Loading...
18-122.00 Nichols Consulting Engineers: Pavement Management Program Evaluation Is%—I2-Z AGREEMENT FOR PROFESSIONAL SERVICES Nichols Consulting Engineers(NCE) THIS AGREEMENT is made by and between the City of Spokane Valley,a code City of the State of Washington, hereinafter"City"and Nichols Consulting Engineers(NCE), hereinafter"Consultant,"jointly referred to as"Parties." IN CONSIDERATION of the terms and conditions contained herein,the Parties agree as follows: 1.Work to Be Performed. Consultant shall provide all labor,services,and material to satisfactorily complete the Scope of Services, attached as Exhibit A. A. Administration. The City Manager or designee shall administer and be the primary contact for Consultant. Prior to commencement of work,Consultant shall contact the City Manager or designee to review the Scope of Services, schedule, and date of completion. Upon notice from the City Manager or designee,Consultant shall commence work,perform the requested tasks in the Scope of Services, stop work, and promptly cure any failure in performance under this Agreement. B. Representations. City has relied upon the qualifications of Consultant in entering into this Agreement. By execution of this Agreement,Consultant represents it possesses the ability,skill,and resources necessary to perform the work and is familiar with all current laws, rules, and regulations which reasonably relate to the Scope of Services. No substitutions of agreed-upon personnel shall be made without the prior written consent of City. Consultant represents that the compensation as stated in paragraph 3 is adequate and sufficient for the timely provision of all professional services required to complete the Scope of Services under this Agreement. Consultant shall be responsible for the technical accuracy of its services and documents resulting therefrom, and City shall not be responsible for discovering deficiencies therein. Consultant shall correct such deficiencies without additional compensation except to the extent such action is directly attributable to deficiencies in City-furnished information. C. Standard of Care. Consultant shall exercise the degree of skill and diligence normally employed by professional consultants engaged in the same profession,and performing the same or similar services at the time such services are performed. D. Modifications. City may modify this Agreement and order changes in the work whenever necessary or advisable. Consultant shall accept modifications when ordered in writing by the City Manager or designee, so long as the additional work is within the scope of Consultant's area of practice. Compensation for such modifications or changes shall be as mutually agreed between the Parties. Consultant shall make such revisions in the work as are necessary to correct errors or omissions appearing therein when required to do so by City without additional compensation. 2. Term of Contract. This Agreement shall be in full force and effect upon execution and shall remain in effect until completion of all contractual requirements have been met as determined by City. Consultant shall complete its work in accordance with the project schedule specified in the attached Proposal,unless the time for performance is extended in writing by the Parties. Agreement for Professional Services(with professional liability coverage) Page 1 of 7 Either Party may terminate this Agreement for material breach after providing the other Party with at least 10 days' prior notice and an opportunity to cure the breach. City may,in addition,terminate this Agreement for any reason by 10 days'written notice to Consultant. In the event of termination without breach,City shall pay Consultant for all work previously authorized and satisfactorily performed prior to the termination date. 3.Compensation. City agrees to pay Consultant$88,710,(which includes Washington State Sales Tax if any is applicable) as full compensation for everything done under this Agreement, as set forth in Exhibit B. Consultant shall not perform any extra, further, or additional services for which it will request additional compensation from City without a prior written agreement for such services and payment therefore. 4. Payment. Consultant shall be paid monthly upon presentation of an invoice to City. Applications for payment shall be sent to the City Finance Department at the below-stated address. City reserves the right to withhold payment under this Agreement for that portion of the work(if any)which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Scope of Services,City standards, City Code, and federal or state standards. 5. Notice. Notices other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONSULTANT: • Name: Christine Bainbridge, City Clerk Name: Linda Pierce,Ph.D., PE,Principal Phone: (509)720-5000 Phone: (505)603-7993 Address: 10210 East Sprague Avenue Address: 12808 S Austin Road Spokane Valley, WA 99206 Spokane, WA 99224 6.Applicable Laws and Standards. The Parties,in the performance of this Agreement,agree to comply with all applicable federal,state,and local laws and regulations. Consultant warrants that its designs,construction documents, and services shall conform to all federal, state, and local statutes and regulations. 7. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A.By executing this Agreement,the Consultant certifies to the best of its knowledge and belief that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local)transaction or contract under a public transaction;violation of federal or state antitrust statutes or commission of embezzlement,theft,forgery,bribery,falsification or destruction of records,making false statements,or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph(A)(2)of this certification;and Agreement for Professional Services(with professional liability coverage) Page 2 of 7 4. Have not within a three-year period preceding this application/proposal had one or more public transactions(federal, state, or local)terminated for cause or default. B. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this Agreement. 8.Relationship of the Parties. It is understood and agreed that Consultant shall be an independent contractor and not the agent or employee of City,that City is interested in only the results to be achieved, and that the right to control the particular manner,method,and means in which the services are performed is solely within the discretion of Consultant. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Consultant. The Consultant shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 9. Ownership of Documents. All drawings,plans,specifications,and other related documents prepared by Consultant under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to chapter 42.56 RCW or other applicable public record laws. The written, graphic, mapped, photographic, or visual documents prepared by Consultant under this Agreement shall, unless otherwise provided, be deemed the property of City. City shall be permitted to retain these documents, including reproducible camera-ready originals of reports,reproduction quality mylars of maps,and copies in the form of computer files, for the City's use. City shall have unrestricted authority to publish,disclose, distribute, and otherwise use, in whole or in part, any reports,data,drawings, images,or other material prepared under this Agreement,provided that Consultant shall have no liability for the use of Consultant's work product outside of the scope of its intended purpose. 10.Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Consultant's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit,examine,make excerpts or transcripts from such records,and to make audits of all contracts,invoices,materials,payrolls,and record of matters covered by this Agreement for a period of three years from the date final payment is made hereunder. 11. Insurance. Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by Consultant, its agents,representatives,employees, or subcontractors. A. Minimum Scope of Insurance. Consultant shall obtain insurance of the types described below: 1.Automobile liability insurance covering all owned,non-owned,hired,and leased vehicles. Coverage shall be written on Insurance Services Office(ISO)form CA 00 01 or a substitute form providing equivalent liability coverage. 2. Commercial general liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop-gap independent contractors and personal injury,and advertising injury. City shall be named as an additional insured under Consultant's commercial general liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO CG 20 26. 3.Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. Agreement for Professional Services(with professional liability coverage) Page 3 of 7 4.Professional liability insurance appropriate to Consultant's profession. B. Minimum Amounts of Insurance. Consultant shall maintain the following insurance limits: 1.Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of no less than$1,000,000 per accident. 2.Commercial general liability insurance shall be written with limits no less than$1,000,000 for each occurrence, and$2,000,000 for general aggregate. 3. Professional liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions. The policies are to contain, or be endorsed to contain,the following provisions for automobile liability,professional liability,and commercial general liability insurance: 1. Consultant's insurance coverage shall be primary insurance with respect to the City. Any insurance,self-insurance,or insurance pool coverage maintained by City shall be in excess of Consultant's insurance and shall not contribute with it. 2. Consultant shall fax or send electronically in .pdf format a copy of insurer's cancellation notice within two business days of receipt by Consultant. 3.If Consultant maintains higher insurance limits than the minimums shown above,City shall be insured for the full available limits of commercial general and excess or umbrella liability maintained by Consultant, irrespective of whether such limits maintained by Consultant are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by Consultant. 4. Failure on the part of Consultant to maintain the insurance as required shall constitute a material breach of the Agreement,upon which the City may,after giving at least five business days' notice to Consultant to correct the breach,immediately terminate the Agreement,or at its sole discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to City on demand, or at the sole discretion of the City, offset against funds due Consultant from the City. D.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating of not less than A:VII. E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Consultant shall furnish acceptable insurance certificates to the City Clerk at the time Consultant returns the signed Agreement,which shall be Exhibit C. The certificate shall specify all of the parties who are additional insureds,and shall include applicable policy endorsements,and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested,complete copies of insurance policies shall be provided to City. Consultant shall be financially responsible for all pertinent deductibles, self-insured retentions, and/or self-insurance. Agreement for Professional Services(with professional liability coverage) Page 4 of 7 12. Indemnification and Hold Harmless. Consultant shall, at its sole expense, reimburse the apportioned costs to defend, indemnify,and hold harmless City and its officers,agents,and employees,from any and all claims,actions,suits,liability,loss,costs,attorney's fees,costs of litigation,expenses,injuries,and damages of any nature whatsoever to the extent caused by the wrongful or negligent acts, errors, or omissions in the services provided by Consultant, Consultant's agents, subcontractors, subconsultants, and employees to the fullest extent permitted by law, subject only to the limitations provided below. Consultant's duty to defend,indemnify,and hold City harmless shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees pursuant to RCW 4.24.115. Consultant's duty to reimburse the apportioned costs to defend, indemnify, and hold City harmless against liability for damages arising out of such services caused by the concurrent negligence of(a) City or City's agents or employees,and(b)Consultant,Consultant's agents,subcontractors,subconsultants,and employees shall apply only to the extent of the negligence of Consultant, Consultant's agents, subcontractors, subconsultants, and employees. Consultant's duty to defend,indemnify,and hold City harmless shall include,as to all claims,demands,losses, and liability to which it applies,City's personnel-related costs,reasonable attorneys'fees,the reasonable value of any services rendered by the office of the City Attorney, outside consultant costs, court costs, fees for collection, and all other claim-related expenses. Consultant specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act,Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages,compensation,or benefits payable to or for any third party under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided, that Consultant's waiver of immunity under this provision extends only to claims against Consultant by City,and does not include, or extend to,any claims by Consultant's employees directly against Consultant. Consultant hereby certifies that this indemnification provision was mutually negotiated. 13. Waiver. No officer, employee, agent,or other individual acting on behalf of either Party has the power, right, or authority to waive any of the conditions or provisions of this Agreement. A waiver in one instance shall not be held to be a waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law shall be taken and construed as cumulative and in addition to every other remedy provided herein or by law. Failure of either Party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other Party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 14. Assignment and Delegation. Neither Party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without prior written consent of the other Party. 15.Subcontracts. Except as otherwise provided herein,Consultant shall not enter into subcontracts for any of the work contemplated under this Agreement without obtaining prior written approval of City. 16. Confidentiality. Consultant may,from time-to-time,receive information which is deemed by City to be confidential. Consultant shall not disclose such information without the prior express written consent of City or upon order of a court of competent jurisdiction. Agreement for Professional Services(with professional liability coverage) Page 5 of 7 17. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Disputes between City and Consultant shall be resolved in the Superior Court of the State of Washington in Spokane County. Notwithstanding the foregoing,Consultant agrees that it may,at City's request,be joined as a party in any arbitration proceeding between City and any third party that includes a claim or claims that arise out of,or that are related to Consultant's services under this Agreement. Consultant further agrees that the Arbitrator(s)' decision therein shall be final and binding on Consultant and that judgment may be entered upon it in any court having jurisdiction thereof. 18. Cost and Attorney's Fees. The prevailing party in any litigation or arbitration arising out of this Agreement shall be entitled to its attorney's fees and costs of such litigation(including expert witness fees). 19. Entire Agreement. This written Agreement constitutes the entire and complete agreement between the Parties and supersedes any prior oral or written agreements. This Agreement may not be changed,modified,or altered except in writing signed by the Parties hereto. 20. Anti-kickback. No officer or employee of City, having the power or duty to perform an official act or action related to this Agreement shall have or acquire any interest in this Agreement, or have solicited, accepted, or granted a present or future gift, favor, service, or other thing of value from any person with an interest in this Agreement. 21. Business Registration. Consultant shall register with the City as a business prior to commencement of work under this Agreement if it has not already done so. 22.Severability. If any section,sentence,clause,or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction,such invalidity shall not affect the validity of any other section, sentence,clause, or phrase of this Agreement. 23. Litigation Support. Consultant shall receive compensation for preparing for and/or appearing in any litigation at the request of City,except:(1)if such litigation costs are incurred by the Consultant in defending its work or services or those of any of its sub-Consultants; or(2)as may be required by the indemnification requirements of the Consultant. Compensation for litigation services requested by the City shall be paid at a mutually agreed upon rate and/or at a reasonable rate for such services. 24.Force Majeure.Neither party to this Agreement will be liable to the other party for delays in performing the services, nor for the direct or indirect cost resulting from such delays,that may result from labor strikes, riots,war,acts of governmental authorities, extraordinary weather conditions or other natural catastrophe. Agreement for Professional Services(with professional liability coverage) Page 6 of 7 f 25. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Proposal of Services B. Insurance Certificates 22S � The Parties have executed this Agreement this JI day of , 20 5 CITY OF SPOKANE VALLEY Consultant: 71 i ,, o 1 /....i (::::::"..4,>.04z- "2-7 , ..., ,.. ..-4.__ Mark Calhoun, City Manager By: Linda M. Pierce,Principal Its: Authorized Representative ATT ST,/ ' omit , .,.viii hristine Bainbridge, City Clerk: I APP OVED AS TO FORM: e . / tiv Office o e City ey Agreement for Professional Services(with professional liability coverage) Page 7 of 7 eliNcE Collaboration.Commitment.Confidence." City of Spokane Valley Evaluation of Pavement Management Program SCOPE OF WORK June 28, 2018 PROJECT UNDERSTANDING The City of Spokane Valley (City) has contracted with Infrastructure Management Systems (IMS) to provide pavement management services over the last 6 years. During this time period, IMS has also conducted automated pavement condition surveys of the street network in 2013, 2015, and 2017. The IMS software (Easy Street Analysis) is used to analyze pavement condition data, identify and prioritize rehabilitation projects, and estimate budget needs. The objective of this project is to evaluate and assess the City's pavement management process and, if needed, to provide recommended enhancements. SCOPE OF WORK The following tasks will be conducted to accomplish the project objective: TASK 1 — Kick-Off Meeting Upon receipt of the Notice to Proceed, NCE will schedule a kick-off meeting with the City staff to discuss (obtain) the following items: 41 Any administrative issues related to the contract, invoicing requirements, points of contact, etc. v! Scope of work, budget, and schedule v: IMS files and access information, if needed v': Recent construction bid tabs for paving projects VI City staff that are involved with pavement decisions for possible in-depth discussions v! Funding levels for Capital Improvement Projects for 2018 and beyond 'v! Current standard details, design guidelines, etc., not on the City website L! Other items that may arise After the kick-off meeting, NCE will summarize the meeting notes and all action items and distribute to City staff for review. Additional meetings will be held with City staff throughout this project as described in the tasks below. Deliverable 1. Technical memorandum summarizing kick-off meeting discussions and action items 1IPage Engineering&Environmental Services v vsvncenet.corn Contract 18-122 Exhibit A - Scope of Services Evaluation of Pavement Management Program TASK 2 - Records Review NCE will review agency procedures, timelines, reports, and past budgets to assess the efficiency, methodology, and frequency of the pavement condition surveys. NCE may also review available information from the City regarding the road system. This will include files that contain: v-• Background reports/studies P5 City road inventory information • Street names • City road number (if applicable) • Limits (mileposts and/or intersections) • Lengths/widths/areas • Functional class • Surface type • Construction year • Number of travel lanes • Identify roads designated as part of the National Highway System (NHS), if this has not yet been performed. v': Construction and rehabilitation history • Street name • Limits of work • Type of treatment • Year of treatment • Treatment costs (including all associated costs) C'! Pavement condition assessment • Data collection and analysis method • Quality control and acceptance process • Frequency of data collection 41 Pavement performance • Deterioration rates (i.e., performance prediction) • Pavement Condition Index (PCI) thresholds Ly Maps (AutoCAD or GIS road centerline shapefile) NCE will prepare a technical memorandum that summarizes the information, and identifies any missing information or gaps. Each type of information reviewed/missing will be ranked as "Required", "Desirable" or"Optional". Deliverable 1. Technical memorandum summarizing the review results and recommendations TASK 3 — Review Function of Easy Street Analysis NCE will review the existing IMS spreadsheet, its parameters, and outputs to analyze its efficiency and current data quality, which will assist in understanding its compatibility to coordinate with the City's Maintenance and potential Asset Management Program. 2 [ Page Engineering&Environmental Services WWW.rlc enet corn Contract 18-122 Exhibit A - Scope of Services Evaluation of Pavement Management Program Additionally, a needs assessment will be performed to address any possible deficiencies the current system may have compared to City needs. NCE will conduct a face-to-face meeting with City stakeholders involved with the pavement management process. The intent of the meeting will be to determine the type and level of detailed information needed from the pavement management system. The following provides a list of potential questions: L! List the questions you would like the PMP to answer in your daily job. e What type of results from the PMP would the City like to use on a regular basis? V: Are there additional inventory items you would like included that are not currently in the database (e.g., signs, sidewalks etc.)? 'v: Please indicate the level of interest for each attribute/feature listed in the following table: Level of Interest 3-must have 2-desirable Software Attributes/Features 1-desirable but Notes/Comments not necessary 0 not needed Budgetary Analysis Default prediction models Customizable prediction models Development of multi-year work plans "What-if"funding scenarios Funding level to maintain PCI "Packaging"projects Committed projects(e.g.,STP funding) Stop-gap costs Additional Performance Measures Unfunded backlog of good,poor,failed streets Others? Maintenance&Rehabilitation(M&R) Customizable M&R decision tree Customizable threshold values Customizable unit costs GIS Integration Internal GIS module List desired queries Exportable shapefiles Reports Standard Reports 3 ( Page Engineering&Environmental Services Www.ncenet.com Contract 18-122 Exhibit A - Scope of Services Evaluation of Pavement Management Program Level of Interest 3-must have 2-desirable Software Attributes/Features 1-desirable but Notes/Comments not necessary 0-not needed Customizable Reports GASB Graphs List desired reports/graphs Deliverable 1. Technical memorandum of findings and recommendations TASK 4 - Define Network Targets Establishing effective and realistic network pavement condition targets is a critical activity for successful implementation and use of a PMP. Pavement condition targets must balance, for example, the City's pavement M&R budget, the amount of time needed to successfully achieve the targets, the long-term network condition, the resulting backlog, and the traveling public's concern over roadway condition (specifically, ride). NCE will assist the City in determining if the current network pavement condition targets are reasonable and achievable under the current funding source(s). NCE will develop an online survey for dissemination to local agencies in Washington State and Idaho. The survey will be developed to determine local agency target values, length of the agency roadway network, and annual budget. This effort will help the City in evaluating their current target values and potential revisions based on other local agency practices. Deliverable 1. Technical memorandum of findings and target goal recommendations TASK 5 - Recommend Maintenance and Rehabilitation Strategies NCE will review current M&R strategies with City staff. This will include recommendation of appropriate treatments and timing, and the determination of treatment unit costs. NCE will also review and update current City M&R treatment costs as needed based on recent bid tabs, together with those from local area cities, as appropriate. Also, unit prices will be fully-loaded estimated rates, and will include inspection and testing costs, sidewalks, curbs, etc. 4IPage Engineering&Environmental Services www.ncenet.com Contract 18-122 Exhibit A - Scope of Services Evaluation of Pavement Management Program Deliverable 1. Provided M&R decision tree update recommendations TASK 6 - Conduct Budget Analysis The majority of PMPs are able to perform multiple budget or target-driven scenarios. These scenarios potentially include: Impact of existing and increased funding levels L! Budget and pavement condition impacts due to deferred maintenance Impact of adopting new M&R strategies y': Repercussion of reduced funding levels and unfunded backlog ! Funding to improve performance measures, i.e., PCI goals, percent of good or failed streets, etc. The results of the funding scenario analysis are used to develop a multi-year M&R program that includes the treatment type and the timing it will be applied to streets. NCE will evaluate the City's current budget needs analysis and recommend revisions or additional budget scenario recommendations. In the event that the current PMP is determined to be sufficient (based on Task 2 and 3 findings), NCE will conduct up to three budget needs scenarios using the Easy Street Analysis. Budget needs scenarios to be evaluated will be based on discussions with the City. Deliverable 1. Technical memorandum of findings and recommendations on additional budget scenarios TASK 7 - Recommend Tools and Training NCE will provide recommendations on software tools to improve the current PMP procedures, improve efficient use of the PMP, or in support of implementing a different PMP software. NCE will also define and recommend City staff training needs. Training topics may include: fundamentals of pavement management, software function and operation, pavement condition assessment and performance prediction, database maintenance, and budget analyses. Deliverable 1. Recommended list of tools and training for current software, and, if needed, for any proposed software TASK 8 - Public Outreach NCE will provide public outreach recommendations to the City. Suggested outreach includes conducting public workshops, coordinating public service announcements on television and radio, designing and maintaining stakeholder databases, facilitating stakeholder interviews, preparing meeting materials, developing program and project advertisements, and distributing associated materials. NCE can also assist the City in educating the public, 5 ( Page Engineering&Environmental Services et.conr Contract 18-122 Exhibit A - Scope of Services Evaluation of Pavement Management Program whether it is assisting with developing social media content (City website, Twitter, etc.) and/or conducting town hall meetings to engage and inform the public on the basics of pavement management, impacts of funding on street condition, City activities for managing the pavement network, etc. In addition, upon the City's request, NCE will prepare and present pavement management-related presentations to the City Council (cost estimate is based on three 1-hour presentations). Deliverables 1. Recommended list of public outreach activities 2. Develop and provide up to three 1-hour City Council presentations TASK 9 - Implementation A number of steps are needed to successfully implement a PMP. The following provides general steps for pavement management implementation: e Define the roadway network and collect inventory data v! Establish a standard pavement rating process and collect pavement condition data (! Identify pavement condition targets e Develop M&R decision tree, including pavement condition for triggering treatment (or strategy) application, treatment costs, and expected treatment life 0. Select pavement management tool that meets as many of the agency-identified needs as possible v! Predict pavement condition using agency- or software-determined (verified) performance prediction models ! Identify funding needs based on achieving pavement condition targets and treatment decision trees O. Report results to match style and needs of agency management and funding authorities e Keep the process current by identifying needed revisions, revising goals, resource and work plans, and identifying training (e.g., technicians/engineers, management, city council members) and support needs CI Respond to technology changes in data collection, analysis, data storage, software, and hardware NCE will evaluate the information obtained in previous tasks and identify implementation activities requiring refinement or needing to be addressed. As described previously, many of the implementation steps listed above will be reviewed, assessed, and recommended for updates, as needed, during this project. Deliverable 1. Technical memorandum summarizing recommended implementation efforts TASK 10 - Prepare Final Report NCE will prepare a final report that summarizes efforts and reviews from all tasks, as well as proposed recommendations for improving the current pavement management process (e.g., 6l Page Engineering&Environmental Services vavnceri et.corn Contract 18-122 Exhibit A - Scope of Services Evaluation of Pavement Management Program pavement condition surveys, performance prediction, budget analysis, software) or implementation of a new PMP. Deliverable 1. Final report documenting all tasks OPTIONAL TASKS TASK 11 - Conduct Quality Control of Pavement Condition Survey Conduct a five percent sample of the City's pavement network for field (manual pavement distress survey) review by NCE's inspectors in accordance with ASTM D6433. The criteria for selecting sections to be reviewed include: Functional classification - samples will be distributed among arterials, collectors, and local streets P! Surface types - both asphalt and concrete streets will be included Construction age - samples will be distributed among age categories e.g. < 5 year, 6- 10 years, 11-15 years, 16-20 years, > 20 years It is assumed that approximately 240 sections (5 percent of 4,861 segment [block] count) will be reviewed, and is reflected as an optional task in the cost proposal. The distress types, severity levels, and quantities will be measured and compared with those in the IMS data file. Next, the PCI from the manual pavement distress survey will be calculated and compared to the IMS PCI calculation. Any variations will be noted and corrective actions recommended. However, it should be noted that in order to improve the accuracy of this task, the 5 percent sampling MUST be on streets that have recent distress data, i.e. distress data no more than two years old. The other option would be to delay this task until 2019 and conduct the quality control assessment during the IMS condition survey. Deliverables: 1. Technical memorandum summarizing the results of field review and any recommended corrective actions. 7 ( Page Engineering&Environmental Services ncenet.com Contract 18-122 Exhibit A - Scope of Services Evaluation of Pavement Management Program COST OF SERVICES The following provides cost estimate for each task described in the above scope of work. In preparing this estimate, NCE has assumed that payment will be made upon completion of each deliverable. Level of Effort(hours) Task 1: Task 2: Task 3: Task 4: Task 5: Task 6: Task 7: Hourly : Kick-Off Records Review Define •M&R Budget Tools& Name Role in Project Fee ' Meeting Review Function Targets Strategy , Analysis Training Linda Pierce Pro'ect Mana:er $245 6 8 8 8 8 8 8 Mar:ot Ya.• Sub'ect Matter Exert $245 2 2- 2 2 2 Kevin Senn QC Mana:er $245 2 2 2 2 2 2 Mei-Hui Lee Senior En:i neer $170 8 8 4 ErEMEMI Pro'ect En:ineer $140 24 40 24 16 Nick Weitzel Staff En:ineer $125 --- 16 16 Senior Technician $120 ------- Lorrie Cook Clerical $80 2 2 2 2 2 2 Total Hours 6 46 62 28 30 38 34 Total Labor Fee $1 470 $7 820 $10 060 $4 610 $5 100 $6,460 $6 020 Direct Charges Task 1 Task 2 Task 3 - Task 4 Task 5 Task 6 Task 7 Travel Costs(airfare,hotel,rental car,per diem) $0 $0 $0 $0 $0 $0, $0 Communication&Printing $50 $50 $100 $50 $50 $50, $50 Total Direct Charges $50 $50 $100 $50 $50 $50 $50 Total Project Fee $1,520 $7,870 $10,160 $4,6601 $5,1501 $6,510 $6,070 Level of Effort(hours) Optional Task 8: Task 9: Task 10: Task 11: Hourly Public Implemen Final Total Total Fee QC Name Role in Project Fee Outreach, t-ation Report _ Hours _ ($) Survey Linda Pierce Pro'ect Mana:er $245 40 24 16 134 $32 830 2 Mar:otYa.. Sub'ect Matter Ex.ert $245 2 2- 14 $3,430 Kevin Senn QC Mana:er $245 2 2 4 20 $4 900 4 Mei-Hui Lee Senior En:ineer $170 -- 8 28 $4 760 EIZEIMM Pro'ect En:ineer $140 -- 24 128 $17 920 16 Nick Weitzel Staff En:ineer $125 --- 32 $4 000 SIIMEMEMW enior Technician $120 96 LorrieCook Clerical $80 2 2 2 18 $1440 Total Hours 46 30 54 374-Total Labor Fee $10,940 $7 020 $9,780- $69,280 $15,230 Direct Charges - Task 8 Task 9 Task 10 Total Cost($) Task 11 Travel Costs(airfare,hotel,rental car,per diem) $0 $0 $0 $0 $3 000 Communication&Printing $200 $100 $400 $1,100 $100 Total Direct Charges $200 $100 $400 $1,100 $3,100 Total Project Fee $11,140 $7,1201 $10,180 $70,380 $18,330 8 ( Page Engineering&Environmental Services Contract 18-122 Exhibit A - Scope of Services Evaluation of Pavement Management Program SCHEDULE The project schedule assumes that the work will begin no later than August 1, 2018 and will be completed no later than January 31, 2019. Months from Notice to Proceed Task Description 1 2 3 4 5 6 1.Kick-Off Meeting 2.Records Review 3.Review Function of Easy Street Analysis !. 4.Define Network Targets 5.Recommend M&R Strategies 6.Conduct Budget Analysis 7.Recommend Tools and Training 8,Public Outreach 1 9.Implementation 10.Prepare Final Report 11.QC Survey(OPTIONAL) 9i Page Engineering&Environmental Services :vtivw,+icenet.corn Contract 18-122 Exhibit A - Scope of Services „�•�'...N NICHCON-02 AUSTINA ACORlY DATE(MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 7/17/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License#0E67768 CONTACT Erica Wilson NAME: IOA Insurance Services 4370 La Jolla Village Drive (n"C,, o,Ext):(858)754-0063 50233 Ira,Ne):(619)574-6288 Suite 600 ADDRESS:Erica.Wilson@ioausa.com San Diego,CA 92122 INSURER(S)AFFORDING COVERAGE NAIC S INSURER A:RLI Insurance Company 13056 INSURED INSURER B:Crum&Forster Specialty Insurance Company 44520 Nichols Consulting Engineers,CHTD INSURER C: 1885 S.Arlington Ave.,#111 INSURER D: Reno,NV 89509 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD INVD (MM/DDIYYYY),IMMIDD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR PSB0003222 05/17/2018 05/17/2019 DAMAGE TO RENTED 1,000,000 X PREMISES(Ea occurrence) $ X Cont Liab/Sev of IntMED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JECT LOC PRODUCTS-COMP/OP AGG_ $ 2,000,000 OTHER: Deductible $ 0 A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO , PSA0001184 05/17/2018 05/17/2019 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ AUTOS ONLY NON-OWNED ONEYY (Per PROPERTY DAMAGE $ X Comp.:$500 x Coll.:$500 $ A UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS-MADE PSE0003030 05/17/2018 05/17/2019 AGGREGATE $ 5,000,000 DED RETENTION$ $ A WORKERS COMPENSATION X STATUTE EORH AND EMPLOYERS'LIABILITY TYY/N PSW0001955 05/17/2018 05/17/2019 1,000,000 OFFICER /MEIMBER EXCLUDEDX ECUTIVE N/A E.L.EACH ACCIDENT $ (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1'000'000 It yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Prof Liab/Clms Made PKC107494 05/17/2018 05/17/2019 Per Claim 2,000,000 B Ded.:$10k Per Claim PKC107494 05/17/2018 05/17/2019 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Re:All Operations City of Spokane Valley is Additional Insured with respect to General Liability per the attached endorsement as required by written contract. 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy provisions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Spokane Valley -1--.- alleyt/ _`I- 11 10210 E.Sprague Avenue 411 ^V, OrfI'& (Spokane Valley,WA 99206 ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD