Loading...
HomeMy WebLinkAbout2014-082 Contract - Pavement Services Contract for PERSONAL SERVICES less than $35,000 CITY OF CONSULTANT: Pavement Services Inc. ASHLAND CONTACT: John Duval 20 East Main Street Ashland, Oregon 97520 ADDRESS: 3835 NE Tillamook Street, Portland Oregon Telephone: 541/488-6002 Fax: 541/488-5311 TELEPHONE: (503) 235-0377 DATE AGREEMENT PREPARED: 4116114 FAX: BEGINNING DATE: May 1, 2014 COMPLETION DATE: June 30, 2014 COMPENSATION: Not to exceed $23,500 per exhibit C SERVICES TO BE PROVIDED: Exhibit C Scope of services & fee estimate as described in Project level Task 1 of proposal are Nondestructive deflection testing, core and subgrade soils sampling, visual inspection and lab testing to provide the City with the appropriate recommendations for improvement. Scope of services also to includes traffic control and patching of core sample areas. ADDITIONAL TERMS: None FINDINGS: Pursuant to AMC 2.50.120, after reasonable inquiry and evaluation, the undersigned Department Head finds and determines that: (1) the services to be acquired are personal services; (2) the City does not have adequate personnel nor resources to perform the services; (3) the statement of work represents the department's plan for utilization of such personal services; (4) the undersigned consultant has specialized experience, education, training and capability sufficient to perform the quality, quantity and type of work requested in the scope of work within the time and financial constraints provided; (5) the consultant's proposal will best serve the needs of the City; and (6) the compensation negotiated herein is fair and reasonable. NOW THEREFORE, in consideration of the mutual covenants contained herein the CITY AND CONSULTANT AGREE as follows: 1. Findings / Recitations. The findings and recitations set forth above are true and correct and are incorporated herein by this reference. 2. All Costs by Consultant: Consultant shall, at its own risk and expense, perform the personal services described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such service. . 3. Qualified Work: Consultant has represented, and by entering into this contract now represents, that all personnel assigned to the work required under this contract are fully qualified to perform the service to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. 4. Completion Date: Consultant shall start performing the service under this contract by the beginning date indicated above and complete the service by the completion date indicated above. 5. Compensation: City shall pay Consultant for service performed, including costs and expenses, the sum specified above. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. 6. Ownership of Documents: All documents prepared by Consultant pursuant to this contract shall be the property of City. 7. Statutory Requirements: ORS 279C.505, 279C.515, 279C.520 and 279C.530 are made part of this contract. 8. Living Wage Requirements: If the amount of this contract is $19,825 or more, Consultant is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any Subcontractor who performs 50% or more of the service work under this contract. Consultant is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 9. Indemnification: Consultant agrees to defend, indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses, judgments, subrogations, or other damages resulting from injury to any person (including injury resulting in death), or damage (including loss or destruction) to property, of whatsoever nature arising out of or incident to the performance of this contract by Consultant (including but not limited to, Consultant's employees, agents, and others designated by Consultant to perform work or services attendant to this contract). Consultant shall not be held responsible for an losses, expenses, claims, subro ations, Contract for Personal Services, Revised 06/30/2013, Page 1 of 5 actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 10. Termination: a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. C. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Consultant, or at such later date as may be established by City under any of the following conditions: i. If City funding from federal, state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; or iii. If any license or certificate required by law or regulation to be held by Consultant to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Consultant may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Consultant's performance of each and every obligation and duty under this contract. City by written notice to Consultant of default or breach may at any time terminate the whole or any part of this contract if Consultant fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Consultant shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Consultant shall deliver to City all contract documents, information, works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Consultant for work performed prior to the termination date if such work was performed in accordance with the Contract. 11. Independent Contractor Status: Consultant is an independent contractor and not an employee of the City. Consultant shall have the complete responsibility for the performance of this contract. Consultant shall provide workers' compensation coverage as required in ORS Ch 656 for all persons employed to perform work pursuant to this contract. Consultant is a subject employer that will comply with ORS 656.017. 12. Assignment and Subcontracts: Consultant shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Consultant shall be fully responsible for the acts or omissions of any assigns or Subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 13. Default. The Consultant shall be in default of this agreement if Consultant: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the Services or to qualify as a QRF if consultant has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 14. Insurance. Consultant shall at its own expense provide the following insurance: a. Worker's Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. Professional Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, $2,000,000 or Not Applicable for each claim, incident or occurrence. This is to cover damages caused by error, omission or negligent acts related to the professional services to be provided under this contract. C. General Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, $2,000,000 or Not Applicable for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. d. Automobile Liabilit insurance with a combined single limit, or the equivalent, of not less than Enter one: Contract for Personal Services, Revised 06/30/2013, Page 2 of 5 .$200,000, $500,000, $1.000.000, or Not Applicable for each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. e. Notice of cancellation or change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s) without 30 days' written notice from the Consultant or its insurer(s) to the City. f. Additional Insured/Certificates of Insurance. Consultant shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Consultant's services to be provided under this Contract. The consultant's insurance is primary and non-contributory. As evidence of the insurance coverages required by this Contract, the Consultant shall furnish acceptable insurance certificates prior to commencing work under this contract. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies; trust agreements, etc. shall be provided to the City. The Consultant shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self- insurance. 15. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding (collectively, "the claim") between the City (and/or any other or department of the State of Oregon) and the Consultant that arises from or relates to this contract shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon fled in Jackson County, Oregon. Consultant, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 16. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. CONSULTANT, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 17. Nonappropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this contract within the City's fiscal year budget. Consultant understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this contract without penalty or liability to City, effective upon the delivery of written notice to Consultant, with no further liability to Consultant. Certification. Consultant shall sign the certification attached hereto as Exhibit A and herein incorporated b reference. onsultan : City of Ashland r~ ~ ff By Q BY l Signature Department He ^ John I. Duval M,_C_ 71: r ~ ( 4'1I' Print Name Print Name President Title Date W-9 One copy of a W-9 is to be submitted with the signed contract. Purchase Order No. v ' y Contract for Personal Services, Revised 06/30/2013, Page 3 of 5 EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: X (1) 1 carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. X (2) Commercial advertising or business cards or a trade association membership are purchased for the business. X (3) Telephone listing is used for the business separate from the personal residence listing. X (4) Labor or services are performed only pursuant to written contracts. X (5) Labor or services are performed for two or more different persons within a period of one year. X (6) 1 assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. 412212014 Contractor (Date) Contract for Personal Services, Revised 06/3012013, Page 4 of 5 OP ID: JMC NINfDDNYYY) '30/2014 CERTIFICATE OF LIABILITY INSURANCE 04/3D/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL. INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER Phone: 600338-1391 COONNTACT ACECIMARSH PHONE F No: 701 Market St, Ste. 1100 Fax: 888-6213173 NC No Ert:. C. W St Louis, MO 63101 AnNpRESS: Kevin P. Woolley PRODUCER CUSTOMERS, pAVEM3 If, INSURERS AFFORDING COVERAGE NAICa INSURED Pavement Services, Inc. INSURERA: Hartford Insurance Company 22357 Duval Engineering LLC INSURER a: Attn: John Duval 3835 NE Tillamook St INSURER C: Portland, OR 97212 INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLISUBA TYPE OF INSURANCE INSR IRVD POLICY NUMBER MMDV EFF MMIDDDY~ LIMITS JJX GENERAL LIABILITY EACH OCCURRENCE $ 2,000,00 A X COMMERCIALGENERALLIABILITY 84SBWRU0896 01131/2014 0113112015 PREMISES Ea oavnence $ 2,000,00 CLAIMS-MADE FX-IOCCUR MED EXP (My we person) $ 10,00 PERSOI,ALAADVINJURY $ 2,000,00 PROFESSIONAL LIAB EXCL GENERAL AGGREGATE s 4,000,00 GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s 4,000,00 POLICY X PRo- LOC - $ JFQ.T AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,00 Ea acdden0 A X ANY AUTO 84UEGAR9325 0113112014 0113112015 BODILY IWURY(Per person) $ ALL OWNED AUTOS BODILY INJURY (Per eccrimt) S SCHEDULED AUTOS PROPERTY DAMAGE X HIRED AUTOS (Per accident) $ X NONOWNEDAUTOS $ $ UMBRELIA LIAB OCCUR EACH OCCURRENCE S EXCESS IJAB CLAIMS-MADE AGGREGATE $ OEOUCTIBLE s RETENTION S WORKERS COMPENSATION X WCSTATLL OTH- AND EMPLOYERS' LIABILITY A ANYPROPRIETOR,PARTNER XECUTME F NIA 84WEGBOO859 0113112014 01/31/2015 E.L. EACH ACCIDENT $ 1,000,00 YIN Ll F--- OFFICERIMEMBER EXCLUDED? 1,000r00 (MandMoq In NH) E.L. DISEASE - EA EMPLOYE $ If yea de t,ounder DESCRIPTION OF OPERATIONS W. E.L. DISEASE - POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (AN h ACORD 101, Additional Renu(n Schedule, If more apace la nqulnd) CERTIFICATE HOLDER CANCELLATION CITYOF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Ashland ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department Attn: Steven Burkhalter AUTHORQEDD RIEPRESENTATIVE 90 N. Mountain Ave. Qla l.o... Ashland. OR 97520 U 7 01988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD OP ID: JMC 4`a~RO' CERTIFICATE OF LIABILITY INSURANCE DA~'3MMMDNYYY) 0/2014 04/30/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone: 800-338-1391 CONTACT NAME' ACEC/MARSH PHONE FAX 701 Market St, Ste. 1100 Fax: 888-621-3173 (AIC. Nq Est: NC No: St. Louis, MO 63101 E-IAIL Kevin P. Woolley ADDRESS: PRODUCER pAVEM-3 TOMER,a, NSURER S AFFORDING COVERAGE MAIC a INSURED Pavement Services, Inc. INSURER A: RLI Insurance Company 13056 Duval Engineering LLC INSURER B: Attn: John Duval 3835 NE Tillamook St INSURER C: Portland, OR 97212 INSURER D: INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INBR TYPE OF INSURANCE DL SUB POLICY NUMBER PMNDNYY MMIDDYEXP LIMITS 11B. ISM Am GENERAL U BIUTY EACH OCCURRENCE E COMMERCIAL GENERAL LABILITY PREMISES Ea oaunenoe E CLAIMS-MADE D OCCUR MED EXP M one person) E PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE E GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGO E POLICY PRO- LOD E JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT E (Ea accident) ANY AUTO BODILY INJURY (Per peson) $ ALL OWNED AUTOS BODILY INJURY (Par accident) E SCHEDULED AUTOS PROPERTY DAMAGE E HIRED AUTOS (Per aoddent) NON-OWNED AUTOS E $ UMBRELLA LAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMSMADE AGGREGATE $ DEDUCTIBLE E RETENTION S WORKERS COMPENSATION WCSTATIL OTH- AND EMPLOYERS' LIABILITY YIN - ANYPROPRIETORIPARTNER/DIECUTNE ❑ NIA E.L. EACH ACCIDENT S OFFICERMEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE - EA EMPLOYE E lips. desOibe under DESCRIPTION OF OPERATIONS below E.L. DISEASE-POLICY LIMIT E A PROFESSIONAL RDP0012281 10/01/2013 10/01/2014 CLAIM 1,000,00 LIABILITY AGGREGATE 2,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Ae ACORD 101, AddiUmA Rr Sr "ule, If mere s"m Is nqulnd) Policy is not project specific. CERTIFICATE HOLDER CANCELLATION CITYOF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Ashland ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department Attn: Steven Burkhalter AUTHORIZED REPRESENTATIVE 90 N. Mountain Ave. ~ CL- Ashland, OR 97520 01988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD • Exhibit C INNOVATIVE PAVEMENT SOLUTIONS PAVEMENT SERVICES, INC. 3835 NE TILLAMOOK STREET PORTLAND, OREGON 97212 503.235.0377 w .psipdx.wm February 25, 2014 City of Ashland Public Works Department Attn: Mr. Steve Burkhalter 20 East Main Ashland, OR 97520 Subject: Scope of Work and Fee Estimate for Engineering Services (Revision 1) Deflection Testing and Analysis City of Ashland Street System Dear Steve: It was a pleasure to meet with you at your office on February 4, 2014 to discuss your interest in deflection testing and engineering analysis services for the Ashland street system. 1 was interested to learn about your role as the Pavement Manager within the Public Works Department and how you are dealing with the challenge of establishing maintenance and rehabilitation priorities within the Ashland street system based on structural condition. We are pleased to submit the enclosed scope of work and fee estimate to conduct nondestructive deflection testing (NDT), pavement coring and analysis of selected streets within your street network. Based on discussions with you, we believe that our approach, which focuses on our expertise in assessing pavement structural and functional conditions, our knowledge and understanding of the pavement preservation philosophy, and our comfort level with NDT, rehabilitation analysis, pavement management, Geographic Information Systems (GIS) and other tools, is in concert with the goals and objectives of the City of Ashland. We are thankful for the opportunity to submit this proposal and very much look forward to the opportunity to work with the City of Ashland. Please feel free to call me at (503) 235-0377 with any questions that you may have. Sincerely, PAVEMENT SERVICES, INC. I , John I. Duval, P. E., G. President Enclosures INNOVATIVE PAVEMENT SOLUTIONS PAVEMENT SERVICES, INC. 38. 35 NE TILLAMOOK STREET PORTLAND, OREGON 97212 503.235.0377 www.psipdx.com PROPOSED SCOPE OF WORK (REVISION 1) DEFLECTION TESTING and ANALYSIS CITY OF ASHLAND STREET SYSTEM Submitted to City of Ashland Public Works Department February 25, 2014 This proposed scope of work and fee estimate is prepared in response to a request from the City of Ashland Public Works Department. The proposed work consists of nondestructive deflection testing (NDT) and engineering analysis/design services for numerous street segments within the city street system. FIRM CAPABILITIES Pavement Services, Inc. (PSI) is a Portland based veteran-owned Emerging Small Business (ESB #5643) specializing exclusively in engineering, testing and investigation services related to pavements. The firm was founded in 1985 and has completed approximately 1,500 projects for roadway, airport and industrial yard pavements. This experience includes numerous projects for the cities of Portland, Salem, Eugene, Klamath Falls, Bend, the Oregon Department of Transportation, Port of Portland, Washington County, Clackamas County, the US Forest Service and many other agencies in the Pacific Northwest. Scope of Expertise and Consulting Services Our project experience in the past 29 years includes 2,500 miles of roadway pavement and 3,500 acres of airport and industrial yard pavements encompassing the types of projects and services outlined below: ❑ Pavement Categories • Roadways from local through principal arterial classification • Airfields, container yards, log handling yards and intermodal shipping yards • Industrial roadways, truck terminals and marine terminals • Off-road and industrial facilities with heavy wheel loads and/or unique traffic characteristics • Parking lots, bike paths, tennis courts and other light duty pavements ❑ Pavement Types • Asphalt concrete and portland cement concrete • Porous pavements • Interlocking unit pavers • Perpetual and long life pavements • Aggregate surfaced roadways Pavement Services, Inc. 1 Scope of Work -Deflection Testing and Analysis-Revision I February 25, 2014 ❑ Pavement Rehabilitation and New Pavement Design • Flexible, rigid and aggregate surfaced pavement design • Overlay and inlay design • Full Depth Reclamation & in-place stabilization with portland cement, lime and flyash additives ❑ Pavement Evaluation and Related Testing • Evaluation of pavement capacity, remaining life and structural and surface condition • Life cycle cost analysis • Pavement distress survey • Pavement failure analysis ❑ Pavement Management Systems • Implementation of pavement management systems • Visual pavement ratings • Network funding analysis • Condition predication modeling • Audit of pavement management systems and practices ❑ Pavement Construction Management and Construction Troubleshooting • QA/QC planning and management • Mix design review • Soft subgrade remediation ❑ Testing Capabilities • FWD testing and backcalculation analysis • Pavement core exploration, shallow borings and test pit explorations • PCC load transfer and void detection analysis • Triaxial and indirect tensile resilient modulus (M,) testing • Routine soil classification, compaction, plasticity and strength tests Staff Experience and Qualifications Our Principal Engineer, John 1. Duval, P.E., G.E. is a registered civil and geotechnical engineer (#19063PE) in the State of Oregon and has 26 years of civil, geotechnical, and pavement engineering experience. John's experience includes design, evaluation, and forensic engineering for highways, airports, and local agencies in the Pacific Northwest and around the world. Senior Engineer Mike Maloney, P.E. is a registered professional civil engineer with 25 years of experience in geotechnical and pavement engineering (23 years of experience with Pavement Services). He has designed and/or analyzed all types of pavement including asphalt concrete (AC), portland cement concrete (PCC), composite pavement, roller compacted concrete, interlocking concrete paver blocks, gravel surfaced roads and pavement incorporating stabilized base, modified subgrade and geotextiles/geogrids. Supporting Resources Falling Weight Deflectometer CMACGM Our KUAB 2m Model 150 Falling Weight Deflectometer (FWD) fully complies with ASTM D 4694, FAA AC 150/5370-IIA and is annually "reference calibrated" at one of the FWD Calibration Centers. This device is a highway to airfield weight FWD capable of generating impulse loads in the range of 7,000 to 32,000 lbs. The load impulse is generated by a two mass/two buffer falling weight system t and is applied to the pavement surface through a 4-part Scope of Work - Deflection resting and Analysis-Revision 1 febroary 15,1014 segmented plate designed to apply uniform surface pressure distribution despite irregularities in the pavement surface. Pavement deflections are measured by 8 seismometers (absolute deflection sensors) with a measurement range of up to 200 mils. The FWD is equipped with video cameras for positioning of the load plate near PCC joints and a submeter TrimbleT" GPS receiver with on-board GPS display for navigation and real-time display of recorded test locations. Pavement Coring Equipment We are equipped with an eight-inch diameter capacity electric core drill that can be mounted on our FWD or used independently. Our other coring related equipment includes a 6 KW portable generator, electric powered 20 lb demolition/compaction hammer and a wet-dry vacuum. Dynamic Cone Penetrometer We have a single mass dynamic cone penetrometer (DCP) device that complies with ASTM 6951 that we have used since 1991 for in situ measurement of CBR strength. Analysis Software Our experience with pavement analysis software includes FAARFIELD, BAKFAA, EVERCALC, Forwardcalculation, PerRoad, KENPAVE, DAMA and ELSYM5. We have also developed software for FWD backcalculation analysis (PAVBACK) and highway overlay/inlay analysis (PAVCALC). PROJECT UNDERSTANDING The street segments are divided into two categories consisting of a small set of street segments requiring "Project Level" testing/analysis and a large set of street segments requiring "Network Level" testing/analysis. The primary difference between the two is the scope of testing and analysis required. Based on discussions with the City staff, we will describe our proposed services in terms of two tasks. Task 1 is to conduct a Project Level analysis of three streets that have been identified by the City as candidates for rehabilitation. Hence, the pavement testing and engineering analysis for these streets will be accomplished to develop specific design recommendations. Task 2 will be to conduct a Network Level analysis of a larger group of streets for which the objective of testing and evaluation is to provide the City an overall estimate of the structural and functional condition. The ultimate purpose of the Task 2 Network Level study will be to supply the City data that can be used to prioritize street segments for maintenance and rehabilitation (M&R) work and/or estimate the overall M&R budget requirements. Ideally the Network Level structural condition information will be used in conjunction with visual survey data within the framework of a pavement management system (PMS). The "Project Level" streets are shown in Table 1 and are identified as principal urban arterials within the city (based on the ODOT Transportation map for Ashland). Network Level streets are listed in Table 2. Our proposed work scope and fee estimate are shown below for the Project Level and Network Level testing and analysis. TASK 1-PROJECT LEVEL ANALYSIS-ASHLAND STREET AND SISKIYOU BOULEVARD As shown in Table 1, Task I consists of the analysis of three principal arterial street segments with a combined centerline length of approximately 10,275 feet located south of the city center. Scope of Work -Deflection Testing and Analysis-Revision 1 febraaty 25, 2014 Table 1-Task 1 Street Segments Number of Approx. Centerline Street From To Lanes Length, It Ashland St Siskiyou Blvd Faith St 4 3,425 Siskiyou Blvd Walker Ave Ashland St 2 1,150 Siskiyou Blvd Ashland St E Main St 4 5,700 Task Description Ashland St. - Siskiyou Blvd. to Faith St. Ashland Street is an approximately 70-ft wide, 4-lane street with a center turn lane and bike paths on each side of the street. The center turn lane has intermittent landscaped islands. Based on a review of Google Earth imagery, the pavement exhibits nearly continuous low severity alligator cracking, an extensive amount of block cracking and transverse cracks, which are likely due to either low temperature age-related cracking or reflective cracks from underlying cracks in a stabilized base such as cement treated base (CTB). Based on the soil survey of Jackson County, the near surface soils within the project area consist of the Central Point Sandy Loam (20%), the Kubli Loam (51%) and the Medford Silty Clay (29%). In typical profile, the Central Point soil is a non-plastic sandy SILT, the Kubli series is a low plasticity SILT and the Medford soil is a moderate to high plasticity silty CLAY. Hence, there is a significant variation in the type of subgrade soil found between the project limits and likely a corresponding variation in the subgrade support characteristics. Depending upon the in situ moisture content, the Central Point series likely provides the weakest subgrade resilient modulus of the three soil types. We accessed the Oregon Transportation Management System (OTMS) database to estimate the traffic loading on the east end of the project since Ashland St. becomes an ODOT highway at the railroad bridge near the east end of the project. The data indicates that the 20-year loading on Ashland St. is approximately 960,000 Equivalent Single Axle Loads (ESALs) which corresponds to a traffic index (TI) of 8.96. This may be higher than the actual loading, since OTMS uses automatic traffic recording classification data obtained outside urban areas and applies it to average daily traffic (ADT) data within urban areas. Since auto traffic typically increases more than truck traffic as you approach urban areas, the result is that the estimates are typically on the high side. Nevertheless, the data do show that the loading on Ashland St. is relatively high. Our preliminary assessment indicates that the street may be rehabilitated with inlay or a combination of inlay and overlay. It may be feasible to raise the grade, if necessary, to meet the structural requirements, since it appears that a slight grade increase on the order of I-inch could be transitioned down over the bike lane. Our rehabilitation recommendations will be based on not only the structural requirements but also on the need to control reflective cracking given the extent of existing cracking distress. Siskiyou Blvd. - Walker St. to Ashland St. This section of Siskiyou Blvd. consists of one through lane in each direction, a center turn lane and bike paths on each side of the street. The street has been widened in some places on the west side to accommodate parking and the street width varies from approximately 48-ft to 56-ft wide, depending upon whether parking is available. Approximately 500 feet north of Walker St., the street widens by about 10-ft and there are two travel lanes in the northbound direction. Our review of publically available satellite imagery shows that the pavement exhibits nearly continuous low severity alligator cracking, a significant amount of block cracking and transverse cracks, which are likely due to either low temperature cracking or reflective cracks from underlying aged and cracked Scope of Work - Deflection Testing and Analysis-Revision 1 febroary 25,1014 CTB. It appears that the southbound lane has been inlayed or skin patched, which was not done elsewhere on the roadway, though it appears to be several years old. Based on the soil survey of Jackson County, the near surface soils within the project area consist entirely of Medford Silty Clay. As noted above, the Medford Silty Clay is a moderate to highly plastic CLAY but depending upon the in situ moisture content, likely offers relatively good subgrade support characteristics. From the OTMS database, we can estimate the traffic loading on the south end of the project, since Siskiyou Blvd. becomes Hwy 99 south of Walker St. The data indicates that the 20-year loading on Siskiyou Blvd. is approximately 450,000 ESALs, corresponding to a traffic index of 8.18. As discussed previously this may be higher than the actual loading, which should be determined based on classified tube counts. An initial assessment indicates that the street may be rehabilitated with inlay or a combination of inlay and overlay. It may be feasible to raise the grade, if necessary to meet the structural requirements, since it appears that a slight grade increase (on the order of 1-inch) could be transitioned down over the bike lane. Our rehabilitation recommendations will be based on not only the structural requirements but also on the need to control reflective cracking given the extent of existing cracking distress. Siskiyou Blvd. - Ashland St. to E. Main St. This section of Siskiyou Blvd. consists of two through lanes in each direction with a landscaped center median area (with turn lanes at major intersections), and bike paths on each side of the street. The street has been widened in a few places on the west side to accommodate parking and the street width varies from approximately 68-ft to 76-ft wide, depending upon whether parking is available. At the far north end of the project (near E. Main St.), Siskiyou Blvd. splits into a couplet. The pavement exhibits some low severity alligator cracking, block cracking and transverse cracks which are likely due to either low temperature cracking or reflective cracks from underlying aged and cracked CTB. Based on the soil survey of Jackson County, the near surface soils within the project area consist of the Kubli Loam (22%) and the Shefflein Loam (78%). As noted above, the Kubli Loam is a low plastic SILT. In typical profile, the Shefflein Loam consists of a 10-inch thick layer of low to non-plastic SILT over a moderately plastic clayey SILT over weathered bedrock (at 56-inch depth). Although the thin 10-inch layer of non-plastic SILT probably offers the lowest subgrade support, compared to the other soil types, it likely was removed during grading of the original roadway. Since the weathered bedrock is relatively shallow it will influence the surface deflection testing results and should be accounted for in the analysis. The OTMS database shows the traffic loading on the north end of the project north of E. Main St. The data indicate that the 20-year loading on Siskiyou Blvd. is approximately 525,000 ESALs, corresponding to a traffic index of 8.34. As discussed previously this may be higher than the actual loading, which should be determined based on classified tube counts. Similar to the previous sections, our early assessment is that the street may be rehabilitated with inlay or a combination of inlay and overlay. It may be feasible to raise the grade, if necessary to meet the structural requirements, since it appears that a slight grade increase (on the order of 1-inch) could be transitioned down over the bike lane. Our rehabilitation recommendations will be based on not only the structural requirements but also on the need to control reflective cracking given the extent of existing cracking distress. Our proposed work scope for the project level analysis is summarized below. Scope of Work -Deflection Testing and Analysis-Revision 1 February 25, 2014 Task 1-Scope of Services 1. FWD testing will be conducted between the project limits shown in Table 1 at 200-foot intervals in the outer wheelpath of each of the travel lanes. The FWD impact sequence at each test location will consist of an unrecorded seating impact load followed by two measurement impact loads, all at nominally 9,000 lbs force. Deflections will be measured at 0, 8, 12, 18, 24, 36, 48 and 60 inches from the center of the 12-inch diameter load plate. Air temperature will be measured and pavement surface temperature will be measured by infrared sensor at the test locations. The stations of the test points, with respect to the designated starting station, will be measured by an on-board distance measuring instrument and the test points will be paint marked on the pavement to facilitate locating core explorations at selected FWD test points. The data from the two measured impact loads will be averaged to reduce the effect of random error and normalized to a consistent 9,000 lb (9-kip) load basis. 2. The FWD deflection data will be analyzed using our PAVBACK software to calculate the effective structural number of the existing pavement structure (SN,o) and the resilient modulus (M,) of the subgrade soil at each FWD test location. The SNea values will be analyzed to delineate groups of test points (analysis units) having statistically similar values and to select locations in each analysis unit for pavement coring at FWD test points with backcalculated SNea values that closely match the average SNea value of the analysis unit. 3. The pavement will be visually inspected to identify areas of distress indicative of structural or subgrade failure. 4. Pavement core explorations will be conducted at the selected FWD test locations and/or may be conducted on cracks to investigate the cause and depth of the cracks in cases where it appears that the cracks may originate downward from the surface ("top down" cracks). The core explorations are divided into full depth cores where the depth of the aggregate base/subbase is measured and sampling of the subgrade is done and surface cores where just the thickness of the "bound layer(s) is measured. The actual number of pavement core explorations that may be required to adequately characterize pavement conditions cannot be determined prior to preliminary structural analysis of the FWD test data. However, based on experience with similar projects, we have assumed up to 10 full depth cores and 5 surface cores for our work scope. This estimate is based on coring at an average interval of 1,000-ft and 2,000-ft per centerline length for the full depth and surface cores, respectively. The core exploration holes will be drilled through the bound layers of the pavement surface by diamond bit core drill and for the full depth cores extended, where feasible, to a depth of 3 to 5 ft below the pavement surface by a solid stem power auger operated by a subcontractor. Asphalt concrete core samples will be inspected for cracking, delamination and indications of asphalt stripping damage. For the full depth cores, the pavement layers and subgrade soil will be visually classified, the depth and thickness of pavement layers will be measured and jar samples of subgrade soil, where encountered, will be retrieved for laboratory water content determination and visual reclassification. For the full depth cores, we will mark the core locations and call for utility locates prior to conducting the explorations. The depth of the exploration below the bound layers will be patched using excavated materials compacted by a vibratory hammer and the core hole through the bound layers will be patched using "Instant Road Repair", a high performance ODOT approved (QPL #1895) polymer modified asphaltic patching material, compacted by vibratory hammer. Our technician will conduct and direct the pavement coring work. Scope of Work -Deflection Testing and Analysis-Revision I febroary 15,1014 5. We will provide traffic control for all fieldwork that affects traffic operation. The traffic control will be accomplished by our qualified traffic control subcontractor in accordance with the MUTCD and ODOT requirements for traffic control in short term work zones. 6. Our fee estimate is based on conducting the FWD testing and pavement coring work during Monday through Friday between the hours of 9 AM and 4 PM. 7. All jar samples of subgrade soils retrieved from the coring explorations will be tested in the laboratory to determine water content and the samples will be examined to refine their visual classification 8. The field investigation data and traffic data will be analyzed to develop design recommendations for rehabilitation. Rehabilitation alternatives for a 10, 15 and 20-year design life will be considered in the following order, based on feasibility, for the purpose of developing the most economical rehabilitation treatment: Overlay, then inlay, then partial depth reconstruction and finally full depth pavement reconstruction. The design analysis will be accomplished using the procedures of the 1993 AASHTO Guide for Design of Pavement Structures and the December 2011 ODOT Pavement Design Guide. 9. The findings and recommendations of the pavement investigation will be presented in a design report. Three copies of the report will be submitted. Assumptions Our fee estimate is based on the following assumptions in addition to the scope of work described above: 1. The City will provide the necessary permits for the testing work at no cost and will waive bonding requirements. 2. The City will provide current traffic volume counts with a breakdown of truck traffic categorized by FHWA axle-category or an estimated traffic index (TI) and estimated traffic growth rate. It has been our experience that 72 hour classified tube counts taken in an area where free flowing conditions exist offer the best estimate of the truck traffic loading. TASK 2- NETWORK LEVEL ANALYSIS OF 134 STREET SEGMENTS As shown in Table 2, the City has identified 134 street segments for Network Level deflection testing and analysis with a combined centerline length of 119,520 feet. A review of the list indicates there are 48 different streets, though there may be less depending upon how the streets are classified (for example we counted S. Mountain Ave. separately from N. Mountain Ave.). The list of streets includes minor arterials, urban collectors and residential streets. We understand that the City is interested in conducting a "broad-brushed" analysis of these streets in order to provide an estimate of the structural capacity and remaining structural life of the streets. The estimated pavement remaining life data for the streets would be used by the City to prioritize streets for maintenance and rehabilitation work and would be valuable data to input into a pavement management system. Our proposed work scope for the network level analysis is summarized below. Scope of Services 1. FWD testing will be conducted on each street listed in Table 2 (though not necessarily on every segment listed in Table 2). We propose to conduct FWD testing at a frequency of one test per 400-ft of street length where street length refers to the combined street length of the individual segments for each street. However, a minimum of 2 FWD tests will be accomplished on each street regardless of its length. The proposed number of FWD tests for each street is shown on Table 2. The tests will be City of Ashland Task 2--Network Level Deflection Testing and Analysis (Revision 1) Selected City of Ashland Street Segments 212512014 Table 2--Schedule of FWD Tests and Core Explorations Street Total Street No. of FWD No. of Section Street From To Len ih, ft. No. Length, ft. Tests Cores Sec 586 ASHLAND ST TAYLOR ST MOflTON ST 1153 1 Sec 682 ASHLAND ST UNIVERSITY WY S MOUNTAIN AV 444 1 Sec 662 ASHLAND ST S MOUNTAIN AV BEACH ST 692 1 Sec 663 ASHLAND ST MORTON ST BEACH AV 680 1 Sec 5.91 ASHLAND ST TAYLOR ST GUTHRIE ST 498 1 3467 9 1 Sec 6.52 BEACH ST SB SISKIYOU BL HENRY ST 1010 2 Sec 6.53 BEACH ST HENRY ST ASHLAND ST 767 2 Sec 6.54 BEACH ST ASHLAND ST GLENWOOD DR 1050 2 Sec 6.55 BEACH ST GLENWOOD OR END OF ROAD 496 2 3323 8 1 Sec 329 BEAVERSLIDE LITHIA WY WATER ST 132 3 132 2 Sec 9.5 BELLVIEW AV SISKIYOU BL CORNER 1292 4 Sec 9 6 BELLVIEW AV CORNER ENO OF CUL BE SAC 655 4 1947 5 1 Sec 158 CHESTNUT ST WIMER ST MAPLE ST 1127 5 1127 3 Sec 328 CHURCH ST N MAIN ST SCENIC DR 1432 6 1432 4 Sec 8.54 CRESTVIEW DR PARK ST END OF ROAD 1029 7 Sec 8.42 CRESTVIEW DR HILLVIEW DR PARK ST 650 7 1679 4 1 Sec 1649 E HERSEY ST ANN ST OAK ST 1920 8 Sec 1653 E HERSEY ST ANN ST N MOUNTAIN AV 766 8 2686 7 1 Sec 1438 E MAIN ST N MOUNTAIN AV RJR TRACKS 1180 48 Sec 1432 E MAIN ST RJR TRACKS WALKER AV 1849 48 3029 1 Sec 1615 FORDYCE ST EVAN LN ENO OF CUL OE SAC 786 9 786 2 Sec 1852 GLENN ST RJR TRACKS N MAIN ST 539 10 539 2 Sec 336 GRANITE ST N MAIN ST NUTLEY ST 1548 11 Sec 3.40 GRANITE ST NUTLEY ST WINBURN WY 2284 11 Sec 344 GRANITE ST WINBURN WY PARKING LOT 1441 11 Sec345 GRANITE ST PARKING LOT ENO OF PAVEMENT 1373 11 6646 17 2 Sec 9.8 GREEN MEADOWS WY BELLVIEW AV APPLE WY 709 12 Sec 9.9 GREEN MEADOWS WY APPLE WY RANCH RD 578 12 Sec 9-10 GREEN MEADOWS WY RANCH RD LUPINE DR 736 12 Sec 9-11 GREEN MEADOWS WY LUPINE OR TOLMAN CREEK RD 1330 12 3353 8 1 Sec 4-49 GRESHAM ST E MAIN ST PEARL ST 804 13 Sec 4-55 GRESHAM ST PEARL ST IOWA ST 699 13 1503 4 1 Sec 1835 HELMAN ST CORNER W NEVADA ST 1217 14 Sec 18.1 HELMAN ST W HERSEY ST VAN NESS AV 475 14 Sec 1818 HELMAN ST OHIO ST CORNER 1446 14 Sec 1819 HELMAN ST W HERSEYST OHIO ST 345 14 Sec 1855 HELMAN ST VAN NESS AV LITHIA WY 965 14 4448 11 2 Sec 6.60 HENRY ST BEACH ST S MOUNTAIN AV 703 15 Sec 6.56 HENRY ST LIBERTY ST BEACH ST 329 15 1032 3 Sec 8-23 HILLVIEW DR SISKIYOU BL PEACHEY RD 1555 16 See 8-26 HILLVIEW OR PEACHEY RD CRESTVIEW DR 1013 16 2568 6 1 Sec 543 HOLLY ST TERRACE ST IDAHO ST 1318 17 Sec 5.48 HOLLY ST IDAHO ST HARRISON ST 664 17 Sec 5-50 HOLLY ST HARRISON ST MORTON ST 349 17 Sec 6-37 HOLLY ST MORTON ST LIBERTY ST 252 17 2583 6 1 Sec 7.20 INDIANA ST WOODLAND OR MADRONE ST 1403 18 Sec 721 INDIANA ST MADRONE ST SB SISKIYOU BL 728 18 2131 5 1 Sec 494 IOWA ST GRESHAM ST TERRACE ST 770 19 Sec 521 IOWA ST GRESHAM ST HARRISON ST 1223 19 Sec 6-35 IOWA ST HARRISON ST SISKIYOU BL 896 19 2889 7 1 Sec 6 22 LIBERTY ST SIR SISKIYOU BL IOWA ST 205 20 Sec 6.23 LIBERTY ST IOWA ST ASHLAND ST 1780 20 City of Ashland Task 2--Network Level Deflection Testing and Analysis (Revision 11 Selected City of Ashland Street Segments 212512014 Table 2-Schedule of FWD Tests and Core Explorations Street Total Street No. of FWD No. of Section Street From To Len th, ft. No. Length, ft. Tests Cores Sec 6-30 LIBERTY ST ASHLAND ST END OF ROAD 718 20 2703 7 1 Sec 5.84 MORTON ST IOWA ST PENNSYLVANIA AV 805 21 Sec 5.85 MORTON ST EUCLID AV ASHLAND ST 881 21 Sec 5.94 MORTON ST ASHLAND ST FOREST ST 334 21 Sec 595 MORTON ST FOREST ST LISA LN 910 21 Sec 596 MORTON ST LISA LN WATERLINE RD 883 21 Sec 5 97 MORTON ST WATERLINE RD ASHLAND LOOP RD 773 21 Sec 583 MORTONST SISKIYOU BL IOWA ST 390 21 4976 12 2 Sec 1865 N LAUREL ST W HERESY ST VAN NESS AV 477 22 Sec 1867 N LAUREL ST VAN NESS AV N MAIN ST 557 22 Sec 18-37 N LAUREL ST RANDY ST W NEVADA ST 595 22 Sec 184 N LAUREL ST W HERSEY ST ORANGE AV 684 22 Sec 1815 N LAUREL ST ORANGE AV RANDY ST 1275 22 3588 9 2 Sec 15-75 N FIRST ST A ST BST 441 23 Sec 15-81 N FIRST ST B ST LITHIA WY 429 23 Sec 4 7 N FIRST ST LITHIA WY EMAIN ST 270 23 1140 3 1 Sec 16-13 N MOUNTAIN AV TOP OF THE HILL E HERSEY ST 896 24 Sec 17-8 N MOUNTAIN AV BRIDGE ST E NEVADA ST 1658 24 Sec 1715 N MOUNTAIN AV STONY POINT OVERPASS BRIDGE 563 24 Sec 14-40 N MOUNTAIN AV E MAIN ST RJR TRACKS 878 24 Sec 16-4 N MOUNTAIN AV RIRTRACKS VILLAGE GREEN OR 1100 24 Sec 17-7 N MOUNTAIN AV E HERSEY ST BRIDGE 1249 24 6344 16 2 Sec 4-5 N PIONEER ST LITHIA WY E MAIN ST 196 25 196 2 Sec 4-10 N SECOND ST LITHIA WY E MAIN ST 340 26 340 2 Sec 3-2 NUTLEY ST WINBURN WY GRANITE ST 345 27 Sec 3.10 NUTLEY ST GRANITE ST SCENIC OR 662 27 1027 3 Sec 10.5 OAK KNOLL DR HIGHWAY 66 TWIN PINES CR 1443 28 Sec 10.7 OAK KNOLL DR TWIN PINES CR TWIN PINES CR 1260 28 Sec 10-13 OAK KNOLL OR E PEBBLE BEACH DR CYPRESS POINT LP 775 28 Sec 10-41 OAK KNOLL OR CYPRESS POINT LP TWIN PINES CR 1211 28 4689 12 2 Sec 1579 OAK ST RJR TRACKS LITHIA WY 1016 29 Sec 1647 OAK ST RJR TRACKS E HERSEY ST 622 29 Sec 4.2 OAK ST LITHIA WY E MAIN ST 209 29 Sec 1728 OAK ST OAK LAWN AV E HERSEY ST 1404 29 Sec 1731 OAK ST OAK LAWN AV W NEVADA ST 1916 29 Sec 1733 OAK ST E NEVADA ST CITY LIMITS 197 29 5364 13 2 Sec 18-25 ORANGE AV HELMAN ST N LAUREL ST 655 30 Sec 18-26 ORANGE AV N LAUREL ST RJR TRACKS 1034 30 1689 4 1 Sec 6-46 PARK ST NEZLA ST CRESTVIEW OR 747 31 Sec B-45 PARK ST SISKIYOU BL NEZLA ST 1431 31 2178 5 1 Sec 18-44 HANDY ST HELMAN ST N LAUREL ST 1045 32 1045 3 Sec 4-40 S FIRST ST E MAIN ST HARGADINE ST 342 33 342 2 Sec 1439 S MOUNTAIN AV E MAIN ST SISKIYOU BL 1690 34 Sec 671 S MOUNTAIN AV SB SISKIYOU BL HENRY ST 548 34 Sec 6.72 S MOUNTAIN AV HENRY ST ASHLAND ST 749 34 Sec 6-73 S MOUNTAIN AV ASHLAND ST PLEASANT WY 637 34 Sec 6 75 S MOUNTAIN AV PLEASANT WY PROSPECT ST 673 34 Sec 677 S MOUNTAIN AV PROSPECT ST EMMA ST 663 34 4960 12 2 Sec 431 S PIONEER ST E MAIN ST HARGADINE ST 382 35 Sec 433 S PIONEER ST HARGADNE ST ENO OF ROAD 533 35 915 2 Sec 4-41 SSECOND ST EMAIN ST HARGADINE ST 341 36 341 2 Sec 1-52 SCENIC OR WIMER ST MAPLE ST 1039 37 s , City of Ashland Task 2--Network Level Deflection Testing and Analysis (Revision 1) Selected City of Ashland Street Segments 212512014 Table 2 -Schedule of FWD Tests and Core Ex lorstions Street Total Street No. of FWD No. of Section Street From To Length, It. No. Length, ft. Tests Cores Sec 2-28 SCENIC DR WIMER ST GRANDVIEW DR 1736 37 Sec 3.6 SCENIC OR GRANDVIEW OR CHURCH ST 1004 37 Sec 3-8 SCENIC OR CHURCH ST NUTLEY ST 657 37 4436 11 2 Sec 1115 TOLMAN CREEK RD HIGHWAY 66 RJR TRACKS 998 38 Sec 1116 TOLMAN CREEK RD RJR TRACKS SISKIYOU BL 2582 38 3580 9 1 Sec 1858 VAN NESS AV HELMAN ST OAK ST 720 39 Sec 1859 VAN NESS AV HELMAN ST N LAUREL ST 673 39 Sec 1863 VAN NESS AV N LAUREL ST N MAIN ST 727 39 2120 5 1 Sec 1842 W HERSEY ST OAK ST HELMAN ST 955 40 Sec 1847 W HERSEY ST HELMAN ST N LAUREL ST 674 40 Sec 1848 W MERSEY ST N LAUREL ST N MAIN ST 1001 40 2630 7 1 Sec 18-28 W NEVADA ST MICHELLE AV VANSANT ST 1406 41 Sec 18-31 W NEVADA ST MICHELLE AV HELMAN ST 1025 41 2431 6 1 Sec 8.2 WALKER AV WINDSOR ST PINECREST TR 1509 42 Sec 8.4 WALKER AV SISKIYOU BL WINDSOR ST 823 42 Sec 1247 WALKER AV SISKIYOU BL HIGHWAY 66 577 42 Sec 14-29 WALKER AV HIGHWAY 66 RJR TRACKS 2034 42 Sec 14-30 WALKER AV RJR TRACKS E MAIN ST 1376 42 6319 16 2 Sec 1112 WASHINGTON ST HIGHWAY 66 JEFFERSON AV 508 43 Sec 11-13 WASHINGTON ST JEFFERSON AV END OF ROAD 713 43 1221 3 Sec 138 WIMER ST N MAIN ST SCENIC DR 860 44 Sec 141 WIMER ST SCENIC DR CHESTNUT ST 604 44 Sec 1-43 WIMER ST CHESTNUT ST THORNTON WY 1478 44 2942 7 1 Sec 3.67 WINBURN WY BRIDGE E MAIN ST 1057 45 Sec 373 WINBURN WY NUTLEY ST BRIDGE 809 45 1866 5 1 Sec 17-49 W NEVADA ST OAK ST HE MAN ST 789 46 789 2 Sec 7.12 WOODLAND DR INDIANA ST WALKER AV 528 47 Sec 713 WOODLAND DR INDIANA ST PALMER RD 331 47 Sec 714 WOODLAND DR INDIANA ST WALKER AV 623 47 Sec 7-15 WOODLAND DR PALMER RD PINECREST TR 567 47 2049 5 1 Total 119520 298 43 y Scope of Work - Deflection Testing and Analysis-Revision 1 February 25, 2014 conducted in the outer wheelpath of the travel lane at random representative locations based on the frequency discussed above. The FWD impact sequence at each test location will consist of an unrecorded seating impact load followed by two measurement impact loads, all at nominally 9,000 lbs force. Deflections will be measured at 0, 8, 12, 18, 24, 36, 48 and 60 inches from the center of the 12-inch diameter load plate. Air temperature will be measured and pavement surface temperature will be measured by infrared sensor at the test locations. The stations of the test points, with respect to the designated starting station, will be measured by an on-board distance measuring instrument and the test points will be paint marked on the pavement to facilitate locating core explorations at selected FWD test points. The data from the two measured impact loads will be averaged to reduce the effect of random error and normalized to a consistent 9,000 lb (9-kip) load basis. 2. Pavement surface core explorations will be conducted at a total of 43 locations. This number is based on a frequency of one core for each street where the combined length is greater than 1,500-ft. In addition, for segments greater than 4,000 ft. we plan to conduct a second core exploration. The proposed number of cores for each street are shown in Table 2. At each core location we will measure the thickness of the bound layer. The core exploration holes will be drilled using our diamond bit core drill and the core holes will be patched using "Instant Road Repair", a high performance ODOT approved (QPL #1895) polymer modified asphaltic patching material, compacted by vibratory hammer. Our technician will conduct and direct the pavement coring work. 3. We will conduct a "windshield survey" of each street to estimate the pavement condition so we can assign a pavement condition factor (used in the AASHTO remaining life analysis) to each street segment. 4. We will provide traffic control for all fieldwork that affects traffic operation. The traffic control will be accomplished by our qualified traffic control subcontractor in accordance with the Manual on Uniform Traffic Control Devices (MUTCD) and the 2011 Oregon Temporary Traffic Control Handbook (OTTCH). We have assumed that for residential streets we can follow Diagram 350 in the OTTCH, which is a self-regulating lane closure. 5. Our fee estimate is based on conducting the FWD testing and pavement coring work during Monday through Friday between the hours of 9 AM and 4 PM. 6. The deflection results, core data and windshield survey data will be analyzed to estimate the structural capacity and the remaining life, in terms of ESALs, for each street shown in Table 2. Where we do not have core information for a street, we will use the thickness from streets where we do have core information that have similar functional classification. If the City has traffic loading estimates for the streets (such as an estimate of the TI), the remaining life in terms of ESALs can be converted into years of remaining life. We will provide a table showing the remaining life of each street for the City's use in prioritizing M&R projects. 7. The test data and results will be presented in a technical memorandum. ESTIMATED FEES AND EXPENSES We propose to conduct the work described herein on a time and materials basis according to our Standard Rates for Engineering Services and Testing Equipment, included as Attachment A to this proposal. We have developed detailed cost estimates showing the time for each engineering category, hourly rates for these labor categories, and an estimate of direct expenses that may apply to the project, which are included as Attachments B and C for Tasks 1 and 2, respectively. r Scope of Work - Oe/%ction Testing and Analysis-Revision 1 February 25, 2014 Table 3-Summary of Estimated Fees and Expenses Task Description Labor Expenses Total 1 Project Level Testing and Analysis $ 16,775 $ 6,356 $ 23,131 2 Network Level Testing and Analysis $ 22,293 $ 13,205 $ 35,496 As shown on Attachment B, we estimate that our total fee for Task 1-Project Level Deflection Testing and Analysis will be $23,156. This includes $16,775 for engineering labor and $6,381 for direct expenses, such as travel, meals, lodging, car rental, equipment charges, core barrel wear, patch material costs and subcontracted labor to supplement our in-house field engineers and technicians. We recommend that a not-to-exceed limit of this contract be established at $23,500. We will not exceed this limit without prior written authorization from the City of Ashland. Our estimated total fees and expenses for Task 2-Network Level Deflection Testing and Analysis are $35,498 as shown in Attachment C. This includes $22,293 for engineering labor and $13,205 for direct expenses, such as travel, meals, lodging, car rental, equipment charges, core barrel wear, patch material costs and subcontracted labor to supplement our in-house field engineers and technicians. We recommend that a not-to-exceed limit of this contract be established at $36,000. We will not exceed this limit without prior written authorization from the City of Ashland. Please note that our actual labor fee will be the number of hours expended on the project multiplied by the hourly rate for that labor category. Actual direct expenses will be billed to the City at cost, except for subcontracted services which will be billed to the City at cost plus a 10 percent handling fee. SCHEDULE Based on our current work schedule, we can begin work on these projects as soon as we receive the required approved permits and we estimate that the work will take approximately 10 weeks to complete both tasks. CLOSURE We trust that this proposal provides a sound plan for the City of Ashland to move forward with plans to implement deflection testing and analysis of the city street system. We would be thrilled to work with you on this project and look forward to your positive response to this proposal. Please contact John Duval, P.E. at (503) 235-0377 orjohn@psipdx.com for any questions about the content of this document. INNOVATIVE PAVEMENT SOLUTIONS PAVEMENT SERVICES, INC. 3835 NE TILLAMOOK STREET PORTLAND, OREGON 97212 503.235.03]] w .psipdz.mm Standard Rates for Engineering Services and Testing Equipment Effective January 1, 2014 Engineering Hourly Fees Principal Engineer $175.85 Senior Engineer/Project Manager $142.10 Project Engineer II/Project Manager $129.30 Project Engineer I $109.20 Staff Engineer $98.80 Senior Field Technician/FWD Operator $86.25 Drafting/Field Technician/FWD Operator $76.90 Administrative Assistant $69.85 Testing Equipment Fees Falling Weight Deflectometer - ASTM D 4694 Hourly rate for equipment in field $275.00 Mobilization, per mile each way $1.25 Field Van (coring & boring exploration work) Mobilization, per mile each way $0.85 Pavement Coring - ASTM D 5361 Electric core drill, per core hole $9.25 4-inch diameter core bit & patching materials, per inch of sawn depth $1.65 6-inch diameter core bit & patching materials, per inch of sawn depth $2.90 8-inch diameter core bit & patching materials, per inch of sawn depth $4.15 Portable Dynamic Cone Penetrometer (PDCP) - ASTM D 6951 Daily Rate for Equipment in the field $100.00 ATTACHMENT A City of Ashland Public Works Department PAVEMENTSERV/CES, INC. Task 1--Project level Deflection Testing and Analysis 3835 N.E. Tillamook Street Ashland Street and Siskiyou Boulevard 212512014 Portland, Oregon 97212 503235-0377 Total Centerline Length 10,275 It Labor Estimate Hourly Estimated Classification Rate Hours Labor Fee Principal Engineer $175.85 8.0 $1,407 Senior Engineer $142.10 80.0 $11,368 Staff Engineer $98.80 0.0 $0 FWDISenior Technician $86.25 36.0 $3,105 Drafting $76.90 8.0 $615 Clerical $69.85 4.0 $279 Labor Subtotal 136.0 $16,775 Expense Itemization Item Basis Unit Rate Ouantity Total Travel--Airfare ea. $300.00 1 $300 Travel--Rental Car day $100.00 1 $100 FWD Testing hr. $275.00 7 $1,925 FWD Mobilization mile $1.25 580 $725 FWD Per Diem day $125.00 1 $125 Coring Equipment ea. $9.25 15 $139 6-inch dia. bit & patch inch depth $2.90 120 $348 Power Auger (Subcontractor) cost +10% $1,309.00 1 $1,309 FlaggerslSubcontractorl cost +l0% $1,384.35 1 $1,384 Expense Subtotal $6,356 Total Estimated Fees $23,131 ATTACHMENTB Y City of Ashland Task 2--Network Level Deflection Testing and Analysis (Revision 1) PAVEMENT SERVICES, INC. City of Ashland Streets 3835 N.E. Tillamook Street 212512014 Portland, Oregon 97212 503235-0377 Total Centerline Length 119,520 ft Labor Estimate Hourly Estimated Classification Rate Hours Labor Fee Principal Engineer $175.85 12.0 $2,110 Senior Engineer $142.10 50.0 $7,105 Staff Engineer $98.80 48.0 $4,742 FWDISenior Technician $86.25 72.0 $6,210 Drafting $76.90 24.0 $1,846 Clerical $69.85 4.0 $279 Labor Subtotal 210.0 $22,293 Expense Itemization Item Basis Unit Rate Quantity Total Travel--Airfare ea. $300.00 1 $300 Travel--Rental Car day $100.00 1 $100 Travel--PerDiem day $125.00 8 $1,000 FWD Testing hr. $275.00 22 $6,050 FWD Mobilization mile $1.25 1160 $1,450 Coring Equipment ea. $9.25 43 $398 6-inch dia. bit & patch inch depth $2.90 344 $998 Flaggers(Subcontractor) cost +10% 52,90825 1 52,909 Expense Subtotal $13,205 Total Estimated Fees $35,498 ATTACHMENTC JOHN 1. DUVAL, P.E., G.E. PAVEMENT SERVICES, INC. President / Principal Engineer Education M.S., Civil Engineering, University of Washington, 1994 M.S., Systems Management, University of Southern California, 1993 B.S., Civil Engineering, Oregon State University, 1987 Professional Registration Professional Civil and Geotechnical Engineer - OR #19063 Professional Civil Engineer - FL #49933, HI #9718, ID #14289, UT #8100359-2202, WA #35033 LEED® Accredited Professional Professional Affiliations American Society of Civil Engineers - Member Association of Asphalt Paving Technologists - Member Society of American Military Engineers Summary of Professional Experience ❑ John Duval is a registered professional civil engineer with 25 years of experience providing civil, geotechnical, and pavement engineering services to the transportation sector. His particular expertise is in the design and construction of airport pavements. He has extensive experience in pavement evaluation/design, pavement management, nondestructive testing, construction materials, and the selection and use of innovative materials and methods for pavement construction ❑ John began his career as a US Air Force civil engineering officer and served for twenty years in the active and reserve forces in the US and overseas. For thirteen years, he served as Chief, Airfield Pavement Evaluation Team for the US Air Force Civil Engineer Center, directing pavement testing, analysis, and design at 40+ airfields around the globe. ❑ From 2000 to 2007, he served as the Asphalt Institute (AI) Pacific Northwest Regional Engineer. u John has been appointed Program Manager for the semi-annual Federal Aviation Administration/Asphalt Institute Airport Pavement Workshop Series. Selected Examples of Significant Project Experience ❑ Rose Street, Walla Walla, Washington. This project consisted of rehabilitating 1.8 miles of four- lane urban arterial street. The existing pavements consisted of composite HMA/PCC sections for the inside lanes and flexible pavement systems for the outside lanes. A variety of rehabilitation strategies were considered including rubblization of the existing concrete panels. Ultimately, we recommended rehabilitation with a PCC overlay on the existing milled HMA, aka whitetopping. ❑ OR 42: Grant Smith Rd to I-5 Ramp Extension. Pavement designs for rehabilitation and widening of this complex interchange were developed using 1993 AASHTO Guide for Design of Pavement Structures (AASHTO Guide). Rehabilitation designs for the existing HMA pavements were developed using the procedures from Part III of the AASHTO Guide. Subgrade moduli for the new pavement and rehabilitation designs were estimated from backcalculation analysis of Falling Weight Deflectometer (FWD) tests and Dynamic Cone Penetrometer (DCP) tests. u Forensic Investigation, Runway 16R-34L, Snohomish County Airport (Paine Field), Everett, Washington. A recently paved commercial airport runway began to generate foreign object debris (FOD), which damaged aircraft engines. John analyzed the HMA quality assurance test results, conducted a pavement condition index survey, and developed a laboratory-testing plan. Based on John's assessment, the HMA mixture was deemed to be substandard and was subsequently removed and replaced by the contractor. Pavement Services Inc. ATTACHMENT D h MIKE MALONEY, P.E. PAVEMENT SERVICES, INC. Senior Engineer/Project Manager Education M.S., Civil Engineering, 1989, Oregon State University B.S., Civil Engineering, 1983, Oregon State University B.S., Forest Engineering, 1983, Oregon State University Professional Registration Registered Professional Engineer (Civil) - OR #15335, WA #35829, CA #46728 Professional Affiliations American Society of Civil Engineers (ASCE) Summary of Professional Experience ❑ Mike Maloney is a registered professional civil engineer with 25 years of experience in geotechnical and pavement engineering. He has completed evaluation studies and rehabilitation recommendations for 800 miles of roadway and 650 acres of airfield and industrial yard pavement. ❑ Mike's area of expertise is pavement rehabilitation and design of all types of pavement including asphalt concrete (AC), Portland cement concrete (PCC), composite pavement, roller compacted concrete, interlocking concrete paver blocks, gravel surfaced roads and pavement incorporating stabilized base, modified subgrade and geotextiles/geogrids. Mike is experienced with a variety of backcalculation software programs including BAKFAA, Evercalc, Modulus, Weslea and PAVBAK. He iss proficient in the current state of the practice regarding all aspects of pavement evaluation, analysis and design including the AASHTO design method, mechanistic design (Kenlayer/ELSYMS), airport design (LEDFAA, FAARFIELD) and design of perpetual pavements. Selected Examples of Significant Project Experience ❑ Rehabilitation recommendations for the City of Eugene: 2003 - 2013 Pavement Preservation Programs (114 segments, 57 miles) These segments ranged from local to arterial streets with pavement sections that included AC on aggregate base (AB), AC on cement treated base (CTB), full depth AC, bare PCC and PCC overlaid with AC (composite pavement). Emphasis was placed on finding the most cost effective alternative. As an example, highly plastic clay subgrade was found in two of the segments where reconstruction is required. Recommendations were developed for in-place stabilization with hydrated lime as a potentially economical alternative to overexcavation and aggregate backfill stabilization. "Perpetual" pavement design alternatives were developed for the reconstruction section using the PerRoad software. ❑ Rehabilitation recommendations for the City of Salem: 2009 to 2011 Pavement Rehabilitation (R&R) Projects (22 segments, 13.7 miles) Rehabilitation recommendations were developed for 10, 15 and 20 year design periods using the 1993 AASHTO Guide procedures and our PAVCALC software for analysis'of overlay and inlay. ❑ Kuchler Blvd Improvements: I-5 to 1,200 It west of Stroh Lane, Salem (2007). This 1.4 mile long project included pavement design for widening of the westbound direction by one lane and investigation of premature cracking in PCC pavement of the westbound lane. Investigation of the premature cracking included mapping of cracks, FWD joint load transfer and void detection tests and core explorations. AC pavement was selected for the widening section in order to preserve options for rehabilitation of the adjoining cracked PCC pavement. The widening section was designed for a 40-yr structural life using the 1993 AASHTO Design Guide procedures. Mechanistic analysis of this section using the PerRoad software with Monte Carlo simulation of variability indicated a high probability (92%) of insignificant structural damage during the 40-yr period. Pavement Services, Inc. ATTACHMENT E QTY RECORDER Page 1 / 1 J~ CITY OF ASHLAND DATE - PO NUMBER ®®O 20 E MAIN ST. 4/29/2014 12223 ASHLAND, OR 97520 (541) 488-5300 VENDOR: 018603 SHIP TO: Ashland Street Department PAVEMENT SERVICES INC (541) 488-5313 3835 NE TILLAMOOK STREET 90 N. MOUNTAIN PORTLAND, OR 97212 ASHLAND, OR 97520 FOB Point: Req. No.: Terms: Net Dept: Req. Del. Date: Contact: Steve Burkhalter Special Inst: Confirming? NO Quanti 'Unit > . iDeseriLon ;'.:;....;.Unit Pricey `Exb Price Pavement Services - Contractor will use 23,500.00 NDT, core smaplinq, visual inspection, subqrade soil sampling and lab testing of materials to provide the City with appropriate recommendations for improvement. Scope of services also includes traffic control and patchinq core sample areas. Contract for Personal Services Beqinninq date: Mav 1, 2014 Completion date: June 30, 2014 BILL TO: Account Payable TAX 0.00 SUBTOTAL 2350000 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 23,500.00 ASHLAND, OR 97520 . r-- 'Recount Number v7gproject'Number :..r..<' .•Amount ACCOUrifNumher nf Project Niimber-- -"Amount E 260.08.12.00.60410 23,500.00 i~Qr~ d Authorized Sigfjeture VENDOR COPY FORM'' CITY OF ASHLAND [Y ';i.sC UGC c;. Furdizse Order REQUISITION Date of request: 4/17/2014 Required date for delivery: ASAP Vendor Name Pavpmpnt Rpm npe Inn Address, City, State, Zip 3835 NE Tillamook Street. Portland. Oreaon. 97212 Contact Name & Telephone Number John Duval, (503) 235-0377 Fax Number SOURCING METHOD ❑ Exempt from Competitive Bidding ❑ Emergency ❑ Reason for exemption: ❑ Invitation to Bid (Copies on file) ❑ Form #13, Written findings and Authorization ® AMC 2.50 120(A) Date approved by Council: ❑ Written quote or proposal attached ❑ Written quote or proposal attached ❑ Small Procurement Cooperative Procurement Less than $5,000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon ❑ Direct Award Date approved by Council: Contract # ❑ VerbalMdtten quote(s) or proposal(s) ❑ State of Washington Intermediate Procurement ❑ Sole Source Contract # GOODS & SERV[rF;.q ❑ Applicable Form (#5,6, 7 or 8) ❑ Other government agency contract $5.000 to-$f00;000 \ ❑ Written quote or proposal attached Agency Written quotes and solicitation atta h ❑ Forth 44, Personal Services $5K to $75K Contract # ,PERSONAL SERVICES ❑ Special Procurement Intergovernmental Agreement $5,000 to $75.000 Form #9, Request for Approval ❑ Agency Less than $35,000, by direct appointment ❑ Written quote or proposal attached Date original contract approved by Council: (3) Written proposals/written solicitation ate approved by Council: (Date) ® Form #4, Personal Services $5K to $75K Valid until: (Date) I scription of SERVICES Total Cost avem n services Inc. will use NDT, core sampling, visual inspection, subgrade soil sampling and lab testing of materials to provide the City with appropriate recommendations for improvement. Scope of services - also includes traffic control and patching core sample areas. $23,500. - Item # Quantity Unit Description of MATERIALS Unit Price Total Cost TOTAL Per attached COST ® quote/proposal $23,500 Project Number Account Number 260.08-12-00.604100 Account Number - Account Number - 'Expenditure must he charged to the appropriate account numbers for the financials to accurately reflect the actual expenditures. IT Director in collaboration with department to approve all hardware and software purchases: IT Director Date Support-Yes/No By signing this requi ' ion form, I certify that 's I'c contracting requirements have been satisfied. Employee: Department Head: m xtic".~o (Z J (Equal to or greater than $5,000) Department Manager/Supervis City Administrator: (Equal to or greater than $25,000) Funds appropriated for current fiscal year. Fin anDire cto-F (Equal to org an $5,000) Date Comments: Forth #3 - Requisition CITY OF ASHLAND FORM DETERMINATIONS TO PROC_U_ _RE_ PERSONAL SERVICES $5,000 to $75,000 To: Dave Kanner, Public Contracting Officer From: Mike Faught, Public Works Department Date: 4/16/2014 Re: DETERMINATIONS TO PROCURE PERSONAL SERVICES In accordance with AMC 2.50.120(A), for personal services contracts greater than $5,000, but less than $75,000, the Department Head shall make findings that City personnel are not available to perform the services, and that the City does not have the personnel or resources to perform the services required under the proposed contract. However, the City Attorney, the Public Contracting Officer, or Local Contract Review Board, can require a formal solicitation for bids to ensure that the purposes of this chapter are upheld. Background The Public Works Department's intent is to determine the structural integrity of City arterial roads by a means of nondestructive deflection testing (NDT) via falling weight deflection. Scope of services include a project level analysis of Ashland St from Siskiyou Blvd to Faith St, Siskiyou Blvd. from Walker Ave. to Ashland St. and Siskiyou Blvd. from Ashland St. to East Main St. The project outcome will determine rehabilitation needs for said street sections and develop specific structural design recommendation's for improvement. To accomplish this task Public Works has contacted Pavement Services Inc. and in conjunction developed the appropriate cost of services and associated fee. Pavement Services Inc. will use NDT, core sampling, visual inspection, subgrade soil sampling and lab testing of materials to provide the City with appropriate recommendations for improvement. Scope of services also includes traffic control and patching core sample areas. The cost to complete the project provided by Pavement Services Inc. is $23,500. This amount will be defined as a not to exceed per the contract documents. The City of Ashland Public Works Department intends to directly award this work under AMC 2.50.120 (A). The project is expected to start in May 2014 and be completed in June 2014. Form #4 - Department Head Determinations to Procure Personal Services, Page 1 of 2, 4121/2014 This information obtained through testing will assist the City in developing appropriate rehabilitation and maintenance determinations for the road sections defined above. In addition, the information will assist the City with respect to budgeting purposes for the required maintenance or rehabilitation. Pursuant to AMC 2.50.120(A), has a reasonable inquiry been conducted as to the availability of City personnel to perform the services, and that the City does not have the personnel and resources to perform the services required under the proposed contract? The scope of services outlined in this project require specific equipment and personnel certifications in testing. The City of Ashland Public Works does not have the appropriate staff or equipment to provide the level of service required to complete this project. Form #4 - Department Head Determinations to Procure Personal Services, Page 2 of 2, 4121/2014