HomeMy WebLinkAboutIMS Infrastructure Management Services LLC; 2015-05-20; TRAN1212TRAN1212
AGREEMENT FOR THE 2015 PAVEMENT MANAGEMENT PROGRAM UPDATE
IMS INFRASTRUCTURE MANAGEMENT SERVICES, LLC
THIS AGREEMENT is made and entered into as of the rlf)f0 day of IYJ , 2015, by and between the CITY OF CARLSBAD, a municipal
corporatio "City"), and IMS INFRASTRUCTURE MANAGEMENT SERVICES, LLC, an Arizona
limited liability company, ("Contractor").
RECITALS
A. City requires the professional services of an engineering consultant that is
experienced in pavement condition surveys and data analysis.
B. Contractor has the necessary experience in providing professional services and
advice related to pavement condition data collection and processing.
C. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one ( 1) year from the date first above
written. The City Manager may amend the Agreement to extend it for one (1) additional one (1)
year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's
performance, City needs, and appropriation of funds by the City Council. The parties will prepare
a written amendment indicating the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be
ninety eight thousand one hundred forty dollars ($98, 140). No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this Agreement.
The City reserves the right to withhold a ten percent (1 0%) retention until City has accepted the
work and/or Services specified in Exhibit "A".
Incremental payments will be made as outlined in attached Exhibit "A".
City Attorney Approved Version 4/1/15
TRAN1212
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty
(30) days for any tax, retirement contribution, social security, overtime payment, unemployment
payment or workers' compensation payment which City may be required to make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any balance
owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that this
section will survive the expiration or early termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The insurance
carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus
line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating
City Attorney Approved Version 4/1/15
2
TRAN1212
in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by
the National Association of Insurance Commissioners (NAIC) latest quarterly listings report.
10.1 Coverage and Limits.
Contractor will maintain the types of coverage and minimum limits indicated below, unless the
Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage
will not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of the
insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense. The full limits available to the named insured shall also be available
and applicable to the City as an additional insured.
1 0.1.1 Commercial General Liabilitv Insurance. $2,000,000 combined single-limit per
occurrence for bodily injury, personal injury and property damage. If the submitted policies contain
aggregate limits, general aggregate limits will apply separately to the work under this Agreement
or the general aggregate will be twice the required per occurrence limit.
1 0.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work
for City). $1,000,000 combined single-limit per accident for bodily injury and property damage.
1 0.1.3 Workers' Compensation and Employer's Liabilitv. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor
has no employees and provides, to City's satisfaction, a declaration stating this.
1 0.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's
profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a
period of five years following the date of completion of the work.
10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
1 0.2.1 The City will be named as an additional insured on Commercial General Liability
which shall provide primary coverage to the City.
1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which
will be written as claims-made coverage.
1 0.2.3 This insurance will be in force during the life of the Agreement and any extensions
of it and will not be canceled without thirty (30) days prior written notice to City sent by certified
mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to maintain
the required coverages. Contractor is responsible for any payments made by City to obtain or
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
City Attorney Approved Version 4/1/15
3
TRAN1212
10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of three
(3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on
behalf of City and on behalf of Contractor under this Agreement.
For Citv
Name Jonathan Schauble
Title Associate Engineer
Department Public Works-Transportation
City of Carlsbad
Address 1635 Faraday Avenue
Carlsbad, CA 92008
Phone No. 760 602 2762
For Contractor
Name Stephen J. Smith, P.E., P. Eng.
Title President
Address 1820 W. Drake Dr Suite 1 08
Tempe, AZ 85283
Phone No. 480-839-4347
Email ssmith@ims-rst.com
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
City Attorney Approved Version 4/1/15
4
TRAN1212
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both parties
involved along with recommended methods of resolution, which would be of benefit to both
parties. The representative receiving the letter will reply to the letter along with a recommended
method of resolution within ten ( 1 0) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The
City Manager will consider the facts and solutions recommended by each party and may then opt
to direct a solution to the problem. In such cases, the action of the City Manager will be binding
upon the parties involved, although nothing in this procedure will prohibit the parties from seeking
remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City address contained in this Agreement. City will make a
determination of fact based upon the work product delivered to City and of the percentage of work
that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product and
put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work
performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
City Attorney Approved Version 4/1/15
5
TRAN1212
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion,
to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for City to terminate this Agreement.
23. JURISDICTION AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement nor any part of it nor any monies due or
to become due under it may be assigned by Contractor without the prior consent of City, which
shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms
of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by both parties.
Ill
Ill
Ill
Ill
Ill
Ill
City Attorney Approved Version 4/1/15
6
TRAN1212
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
IMS INFRASTRUCTURE MANAGEMENT
SERVICES, LLC, an Arizona limited :::yc? ~
Stephen Smith I Member-Manager
(print name/title)
By:
(sign here)
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
By~ 1"'-klf'~ Kathryn B. Dodson I Assista11t City
Manager
ATTEST:
City Clerk
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY:~iJ ~ Assista)1tCltyAtt(}e
City Attorney Approved Version 4/1/15
7
Exhibit "A"
Scope of Work
To: Jonathan Schauble P.E., Public Works Department
From: Jim Tourek, Client Services Manager
Subject: 2015 Pavement Management Program Update
Project Budget
IMS Infrastructure Management Services
1820 W. Drake Dr. Suite 108. Tempe, AZ 85283
Phone: (480) 839-4347 Fax: (480) 839-4348
www.ims-rst.com
Date: April14, 2015
Project: City of Carlsbad, CA
Project No:
The summary budget presented below (a detailed budget follows on page 4) is based on the IMS work
plan and deliverables. It represents a realistic budget to complete the work, and we are confident we can
maintain an on-time , on-budget approach to the assignment.
City of Calsbad, CA-2015 Pavement Management Program Update
Task Activi~ Quant Units Unit Rate Total
Project Initiation
Project Initiation LS $2,500.00 $2,500.00
2 Network Referencing & GIS Linkage 350 CL-Mi $17.50 $6,125.00
Field Surveys
3 RST Mobilization & Calibration 1 LS $3,000.00 $3,000.00
4 Surface Distress Condition Sur.eys 504 T-Mi $110.00 $55,440.00
5 Right of Way Asset Data Collection (GPS and Images) 14 T-MI $20.00 $280.00
Data Management
6 Pa..ement Condition Data Processing, QA/QC & Fomnatting 504 T-Mi $20.00 $10,080.00
7 Asset ln..entory & Database De..elopment: 14 T-MI $40.00 $560.00 Benches & Trash/Recyclable Receptacles
8 Pa..ement Data Load to Lucity LS $5,500.00 $5,500.00
9 Pa..ement Analysis, Budget De..elopment, & Report LS $8,000.00 $8,000.00
10 Project Management LS $6,655.00 $6,655.00
Project Total: $98,140.001
Optional Service Items and Activities
11 Pro\1sion of Digital Images @ 25-foot lnter.als (1 Forward View) 504 T-MI 14.00 $7,056.00
12 Dynaflect Mobilization LS 2,500.00 $2,500.00
13 Deflection Testing Arterials (2-pass 2nd+Major; 4-pass Prime) & Collectors 230 T-Mi 120.00 $27,600.00
14 Traffic Control for Deflection Testing (assumes contract with Calsb 100 HR 108.00 $10,800.00
15 Ground Penetrating Radar (2-pass 2nd+Major; 4-pass Prime) & Collectors 230 T-Mi 215.00 $49,450.00
16 Crossfall, Radius of Cur.ature, & Grade 504 T-MI 10.00 $5,040.00
17 Right of Way Asset Data Collection (GPS and Images) 504 T-MI 20.00 $10,080.00
17a Asset ln..entory & Database De..elopment -Signs 504 T-MI 87.50 $44,100.00
17b Asset ln..entory & Database De..elopment -Traffic Signals 504 T-MI 30.00 $15,120.00
17c Asset ln..entory & Database De..elopment -ADA Ramps 504 T-MI 40.00 $20,160.00
17d Asset ln..entory & Database De..elopment -Sidewalks 504 T-MI 50.00 $25,200.00
17e Asset ln..entory & Database De..elopment -Curbs 504 T-MI 50.00 $25,200.00
17f Asset ln..entory & Database Dev.-Pave. Markings/ Striping 504 T-MI 100.00 $50,400.00
17g Addt'l T-Mi.: Benches & Trash/Recyclable Receptacles EA 40.00 $40.00
18 a. Asset Data Load to Lucity EA 2,500.00 $2,500.00
b. Asset Data Load to Hansen Pricing to Follow
19 City Council Presentation LS 3,000.00 $3,000.00
IMS Infrastructure Manttgemenl Services IMS Scope of Work-Carlsbad 2015 Rev] page I
City of Carlsbad -Pavement Management Program Update
IMS Scope of Work
Task
1.
2.
3.
4.
5.
6.
7.
8.
Description
Project Initiation
Network Referencing & GIS
Linkage
RST Mobilization/
Calibration
RST Data Collection -
Surface Distress Condition
Survey Update
Right of Way Asset Data
Collection (GPS & Video
Acquisition)
•
•
•
Activities
Conduct meeting confirming scope, extent and content of
surveys, set milestones and deliverables.
Confirm key contacts, roles and responsibilities, and
project documentation.
Identify location of key data elements such as traffic
data, GIS, existing roadway inventories, historical data,
and pavement management data.
• Identify deficient data and the means to obtain it.
•
•
•
•
•
•
•
Using the City's GIS centerline topology, update existing
street inventory for use in deliverables.
Include street number and block order in referencing .
Link each segment to its parent GIS section .
Obtain roadway attributes from GIS for functional class,
traffic, width, length, pavement type, curb type, etc. If
not available, devise plan to obtain them.
Create survey maps for use RST crew and client review .
Mobilize surface distress, roughness and rutting testing
equipment to project.
Demonstrate the equipment to the City .
• Calibrate equipment.
•
•
•
On all major & secondary arterial, collectors & industrial
roadways 2-pass test (prime arterials in 4-pass) & -pass
testing on the residential roadways, collecting ASTM
distresses and attributes at 100-foot intervals on a block
by block basis. The City has approximately 350 center1ine
miles so IMS will survey 504 test miles of roadway.
CollecVconfirm attributes like FunCL, width, pavetype .
Develop exceptions report for lengths not matching GIS .
• On selected roadways (noted in 4/08 Map), collect GPS
coordinates and video for asset database development.
• Develop a Master Asset List to include all benches &
trash/recyclable receptacles attributes to be inventoried.
• Prep video used in the asset inventory development
Pavement Condition Data • For each data stream (surface distress. roughness, GPS,
deflection), aggregate and process the data at 100-foot
intervals.
QNQC, Process. Format &
Supply Shapefile & KML
•
•
•
•
•
•
Asset Database Develop-•
ment: Benches & Trash/ •
Recyclable Receptacles
•
Pavement Data Load to •
Lucity
Develop individual index scores for surface distress and
roughness as appropriate.
Develop structural index for each roadway segment.
Develop a pavement condition score for each section .
Process the same data to the segment level.
Shapefiles of the processed data .
Develop exceptions report for lengths not matching GIS .
Complete QA of data .
Develop a Master Asset List used to define attributes.
Utilizing the right of way digital images and GPS data,
develop a detailed asset inventory for the approximately
7 CL miles (see map; verify) in 2-pass testing +/-14 T-Mi.
Utilize RST imagery, aerial photos and in-house GIS
tools to place assets in a positional-correct manner.
Assemble and load the pavement inventory data into the
City's Lucity software (the City utilizes SQL2005 server
database). maintaining historical and labeling the new as
"Inspection Records". The data will also be delivered in
Excel or Access with an appropriate geodatabase.
IMS Infrastructure Management Services IMS Scope of Work-Carlsbad 2015 Rev I
Deliverables
Technical memo detailing
scope of work, budget and
deliverables.
Survey maps and inventory
for use on the project.
Equipment calibration results
2-pass testing on major &
2ndary arterial, collectors &
industrial roadways (prime
arterials in 4-pass) & 1-
pass testing on local/
residential roadways.
Excel spreadsheet of the
100 foot, sectional data,
and index values
containing all assigned GIS
I D's.
Shapefiles of the condition
data at the 1 00 foot and
segment levels.
Personal geodatabase for
the asset inventory to be
loaded into ArcGIS.
Pavement inventory and
attributes delivered in Excel
or Access with a personal
geodatabase.
page2
City of Carlsbad -Pavement Management Program Update
IMS Scope of Work
Task Description Activities
9. Pavement Analysis, Budget Following the field surveys and data processing, complete
Development & Reporting the following analysis:
• Assemble the analysis results into a spreadsheet for
review by City staff and I MS.
• Include pavement condition, PCI distribution curves,
budget scenarios, needs analysis, and target PCI driven
results.
• Update the operating parameters of the software. The
operating parameters can be defined as the prioritization,
unit rates, and strategies.
• Deliver status and PCI report in Excel format clw PCI
charts and backlog.
• Calc. PCI for current funding over a 3-, 5-& 10-yr. span .
• Fix all needs analysis and budget.
• Budget driven analysis ($/year estimate) .
• Develop a 5-year plan for slurries and overlays .
• Integrate City capital plans and "must do's" ($ to hit set
PCI of 75, 80 & 85 and backlog target).
• Include the deterioration curves utilized, treatments, unit
rates, and their impact on the analysis results.
• Discuss burdened/unburdened rates to determine
appropriate configuration of the analysis.
• Present solution to City and identify any deficiencies in
the analysis. Make any necessary edits or revisions.
• After reviewing the analysis and finalizing the results,
begin assembling a comprehensive report.
• The report shall include a summary of the network value,
the IMS approach, pavement condition, rehabilitation &
maintenance treatments, budget scenarios, a review of
PCI definitions, the operating parameters utilized, and
the results of the survey.
• Final report and make 3 hard copies of the final report,
an electronic copy on a flash drive (&in Excel, Word,
etc.).
• Create shape files & KML of results
10. Project Management • Provide client with periodic e-mail updates and reports.
• Meetings to be completed on-site and by conference
calls.
Complete project administration and invoicing.
Deliverables
Supply of the analysis
results in a spreadsheet
format for review by City
staff and I MS.
Delivery of draft pavement
management report.
Deliver 3 hard copies of the
final report, an electronic
copy on a flash drive (&in
Excel, Word, etc.) .
Shape and KML files.
Status reports and invoices
Thank you for your trust in IMS as a viable solution to your pavement management needs and we will
strive to continue to be an asset and extension of the Carlsbad staff and team. If any questions arise
please do not hesitate to contact me at (480) 839-4347 or jtourek@ims-rst.com.
Regards,
IMS Infrastructure Management Services, LLC
Jim Tourek
Client Services Manager
IMS Infrastructure Management Services IMS Scope of Work-Carlsbad 2015 Rev! page3
~ c.., ::-';;, ~ " ii: ~
~ :: ~ l
~ ~·
~ c..,
~ .g
" ~
~ ~
' p
i ~ ~ "" <:> .....
""' ~ ::..
~ ....
I
City of Carlsbad
Pavement Management Program Update: 2015
"" II> .. 1-
Base Project Activities
1 Project nrtiation
Description
2 Network Referencing & GIS Linkage
3 RST Mobilization & Calibration
4 Surface Distress Condrtion Surveys
5 Right of Way Asset Data Collection (GPS and Images)
6 Pavement Condrtion Data Processing, QA/QC & Forrratting
7 Asset Inventory & Database Dev.: Benches & Trash/Recyc. Receptacles
8 Pavement Data Load to Lucrty
9 Pavement Analysis, Operating Parameters, & Reporting
10 Project Management
Optional Service Items and Activities
11 Provision of Digrtallrrages @ 25-foot Intervals ( 1 Forward View )
12 [)ynaflect Mobilization
13 Deflection Testing Arterials (2-pass 2nd+Major; 4-pass Prime) & Collectors
14 Traffic Control for Deflection Testing (assumes contract wrth Calsbad FD)
15 Ground Penetrating Radar (2-pass 2nd+Major; 4-pass Prime) & Collectors
16 Cross fall, Radius of Curvature, & Grade
17 Right of Way Asset Data Collection (GPS and lrrages)
17a Asset Inventory & Database Development-Signs
17b Asset Inventory & Database Development-Traffic Signals
17c Asset Inventory & Database Development -ADA Ramps
17d Asset Inventory & Database Development-Sidewalks
17e Asset Inventory & Database Development-Curbs
17f Asset Inventory & Database Dev.-Pave. Markings/ Striping
17g Addtl T-Mi.: Benches & Trash/Recyclable Receptacles
18 a. Asset Data Load to Lucrty
b. Asset Data Load to Hansen
19 City Council Presentation
140
.. CD • CD -c CG-Q.CD ·-c gw
'C ...: Q.Ul
8
16
24
4
36
32
Labor Effort
100
.;,
c w .. --II> .. >-:C'i .. c ~ <t .. .. :E~
75
.s::: u i! ,; ....
U) .! . ""' CD() .fi ~ ,; I!! -,()
8
16 18
8
36 180
2
40 24
2
24 16
24 4
8 8
50
.;
II> ·g.
0 c c .:;;-u E CD'C 1-<t
2
18
16
360
2
16
2
24
4
15
0 "' .. .J ... 0 1-
1820
6090
1400
35100
250
9960
250
5360
7940
6630
500
II> I!! .. 't: ~
2
Expenses
150 500
E CD c
~
II> .. E!' ..
""' ()
1-U)
II:
3 1
56 20
.. CD ~ :!§
500
600
II> :I 0 .. c II> .. .. = II> .. c u .. ~~
30
35
150
340
30
120
310
140
60
25
... 0 I-
ll> CD II> c CD 0. )( w
660
35
1600
20340
30
120
310
140
60
25
Contract Rates for Invoicing
"I >-
- -
0 ;: 1-c "" .. II> :I " a 1-
2500 1
6125 350
3000 1
55440 504
280 14
10080 504
560 14
5500 1
8000 1
6655 1
~ c :::>
LS
CL-Mi
LS
T-M
T-M
T-M
T-M
LS
LS
LS
Project Total:
s .. II: -c :::>
2,500.00
17.50
3,000.00
110.00
20.00
20.00
40.00
5,500.00
8,000.00
6,655.00
504 T-MI 14.00
1 LS 2,500.00
230 T-MI 120.00
100 HR 108.00
230 T-Mi 215.00
504 T-MI 10.00
504 T-MI 20.00
504 T-MI 87.50
504 T-MI 30.00
504 T-MI 40.00
504 T-MI 50.00
504 T-MI 50.00
504 T-MI 100.00
1 EA 40.00
1 EA 2,500.00
::! 0 1-
$2,500.00
$6,125.00
$3,000.00
$55,440.00
$280.00
$10,080.00
$560.00
$5,500.00
$8,000.00
$6,655.00
$98,140.001
$7,056.00
$2,500.00
$27,600.00
$10,800.00
$49,450.00
$5,040.00
$10,080.00
$44,100.00
$15,120.00
$20,160.00
$25,200.00
$25,200.00
$50,400.00
$40.00
$2,500.00
Pricing to Follow
1 LS 3,000.00 $3,000.00
-(') :s:: -· (/)~
(/) 0
(") -0 (') "C Q) It) .,
0 Ui -0"
:!! ~ Q I ~ "'C
Q) < It)
3
It)
::I r+
:s:: Q)
::I Q)
(Q
It)
3 It)
::I r+
"'C 0 (Q
iii 3
c
"C c. Q)
lD
Kathy Hamilton
From:
Sent:
To:
Cc:
Subject:
Dear Consultant:
Kathy Hamilton
Thursday, May 21, 2015 4:35 PM
'ssmith@ims-rst.com'
Rhonda Gasper-Heather; Shelley Collins; Donna Heraty (Donna.Heraty@carlsbadca.gov)
Form 700 -Conflict of Interest
Regarding your agreement with the City of Carlsbad for the 2015 Pavement Management Program Update-TRAN1212-
If your agreement states: Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interest in all four
categories.
It has been determined by the City Clerk's Office that you are not required to file a Conflict of Interest Statement for this
agreement with the City of Carlsbad. A copy of this email will be added to your file memorializing this decision.
Should you have any questions, please do not hesitate to contact me.
Kindest regards,
{'
City of
Carlsbad
Shelley Collins, CMC
Assistant City Clerk
City Clerk's Office
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, CA 92008-1949
www.carlsbadca.gov
7 60-434-2 917 I Shelley .Collins@ca rlsbadca .gov
Connect with us
Facebook I Twitter I You Tube I Flickr I Pinterest I Enews
1