Loading...
HomeMy WebLinkAboutSHN Consulting Engineers & Geologists, Inc. 2014-03-26 C'+���� 13t '-I - I -�t3 I AGREEMENTFOR , PROFESSIONAL CONSULTING SERVICES +h I This Agreement, made and entered into thisZ.�o—day of OV(�G�, 2014 ("Effective i Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and SHN Consulting Engineers & Geologists, Inc., a corporation, organized and in good standing I� under the laws of the state of California, hereinafter referred to as "ConsultanP'. I RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to construction management, inspection and testing for Oak Manor Trail, Specification No. 14-02. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. c. City and Consuftant agree upon the Scope-of-Work and Work Schedule attached hereto I as Attachment "A", describing contract provisions for the project and setting forth the I completion dates for the various services to be provided pursuant to this Agreement. j TERMS OFAGREEMENT I 1.0 DESCRIPTION OF PROJECT li 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A"). I 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A". '� 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of I an Amendment to this Agreement. I 3.0 CONDUCT OF WORK I 3.1 Time of Comqletion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City. Consultant shall complete the work to the City's reasonable satisfaction; even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES I 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a maximum dollar amount of $9,420. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment B, which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment ' .�u�.<������-si w.c�o�„�.�u���me�,�� ��,a i��.p�n�o�,-oax a�.,���,r,na � rnce i or, B. Consultant shall com lete the Sco e of Work for the not-to-exceed uaranteed � P P 9 maximum, even if actual time and expenses exceed that amount. i j 4.2 Chanqes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement � of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Pavment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City � to determine progress made and to support the expenses claimed. ' 5.0 ASSURANCES OFCONSULTANT I 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating I such activity shall be so informed. 'I Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and ' interpretations thereof. No such provisions and no other provisions of this Agreement � shall be interpreted or construed as creating or establishing the relationship of employer � and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. i Aymcmenb SHN-COns�mminn Mynn nnd Inspectian-Onk Manor'frwil YAGE'_OFJ — "_ _ ___ _._ � � '� � ' I � �� � I , � � � � i �� '� - - � Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that I would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. 6.0 INDEMNIFICATION 6.1 Insurance Liabilitv. Without limiting ConsultanYs obligations arising under Paragraph 62 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise I from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage I Form No. CG 20 10 10 01 and Commercial General Liability Coverage — � Completed Operations Form No. CG 20 37 10 01. �I 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 'i "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. I 3. Worker's Compensation Insurance as required by the Labor Code of the �� State of California and Employers Liability Insurance. ' 4. Errors and Omissions liability insurance appropriate to the consultanYs profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. B. Minimum Limits of Insurance I Consultant shall maintain limits no less than: I� 1. General Liabilitv: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the i general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. I � 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. Agrzancn�-SIIT'�Comwniun Mgm� enJ Inspectlon-0ek Manar Tmil � PAGL301'� I, � I I � � � I I�i 1 , � �I II 3. Worker's Compensation and Emplovers LiabilitV: Worker's compensation I limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. i 4. Errors and Omissions liabilitv: $1,000,000 per claim. I C. Deductibles and Self-Insured Retentions I Any deductibles or self-insured retentions must be declared to and approved by II the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liabilitv and Automobile Liabilitv Coveraqes a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The ConsultanYs insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the ConsultanYs insurance and shall not contribute with , it. ' c. Any failure to comply with reporting provisions of the policies shall i not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The ConsultanYs insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liabilitv Coverape The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from ConsultanYs performance of the work, pursuant to this Agreement. .Agmmnan�-SHN-Cunsvuc�ion Mgnn nnd Inspenlon-Oak Manur Trml PAGIf�Of] I I � i � I I � � �� i 3. Professional Liabilitv Coveraqe I, If written on a claims-made basis, the retroactivity date shall be the I effective date of this Agreement. The policy period shall extend for the duration of the work being performed. 4. All Coveraqes Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written I notice by certified mail, retum receipt requested, has been given to the City. E. Acceptabilitv of Insurers Insurance is to be placed with admitted California insurers with an A.M. BesYs rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coveraqe I Consultant shall furnish the City with Certificates of Insurance and with original , Endorsements effecting coverage required by this Agreement. The Certificates I and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and I Endorsements are to be on forms provided or approved by the City. Where by I statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. I All Certificates and Endorsements are to be received and approved by the City I before Consultant begins the work of this Agreement. The City reserves the right � to require complete, ceRified copies of all required insurance policies, at any I time. If Consultant fails to provide the coverages required herein, the City shall , have the right, but not the obligation, to purchase any or all of them. In that ! event, the cost of insurance becomes part of the compensation due the I contractor after notice to Consultant that City has paid the premium. G. Subcontractors Consultant shall include all subcontractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant in the performance of services under this contract by i Consultant, but this indemnity does not apply to liability for damages for death or bodily � injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the I City. i � ns,.��„r��-siin-co�,n.��vo�n�e�o� Tmi�,:n.m�o�,-onknae�orr�a�i pncF c or. � _ i I I "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of , attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, ; agents, and subcontractors. I 7.0 CONTRACT PROVISIONS i 7.1 Ownershiq of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of ConsultanYs services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and I hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governinp Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by �I California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Aqreement. This Agreement plus its Attachment(s) and executed Amendments I set forth the entire understanding between the parties. 7.4 Severabilitv. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement �I of both parties in writing. 7.6 Assiqnment. ConsultanYs services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services i provided under this Agreement; or 3) City has abandoned and does not wish to complete I the project for which Consultant was retained. A party shall notify the other party of any , alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services 46recmem�SHN-Consvuamn MEm� and InspecumnOal Menor I rail I DAGI'h pY] � `� � � � i � I �� � I �I i �I i i � � , -- - -- - - _ performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished � documents, data, studies, surveys, drawings, maps, models, photographs and reports ' prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily wmpleted I hereunder, subject to off-set for any direct or consequential damages City may incur as a result of ConsultanYs breach of contract. 7.9 Duplicate Oriqinals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the Agreement between the parties. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the I parties as follows: CITY OF UKIAH SHN CONSULTING ENGINEERS & DEPT. OF PUBLIC WORKS GEOLOGISTS, INC. I 300 SEMINARY AVENUE 335 S. MAIN ST. UKIAH, CALIFORNIA 95482-5400 WILLITS, CA 95490-3977 i 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: ��i(GJ�7if��l/�/lL+ `��/l/��/5`� THOMAS M. HERMAN Date � REGIONAL MANAGER 94- z.�-�/9�� IRS IDN Number I CITY OF UKIAH ' BY: � /r l�-{ �_ �� a� ��, � �, �j Z �! � JANE A. CHAMBERS Date / CITY MANAGER I ATTEST I r I / � �i. � � / bb �•� � �� '�G �u� � � v .� � � C.' �l`� KR STINE LAWLER, CITY CLERK Date I :\gmcmenb 91M1-Cons�mnion Mym� and Inspeaion-Oak Ai:mor Trail �I PAG[�Of] I � . _— — _ . _. _ . _ _ �I � � , ;I ' — i Attachment # �, � I I CONSULTING ENGINEERS & GEOLOGISTS, INC. ! � 335 S. Main SL•Willi�s,CA 954903977•707/4594518• FAX:707/459-1884 •willitsinfo@shn-engr.com i Reference: 414000.024 M irch 4, 2014 I Mr. Richard Seanor Deputy Director of Public Works City of Ukiah 300 Seminary Ave�we Ukiall, Cn 95482 Subject: Proposal to Provide Construction Management & Inspection Services for the Oak Manor Trail Project, Specification No. 14-02 Dear Mr. Seanor: Thank vou for this opportunih� for SHN Consulting Engineers&Geologists, [nc (SHN), to offer the I following proposal to the City ot Ukiah (City) to provide Construction Management�nd InspecHon �I Services for the Oak Manor Trail Project (Project). Following is a brief discussion of SHN's construction management/inspection services yualificaHons, our project mlderstanding including scope of work, and � our proposed fee estimate. �� Firm Qualifications I SI iN's construction management/inspection staff is comprised oY civil engineers,certiHed construction �i inspectors/mah�rial testers, and labor compliance specialists. Our construction inspectors are cerfified � by Caltrans, American Concrete Instihite, C�Iifornia Division of H1e State Architect, [nternaHonal Code Council and others_ Our Willits construction materials tesfing laboratory is certified by the same I agencies and uses state ot Hie art eyuipment to provide accurate and NmelV construction materials I mmplianm analysis. � SHN has provided construction management/inspection services for the City of Ukiah, Mendocino County, Cottnty of Lake, Ciry of Fort Bragg, City of Willits, Frank R. Howard Memorial E Iospital, and I Mendocino Coast District Hospital among others. Our recent construction management/inspection services projects indude: , . Cih' of Ukiah - Orchard Avenue Bridge, Civic Center Roof Rehabilitation, Ukiah Skate Park, Anton Ste�dium and L�ish Hatchery IZoad Repairs; . Mendocino County - North State Street Rehabilitation and on call services for various county projects; . Cowity of Lake-Soda [3ay Road Realignment and on call services for various countv projects; . Citv of Willits - Wastew�ater Treatment Project Stage 1 - Headworks, Influent Pump Struch�re and Plant Llectrical Service (S4 million),Stages 2& 3-Secondarv Treatment and Gnllancement Wedands (a $15 million, tcvo year project) and West Commercial Street Rehlbilitation; . Ciry of Fort Bragg - Pudding Creek Road, Dana and Harold Streets and Fort Bragg Skate Park. II I \\W illits\prujccts\201�V Pmmuv\11-11A)QU2-k-OakblanurTrailVPURS\PromosVCb1 Pru�?sal doc �� � hir. Richard Seanor Proposal to Provide CM & Inspection Services Oak Manor Trail Project, Spec. No. 14-02 I March 4, 2014 Pt�ge 2 Project Team SI IN's ConstrucHon Management Team is comprised of Registered Civil Engineer, Cerlified Construction Inspectors and Materials I'esHng Tectuiicians, and Labor Compliance and Project Fwtd'ulg and Devclopment Specialists. Our team has extensive experience managin� construcdon projects irom small ro�d co�lstruction projects to complex utility facilifies. Below is an organization chart depicting H1e kev personne] identified for the Citds project Resumes of these staff inembers are in Attachment A. � Jason Island,PE Project Manager/Resident fingineer Senior Civil Gngineer DeeLynn Carpenter Assistant Project Manager Labor Compliance Steven L. Peckham Construction Inspector Lab and Field TesHng Stephen James Materials Lab Mana�er Speciallnspection Project Understanding and Scope of Work � Our project understanding and scope of work is based upon a review of the Project plans and specificaHons and the specific items of work i�ienfified in the Request for Proposal (RPP) d�ted l�ebruary 27, 2014. Pollocving is a discussion of SHN's approach to providing tlle specific construcHon � management�inspection services outlined 'n1 t]te RFP. Project Schedule and Deadlines Every project is unique with it challenges and opportunities and the execuHon must be planned carcfully. SHN will monitor fl1e contracto�'s progress in relation ro the construction schedule on en ongoing basis. It is important to identify upcoming activities which require attention, and tu recognize events which have the potenHal to delay the execution of fl1e project work. 7'ogether with knowledge or the associated mst of delays, the City can make the best decisions. Resident Engineer Duties We are prcpared to offer Resident Engincering services for flie successFul completion of tlm ['rojerL Ihe Resident]inginecr seroices will include review and response to Requests for Information in a timcly S;-rr \\Willits\prujec[s\211HVPromus\;l-FOOD.U2-L-0akMannrTrailVPUBS\prumus\G11 Proposal.JiK � I l Mr. Kirhard Seanor I Proposal to Provide CM & Inspection Services Oak Manor Trail Project, Spec. No. 14-02 March�, 2014 Page 3 manner, review of construction inspector's daily reports �nd tl2e revicw and verification of Contractor's P�y Reyuests. Daily Construction InspecHon/Testing as Required by the Plans and , Specifications We propose to provide 60 hours of on-site construc6on inspection services tor the Project from our Willits ofFice. In addition to the on-site inspection services, our construcHon inspector will attend the project kickoft meeHng and will maint�in as built conditions for final reporting.The construction inspector will monitor quality assurance, Contractor comp�iance with the Project plans and specifications, compliance H ith safeh' and environmental standards, and provide dail}' reporting to the City and the resident engineer. Our construction inspector will also provide subgrade and aggregate base compaction testing and sampling and asphalt concrete compaction testing and sampling using � Caltrans Standard Test Methods. Our inspectors are Caltrans cerHfied to provide these services while providing daily inspecfion, thereby s�ving the City and the Project the cost of having an addition�l technician on call for the testing. Having the construction inspector perform construction materials compliance testing H�ill not only save Hie cost of an additional Mchnician, but will avoid potenHal delays � to the Project while awaiting a separate testing tedinician. 'rhe construcHon inspector will collect construcfion m�terials samples as reyuired in the Project specifications and take them to our Caltr�ns cerfified Willits laUoratory for tesHng and analysis. Refer to Attachment B-Technician and I.aboratory Certifications. 7he construction inspector will be p�id prevailing wage rates as reyuired by the California Depertment oY IndustriallZelations. No travel time, mileage or per diem will be charged for the construcfion inspector. Review and Response to Requests for Information Our Resident I�.nginter will review all Contractor questions and requests for information. Questions and requests for information will be answered by an inspecfion of tl1e Project plans and specifications, revieti� ot adopted testing procedures and review of generallv accepted industrv standards. Because of our extensive experience wiH1 similar projeds, our staff will provide prompt responses to requests for intormation. SHN staff will work closcly and cooperatively with the Confractor, Yroject Gngineer and the Citv to respond to construction issucs to avoid delays to the construcrion schedule. Review and Verification of Contractor's Pay Requests 13ased on the co�tstruction schediile SHN staYt envisions onlv processing one pay reyuest wifll H�e Con[ractor. SI IN c��ill clleck the siibmitted invoice,and torward it for approvals and processing by the � City. Wc are proficient in obtaining and maintaining H�e records necessary for the Project closure I re}�orting. I Review and Verificarion of Contractor's Prevailing Wage Payroll Reports Our staff will review Contractor's Certificd Pavrolls to assure that they are in compliance wifl�State and Federal lebor laws. !�t the preconstruction meeHng,SHN staff will review certified payroll and submittal reyuirements, apprentice requirements including checking apprentice/trainee registrafions, procedures for payment suspension, underpayment penalties, debarment issues, licensing requirements, and respond to inyuirics trom Contractor and Subconlractors. At the conclusion of the project, the City will be provided w�ith tl1e complete prevailing wage payroll reports and documentation for the project file. � �rr ' \\N'illits\prujects\2U7-4VPromos\�41{1N10.02-L-OakManorTcailVPUBS\promnsVCM PropusaLdoc �- �� . i Mr. Ridiard Seanor Proposal to Provide CM & Inspection Services Oak Manor Trail Project, Spec No. 14-02 March 4, 2014 � P�ge4 Preparation of As-Built Drawings A. Prepare and maintain 1 set oY as-built dcawings using az�unaltered set oE original project plans to show alf as-constructed information, including: 1. Any plan clarification or Change Order changes. 2. Location of any undergroLmd utilities 3. Location,size, type, and manufachtrer of major products or mmponents used in the work. B. Neatly prepare as -build drawings as follows: 1. Place mazkings on the project record drawings using red ink or red pencil. 2. Uo not eradicate or write over original figures. � 3. Line out superseded material. 4. Submit additional drawings if the required information cannot Ue clearly shown on HZc � original set of project plans. 'I71e aclditiona] drawings must be at least 11 by 17 inches and at most 24 by 36 inches. C Review the as-built drawings with the Engineer at the completion of the project to assure that all Ichanges and other reyuired information are being recorded. � Proposed Fee We undersYanci tllat Hie Project is projected to have a construction period of twenty working days. Because construction projects often proceed on a schedule that is iutfoceseeable,we have estimated our costs based upon an assumption that HZe project will be completed in tlte projected twentv working dav period. I Io��ever,it is our experience with projects similar to Hus one that tlte actua] construction duradon is often shorter than what was scheduled. Our estiutated tees are based on tlte hdl number of 1 working days for the Project. In the event Yhat the project is completed in a shorter time frame, the Cit1° will be invoiced anly for those hours actually spent to complete the Project construcrion management and inspecfion. We propose to provide d�e required services on accrued Hute and expenses as set forth below and the final cost will not exceed 59,420. [tem Task Staff NTE-Cost I 1. Daily Construction Inspection Construction Inspedor $6,900 , Assuuies 60 hours $115 per hourprevailing wage 2. Resident Engineer Resident F.ngineer-$95 per hour 380 Assurnes:Reside�rt Errgineerznill rez�ie�o 4 Rr� uc±ts(or bi onrmtiori ' 3. Revie�� and verify Contractor Pay Requests Resident Engineer-395 per hour 370 Assu�ues 1 �ai rnent cycle Assistant-S90 er hour 4. Review and verify Contractor's Certified Payroll Assistant-$90 per hour 900 Reports Assumes 4 ioi'ekly rez�ie�os � 5. Materials Testing: ��� Cmnpnrtion tesfiug of ezistiiig subgrnc(e,nggregnte hnsG aud AC pnt�ing for trnil. Estim��te inrludes hoo compnrtion iun+es, siee+e uiial�sis, SE, gnge usage. '� Total $9,420 �� �rr \�,IViIGts\pro}ects\201;\Proroos\41d0(NLOb4-0nkManorTrail\PUBS\Fromos\ChlPropusaLdoc < 11 I I h1r. Richard Scanor � Proposal to Provide CM & Inspection Services Oak Manor Trail Project, Spec. No. 14-02 � March 4, 201-4 Yage 5 SI IN understands the City's concerns regarding the timely commencement and required compleflon of this projectin March 2014. SI[N will utilize many of the same stafY who conh�ibuted to the success of the Orchard Avenue Bridge and Civic Center roof projects. The Orchard Avenue Bridge project was completed ahead ot schedule and below fl1e estimated Construction Management budget. SHN has a proven track record of working � successfully with the City. SHN appreciates the opportunitv to provide these services for Hie City and we look forward to assisting you wiH1 H�e complefion of Hie Project Should you have any questions, or need additional inforination please do not hesitate to call. � Again, thank vou for H1is opporhuiih° to be of service. Sincereh�, SHN Consulting Engineers & Geologists, Inc. �� /��� �/l/7�G1'�f i�'_ E/GG1Gli� Thomas M. Hcrman Regional Manager TMH:dc/dmf Attachments: Attadunent A - Resumes l�ttadiment t3 -Technician and Laboratory Certifications 2014 Sclledule ot Cll�rges I I �rr \\Willi[s\prujects\20N\Promus\-411fA10.02i{���phlanurTrail\PUBS\promos\ChI Pro��saLdoc � .i 1 � i Distinguishing Quaflfications ,lason Island, PE� QSP'� '' . experienced in site Civil Engineer development, project teamwork and agency coordina�ion. Relevant Experience . Broad ("hands-on") Mr. [sland has over 14 years of experience in professional engineering services. experlence in residential His experience includes structural engineering and eivil design work on both large architecturel design and and small scale projects.His broad range of experience has Ied to proficiency in strudural engineering being part of a larger project team as well as managing enNre projects start-to- Years o(Experience: 14 finish. He has"hands-on"experience in construction and building giving him Years with SHM � practical insights throughout the design process. Education BS, Civil Engineering University Representative Projects of Colorado 1998 Project Engineer,Cypress Grove Chevre,Arcata,CA. Foundation design for a Professional Registrations neH� wastewater pretreatme�it facility. Mr. Island served as the structural engineer Registered Professional En9ineer for this project, �orking ti�ith the projectGeotechnical Enginerr and l3uilding (Civ1q.CA; RCE#6A809 Manufacturer to desi�n a Eoundation to meet the needs of thr dient. Qualified Stormwater Practitioner Design Engineer,Atherton Ranch Residentia] Development,IVovato,CA. A I IS and Developer(CASQUA reglstered) unit subdivision in Marin County that included affordable and senior housing. Mr. Island served as the design engineer responsible for the preparation of grading and drainage plans, utilities plans,and site plans.Coordination �vith other team members and City agencies ti�as a large component of the project. Project Engineer, Leggett Valley School District Water System, Leggett,CA.'I he design of a new water system includi»g new wells,waterlines and treak�nent � facilities. Mr. Island is serving as the project engineer on this highly constr�ined �roject. , Project Engineer,Heritage House,Little River,CA. t Iydrology sh�dv and drainage system. Mr. Island worked with the project manager and SI[N hydrologists ro develop a practical solution to stonn�reter rw�off issues whilc ' Considexing the sensitive naCure of the site. Project Designer,Architectural Elements 2etail and Office Building, Mderson Valley,CA. A 6,000 syuare ft. office building and retail space for l da li Lath Mill to be utilized for direct sales and product devebpment using recycled timber. Mr. Island designed the building and acted as projed manager throughout construcrion. Attachment A � �rr i \\Willits\projects\201d\Prumos\}�.{lHN1.02i-OakManorTrail\PUBS\pmmns\Resumes\Jasonlsland-Resumo-sVUCtdirr � >> DistinguishingQualifications DeeLynn R. Carpenter . Construction and Assistant Project Manager/Project Development engineering project management experience Relevant Experience . Municipal public and Ms. Carpenter has over 36 years of experience preparing and maintaining files, administration experience records and reports including the coordinaHon of plans and preparation of Years of Experiente: 36 specificatlons for advertising projects for bid,conducfing bid openings, projed With frm_ 7 awerd and management of c�pital works projects. Her experience includes preparation and management of contracts and agreements, budget monitoring, COntinuing Education contract revieti, all facets of State and Federal prevailing ��age labor Graduate of Continuing compliance and reporting,and all aspeds of obtaining and managing State and Education for Public Federal Grants such as USDA,CDBG, ARRA, ICLWMP,etc. Officials/CEPO Representative Work Experience Projec� Management of Public Assistant Project Manager, Wastewater Treatment Plant Upgrade Project, Works. University of Califomia City of Willits,Willits, California. Ms. Carpenter was the assistant Project ,. Extension Manager responsiblc for records management of this$77.4 million ContfaCt Administration and multi-phased Wastewater Treatment Plant. Duties include preparation of �i Change Orders, University Of supporting materials for Contract Amendments such as updated Budget California ExtenSlon Documentation; preparation of the USDA Rural Development construction Contrad documents,coordination �ith the Design"I'eam in the preparation of PrOfeSSional Memberships the Technical Specification documents and assisting the Design F.ngineer's �vith Consh'uctlon Management Services. I The Construction Specification � Institute, Redwood Empire Assistant Project Manager,Covelo Community Services Department,Covelo, Public Service Califomia. Ms.Carpenter was currenth� the assistant Project Manager un this �roject responsible for. records management;coordinafion of bid Trustee, Fort Bragg Unifed �{ocumentation incorporating USDA, Rural Development and Community � School District(2001-2009) Development L31ock Grant construction bid package documents coordination Member, Mendodno County with the Design Team in the preparation of the Technical Specification , Grand Jury(1994. �995) documents coordination of documentation to USDA, Rural Development for i Member, Mendocino Transit authorization to bid project and authorization to a��ard a construction contract; Authority (1990-1992) coordination of publishing bid notic�, production and distribution of bid � packages to all interested parties, induding issuance of addendums. � Assistant Project Manager, ConstrucHon Management Services, Ukiah, California. Ms. Carpenter H as the assistant Project Manager for the Ukiah Skate Yark, Anton Stadium and the Ukiah Civic Center Repairs Projects. She works with SI IN's Resident Enginecr in processing monthly and linal payment requests,change order scoping and tracking, record management, State�Federal prevailing wage labor compliance and document mntrol. �—ri- \\l\'ilGts\prujirLs\2011\Promos\31if0.ALU2{-OakblanorTrall\PGBS\Promas\Resumcs\Car��nlerDeel.vnn.doc � /.� I _ _ �eeLynn R Carcemer � I Fage 2 Assistant Project Manager,Orchard Avenue Bridge and 2elated Street Improvements Project, Ukiah, California. Ms.Carpenter was the assistant Project Manager on this�1.3 million project working with SI IN's Resident Engineer in processing payment requests,change order scoping and tracking, record management and document controL She was responsible for all aspects of State/Federal prevailing ��age labor compliance;compiling for publication daily field report and construction photos, and preparation of monthly progress and inspection reports for the U S Dept of Commerce Emnomic Development Administration the major funding agency for this project. Assistant Project Manager, Northem Circle Indian Housing Authority,Willits, California. Ms. Carpenter was the assistant Project Manager on this�2.6 million project. She was responsible for: records management; coordination of bid documentation incorporaHng USUA Rural Development and Indian Com�nunity Development F31ock Grant construction bid package documents; interfacing with the Uesign Team in the preparation of the Technical Specification ciocuments; coordinaHon of documentation to USDA Rural Development for authorization to bid project and award construction contract coordination of puhlishing bid noNce, production, and distribution of bid packages to all interested parties, induding issuance of addendums. Consultant, City of Willits,Willits,California. Under the direction of the Communitv llevelopment Director, Ms. Carpenter oversaw preparation and submission of 2002 CDBG Grant for I[ousing I Rehabilitation; administration of the City's Flousing Rehabilitation program consisting of the 1999 and 2002 CDBG 1 Iousing Rehabilitation Grants and programs funded through the Willits Community Development Agency "20°o set-aside` funds; preparation of application and paperwork adminishation for the Land �nd Water Conservation Fund (LWCF)Grant for the construction of two Little League Fields and one Youth Soccer Field for the City of Willits. Under the direction of the City Manager for the Cih�'s Long Term Wastewater Management Plan, Ms. Carpenter prepared, received, and managed Environmental Protection Agency (I��.PA)Grant and Small Communities Wastewater Planning Grent(SCWG); and prepared Step-2 proposal for the North Coast Integrated Water Management Plan Implementation Grant(Prop 50). Deputy City Manager/City Clerk,City of Fort Bragg, Fort Bragg,California. Ms. Carpenter H�as Deputy Citv Clerk and City Clerk for the City of Fort Bragg. Duties induded a wide varietv of tasks related to the City Council's proceedings, communications and actions; technical,and professional ��rifing and codification; Records Management anA Retention programs; grant application and administration assistancr, permitting; preparation of RFPs for proFessional services, coordinafion of bid, award and contract documents for capital projects, and other municipal contracts and insurance; City's Public In(ormation Officer and Elections Officer. Interim Administrative Director, Mendocino Land Trust,Mendocino, California. Under contract �.�ith the Board, Ms. Carpenter worked w�ith a four member staff coordinating all aspects of the Land 'frust I3usiness, induding fundraising and membership activities; public communications;overseeing legal matters, financial and record-keeping systems; worked with the Board of Directors, its officers and management fimctions induding all aspects of national rccruitment efforts for the lixecufive Director; and managed all contracts entered into on behalf of the Land '1'rust Campaign Coordinator, Mendocino Land Trust, Mendocino, California. Ms. Carpenter w�as the Big River Campaign Coordinator for the Land'irust,a nomprofit corporation that Has the lead agency in purchasing 7,400 acres of property, induding the Big River estuary for California State Parks at a purchase price of!�25J million. 'I'he majority ftmding was from State and Federal Agencies with the balance of tunds raised from private individuals and enfities. Duries included aIl aspects of public fund raising, induding, but not limitcd to presentations, press releases, publicity, recordkeeping, and coordination with othc r entities and agencies. Working as a team, the total fundraising goal was timely met. V\Willits\projectsV?OLFVPromus\�k1A00Q0?i-OakManorTrailVPUBS\promos\ResumesVCarpenrer-0eeL}'nn.duc ���� , ; Ste hen James Areas of E pert se p Laboratory and Inspections Manager • Project Management Certified Special Inspector . Speciallnspection • Construction Materials Relevant Experience Testing Mr. James has over 1-4 years ot experience providing special inspecfions induding structural steel welding, structural conaete, structural masonry, hot Years of Experience: 14 mix asphalt and other consMuction materials. In addition to a long list of � special inspection mrtifications, Mr.James provides effective and timely project management for all [vpes of public and private sector projects. Mr. Registretions and , Certifications James also provides a wide range of construction materials laboratory testing experiencc and certifications as well as the educational backgroimd to provide Caltrans Certificate of Quality Assurance and Quality Contro] for all field inspecrions and laboratory Profciency testing procedures. As a Certified Welding Inspector, Mr.James is competent American Concrete in visual weld inspections, nondestrucHve tesHng, and evaluation, �vriting Institute—Concrete Field welding procedure specifications (WPS), and yualifying welders and welding Testing Technician— operators. Grade i iD# 000soosa Representative Special Inspection Experience ICC Certified Structural Mendocino Transit Authority, New Maintenance Facility, Ukiah,CA. Masonry, Reinforced The project wnsisted of the construcHon of a fabricated steel building capable Concrete, and Structural of housing the MTA bus Fleet for maintenance."I he project was funded by Steel & High Strength g�ants from the Federal Transit Administration.The inspections consisted of Bolting Special Inspector structural steel Eabrication shop inspections, nondestructive testing of NICET Level 2 Asphalt, complete joint penetration welds (CJP), visual inspection of all shop and field Soils, and Concrete ���elding, high strength bolt testing and inspections,concrete and reinforcing #123262 steel placement inspections, Reinforcing steel shop fabriration inspections and AWS Certified Welding sampling, concrete sampling and tesfing, post installed anchor inspection and Inspector#09021121 testing, masonry construction inspecNons and testing,and as�halt paving compaction testing(20ll-2012). Magnetic Particle Level 2 NDT Inspector Mendocino Coast District Hospital, Various Facility Improvements, Fort Bragg, CA This ongoing project consists of several facility improvements Ultrasonic Level 1 NDT projects.The New Radiology Building Addition was a modular building, Inspector installed on a perimeter footing ��ith a connecting corridor to the main facility. Sharp Industrial Radiation The Central Plant Renovation and Pharmacy Remodel are projects that are � Safety Training Certified both ongoing and reyuire testing and special inspections on an on-call basis. Radiation Safety Offcer The inspection and testing tasks for these projects are as follows: Pipe��elding i Training inspections, reinforcing steel sampling and tesHng, post installed anchor inspections and testing,concrete inspections and testing, masonry inspecfions 24 Hour Hazwoper and testing,soil compacrion testing, and toryue and tension testing of epoxv Tralning installed do��els and and�ors. � Various Site Improvements, Fort Bragg Unified School District, Fort 13ragg, �' CA.'I his project consists of geological/geotechnical studies on various i campuses, and construction materials testing and inspections om m�stniction � projects.Our scope of work for the District Wide Photovoltaic Structures and the }�ort Bragg High School Classroom Additions includes geotedlnical review of struch�ral excavations, laboratory testing of fill materials, aggregate testing, compaction testing, concrete testing with batch plant inspections, structural steel welding inspections(shop and field), and reinforcing steel sampling. , (2010-present) \\W illits\proiect+A 207-LV Prumus�OQ02�4-0akManor'I railV PU BS\promus\ResumrsVIa mesSrephertduc � v J - � --- � - - -- � S�epnen dames Page 2 Waugh Lane Bridge,City of Ukiah,CA Provided field weld inspection for thc City of Ukiah during construction of the ne�� Waugh Lane Bridge. Anton Stadium, Ukiah,CA Performed shop and field welding inspections for the ne� seat brackets for [he new stadium seating. Skate Park Project,City of Ukiah, CA. Construction Materials Testing an�i Inspection of mncrete placement and st�vctural excavation,compaction testing,and laboratory testing. (2010) Skate Park Project,City of Fort Bragg,CA. Construction Materials Testing and Inspection of concrete placement and structural excavation,compaction testing,and laboratory testing. (2010) Big Valley Rancheria Roads Project, Soda Bay Road Realignment,County of Lake,CA.This project consisted of construction materials acceptance testing in accordance with the Pederal 1 lighway Administration for Granite Construction and the Bureau of Indian Affairs.Our scope of work for the project included laboratory testing and field compaction testing on embankment fill, lime/cement stabilized subgreJe, aggregate base, hot mixed asphalt and sampling and testing conaete. (2010) IVorth State Street Improvements,County of Mendocino,CA.ConstrucHon Materials TesHng for asphalt placement and bridge construction.Testing on this project was in accordance with Caltrans test methods (2010). West Commercial Street Rehabilitation Project,City of Willits,CA. Construction Materials 7'esting for , roadway improvements including aggregate base wmpacrion testing,concrete and asphalt placement testing and laboratory testing. (2010) Soda Bay 2oad Rehabilitation, Lake County,CA Provided acceptance testing and inspecHon for repair dig- out repair sections and overlay from MP 115 to 13.8.'Pesting involved in-place nuclear density testing, monitoring laydown temperatures,and cored in-place density testing(2010). Elk Mountain Road Storm Damage I2epair Projects, Lake County,CA Provided acceptance [esting for ' storm damage repair including subgrade compaction testing for gabion walls, aggregate base yualification, compaction testing of aggregate base and hot mixed asphalt, and sampling and tesfing concrete tor soldier pile installations(2011). Orchard Shores Subdivision Street Rehabilitation, Lake County,CA'Phe project consisted oY dig-out repair � secHons of existing roadways and overlaying with hot mixed asphalt Compaction testing and laboratory ' testing was performed on the asphalt paving (2011). Central Street Rehabilitation Ci of Willits CA tl' � Provided acceptance testing for this locally funded street rehabilitation project.7'esting induded aggregate base yualification testing,concrete sampling and testing, and compaction testing oF aggregate base and hot mixed asphalt(2012). Pudding Creek Road ReconstrucHon, City of Fort Bragg,CA � Yrovided acceptance testing for this ARRA ftinded project. Work induded subgrade preparation and compaction testing,aggregate base yualification,compaction testing of aggregate base and hot mixed asphalt,and laboratory testing of hot mixed asphalt(2010). Dana Street and Harold Street [mprovements, City of Fort Bragg,CA This project consisted of dig-out repair secfions and overlaying with hot mixed asphalt. Provided compaction testing and sampling for laborarory testing of the hot mixed asphalt(20ll). S'�'rr � i� VA1Nillits\pruj�rtti\207�V��'omos\-F1�1NJ11 02}-OnAVlannr I railV PLBS\promus\RewmesVJames-Stephcadnc - _ _ _ , I I DistinguishingQualifications Steven L. Peckham ' • Construction materiais Civil Engineering Technician/Construction Inspector ' • Project Scheduling Relevant Experience • Reading and interpreting plans and specifcatlons Mr. Peckham has more than 30 years of construction experience including installation of utilities, supervising construction crews and inspection of Years of Experience: 34 Public works projects. Stevds areas of inspection expertise are undergroimd Years wl SHN 4 water and sewer system projects, repair and re-construction of roadways and I Professional Registrations sidewalks. Mr. Peckham has a strong background in construction materials ACI Intl Concrete Field Testing such as gravel, concrete, and asphalt experience and is proficient in reading Technician Grade I—2008 �ilans and specifications. i Caltrans Profciency Certificate ' crios, izs, zo�, 202, zis, zn. Representative Construction Inspection Experience I 226, 231,375, 504, 518. 521. 539, 540, 556, 557 Mr. Peckham has provided construction inspection services and support for Hazwoper Certifed the folloH�in� projects: I Public Works: ' Continued Studies Various Institute of ' Resident Project Representative for the City of Willits Wastewater Transportation Studies Treatment Project Phase 2&3. Responsible for inspection, material courses. testing and reporting for Phase 2&3 miHgated enhanced wetlands, irrigation pump station/outfall, aeration basins and darifiers. Mr. Peckham reviewed monthly progress billing for accuracy and assisted engineering staff in the comE�letion of the Project • Inspector for street and sidewalk improvements for the Point Arena Safe Routes to Schools Project • Construction materials testing for various phases of the Fort Bragg Unified School llistrict Modernization Projects. � Resident Project Representative for the City of Willits Wastewater Treatment Project Phase I. Responsible for inspection, testing,and reporting for Stage 1 Headworks, [nfluent Pump Structure and plant electrical service Mr. Peckham reviewed progress billing for accurac}' and essisted engineering staff in proHlem solving. • Resident Inspector for City of Ukiah's Orchard Avenue Bridge and Related Street[mprovements Project Provided complete inspection services for re-enforcing steel,concrete placement, and construction observation. Acted as liaison between engineering staff and contractoc Provided daily reporting and construcfion photos for the projxt. • Inspector for street reconstruction projects, new subdivisions, pump station improvements, ��ater main and sewer main expansion and improvements; Fort Rragg,CA ' • Supervisor of construcHon crew in the repair and construction of H�ater and ��astewater lines, streets, sidewalks, parks and buildings;Fort , Bragg,CA • Preparation of daily, weekly and monthly reports, and cost estimates i for various projects; �ort Bragg, CA i �rr \\WilGts\proj�rtti\201�\Prumos\-I1JlXN1.02�-OakblanorTrail\PUI35\promus\Resumes\PecAhamS[evedix � �� I I ' _ _ _ _ ___ — _ .__ . _ —— —__. __ _ _—_ _ - State of California Department of Transportation CALTRANS QUALII�IED LABORATORY INSPECTION REPORT Form TL0113 Expiration date: O5-OS-2014 Inspection by: Loren T.I.ee IA No.: 099 Phone' 707-445-6374 File: Materials Category 500 Laboratory: SHN Consultin¢En¢ineers& Geoloeiata Inc. Address: 493 South Main Street City: Willits State: CA Zip: 85490 Lab QC Mgr.: Stephen James e-mail: sjames�shn-engr.com Telephone: 707-458-4518 Fax#: 707-458-1884 A certified Independent Assurance(IA)visited this laboratory on(Date) 05-OB-2013 � Only the equipment to be used on Caltrana wnstruction projects and/or local construction projects on the National Highway System was checked for qualification. At the time of Caltrans Qualification, this laboratory had all necessary equipment of perform the test methods indicated below. Testing personnel shall be Caltrans Qualified and possess u current Caltrans Certificate of proficiency Form TIr0111 prior to performing any sampling or testing. � 125 202 205 206 216 217 226 227 229 231 308 309 370 375 378 382 SO4 618 521 539 540 558 557 A visunl check was performed and documents provided as necessary for the following items: X Facility Safety Manua] X Laboratory Procedures Maaual X Laboratory Quality Control Man�al X Proper test equipment X Copies of current applicable test procedures X Calibration and service documentation X Calibration stickers af'£ixed to test equipment(dated within the 12 months) On 05-05-2013 This laboratory was Caltrans Qualified by: `t, �. I.oren T. Lee � Attachment B ��� r : , � �a. ...._�_ �._ _. _ ���' ;� . . _. I � r� �� � , �° American Association of State Highway and Transportation Officials AASHTO Accreditation Program - Certificate of Accreditation This is to signify thaf . SHN Consulting Engineers & Geologists, Inc. � � �r^ � V1lillits; California ,a� � � ; � � � � _ � . � � . . � �� � _.. . � � � � . � � � �:�, -��.. � _ � �R�- �, ;� ` °has demonstrated pr�iciency for the�te�ting of construction materials ` and has met t�9e minimum req�ir,�ments in AASHTO R18 �' � �'�� I � �- r set forth by the AASHTO Highway�,5��'bcommittee on Materials. �'�� �a � The scope of accreditation can be obtained by viewing �� � the AAP Directories ofAccredited Laboratories (www:amrl.net) ���� or by contacting AMRL. �. �-� , � � ; � � � �:,�. _ ���C�- � �'-� i Executive irector C ir,AASHTO i ' way Su committee on Materials o � AI�Q ,� � AASHTO R18 , :". , � ,, � y ' n� � . , . .i;��_r- -=._.. :. .. _ __ _ � _ I _ _ _ ,�""'� -.�"''_"� —/�- --�~� �' \ �'� '� -� � `� R� i....���.. �� ..�/� �� � �i- � ' _ � ._ l'�� � _ ,�� .`� ��V�14tv�-�.:,- Ju y�,i.. . IUI ... � r -...,, �W ; J� �'W � /"� � .� �� � � . ���/���.�� l'�/ ,_ 5����<`` . ' � _. � ��� i ,. � 'sl'�� '` 1 �" '" � � i � 4 � - 6 c a ..,.,..,.,....,m.,� , ,.., .,.:m„m,m..,,. ,...._.,., .m�.�.,� � � . . ._ �� , �,�,„�., �[ ,s ,,,,_ ... ..... ...... „ ...-.�.: _,� .,.� .....�.,� � l�h� �� � ,�' � ���, I �� II �I j ,;�� _ 3 11H �� I CERTIFICATE OF COMPLETION ��:: � ' . '� , � �� � I '��\ � '� ;,'`'� This is to Certify That � � '� � i �� , � t� i ! �� ��� I �rii � �,'��.I �� ''I - �i S:i 3 ;�, 1 �� � � `a� iir�ii r �� �� � . 3�'�' /�,�� ' u�wi � � . 1 1R��, 9 � : y , � � , i � �> >� � �A �, ��r � �,,, `. � � I � ,\r' I �� � HAS ATTENDED THE HOT MIX ASPHAI.T CENTER SUPERPAV� /AND HEAVY DUTY HMA TRAINING � �u;6�E� � ,3„_�' r �1 > °� PROGRAM, AUGUST 27 - 30, 2001. � � � �� � , '� ��> ,;: �: � � ,, � I mm ��� I I� . I . � I�;y;,, :I �' ` "�0.,�. � ��"s Au�ust 30. 2001 f� '.: I � �' ' a� Harold C. Mullea, Executive Vice President Date � � ? _) ��- Texas Hot Mix Asphalt Pavement Association � � � �' , � �` � � l ,n� , � I I� I I3 3�. ' � �� ,.�,;,�_ � I !' •:: �' ;� 1 - — ._ % � �` �im�� �Ii�t� � ��rYt��� „ ��_j����`'� , � � � � ����-- � � ; ° ��„`;� �';,�, '�'� � m� `'�.;m, �`�",� ,,,'.,::. � _ „ ,;,. � 1 1 li� �T � I T I _ .. . � NATIONAL INSTITUTE FOR CERTIFICAT ION IN ENGINEERING TECHNOLOGIES� NICET � Providing Certification Programs Since 1961 BE IT KNOWN THAT I Stephen P James IS HEREBY AWARDED CERTIFICATION AT LEVEL II IN CONSTRUCTION MATERIALS TESTING ASPHALT , BASED UPON SUCCESSFUL DEMONSTRATION OF REQUISRE KNOWLEDGE, EXPERIENCE AND WORK PERFORMANCE AS SET FORTH BY THIS INSTITUTE. �� Certification Valid[hrough August l,2014 5 O CERTIFICATION NUMBER 123262 � .�nniversary � � �� ig6i-2o11 ��� CHAIRMAN OF THE NICET BOARD OF GOVERNORS A DIVISION OF THE NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS - — _ _ _ _— _-- - — - - ------ — -- - — — NATIONAL INSTITUTE FOR CERTIFICATION IN ENGINEERING TECHNOLOGIES� NICET � Providing Certification Programs Since 1961 BE IT KNOWN THAT Stephen P James IS HEREBY AWARDED CERTIFICATION AT LEVEL II IN CONSTRUCTION MATERIALS TESTING SOILS BASED UPON SUCCESSFUL DEMONSTRATION OF REQUISITE KNOWLEDGE, EXPERIENCE AND WORK PERFORMANCE AS SET FORTH BY THIS INSTITUTE. O+G Certification Valid through August I,2014 5 c,r� CERTIFICATION NUMBER 123262 .�lnniversary � � �"°���� ig6i-2oli c.���✓ CHAIRMAN OF THE NICET BOARD OF GOVERNORS A DIVISION OF THE NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS . � m m m � � ,�; m ;� � � ,m m.:.� , TL0111 (REV O6/00) � M CALIFORNIA DEPARTMEN7' OF TRANSPORTATION � p � - _ .: � p Yreseitts tltis � F, CERTIFICATE OF PROFICIENCY p � �n N+ � STEVE PECKHAM � ' �j SHN �j W who is qualified to pertorm the following tests: W L� p �= Exqiration Date Test Method � 03!26;14 .......... �CI�M I05-CALCUI.AI'IONS � tl 03/26/14 .......... �CTM 125-SAMPI.ING MA�fFRIALS M p 03/2�'14 �CTM 201 SAMPLB PRCPAR.4TION Q � 03/?6/1=1 .......... �CTM202-SIEVEANAI.YSIS � ❑CTM?OS-%CRUStiED PARTICLES , .......... ❑CTM 206-S.G.c@. ARSORP�I�ION C. AGG -- tl 03/26iIJ .......... �CTM316 RELATIVGCOMPACTION(SOILS) � p 032G/14 �Cl'M217-SANDEQUIVALENT � 03/?6/14 .......... �C'I'M226-MOIS'I'URFCON"I�F.NI' � ❑CTM 227 CLEANNESS OF COARSE AGGREGATE .� ....._... ❑CTM229-DURABII,ITY - . tl 03/?6/14 .......... �CTM 231 RELATIVG COMPACTION(NUCLEAR) tl q ❑CTM 308-BUI.K S.G.OF HMA p � .......... ❑CTM 370 MOISTURL CONTHNT(MICROWAVE) �� p3i?6/I4 �CTM 375 -AC COMPACTION(NUCLEAR) _. .......... ❑C�I�M379-PERCENTASPHAI:I�(NUCLEAR) ..,: M 03/26/14 .......... �CTM 50.1-PCC AIR CONTENT � q 03/26/14 �CTMSIR-PCCUNITWCIGHT 03/26/14 �CTM 52I -PCC COMPRESSIVE STR6NGTH ��"y'� � tl ......._.. ❑CTM 533-PCC BALL PENETRATfON N Q 0326/14 �CTM 539-PCC SAMPLING V� � ' � 03/2G/li _......... �CTM SJO-PCC TF.ST SPF.CIMFNS � 032G/14 �CTM 556-PCC SLUMP CONF. ,� 03n�,i I4 .......... �CTM i?7 PCC TEMP .� W � � Loren T. Lee Certified Independent Assurance (IA) ovv �py I �} L j �� L--- � -Datelssued 03/?G!12 Note: W M This certifcate is valid as long as the Tester � W complies with applicable requirements in Caltran5 , � Independent Assurance Program Manual. �r>�;:;�'%�'��r,�.: � :�';� ��.;� -'�''�'-''�'='� il I — i I m ;m �: � ,m � � � � m :�: ,� ;� I i TL-0711 (REV,O6/00) � , � CALIFORNIA DEPARTMF,NT OFTRANSPORTATION � � `� � � Presenh this � CERTIFICATE OF PROFICIENCY tl � ro Q � STEPHEN JAMES p tl SHN tlw W who is qualified to perform the following tests: W tl � q�y Expiration Date Test Method qM W 03/27�IA ........_ �CTM IOS-CALCULATIONS W M° 0327/14 .......... �CTMI25-SAMPLINGMA7'ERIALS " N 03/27/14.......... �CTM 2U1 -SAMPLE PREPARATION � W 03/27/14._....... �CTM 202 SIGVG ANALYSIS M 03R7/14 .......... � CTM205-%CRUSHF.DPARTICLF,S p ❑ CTM 206 S.G.&ABSORPTION C.AGG �-% 03/27/14 ....._... � CTM 216 R@LATIVG COMPAC"IION(SOILS) � � U3/27/IJ ........_ �CTM217-SANUEQUIVALENT tl 03/27!IS �C'1'M 226-MOISTURE CONTF.NT Q ��� 03/27/13 .......... �CiM227-CLFANNF.SSOFCOARSF.AGGRF.GATF. ��- 03/27/13 �CTM 229-DURABILITY .� 0327/14 ..._..... �C"1'M 231 -RELATNE COMPACTIUN(NUCLEAR) ._, 03/27/14 .......... �CTM 308-6ULK S.Q OF HMA jy 03/27/14 .......... �CTM 309- RfCL S.Q OF HMA W M� 03/27/14 .......... �C'fM370-MOISTURF.CpNTF.NT(MICROWAVE) ��.: y 03/27/14 .......... �CTM 375-AC COMPACTION(NUCLEAR) C� W 0327/14...... .... �CTM 379-PERCENT ASPHALT(NUCLEAR) n M 03/27/IJ ....._.... �CTM382-PGRCEN'I'ASPHAI:fQGNfI'ION) �� W 0327/14 �C"fM 504-PCC AIR CONTENT , :. 0327/14 .......... �CTM S 18 � PCC UNIT WBIGHT �; 0327/14...... .... �CTM 521 -PCC COMPRESSIVE STRENGTII M ❑C"I'M 533-PCC RALL PF,NETRATION p c� 03/27/IJ .......... �CTM539-PCCSAMPLING o tl 0327/IJ .......... �CTM 540 PCC TGST SPCCIMGNS � p 03/?7/14 �CTM 556-PCC SLUMP CONE I �:y; 03/27/14 .......... �CTM 557-PCC TEMP =: W � � Loren T. Lee Certified Independent Assurance (IA) ovy tl �� L Datelssued 0327n012 Note: W�y , � This certificate is valid as long as the Tester M com lies with a li bl W p pp ca e requirements in Caltrans , � �� Independent Assurence Program Manual. ':�'.:�'.'��;.;�-�.i�ci�-.i�:.��`:1�>.>�p��•�:�::�:,)� - � �a �� � Attachment # ' Consulting Engineers & Geologists, Inc. ! Fee Schedule january 1, 2014 When accurate definition ot the proposed work is not possible, an hourly charge out rate for determining compensaHon shall be used. Hourly charge rates include payroll costs, overhead, and profit Hourly services are billed portal to portal and are subject to a 2-hour minimum. Current rates I are as follows Hourl Char e Rates Position� Hourl Rates Principal I�.ngineer $ 130.00 - $16Q00 i Principal I{ngineering Geologist $120.00 - �150.00 � � Principal Surveyor S 120.00 - 5150.00 Project Manager $ 80.00 - $150.00 � Senior Ylanner $ 95.00 - $135.00 Senior Nligineer $ 110.00 - $145.00 Senior Geotecllnical Engineer $ 120.00 - $150.00 Senior Geologist $ 110.00 - �1-�0.00 I Senior Surveyor $ 100.00 - $125.00 Engineer $ 50.00 - $ll5.00 � Traffic Engineer $ 80.00 - $135.00 � Geologist $ 70.00 - �110.00 Certified Industrial Hygienist S 90.00 - 5135.00 Environmental Specialist S 70.00 - 512�.00 Environmental Plamier $ 70.00 - $ll0.00 Staff Surveyor! $ 70.00 - $100.00 Assistant I?ngineer $ 70A0 - $115.00 Survey Party Chiet! $ 60.00 - $ 95.00 unior Cn ineer $ 60.00 - $ SS.00 J K FngineeringTechnician/Draftsperson? $ 55.00 - $ 85.00 i Lab/Field 'I'echniciui' $ 55.00 - $ 95.00 I Survey'1'echnician' � 55.00 - $ 85.00 � Technical Writer S 50.00 - � 65.00 � Clerical S ��.00 - � 65.00 Ex ert Wihiess'--� $150.00 - `b250.00 i Inridental expenses, i.e, lodging, meals, airplane tickets,etc, are billed at mst plus 15%. � Minimum daily charge is four hours. � Rates depend on the specific personnel assigned and if prevailing wage rates are required in the area of work. i Rates for Ex ert Witness are char ed tor re�arallon and testimonv for both de osiNon(s) and trial(s). �I G:\FOIZ�15\Curp\Fee&'hedules\FEESCH-201-kTabledoc SHN 201-4 fee SchedUle ' 1 - � � I Reimbursables l he followin direct char es are dlar ed in iddition to the hourly char e rites set forth above Direct Charges: I Cnl)I� plots (black & white) $ 4.00�ea. i , CADD plots(color) $ 20.00/ea. Copies � 15/ea. Equipment and oHter expenditures (required for projects) Cost+ 15% FAX $ 2.00/sheet Field office Cost+ 15% I�iling fees, telephonc expense, etc Cost+ 15% tron pipe, monuments, flagging,etc. Cost+ 15% Mylars $ 2.50/sy. ft. Services of other consultants Cost+ 15% Stakes, hubs, lafl1,etc Cost+ 15% Subsistence, air travel, etc Cost+ 15% Vellicles � 12.00/day plus S 0.80/mile Field Testin and E ui ment: Anchor bolt tension testing $ 80.00/d�y plus operator CO� Meter $ 10.00/day � Concrete Compression ImpactH�mmer � 2�.00�day*+ Core Drilling Machine $ 99.00/day + �3.00/inch cored Dissolved Oxygen Meter $ 53.00/day*+ FxpendableSupplies $ 40.00/day*+ Pyrite Meter $ 33.00/day*+ Generator $ 53.00/day*+ Geophysical Gyuipment Bv Quota6on Grundfos Controller& Pump $275.00/day Hand ,�uger S 33.00/da�• Health &Safety Level D � 3�,pp��{�y*+ I Iezilth & Safety Level C 9 60.00/day'+ I ligh Pressure Controller � 60.00/dav"+ I Indinometer 5200.00/day* LEI. Meter $ 66.00/day*+ Nucicar Density 1'esHng $ 20.00/hour plus operator Other eyuipment including drill rigs, backhoes,etc Cost+ 15% ORP Meter $ 15.00/day ovn $isz.00�a�y+ Ozone Sparge Trailcr $2,000.00/day PeristalHc P�mtp $ 50.00/day*+ pH/Conductivity Meter $ 53.00/day*+ Power Auger $100.00�day*+ Pumps $ 45.00/day*+ Quad (A7�V) $150.00/day Rebar Locatin llevice � 40.00/dav lus o�erator * 1/2 Dav Minimum CharQe. + 25% Weekly Discount,40% Monthly Discount. (1) If mncrete is sampLed and delivered to SI IN Lab by outside contractor,add $5.00�ea. for processing and � curin > �er AST'M G37. I G_AFORMSVCorpAFeeSchrdides\FF.F5CH-2UI�I�abladuc SHN Z�ld PecSChCdu�e 7 I Reimbursables, Continued Field Testin and E ui ment, Continued: I Roto-hammer S �0.00/day*+ Skidmore-Wilhelm BoltTension Calibration $ �O.00�day Soil/Gas Purge Pumps $ 30.00/day*+ i Soil Gas Probes $200.00�day*+ � I'orque Wrench (0 to 250 ttlbs) S 25.00/day � Torque Wrench (250 to 1,000 ft Ibs) $ 50.00/day ! T'i�rbidity Meter $ 26.00/day*+ Ultrasonic'I'est Device $ 20.00�hour plus oper�tor Vapor Extraction System �b500.00/day*+ Water Level Data Logger $ 60.00/daV*+ Water Level Meter $ 33.00�dav*+ Wcll Point S �0.00/day Well Wirard $100.00/day*+ Surve E ui ment. I�ata Collector $ 5.00�hour GI'S Station $300.00/day* I Level $ 25.00/day* � Robofic Total Station $ ?00.00/day � I otal StaHon $ 7.50/hoiu �Cotal Stafion w/Data Collector $ 12.50/hour � Laboratory Tests: � llspllalt Briyuette Compaction S �0.00/ea.��� � Asphalt Bulk Specific Gravity S 3Q00/ea. '� AspllaltContentbyNuclearMeNiod S 75.00/test llsphalt Content Gauge CalibraHon S190.00�ea. /�sphaltLxtracHon (% Bitumen) On Request Asphalt(Hveem) Mix Design On Request ' f3r�iss'Cube (Liner) $ 5.00/ea. Cleanness Value (CT 227) $ 75.00/ea. Compaction Curves (ASTM D 1557 or Caltrans CT216): I �-inch Mold $150.00/ea. 6-inch Mold S150.00/ea. Check Point � 50.00/ea. Concrete Cnrnpressive Strengfll (CT 521 or ASTM C39) $ 25.00/e�.�'-� Concrete Linear Shrinkage (3 Bars) $200.00 Concrete Moisture $ 25.00/test(Floor test) Consolidation Test $300.00/ea. Direct Shear, per point. (AS'I'M D3080) Consolidated-Drained (CD) $130.00�point Unconsolidated-Undrained (UU) (Modified AS'I�M) $1OQ00/point ��� Consolidated-Undrained (CU) (Modified ASTM) $ll5.00/point Additional cvdes (each) $ 50.00/ea. Uis�osable Concrete Molds $ 2.00/ea. " I/2 Da�� �linimwn Uiarge. + �5°„ AA'ix�kh� Discount,�0°o Alonlhh� Dismunt. (I) II asphalt is delivered to SH\ Idb unmixed,add$75.00/ea. for processing and mixing�er Cnitrans C73W. (2) If conrrete is sampled and delivered to SHn lab bv outside mntractor,add 5�.00/ea.for proressing and curing per � ASTM G31. � QFOBMSCur FmSchedulcs\FEFSCI1407-4TaMc�luc SHN2014FeeS[hedule \ \ P\ 3 — - - � I Reimbursables,Continued I Laborator Tests, Continued: Divabilih' Index � 7�.00/ea. F.xpansion Index 5150.00�test � ' Fireproofing Densitv S �O.00�ea. Grout Compressive Strength S 30.00/ea. LA Rattler(abrasion resistance) $150.00/test Liquid I.imit S 7�.00/ea. Masonry Block Compressive Strength � 6�.00/ea. Masonry Block AbsorpHon & Moisture $ 50.00/ea. Masonry Block Linear Shrinkage $ 85.00/ea. Masonry Block Prism Compressive Strength $125.00/ea. Masonry Core S11ear Test $ 50.00/core Moisture Content $ 15.00�ea. � Moisture-Density Test $ 25.00/ea. Particle Size Analysis (ASTM 422) $100.00/ea. Percent Crushed ParHcles $125.00/ea. Percent F.ntrained Air In Concrete $ 10.00/ea. PercentOrganics $ 50.00/ea. � Plastic Limit $ 50.00/ea. PlasHcity [ndex $125.00�ea. R-Value 5250.00/ea. Rice Specific Gravity of Asphalt(ASTM D2041) $ 70.00/ea. Sample PreparaHon � 40.00/hotir Sand 1{quivalent $ 50.00/ea. Sa��ing Rocks and Concrete Cores $ 30.00/unit Sieve Analysis--Coarse $ 45.00/ea. Sieve nnalysis--Fine $ 55.00/ea Sieve Analysis--Passing 200 $ 45.00/ea. � Specific Gravity, Rock $ 45.00�ea. Stabilometer of Premixed AC $ 75.00/ea. Sulfate Soundness $ 80.00�cycle Swell 'I'est $ 55.00/point 1'riaxial Compression Unconsolidated Undrained (TXUU) (ASTM D2850) $115.00/point Consolidated Undrained (TXCU) (ASTM D4767) $385.00/point Consolidated Drained (1'XCD) (ACOE) �500.00/point � Consolidated Undrained (TXCU-3 stage) (ASTM D4767) 5810.00/test Consolidated llrained (TXCD-3 stage) (ACOE) �560.00/test USUA Bulk Density Test S 2Q00/ea. USDn�I�extural Suitability Test S 50.00/ea. � Unconfined Compression S 50.00/ea. Unit Wei ht oF Li hhvei ht Concrete � 50.00/unit Notes: All snmEiles of soil or rocA from Fihysical tesHng are discarded 30 days after submission ot final re�iort unless prior arrany,ements are made. Samples ol soil or rock submitled tor tesUng for hazardous subs[ances will be retumed to the Client, who is rosponsible lor proper disposal. �I�his li�c si�hedule is subje<t ro review and adjushnent,as required. � Ccrtain services ma�� require prevailing wages or overtime at premiwn pav to SHN employees. In sunc�ircumstanre�s,(ecs will be ad�usted to rellect increased labor costs. Q\F02M5VCorpAFm Schedules\FEESCH801JTable.dnc SHN 207�Fef Schet�ule �