the construction phase of the project, PEI will DESIGN SUPPORT provide design support services to the City. These services SERVICES can include (but are not limited to) preparing • change order street improvement plans, construction specifications, and construction cost estimate consistent with the City's format; • traffic signage/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. X1Shareci R OrivelHusinesskTexhMarkelinglProposalsVProposals2Ol41MP14-271- pr.dorx Page 18 9 - Section 4 Fee Schedule 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 PW Coring Technician.............................................................................. $210/hr PW Assistant Coring Technician.............................................................. $125/hr Per diem subsistence............................................................................. $125/day Mobilization and overtime fees may apply Basis - 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. Miscellaneous Charges 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 1.5% 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. Section 5 Schedule 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 M0102) and assuming a start date of September 9, 2014, we anticipate the following approximate schedule: RFQ Tasks City Timeline Delivery date Tasks 1 through 3 Not specified October 27, 2014 Tasks 4 and 5 (50% submittal) 8 weeks November 4, 2014 Task 6 (100% submittal) 12 weeks December 1, 2014 X\Shared\R Drive\ausiness\Text\Marketing\Proposals\Proposals2014\MP14-271—Prdocx Page 19 10 Section 6 - Design Services for the 2014-2015 Overlyy Overlay and Slurry Seal Program, M0102 Total Cost / Fee Breakdown Task 1 Visually inspect all the streets selected by the City Rate Hours Total Senior Principal Engineer $175 100 $17,500 Senior Engineering Technician 105 80 8,400 Fee Task 1 $25,900 Task 2 Perform deflection testing and coring for pavement design Rate Hours Total Senior Principal Engineer $175 8 $1,400 Senior Engineering Technician 105 40 4,200 Dynaflect Operator 275 24 6,600 Assistant Dynaflect Operator 150 24 3,600 Dynafiect and Coring Crew Preparation 95 4 380 Coring Technician 210 24 5,040 Assistant Coring Technician 125 24 3,000 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 $32,320 Task 3 Perform field surveys to design the project Rate Hours Total Principal Engineer $150 12 $1,800 Senior Engineering Technician 105 50 5,250 Engineering Technician 100 40 4,000 Fee Task 3 $11,050 Task 4 Evaluate streets requiring slurry seals or overlays Rate Hours Total Senior Principal Engineer $175 24 $4,200 Senior Engineering Technician 105 24 2,520 Fee Task 4 $6,720 Task 5 Coordinate with utility companies Rate Hours Total Associate Engineer $150 1 $150 Engineering Technician 100 8 800 Fee Task 5 $950 Task 6 Prepare plans, specifications, construction documents, costs Rate Hours Total Senior Principal Engineer $175 50 $8,750 Principal Engineer 150 50 7,500 Associate Engineer 130 90 11,700 Senior Engineering Technician 105 90 9,460 CAD Drafting 95 140 13,300 Fee Task 6 $50,700 Task 7 Respond to bidder questions Rate Hours Total Senior Principal Engineer $175 4 $700 Senior Engineering Technician 105 4 420 CAD Drafting 95 4 380 Fee Task 7 $1,500 X1^Iliwxhfl I)IIVo lIrinowO I0XIMIIAMWil pll'wpa,ok%l'mpussls2014W1'142/1 pr durx I'ogoI 10 Task 8 i Respond to contractors' questions Rate Hours Total Senior Principal Engineer $175 8 $1,400 Principal Engineer 150 8 1,200 Fee Task 8 $2,600 Task 9 Design support services Rate � Hours Total Senior Principal Engineer $175 40 $7,000 Principal Engineer 150 40 6,000 Associate Engineer 130 54 7,020 Senior Engineering Technician 105 54 5,670 CAD Drafting 95 100 9,500 Fee Task 9 $35,190 Total Project Fee ' $166,930 X\ShareMR DrivelBusinesslText\Marketing\Proposals\Proposals2014\MP14-271yr docx Page 111 19- uired Forms and Statements Pavement Engineering Inc. has read and executed the following attachments: 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: 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. 1 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. 1 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: Attached additional pages as necessary. Signature o fferor Joseph L. Ririe, P.E. Print or Type Name of Offeror June 27, 2014 Date 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, sex, sexual preference, religion, age, or handicapped status in employment or the provisions of services. . Y�� Signat 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