Loading...
HomeMy WebLinkAbout2/7/2018 - STAFF REPORTS - 4.C. >°�P ALM Sp4 .y V Y f yCOOIOPRIEO 1y'f0 W c441poit City Council Staff Report DATE: February 7, 2018 NEW BUSINESS SUBJECT: AWARD OF A CONSTRUCTION CONTRACT TO ALL AMERICAN ASPHALT, A CALIFORNIA CORPORATION, IN THE AMOUNT OF $1,172,319.95, AND APPROVAL OF A PURCHASE ORDER IN AN AMOUNT NOT TO EXCEED $60,000 TO INTERWEST CONSULTING GROUP FOR CONSTRUCTION MANAGEMENT, INSPECTION AND MATERIALS TESTING SERVICES FOR THE 2017 ANNUAL SLURRY SEAL PROJECT, CITY PROJECT NO 17-02. FROM: David H. Ready, City Manager BY: Engineering Services Department SUMMARY Award of this construction contract will allow the City to proceed with construction of the 2017 Annual Slurry Seal, City Project No. 17-02 (the Project), and approval of a Purchase Order with Interwest Consulting Group will provide the City with construction management/inspection/materials testing services required for the Project. RECOMMENDATION: 1. Award a construction contract (Agreement No. ) to All American Asphalt, a California corporation, in the amount of $1,172,319.95 for the 2017 Annual Slurry Seal Project, City Project No. 17-02; and, 2. Delegate authority to the City Manager to approve and execute construction contract change orders up to $117,232 with all change orders reported to the City Council; and, 3. Authorize a Purchase Order to Interwest Consulting Group, pursuant to On-Call Agreement No. 6686, in an amount not to exceed $60,000 for construction management, inspection and materials testing services for the 2017 Annual Slurry Seal Project, City Project No. 17-02; and, 4. Authorize the City Manager to execute all necessary documents. ITEM NO. ��,, _ City Council Staff Report February 7, 2018-- Page 2 Award Construction Contract for CP 17-02 BUSINESS PRINCIPAL DISCLOSURE: All American Asphalt is a California Corporation whose corporate officers are Mark Luer, as President, Michael Farkas, as Secretary and Chief Financial Officer and Thomas Toscas, as Director. All owners whose interest is greater than $2000 are listed. BACKGROUND: On December 13, 2017, the City Council reviewed and approved the plans and specifications and authorized staff to bid the construction of the 2017 Annual Slurry Seal Project, City Project No. 17-02 (the "Project"). The project will micro-mill and slurry seal street segments with Pavement Condition Index (PCI) 70 (Letter Grade C) and selected major arterial segments. List and Maps of the street segments are included for reference as Attachment 1 and Attachment 2. On December 16, and December 23, 2017, staff advertised the Project in the Desert Sun, submitted the Notice Inviting Bids to plan rooms, and provided the bid documents available free of charge to prospective bidders On January 18, 2018 at 3:00 p.m., the Procurement and Contracting Division received seven construction bids from the following contractors listed in Table 1: Company Location Bid Amount All American Asphalt Corona, CA $11172,319.95 Pavement Coatings Jurupa Valley, CA $1,214,214.60 Sierra Nevada Construction Sparks, NV $1,345,443.50 American Asphalt South Fontana, CA $1,356,668.40 California Pavement Maintenance Sacramento, CA $1,417,885.20 Intermountain Slurry Seal Elk Grove, CA $1,434,807.50 Roy Allan Slurry Seal I Santa Fe Springs, CA $2,133,736.00 TABLE 1 The Engineer's estimate for the Project as reported to the City Council on December 13, 2017, was $1,335,000. A full bid summary is included as Attachment 3. Bid Analysis As part of the City's bid review process, staff reviewed all bid documents submitted by the apparent low bidder, and have determined that All American Asphalt, a California Corporation, is in compliance with the Instructions to Bidders and has submitted the lowest responsive and responsible bid. Therefore, staff recommends that City Council approve the bid submitted by All American Asphalt. 02 City Council Staff Report February 7, 2018-- Page 3 Award Construction Contract for CP 17-02 Public Works Contractor Registration Law(SB 854) Under California Labor Code Section 1771.1, as amended by Senate Bill (SB) 854 (2014), unless registered with the State of California Department of Industrial Relations (DIR), a contractor may not bid, nor be listed as a subcontractor, for any bid proposal submitted for public works projects on or after March 1, 2015. Similarly, a public entity cannot award a public works contract to a non-registered contractor, effective April 1, 2015. Staff has reviewed the DIR's contractor registration database, and has confirmed that All American Asphalt is registered with the DIR, and is appropriately licensed. All American Asphalt of Corona, California, submitted the lowest responsive bid; staff reviewed the bid and contractor's license, and found the Contractor and its subcontractors to be properly licensed and qualified. A construction contract with All American Asphalt is included as Attachment 4. Local Business Preference Compliance Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program," requires prime contractors to use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. All American Asphalt is not considered a local business; however, they have demonstrated sufficient evidence of good faith efforts to sub-contract the supply of materials and equipment to local businesses. Construction Management, Inspection and Material Testing Services On April 1, 2015, the City Council approved agreements for on-call Public Works capital project construction management, inspection and materials testing services with Dudek & Associates, Interwest Consulting Group, Inc., and Willdan Engineering to provide as- needed construction management and inspection ("Owner's Representative") services associated with a variety of Public Works capital projects. Accordingly, staff solicited proposals from these on-call firms for the required construction inspection services. Based on their responses and experience with providing services on recent and ongoing projects of a similar nature, staff recommends City Council authorize the issuance of a Purchase Order with Interwest Consulting Group in an amount not to exceed $60,000 on the basis of scope and fee. A copy of the proposal for construction phase services provided by Interwest Consulting Group is included as Attachment 5. 03 City Council Staff Report February 7, 2018-- Page 4 Award Construction Contract for CP 17-02 ENVIRONMENTAL IMPACT: Section 21084 of the California Public Resources Code requires Guidelines for Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines are required to include a list of classes of projects which have been determined not to have a significant effect on the environment and which are exempt from the provisions of CEQA. In response to that mandate, the Secretary for Resources identified classes of projects that do not have a significant effect on the environment, and are declared to be categorically exempt from the requirement for the preparation of environmental documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects consist of the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public structures, facilities, mechanical equipment or topographical features involving negligible or no expansion of use beyond that existing at the time of the lead agency's determination. Therefore, in accordance with Section 15301(c), staff determined that the 2017 Annual Slurry Seal Project, City Project No. 17-02 is considered categorically exempt from CEQA. A Notice of Exemption was prepared and filed with the Riverside County Clerk for City Project 17-02. A copy of the Notice of Exemption is included as Attachment 6. FISCAL IMPACT: A total of $1,400,000 was budgeted for the 2017 Slurry Seal, City Project 17-02 with Local Measure A (Fund 134). On September 26, 2017, City Council approved $263,599 in estimated revenue from Senate Bill 1 (SB) Road Maintenance and Rehabilitation Account (RMRA), a new funding source generated from the recent gas tax increase. With the addition of $263,599 from SB 1- RMRA funds, the total budget for the project increased to $1,663,599. A summary of Project budget and estimated costs is shown in Table 2. Table of Project Costs Amount FY 16/17 Local Measure A Fund Fund 134 $1,200,000 FY 17/18 Local Measure A Fund 134 $200,000 SB 1 — RMRA Appropriations $263,599 Project Administration (through 1/23/18 $23,000 Project Administration Estimated $12,000 Construction Engineering and Inspection (Includes ($70,000) Interwest Consulting Group Purchase Order Construction Contract $1,172,320 Contingency 10%) $117,232 Remaining Balance $269,047 TABLE 2 City Council Staff Report February 7, 2018-- Page 5 Award Construction Contract for CP 17-02 SUBMITTED //Z-/ Thomas Garcia, P.E. Marcus L. Fulle , MPA, P. .L.S. City Engineer Assistant City Manager David H. Ready, Esq., Ph.D City Manager Attachments: 1. List of Streets 2. Map of Streets 3. Bid Summary 4. Copy of Construction Contract Awarded 5. Interwest Consulting Group Proposal 6. CEQA Notice of Exemption ATTACHMENT 1 0o STREET LIST - 2017 ANNUAL SLURRY SEAL PROJECT - CP 17-02 ARTERIAL STREETS : ITEM STREET NAME FROM TO LENGTH WIDTH TRUE AREA PCI NEIGHBORHOOD 1 RACQUET CLUB Rd. E/S SUNRISE WAY W/S FARRELL DRIVE 2,512 61 153,232 75 Racquet Club South 2 FARRELL DRIVE S/S RACQUET CLUB ROAD NIS VIA ESCUELA 1,227 61 74,847 75 3 FARRELL DRIVE N/S VIA ESCUELA NIS VISTA CHINO 1,313 61 80,093 75 4 SUNRISE WAY NIS RACQUET CLUB ROAD S/S FRANCIS DRIVE 1,325 66 81,450 79 Desert Park Estates 5 SUNRISE WAY NIS VISTA CHINO S/S VIA ESCUELA 1,318 66 86,988 79 TOTAL 476,610 SF NON-ARTERIAL STREETS: ITEM STREET NAME FROM TO LENGTH WIDTH AREA-SF PCI NEIGHBORHOOD 6 BELARDO ROAD SIS TAHQUITZ CANYON WAY NIS ARENAS ROAD 630 32 20,160 68 Historic Tennis Club 7 TIPTON ROAD NIS HWY 111 S/S RAILROAD 382 25 9,550 68 8 WENDY ROAD WIS TIPTON ROAD W END 3,225 25 80,625 68 9 BELARDO ROAD S/S RAMON ROAD 945'SIO RAMON ROAD 945 60 56,700 69 Historic Tennis Club 10 TIPTON ROAD 1685'N/0 WENDY ROAD 2900'N/O WENDY ROAD 1,215 50 60,750 69 11 VIA MIRALESTE SIS TACHEVAH DRIVE 318'S.OF TACHEVAH 318 60 19,080 69 The Movie Colony 12 AVENIDA SEVILLA EIS BOGERT TRAIL E END 643 32 20,576 70 Andreas Hills 13 BARONA ROAD NIS BOGERT TRAIL N END 322 60 19,320 70 Andreas Hills 14 CORSICA COURT S/S AVENIDA SEVILLA S END(CDS) 188 32 8,741 70 Andreas Hills 15 DOGWOOD DRIVE EAST List E END(CDS) 200 32 9,125 70 Andreas Hills 16 DOGWOOD DRIVE WEST W/S GOLDENROD LANE W END(CDS) 200 32 9,125 70 Andreas Hills 17 GOLDEN ROAD LANE NIS BOGERT TRAIL N END(CDS) 942 32 32,869 70 Andreas Hills 18 GOLDEN ROAD LANE NIS BOGERT TRAIL S END(CDS) 672 32 24,229 70 Andreas Hills 19 MARIGOLD CIRCLE S/S BOGERT TRAIL S END(CDS) 475 32 17,925 70 Andreas Hills 20 BISNAGA AVENUE N END S END 540 18 9,720 70 Araby Cove 21 CHOLLA PLACE E/S ARABY DRIVE W/S BISNAGA AVENUE 300 17 5,100 70 Araby Cove 22 ALTO CIRCLE EIS SIERRA MADRE E END(CDS) 227 36 10,978 70 Canyon Corridor 23 AZUL CIRCLE EIS SIERRA MADRE E END(CDS) 226 36 10,942 70 Canyon Corridor , 24 FLOR CIRCLE W/S CALLE PALO FIERRO W END(CDS) 230 36 10,988 70 Canyon Corridor 25 SAN JOSE ROAD W/S CALLE PALO FIERRO E/S SKY VIEW DRIVE 905 36 32,580 70 Canyon Corridor 26 SIERRA MADRE DRIVE N/S MURRAY CANYON DRIVE 1 10'N/O SANTIAGO WAY 960 36 34,560 70 Canyon Corridor 27 SIERRA MADRE DRIVE S/S AVENIDA GRANADA S END 580 32 18,560 70 Canyon Corridor 28 TORO CIRCLE W/S SIERRA MADRE W END(CDS) 227 36 10,978 70 Canyon Corridor 29 ARROYO VISTA DRIVE EIS EL PLACER ROAD S/S NUEVA VISTA 1,065 33 35,145 70 Demuth Park 30 CALLE SAN ANTONIO EIS EL PLACER ROAD W/S AVENIDA EVELITA 630 33 20,790 70 Demuth Park 31 CALLE SAN ANTONIO EIS AVENIDA EVELITA W/S PASEO DOROTEA 621 33 20,493 70 Demuth Park 32 CALLE SAN ANTONIO EIS PASEO DOROTEA W/S CALLE SANTA CRUZ 642 33 21,186 70 Demuth Park 33 CALLE SAN RAPHAEL WIS CALLE SANTA CRUZ EIS PASEO DOROTEA 640 331 21,120 70 1 Demuth Park 34 CALLE SAN RAPHAEL W/S PASEO DOROTEA EIS AVENIDA EVELITA 629 331 21,024 70 1 Demuth Park 35 CALLE SAN RAPHAEL IWIS AVENIDA EVELITA EIS EL PLACER ROAD 634 331 20,922 70 1 Demuth Park C� .E ITEM STREET NAME FROM TO LENGTH WIDTH TRUE AREA PCI NEIGHBORHOOD 36 CALLE TOMAS NIS PASEO CAROLETA SIS CALLE SAN ANTONIO 775 33 25,575 70 Demuth Park 37 CAMINO PAROCELA E/S EL CIELO ROAD W/S DESERT VIEW DRIVE 217 33 7,161 70 Demuth Park 38 CAMINO PAROCELA E/S DESERT VIEW DRIVE W/S HIGHLAND DRIVE 230 31 7,130 70 Demuth Park 39 CAMINO PAROCELA WIS VELLA ROAD EIS CALLE SANTA CRUZ 630 36 22,680 70 Demuth Park 40 CAMINO SAN MIGUEL E/S AVENIDA EVELITA W/S PASEO DOROTEA 633 32 20,256 70 Demuth Park 41 CAMINO SAN MIGUEL W/S VELLA ROAD EIS CALLE SANTA CRUZ 638 33 21,054 70 Demuth Park 42 CAMINO SAN SIMEON E/S CALLE SANTA CRUZ W/S VELLA ROAD 638 33 21,054 70 Demuth Park 43 DESERT WAY SIS CAMINO PAROCELA N/S SUNNY DUNES ROAD 625 32 20,000 70 Demuth Park 44 EL PLACER RD NIS SUNNY DUNES ROAD NIS CALLE SAN RAPHAEL 446 33 14,718 70 Demuth Park 45 HIGHLAND DRIVE NIS SUNNY DUNES ROAD N/S CAMINO PAROCELA 650 32 20,800 70 Demuth Park 46 HIGHLAND DRIVE NIS CAMINO PAROCELA SIS RAMON ROAD 621 33 18,690 70 Demuth Park 47 OLEANDER ROAD NIS SUNNY DUNES ROAD S/S CAMINO PAROCELA 611 36 21,996 70 Demuth Park 48 OLEANDER ROAD S/S CAMINO PAROCELA SIS RAMON ROAD 645 36 23,220 70 Demuth Park 49 PASEO CAROLETA EIS CALLE SANTA CRUZ WIS CALLE PAUL 482 33 15,906 70 Demuth Park 50 PASEO LUISA WIS PASEO DOROTEA E/S AVENIDA EVELITA 370 32 11,840 70 Demuth Park 51 WILLIAMS ROAD NIS SUNNY DUNES ROAD SIS CAMINO PAROCELA 612 42 25,704 70 Demuth Park 52 WILLIAMS ROAD NIS CAMINO PAROCELA SIS RAMON ROAD 603 42 25,326 70 Demuth Park 53 ALHAMBRA DRIVE E/S CAMINO REAL S/S CAMINO REAL 1,942 36 72,637 70 Indian Canyons 54 CALIENTE DRIVE NIS VIA ESTRELLA S/S SIERRA WAY 2,575 36 92,700 70 Indian Canyons 55 CAMINO REAL S/S LA VERNE WAY NIS S VIA LAZO 2,475 36 89,100 70 Indian Canyons 56 SIERRA WAY E/S CALLE PALO FIERRO WIS CAMINO REAL 1,272 36 45,792 70 Indian Canyons 57 VIA ESTRELLA W/S TOLEDO AVENUE E/S CALIENTE DRIVE 1,253 36 45,108 70 Indian Canyons 58 VIA LAZO W/S CAMINO REAL-N END WIS CAMINO REAL-S END 1,146 36 42,649 70 Indian Canyons 59 YOSEMITE DRIVE E/S CAMINO REAL S END(CDS) 2,383 36 88,594 70 Indian Canyons 60 CAMINO BUENA VISTA WIS MESA DRIVE W END 517 24 11,511 70 The Mesa 61 CAMINO ENCANTO W/S S PALM CANYON DRIVE W END(CDS) 502 20 11,250 70 The Mesa 62 CANTINA WAY WIS S PALM CANYON DRIVE N END 816 22 18,672 70 The Mesa 63 OVERLOOK ROAD S/S CRESTVIEW DRIVE W/S MESA DRIVE 894 26 23,244 70 The Mesa 64 RIDGE ROAD NIS CRESTVIEW DRIVE N END 180 25 4,500 70 The Mesa 65 ANZA DRIVE E/S JOSHUA TREE PLACE W/S NAVAJO DRIVE 219 25 5,475 70 Twin Palms 66 ANZA DRIVE E/S NAVAJO DRIVE W/S CALIENTE ROAD 1,000 25 25.000 70 Twin Palms 67 AQUANETTA CIRCLE E/S AQUANETTA DRIVE E END(CDS) 120 25 5,725 70 Twin Palms 68 AQUANETTA DRIVE S/S TWIN PALMS DRIVE NIS LA JOLLA ROAD 695 25 16,666 70 Twin Palms 69 JOSHUA TREE PLACE S/S MARION WAY NIS ANZA DRIVE 1,051 25 30,491 70 Twin Palms 70 MARION WAY W/S CALIENTE ROAD E/S NAVAJO ROAD 1,137 25 28,425 70 Twin Palms 71 MARION WAY WIS NAVAJO ROAD EIS JOSHUA TREE PLACE 330 25 8,250 70 Twin Palms 72 VIA AGULIA NIS LA JOLLA ROAD SIS TWIN PALMS DRIVE 490 30 14,700 70 Twin Palms 73 AVENIDA GRANADA W/S CAMINO REAL EIS CALLE PALO FIERRO 925 60 55,500 70 74 BOLERO ROAD WIS TOLEDO AVENUE W END(CDS) 251 32 10,757 70 75 CABILDO CIRCLE WIS TOLEDO AVENUE W END(CDS) 200 32 9,125 70 76 CALIENTE DRIVE S/S SIERRA WAY S/S LA VERNE WAY 1,000 36 35,136 70 77 CAMINO MONTE N END S END 530 19 10,070 70 78 CHICO DRIVE NIS LOBO WAY SIS MARICOPA DRIVE 514 36 18,5D4 70 79 CONCHA CIRCLE W/S TOLEDO AVENUE W END(CDS) 251 32 10,757 70 GO ITEM STREET NAME FROM TO LENGTH WIDTH TRUE AREA PCI NEIGHBORHOOD 80 EAST PALM CANYON DRIVE E PALM CANYON DRIVE W PALM CANYON DRIVE 378 60 22,680 70 81 FUEGO CIRCLE NIS MADRONA DRIVE N END(CDS) 140 32 7,205 70 82 LEDO CIRCLE W/S TOLEDO AVENUE W END(CDS) 230 32 10,085 70 83 LOBO WAY EIS TULARE DRIVE W/S CHICO DRIVE 325 36 13,140 70 84 LUZ CIRCLE NIS MADRONA DRIVE N END(CDS) 125 32 6,725 70 85 MADRONA DRIVE NIS SIERRA WAY S/S TOLEDO AVENUE 1,692 36 60,912 70 86 MARICOPA DRIVE W/S TOLEDO AVENUE EIS MADRONA DRIVE 704 36 25,344 70 87 PLATO CIRCLE NIS MADRONA DRIVE N END(CDS) 125 32 6,725 70 88 ROJO CIRCLE NIS MADRONA DRIVE N END(CDS) 125 32 6,725 70 89 SANTIAGO WAY E/S SIERRA MADRE DRIVE W/S CALLE PALO FIERO 811 36 31,306 70 90 SIERRA WAY EIS CALIENTE DRIVE W/S TOLEDO AVENUE 1,105 36 39,780 70 91 SILVERADO CIRCLE S/S SIERRA WAY S END(CDS) 265 29 9,932 70 92 SNAPDRAGON CIRCLE W/S GOLDENROD LANE JW END(CDS) 145 32 7,365 70 93 TOLEDO CIRCLE W/S TOLEDO AVENUE JW END(CDS) 135 32 7,045 70 94 TULARE DRIVE iSIS MARICOPA DRIVE NIS LOBO WAY 662 36 25,992 70 TOTAL 2,128,270 ISF GRAND TOTAL 2,604,880 SF C'S W' ATTACHMENT 2 o ......,lei �� Oa i a . 4'�• ._,. a tr Y!k � ru and t I ,AREA _ �� j` r s i■� gill im • 4 � ir I AREA 2 � y \ W! . V ur. AREA 3 _ �w AREA 4 \ Pi"; 4. .11 1t ./ �I.._�...:.. • r � 6 �����4 .v}fit E1«ii nJ'. •..F, 3u. �� _ • a4 AREA 5 AREA 7 "nib 1 ' _ r a• r Tow V I _. .•.�.�. y J . .N............ /.. -top t 1 I AREA 6'._, v s T w1 E rr!u.s 1 .....„...... J y LEGEND 1; i sommommose CP 17-02, 2017 ANNUAL SLURRY SEAL PROJECT a � , CA NTRY\ r t M t CLUB �r - MUELA VIA „z - 7.-�': s A t i 1„ c. A� A rao n[ F ' mu as �atv ° 1 iDO. aik: CP 17-02 - AREA 1 44. 4Z iNC M M14� r r f ` 1!•1z42t1 ��.p�'� -i1h( 3 — � E TACHEVAH E. Y DRYAN E rN a � amirKry RUTH HAROY r•-a-" ;.-- -1—y� PARK -- i. .E37k E WiY6C AO67 � i` .T:: •.qt - ._.�. Y YRIRJ ',`j$ •i+ t3IF t6U $3 Yk k"A ma. . . E Y r mIL.a , L _ '-AL�Nt RD �-" .. ..: RED . ._. • O'DC1NNEt1jjj \t A 9 j 33 GOLF J � *."11 pp CLUB _-T FL CP 17-02 - AREA 2 12 ` E E Y E 1 INK RD PS T MR vtia W y aMw r a 1 TAHQUIiZ CREEK CHANNEL K r rt Tmm CDW - uccnurtc eYR�uEclifiivlrtt CP 17-02 - AREA 3 r _im—­ Iwi AIRPORT __, Pan El L 4+ ='RkMONe, RD l X . i } i jt •� - t Iff COIRiIRY CLUB /yy� _T 1TN - :YIE SN UCES CP 17-02 - AREA 4 13 .. - i I"- ��ajsessr�w aFlofak Rti I ' c I y ,r o �,^ LAVERNE WAY _ m8 t I F i-e CP 17-02 - AREA 5 'lip }. f CANYON r., COUNTRY € i±t_ CLUB n y i IR T DR *am 7 � t } -d E •r— { 4 /fU/Y��1i }c W /ACAS e= CP 17-02 - AREA 6 14 F A MAI �y , ' .� m sus p 3 tilts� On CP 17-02 - AREA 7 15 ATTACHMENT 3 15 2017 ANNUAL SLURRY SEAL PROJECT-CP 17-02 BID SUMMARY Bid Opening:JANUARY 18,2018 BID SCHEDULE ALL AMERICAN ASPHALT PAVEMENT COATINGS SIERRA NEVADA QUANTITY UNIT CONSTRUCTION Item No. ITEM DESCRIPTION UNIT PR. AMOUNT UNIT PR. AMOUNT UNIT PR. AMOUNT 1 Mobilization 1 LS $73,795.07 $73,795.07 $12,000.00 $12,000.00 $95,000.00 $95.000.00 2 Temporary Traffic Control 1 LS $74,530.88 $74,530.88 $25,887.00 $25,887.00 $173,161.10 $173.161.10 3 Water Pollution Control 1 LS $5,832.79 $5.832.79 $1,500.00 $1,600.00 $1,500.00 $1,500.00 4 Uniform Micro-Milling Y."of Existing Asphalt 2 604.880 SF $0.13 $338,634.40 $0.155 $403,756.40 $0.155 $403,756.40 Concrete Pavement. Crack-sealing and crack-filling,construction of 5 Rubber Polymer Modified Slurry(RPMS),and all 2,604,880 SF $0.20 $520,976.00 $0.24 $625,171.20 $0.20 $520.976.00 appurtenant work. 6 Install Type E Detector Loop 34 EA $408.47 $13,887.98 $350.00 $11,900.00 $325.00 $11,050.00 Removal of all existing traffic striping and pavement 7 markings;installation of new thermoplastic traffic 1 LS $63,662.83 $63,662.83 $68,000.00 $68,000.00 $75,000.00 $75,000.00 striping;installation of thermoplastic pavement markings and pavement markers. 8 Callrans Double Permit 1 LS $17,500.00 $17.500.00 $2,500.00 $2,500.00 $1,500.00 $1,500.00 9 Field Orders 1 AL $63,500.001 $63,500.D0 $63,500.00 $63,500.00 $63,500.001 $63,500.00 TOTAL= $1,172,319.95 TOTAL= $1,214,214.60 TOTAL= $1,345,443,50 1 2 3 AMERICAN ASPHALT CALIFORNIA PAVEMENT INTERMOUNTAIN SLURRY BID SCHEDULE ROY ALLAN SLURRY SEAL QUANTITY UNIT SOUTH MAINTENANCE SEAL Item No. ITEM DESCRIPTION UNIT PR. AMOUNT UNIT PR. AMOUNT UNIT PR. AMOUNT UNIT PR. AMOUNT 1 Mobilization 1 LS $25,000.00 $25,000.00 $33,000.00 $33,000.00 $55,000.00 $55.000.00 $95.000.00 $95,000.00 2 Temporary Traffic Control 1 LS $50,000.00 $50,000.00 $55,000.00 $55,000.00 $88,060.30 $88,060.30 $42,000.00 $42,000.00 3 Water Pollution Control 1 LS $5,000.00 $5,000.00 $1,000.00 $1,000.00 $2,000.00 $2,000.00 $7,500.00 $7,500.00 4 Uniform Micro-Milling%"of Existing Asphalt 2,604,880 SF $0.15 $390,732.00 $0.155 $403,756.40 $0.16 $416,780.80 $0.29 $755.415.20 Concrete Pavement. Crack-sealing and crack-filling,construction of 5 Rubber Polymer Modified Slurry(RPMS),and all 2,604,880 SF $0.28 $729.366.40 $0.26 $677,268.80 $0.28 $729,366.40 $0.41 $1,068,000.80 appurtenant work. 6 Install Type E Detector Loop 34 EA 1 $355.00 $12,070.00 $345.00 $11,730.00 $400.00 $13,600.00 $360.00 $12,240.00 Removal of all existing traffic striping and pavement markings;installation of new thermoplastic traffic 7 striping;installation of thermoplastic pavement 1 LS $79,500.00 $79,500.00 $168,630.00 $168,630.00 $65,000.00 $65.000.00 $80,080.00 $80,080.00 markings and pavement markers. 8 Caltrans Double Permit 1 LS $1,500.00 $1,500.00 $4,000.00 $4,000.00 $1,500.00 $1.500.00 $10,000.00 $10,000.00 9 Field Orders 1 AL $63,500.00 $63,500.00 $63,500.00 $63,500.00 $63,500.00 $63,500.00 $63,500.00f$2,1 63,500.00 TOTAL= $1,356,668.40 TOTAL= $1,417,885.20 TOTAL= $1,434,807.50 TOTAL= ,736000 4 5 6 7 NOTES: Italicised numbers represent corrected numbers as a result of math errors in the bid document. F-+ ATTACHMENT 4 , 9 AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this _ day of 20_, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and All American Asphalt hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for the Project entitled: 2017 ANNUAL SLURRY SEAL CITY PROJECT NO. 17-02 The Work includes: application of weed killer to all pavement cracks or joints; cleaning, routing, and installation of crack-sealant and asphalt pavement in all pavement cracks or joints ''Y4" or wider; uniform micro-milling of existing asphalt concrete pavement; construction of Rubber Polymer Modified Slurry (RPMS); removal and replacement of existing traffic striping and markings; and all appurtenant work on various City streets. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. 2017 ANNUAL SLURRY SEAL CITY PROJECT NO. 17-02 AGREEMENT FORM 19 NOVEMBER 2017 AGREEMENT AND BONDS-PAGE 1 ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is $ 1,172,319.95. Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Local Business Preference Program — Good Faith Efforts, Non- Discrimination Certification, Non-Collusion Declaration, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers none to none, inclusive, and all Construction Contract Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. 2017 ANNUAL SLURRY SEAL ry CITY PROJECT NO. 17-02 AGREEMENT FORM 20 NOVEMBER 2017 AGREEMENT AND BONDS-PAGE 2 Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 8 -- INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. ARTICLE 9 -- NON-DISCRIMINATION In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to 2017 ANNUAL SLURRY SEAL CITY PROJECT NO. 17-02 AGREEMENT FORM 2 NOVEMBER 2017 AGREEMENT AND BONDS-PAGE 3 any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. ARTICLE 10 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a parry hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. SIGNATURES ON NEXT PAGE 2017 ANNUAL SLURRY SEAL r} e� CITY PROJECT NO. 17-02 AGREEMENT FORM 2 2 NOVEMBER 2017 AGREEMENT AND BONDS-PAGE 4 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: CALIFORNIA Date By David H. Ready City Manager Agreement No. ATTEST: By Anthony Mejia City Clerk APPROVED AS TO FORM: By Edward Z. Kotkin City Attorney RECOMMENDED: By Thomas Garcia, P.E. City Engineer 2017 ANNUAL SLURRY SEAL CITY PROJECT NO. 17-02 AGREEMENT FORM 23 NOVEMBER 2017 AGREEMENT AND BONDS-PAGE 5 CONTRACTOR By: Firm/Company Name By: By: Signature (notarized) Signature (notarized) Name: Name: Title: Title: A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. (This Agreement must be signed in the above (This Agreement must be signed in the above space by one having authority to bind the space by one having authority to bind the Contractor to the terms of the Agreement.) Contractor to the terms of the Agreement.) State of ) State of ) County of )ss County of )ss On On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the of which the person(s) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: 2017 ANNUAL SLURRY SEAL CITY PROJECT NO.17-02 AGREEMENT FORM !) NOVEMBER 2017 AGREEMENT AND BONDS-PAGE 6 Z ATTACHMENT 5 :s January 10,2018 NTERWEiLco N S u L i i N G G B o u P Thomas Garcia, P.E. City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 RE: Proposal for Construction Management & Inspection Services for the 2017 Annual Slurry Seal Project, City Project No. 17.02 Mr. Garcia: Interwest Consulting Group is pleased to submit our proposal to provide Construction Management, Construction Inspection, and Geotechnical Services for the 2017 Annual Slurry Seal Project (City Project No. 17-02). The staff proposed for this project has experience with effectively managing these types of projects utilizing local, state and federal funding sources including Measure A Funding. It is understood that the City requires turnkey construction management services which includes inspection, and materials testing per the City's QAP guidelines. We are submitting for consideration to provide construction management and inspection services. We have also teamed with L.O.R. Geotechnical Group to provide material testing services. The Geotechnical Service that is proposed includes testing, review, and acceptance of soils and materials required for the slurry seal project. We have reviewed the specifications that you have provided, researched the project and prepared a scope of services that will compliment the City's management team in the successful delivery of the project on-time and within budget. We understand the work includes the Micro-Milling and Slurry Sealing of approximately 2,600,000 square feet of existing asphalt pavement within 94 street segments in various locations throughout the City of Palm Springs including.The work includes but is not limited to the application of weed killer to all pavement cracks or joints; cleaning, routing, and installation of crack-sealant and asphalt pavement in all pavement cracks or joints'/a"or wider; uniform micro-milling of existing asphalt concrete pavement;construction of Rubber Polymer Modified Slurry(RPMS); removal and replacement of existing traffic striping and markings;and all other appurtenant work. We have completed a thorough review of the Request for Proposal (RFP), the specifications and completed a field review of the streets identified for restoration. As requested in the RFP, we will provide a full breakdown of tasks and costs associated with the project. Material testing and QAIQC will also be included. We will provide a single individual to complete the construction management and inspection services. Geotechnical services will be provided by our sub-consultant as defined within this proposal. As stated earlier, we have experience with providing the construction management and inspection services for projects within the City of Palm Springs that are funded by Measure A. We are also presently completing similar services for the City of Palm Springs for the 2017 Street Rehabilitation Project, CP#17-01. Project documentation will be prepared and transmitted to the City on a daily basis with all project documentation provided to the City electronically at the end of the project. All documentation shall be of the detail and caliber suitable for audit. We would welcome and interview of the professional we propose if the City requires it as part of the proposal evaluation process. We understand the duration of the construction for this project is 50 working days. We have identified several key issues that must be addressed to ensure the successful delivery of the project: • Effective communication with businesses,the residential community,emergency services,Sunline Transit, &motorists • Maintaining traffic flow at all times, especially during peak hours 26 • Business and residential access at all times • Coordination of parking needs for businesses, residents, and visitors • The need for organized, clear and compliant paperwork ready for an audit review The staff members proposed for this assignment were carefully selected based on our understanding of the scope of the project. James G. Ross is the Public Works Group Leader for the Southern California area and will serve as Principal in Charge. He is an authorized representative of Interwest Consulting Group with the authority to sign all necessary agreements. Mr.Chris A.Vogt, P.E. is the Regional Manager of the Coachella Valley branch of Interwest Consulting Group, and will serve as the Project Representative and the management contact to the City of Palm Springs. James G. Ross Chris A. Vogt, P.E. 431 S. Palm Canyon Drive, Suite 200 431 S. Palm Canyon Drive, Suite 200 Palm Springs, CA 92262 Palm Springs, CA 92262 760.417,4329 Office 760.417.4329 Office 714.742.1551 Mobile 951.616.4925 Mobile jross@interwestgrp.com cvogt@interwestgrp.com Services will be directed from our Palm Springs office, which serves the entire Coachella Valley region with professional staff performing functions in all of our disciplines and is located approximately 2.7 miles from the Palm Springs City Hall. Additional information concerning our qualifications and experience may be found in our Statement of Qualifications, previously submitted to the City under a separate cover. Please do not hesitate to contact Chris A. Vogt, PE at(760)4174329 should you have any questions. Thank you again for the opportunity to assist you on this project. Sincerely, ames G. Ross Chris A.Vogt, PE Public Works Group Leader Coachella Valley Regional Manager 27 I. Experience I Qualifications Interwest Consulting Group The seamless integration of municipal service professionals in support of public agencies has been our purpose since Interwest Consulting Group formed in 2002. Interwest was founded by individuals with a passion for serving municipalities. We currently employ more than 330 employees spanning a multitude of disciplines within city engineering, public works, and building and safety departments throughout California. We provide the following services to citieslcounties: Construction Management, City Engineering, Construction Inspection, Capital Improvement Program Management, Development Improvement Plan/Map Review and Entitlement, Transportation Program Management/Funding, Traffic Engineering & Transportation Planning, Building and Safety, Real Property Acquisition, Geographic Information System (GIS), and Information Technology. We currently serve over 200 cities, counties and state agencies. We serve the nearby municipalities of Rancho Mirage, La Quinta, Indian Wells, Beaumont, Wildomar,Yorba Linda, Eastvale,and Riverside County just to name a few. II. Project Management Approach Interwest is excited for the opportunity to provide Construction Management, Inspection Services and Geotechnical Services for the Palm Springs 2017 Annual Slurry Seal Project. We understand that our role in this project is to provide Construction Management and Inspection Services representing the City in the following (but not limited to) project meetings, negotiations with the contractor, materials testing, full inspection, coordination and communication with the City, affected businesses, and residents, payroll certification, punch lists, final adjusting change order, change order negotiations/verifications, invoice verification and approval, project budget maintenance and oversight, NPDES compliance, AQMD compliance, compliance with all funding source requirements, and project close-out. This project consists of the Micro-milling and slurry sealing of approximately 2,600,000 square feet of pavement area within 94 street segments in various locations throughout the City of Palm Springs including: application of weed - killer to all pavement cracks or joints; cleaning, routing, and installation of crack-sealant and asphalt pavement in all pavement cracks or joints '/4" or wider; uniform micro-milling of existing asphalt concrete pavement; construction of Rubber Polymer Modified Slurry(RPMS);removal and replacement of existing traffic striping and markings;and all other appurtenant work. Project Issues and Solutions We will assist the City with communication and coordination with residents, businesses, and commuters throughout the duration of the . project. We will also coordinate the schedule with emergency services such as police and fire, the solid waste carrier, the postal service, k Sunline Transit,and the Palm Springs Airport. This is a large project(Engineers Estimate $1.20 million -$1.40 million). With the 50 working day schedule,the amount of daily construction work will average approximately $24,000-$28,000/day. Responsive Construction Management and Inspection Services is necessary in all areas of work due to traffic control, access, and construction oversight. It is imperative that traffic control is monitored closely to ensure circulation and safety throughout the duration of the project. Our construction Manager/Inspector and Geotechnical Sub-Consultant will work with the contractor to provide the following: ✓ A phasing plan for the work to assure safety and circulation are maintained ✓ Ensuring business access at all times. ✓ Assuring the specified and approved materials are implemented. ✓ Coordination of striping,loops, and pavement markers are complete in accordance with the plans and Specifications. ✓ 50 working day duration for completion is met. ✓ Effective monitoring of labor and certified payroll and tracking of Measure J expenditures if Measure J is utilized. With our experience and knowledge of completing complex street projects, we can ensure that the contractor is utilizing the most effective traffic control phasing plan and its implementation for the street improvements in this project. The Construction Manager will closely monitor the project requirements, schedule and budget. All locations will be inspected for proper traffic control, application of weed killer to all pavement cracks or joints; cleaning, routing, and installation of crack-sealant and asphalt pavement in all pavement cracks or joints%d'or wider;uniform micro-milling of existing asphalt concrete pavement; construction of Rubber Polymer Modified Slurry (RPMS); removal and replacement of existing traffic striping and markings; and all other appurtenant work. The materials used will be cross-checked with approved submittals and mix designs. The Construction Manager/Inspector will have a complete copy of all approved submittals with them in the field at all times. Department of Industrial Relations Guidelines and Compliance Our experience with Measure A funded projects and the DIR Prevailing Wage requirements has given us the understanding and knowledge to manage the requirements that the City will need to comply with: ✓ Labor compliance ✓ Certified Payroll ✓ Material Certifications ✓ Funding Reimbursements Measure A projects require a close watch, monitoring, and reporting on project expenditures. The Construction Manager will track all Measure A expenditures and complete daily reports. We require that material certifications are provided prior to the start of the project.We will ensure that all project documentation is provided. Personnel Services will be directed from our Palm Springs office, which serves the entire Coachella Valley region with professional staff performing functions in all of our disciplines. All of our proposed staff has significant direct experience working as city employees and as contract staff members in the City of Palm Springs and similar jurisdictions throughout California providing the services outlined in the RFP. Individually, the professionals showcased below excel in each of their backgrounds. As a team, they possess the professional capability to innovatively create and implement effective solutions with your agency and the community's interests in mind. The following individuals would be available to serve the City. Jim Ross will serve as Principal in Charge and is an authorized representative of Interwest Consulting Group with the authority to sign all necessary agreements. ChrisA. Vogt, PE I PROJECT MANAGER I KEY CONTACT Chris has nearly 34 years of successful planning, implementing, and administering public works projects and programs. He brings a solid history of successful management with over 20 years as a Public Works Director/City Engineer. He brings an exemplary work ethic focusing on continuous process improvements while maintaining the ability to effectively navigate through politically sensitive environments. He has managed an operational budget over $39 million and a comprehensive Capital Improvement Program in excess of $1.6 billion. Supporting cities in Southern California, Chris has a wealth of knowledge in budget preparation; infrastructure maintenance; professional and construction contract negotiations; organizational development; project management; water, sewer and electrical utility operations and construction; engineering design; staff development; training and mentoring; complex engineering studies such as Development Impact Fees and assessment engineering; and public informational and collaborative meetings. Chris has been Project Manager over a number of Municipal Building construction projects including the first City Hall for the City of Chino Hills, a locker room/restroom/office facility for a public pool project in La Quinta, and the renovation of the Pomona Fox Theater. Chris also has over five years of experience in the Coachella Valley when he was the Public Works Director/City Engineer for the City of La Quinta. Chris is a professional who brings solutions to our clients. He is flexible and open with his communications and fosters a teamwork atmosphere in resolving challenges. He is committed to serving the needs of the client through strong leadership and a collaborative approach. Proposed Staff Construction Management and Inspection Services Ryan Shultz I CONSTRUCTION MANAGER I CONSTRUCTION INSPECTOR Ryan is a public works construction professional with over a decade of relevant industry experience, often serving in the dual role of Construction Manager/Inspector. As such, he is well-versed in current construction methods and standards, and has expertise in cost-control and contract management. He has worked on public works projects of various sizes and budgets, from $20k up to $30M. Ryan has experience in time-management and a talent for fostering effective communication between the Client, General Contractor, Utilities, subcontractors, and other agencylbusiness representatives involved in the project. He is a collaborative person with strong communication, interpersonal, and critical thinking skills to effectively motivate and lead a diverse group of individuals. Ryan is also very detailed oriented and ensures complete reporting and compliance. He has much experience working on the City of Palm Springs projects including the improvements to the James 0. Jessie Community Center, Mesquite Avenue, Hermosa Drive Street and Storm Drain Improvements, and Ramon Road Improvements. He has also completed Construction Management and Inspection Services for the City of Rancho Mirage for the Frank Sinatra/Bob Hope Drive Intersection Improvement Project. Ryan recently completed the Construction Management and Inspection for the City of Grand Terrace 2017 Annual Slurry Seal Project. Material Testing Services (LOR Geotechnical) John Leuer, C.E., G.E. I PRESIDENT OF L.O.R. GEOTECHNICAL Mr. Leuer has over 32 years of professional experience in the geotechnical and civil engineering field. In this time, Mr. Leuer has developed an extensive knowledge of the many geotechnical considerations involved in construction in the southern 30 California area. Mr. Leuer is highly experienced in all aspects of soil and foundation engineering for a wide variety of projects ranging from multi-story commercial and industrial structures to several thousand acre planned community developments. Mr. Leuer has substantial experience coordinating projects for many City, County, and State agencies as well as in the public sector,gaining a reputation for being responsive to clients needs while providing strong technical expertise. John R. Muir, ACIll I REGISTERED CONSTRUCTION INSPECTOR Mr. Muir has over 20 years experience as a geotechnical field technician. Mr. Muir has extensive field experience with all geotechnical and inspection aspects for construction. His experience includes grading compliance and observations, compaction testing of soils in the field using the Sand Cone Method and the Nuclear Gauge Method, compaction testing of asphalt concrete,casting concrete cylinders,and full-time observation of major street construction projects. Mr. Muir is an American Construction Institute Association (A.C,I.A) Registered Construction Inspector and an American Concrete Institute(ACI)Grade 1 Technician and holds certification in the Caltrans Test Methods: 125,216,231,375,504,518, 523,533, 539,540,556,557.Additionally, Mr. Muir has certification by the California Department of Transportation(Caltrans) for sampling and testing of soil,aggregate base,asphalt concrete,and Portland Cement Concrete. Mark Switzer, AC1A, AC1 I LABORATORY MANAGER I FIELD TECHNICIAN Mr.Switzer has been working in our geotechnical laboratory and in the field since 2001. He has knowledge and experience in the laboratory performing a wide range of materials testing, including soils, asphalt concrete, epoxy grout, and concrete for both ASTM and Caltrans standards and specifications. In addition, he has performed materials testing for City, County, and State agencies for Quality Control/Quality Assurance projects. Mr. Switzer oversees all work performed by personnel in the laboratory, including finalizing and reporting laboratory data. He also has experience in the field with Sand Cone and Nuclear Gauge Testing methods, measuring cut and fill, basic trench compaction, bolt tensioning,and sampling materials in the field. Mr. Switzer is an American Concrete Institute(ACI)Grade 1 Technician and holds certifications in the following Caltrans Test Methods: 105, 125, 201,202,216, 217, 226,227,229,231, 301,304,305,307,308,and 366. 31 III. SCOPE OF SERVICES We understand the City desires to retain a highly qualified firm to provide "turn-Key" construction management and inspection services for the 2017 Annual Slurry Seal Project. Our proposal is being submitted to provide all related services outlined in the RFP. We understand that the project duration is 50 working days. Interwest will furnish construction management, inspection services, and materials testing services. During construction, Interwest will provide construction management administration, field inspections and close- out services for the project from Notice to Proceed to Notice of Completion.We will ensure all work conforms to the project construction documents, City codes and ordinances including APWA "Greenbook" Standard Specifications for Public Works Construction, Caltrans Standards and Specifications, City of Palm Springs Standards and specifications. Interwest Consulting Group will act as the City's representative and shall be accountable and responsible for the successful completion of the project. Interwest is experienced and highly skilled at providing construction management and inspection services in the three main phases of projects (1) Pre-Construction Phase (2) Construction Phase and (3) Project Close-Out. Successful integration of the construction manager/construction inspector is critical to the success of any project. As such we have provided an integrated scope of work below detailing the key areas of responsibility for the 2017 Annual Slurry Seal Project. Our goal is to complete the project on time,within budget, and in accordance with the approved plans and specifications as well as all applicable federal, state, and local laws and ordinances. According to the City's Request for Proposals(RFP),the successful firm must also provide geotechnical services and material testing for this project. To ensure quality geotechnical services, Interwest Consulting Group is partnering with L.O.R. Geotechnical Group (LOR) to provide all material testing, verification, and geotechnical inspection services. LOR has been delivering professional geotechnical consulting and construction materials testing services to the private and public sector in southern California for over 25 years. LOR's principles are directly involved in the implementation and completion of its professional services.All of LOR's field and laboratory personnel have been employed by LOR for over 10 years.LOR is an Employee Stock Owned Program(ESOP)company.Their employees are as committed as the principles to the future of the company and the clients'needs. LOR is Small Business Certified. Their laboratory is currently approved by the California Department of Transportation (Caltrans). Their field and laboratory personnel are Caltrans, Intemational Code Council (ICC), American Concrete Institute (ACI)and American Construction Institute Association(ACIA)certified. L.O.R. Geotechnical Group has provided geotechnical engineering services for over three thousand projects within Southern California, most of which lie within the County of Riverside and surrounding communities. In the past five years they have or are currently providing on-call geotechnical testing and inspection services to the following Public Works and Capital Projects Departments: the Cities of Palm Springs, Rancho Mirage, Big Bear Lake, Indio, Moreno Valley, Perris, Riverside, Santa Monica,and Yucaipa.They also provide services to the Counties of Riverside and San Bernardino. Pre-Construction Phase Pre-Construction Meeting: Coordinate and conduct the pre-construction meeting assisting in creating the Agenda and provide and distribute the meeting notes. Coordination and notification of all parties required to attend the pre-construction meeting. 32 Pre-Job Walk: Coordinate and conduct a pre-job walk and assist in preparing a pre-job walk agenda and providing and distributing meeting notes and minutes. Submittals: Review all material submittals for acceptance. Review and facilitate the distribution of the submittals to the designer for review, acceptance or approval. Submittals will be tracked and targeted response times and or dates will be monitored. Public Communication and Outreach: After the General Contractor's (GC) schedule of work is approved, communication with the City, emergency services, utilities, Sunline Transit, the business community, and the residents will be completed. Provide the 24 hour contact information to the entities listed above to ensure that issues may be addressed and resolved quickly throughout the duration of the contract. The GC must provide advanced notice to residences and businesses prior to closing any lanes and completing work. Access must be provided to residents and the business community at all times. Construction Phase CONSTRUCTION MANAGER Site Visits: The Construction Manager will conduct site visits, observations and supervise general inspections of construction activity. He will have a complete set of Plans, Specifications, Greenbook, and APWA Standards on hand at all times. Progress Meetings: The Construction Manager shall conduct weekly progress meetings with GC, Sub- Contractors, Utilities, City Representatives, and Geotechnical Inspector to resolve any job site difficulties in the City's best interest. Will prepare and distribute meeting minutes the following business day. Review of GC's Schedule: Shall review the GC's construction schedule on a weekly basis or more as needed with respect to the progress and any potential delays. RFI's: The Construction Manager shall be responsible for processing and tracking Request for Information (RFI's) and maintain a log of all questions and responses.A sample RFI can be found in attachment B. Weekly Statement of Working Days: Shall prepare Weekly Statement of Working/Calendar Days(WSWD) per Caltrans format and will be submitted on a weekly basis to GC and copy to the City's Project Manager. Materials Testing: Will be responsible for coordinating all field testing as required by the City's Quality Assurance Program between the Geotechnical Consulting Engineer and Construction Inspector. Materials Testing Results: Shall obtain copies of all material and field testing results from the Geotechnical Consulting Engineer and retain in project file. Contract Change Orders: The Construction Manager will administer and negotiate changes to the work, to include preparation Quantity Calculation Sheet and/or documentation verifying legitimacy of change order. Flow of Information: The Construction Manager shall be responsible for the coordination and flow of information between all parties. Quantity and Payment: Shall review and verify the GC quantity and payment request prior to submittal to the City's Project Manager Progress Payments: Shall Review Quantity Calculation Sheets for each Contract Bid Item prior to submittal to the City's Project Manager. 33 Weekly Status Reports: The Construction Manager will provide weekly status reports and submit DCR's and construction photos at the end of each week to the City's Project Manager. Utility Coordination: Ensure and oversee the utility coordination throughout the construction phase of the project is performed by the GC. Filing System: Manage filing system based on Project Record Filing System, Caltrans Local Assistance Procedures Manual, and Chapter 16. CONSTRUCTION MANAGER/ INSPECTOR Field Inspections: The Construction Manager/Inspector shall perform field inspections and coordinate geotechnical testing during construction to insure Iii compliance with plans, specifications, and applicable standards. They will have a complete set of construction plans, specifications, Greenbook, and APWA Standard Plans at all times. Weekly Progress Meeting: Responsible for conducting weekly progress meetings with GC (If required)and the City Project Manager, and resolve any job site difficulties in the City's best interest. Prepare and distribute meeting minutes the following business day. Daily Construction Reports: Will prepare Daily Construction Reports (DCR's) on City's format or format approved by the City's Project Manager only. These DCR's are expected to included a detailed description of the day-to-day operations, included in on-site labor, personnel, weather, materials and equipment and include times of arrival and departure. One or two line descriptions will not be accepted. A sample Daily Construction Report can be found in Attachment A. Photo Documentation: Will document work progress on a regular basis by means of digital photographs properly labeled, and dated. Digital photograph shall be submitted to the City's Project Manager by end of each work week via CD or memory stick. Coordinate Materials Testing: Responsible for the coordination with the geotechnical testing consultant during construction to insure compliance with plans, specifications, and applicable standards. Labor Compliance: Conduct Labor Compliance/EEO Employee Interviews. Flow of Information: Responsible for coordinating the flow of information between all parties and with other City Departments as necessary. Progress Payments: Will review and provide recommendations for GC payments. Prepare Quantity Calculations Sheet per each Contract Bid Item and clearly show how quantities for each bid items were verified. Weekly Status Reports: Will provide weekly status reports and submit DCR's, construction photos, and all tickets at the end of each week to the City's Project Manager, ADA Compliance: Provides coordination necessary to assure that ADA requirements are satisfied during construction progress and upon completion. Business and Resident Concerns: Will assist in working with adjacent residents' and businesses to resolve their concerns. Accessibility: Inspector is responsible for reviewing potential accessibility issues, and ensure installation of traffic control devices per approved Traffic Control Plan and as directed by City Officials. J Safety: On a daily basis and throughout the day, inspect the pedestrian, travelling public and contractor's safety requirements and make immediate notifications of any and all safety issues and concerns to the GC and all interested parties as needed. Construction Close-Out Phase Final Inspections:Administer final inspections and preliminary punch lists, review substantial completion request and assist in preparation of completion notice. Punch list And Final Walk: Coordinate final walk through inspection,prepare final punch list items, issue corrections and deficiencies notices if needed and ensure all corrections items are completed by final close-out letter. As-Built Drawings: Review and make recommendations as to the adequacy of as-built plans and as compared to the construction Inspectors as built plans. File Organization: Submit all project files organized per fling system Caltrans Local Assistance Procedures Manual, Chapter 16. Geotechnical Inspection Project Meetings: Attend project meetings as required. Compaction Testing: Provide compaction testing as required throughout the project. Samples: Obtain samples of on-site soils, pulverized aggregate base and asphalt concrete during roadway rehabilitation for laboratory quality compliance testing in support of the field operations. Compare mix designs of proposed slurry with design specifications and industry standards to assure compliance. Daily reports: Preparation and submittal of written daily reports to the project inspector documenting all of the geotechnical compaction testing and results of the laboratory materials testing received. Final Geotechnical Report: Preparation and submittal of a final geotechnical compaction and materials testing report at the completion of the project. ' I J=* IV. Cost Estimate The following is a cost estimate based on our assumptions after reviewing the RFP issued by the City via e-mail dated December 14, 2017 and thoroughly reviewing the plans, specifications. These assumptions were based on our collective experience with the many similar projects we have completed for our City clients and experience we have obtained throughout our careers. CLASSIFICATION TASK HOURLY ESTIMATED COST RATE HOURS Construction Manager Pre and Post Construction $125 80 $ 10,000 Services Construction Manager Construction Management $125 150 $ 18,750 Services Construction Inspector Construction Inspection $85 250 $ 21,250 Services(same staff) LOR Geotechnical Geotechnical Services $ 10,000 This "not to exceed" fee is based on an eighty (50) working day construction schedule for completing all work. The Geotechnical Services are based on projects of similar size and duration. Additional services needed beyond the estimated duration of construction will be provided on a "time and materials" basis at the Interwest Consulting Group's and LOR Geotechnical Group's standard hourly rates. These rates apply for work during normal business hours only. Nights,weekends,and holidays will be an extra.All work will be completed on a time and materials basis. All charges will be billed only for the actual work conducted. All assigned staff is prepared to serve the City for the entire duration of the assigned project. Interest staff is also prepared to work in City offices with City equipment and materials, on-site with company issued equipment and materials AND/OR in our offices with company issued equipment and materials. The Interest Palm Springs office is approximately 2.7 miles from the Palm Springs City Hall which will provide fast and efficient service throughout the project duration. Hourly rate includes all mileage expenses, mailing/delivery,and incidental expenses. Please refer to our original Proposal for all resumes and additional references. If you have any questions regarding this fee proposal, please feel free to contact me at(760)4174329. ATTACHMENT 6 NOTICE OF EXEMPTION To: ❑ Office of Planning and Research From: City of Palm Springs 1400 Tenth Street, Room 121 3200 E.Tahquitz Canyon Way Sacramento,CA 95814 Palm Springs, CA 92262 ® Clerk of the Board County of Riverside P.O. Box 751 Riverside,CA 92502-0751 Project Title: 2017 Annual Slurry Seal City Project No 17-02 Project Applicant: City of Palm Springs Project Location(Specific):Various City Streets per the attached Exhibit A Project Location (City): City of Palm Springs Project Location (County): Riverside Project Description: The proposed work includes: application of weed killer to all pavement cracks or joints; cleaning, routing, and installation of crack-sealant and asphalt pavement in all pavement cracks or joints%"or wider; uniform micro-milling of existing asphalt concrete pavement; construction of Rubber Polymer Modified Slurry (RPMS); removal and replacement of existing traffic striping and markings;and all appurtenant work on various City streets. Name of Public Agency Approving Project: City of Palm Springs Name of Person or Agency Carrying Our Project: City of Palm Springs, Engineering Services Department 3200 E.Tahquitz Canyon Way, Palm Springs,CA 92262 Exempt Status: (check one) ❑ Ministerial (Sec. 21080(b)(1); 15268); ❑ Declared Emergency(Sec. 21080(b)(3); 15269(a)); ❑ Emergency Project(Sec.21080(b)(4); 15269(b)(c)); ® Categorical Exemption. State type and section number: 15301 Class 1 (c)—Existing Facilities ❑ Statutory Exemptions. State code number: Reasons why project is exempt: Class 1 consists of the operation, repair, maintenance, permitting, leasing, licensing, or minor alternation of existing public or private structures, facilities, mechanical equipment, or topographical features, involving negligible or no expansion of use beyond that existing at the time of the lead agency's determination. The type of"existing facilities'to be considered exempt is determined by whether the project involves negligible or no expansion of an existing use, and includes existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities. Therefore,the 2017 Annual Slurry Seal, City Project 17.02 is considered categorically exempt from CEQA. Lead Agency Contact Person: Thomas Garcia Area Code/Telephone/Extension: (760)322-8339 If filed by applicant: 1.Attach certified document of exemption finding. 2.Has a Notice of Exemption been filed by the public agency approving the project? ❑Yes ❑ No Signature. Date: !, Title: City Engineer ® Signed by Lead Agency❑Signed by Applicant Authority cited: Sections 21083 and 21110, Public Resources Code Date received for filing at OPR: Reference: Sections 21108,21152„and 21152.1,Public Resources Code. F I L E D / P O S T E D County of Riverside Peter Aldana Assessor-County Clerk-Recorder - E-201701528 11/28/2017 11:S1 Art Fee: $ .00 Page 1 � N `/�'of 4 Remove } (� {} "" ` 2 2010 Ceauty 1111UN5AVfbli, P111111111