Loading...
HomeMy WebLinkAboutContracts & Agreements_187-2025AGREEMENT TO PERFORM PROFESSIONAL SERVICES This agreement for the provision of Citywide Pavement Condition Evaluation and Pavement Management Program Update("Agreement") is made and entered in this 71h day of October, 2025 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and Bucknam Infrastructure Group, Inc. a California stock corporation ("Consultant"). City and Consultant are sometimes individually referred to herein as a "Party" and, together, as the "Parties." In consideration of the mutual promises contained herein, City and Consultant agree as follows: ARTICLE 1 — ENGAGEMENT OF CONSULTANT 1.1 City hereby engages Consultant to provide Citywide Pavement Condition Evaluation and Pavement Management Program Update services for City (the "Services"). 1.2 The Services shall be performed by Consultant in a professional manner, and Consultant represents that it has the skill and the professional expertise necessary to provide the Services to City at a level of competency presently maintained by other practicing professional consultants in the industry providing like and similar types of Services. ARTICLE 2 — SERVICES OF CONSULTANT 2.1 The Services that Consultant shall perform are more particularly described in Exhibit "A," titled "Scope of Services," which is attached hereto and incorporated herein by this reference. 2.2 Consultant shall comply with applicable federal, state and local laws and regulations in the performance of this Agreement including, but not limited to, any applicable State prevailing wage laws. ARTICLE 3 — RESPONSIBILITIES OF CITY 3.1 City designates John R. Harris, Municipal Utilities and Engineering Department Director, as City's representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to performance of the Services. ARTICLE 4 — PERFORMANCE OF SERVICES 4.1 Consultant shall perform and complete the Services in a prompt and diligent manner. 4.2 Consultant shall complete the Services by June 30, 2026, unless the Services are terminated earlier as provided for herein. 1 IAcmo\Agreements\Buckuam Infrastructure Group, Inc.-FY2526-046.doc-j1 4.3 If Consultant's Services include deliverable electronic visual presentation materials, such materials shall be delivered in a form, and made available to City, consistent with City Council -adopted policy for the same. It shall be the obligation of Consultant to obtain a copy of such policy from City staff. ARTICLE 5 — PAYMENTS TO CONSULTANT 5.1 Compensation: Total compensation for Consultant's performance of the Services shall not exceed the amount of ninety-five thousand five hundred ninety-three dollars ($95,593). City shall pay Consultant on a time and materials basis up to the not to exceed amount in accordance with Exhibit `B," titled ("Fee Proposal") which is attached hereto and incorporated herein by reference. 5.2 Consultant shall submit monthly invoices to City describing the Services performed during the preceding month. Consultant's invoices shall include a brief description of the Services performed, the dates the Services were performed, the number of hours spent and by whom, and a description of reimbursable expenses related to the Services. City shall pay Consultant no later than thirty (30) days after receipt and approval by City of Consultant's invoice. 5.3 Any notice or other communication required, or which may be given, pursuant to this Agreement, shall be in writing. Any such notice shall be deemed delivered (i) on the date of delivery in person; (ii) five (5) days after deposit in first class registered mail, with return receipt requested; (iii) on the actual delivery date if deposited with an overnight courier; or (iv) on the date sent by facsimile or electronic mail transmission (including PDF), if confirmed with a copy sent contemporaneously by first class, certified, registered or express mail; in each case properly posted and fully prepaid to the appropriate address set forth below, or such other address as a Party may provide notice in accordance with this section: CITY: City Cleric City of Redlands 35 Cajon Street P.O. Box 3005 (mailing) Redlands, CA 92373 jdonaldson@cityofredlands.org Phone: (909) 798-7531 CONSULTANT: Peter Bucknam, President Bucknam Infrastructure Group, Inc. 3548 Seagate Way, Suite 230 Oceanside, CA 92056 Email: peter@buelcnam-ine.com Phone: (760) 216-6529 ARTICLE 6 — INSURANCE AND INDEMNIFICATION 6.1 The following insurance coverage required by this Agreement shall be maintained by Consultant for the duration of its performance of the Services. Consultant shall not perform any Services unless and until the required insurance listed below is obtained by Consultant. Consultant shall provide City with certificates of insurance and endorsements 2 1Acmo\Agreements\Bucknam Tnfrastiucture Group, Inc.-FY2526-046.doc jl evidencing such insurance prior to commencement of the Services. Insurance policies shall include a provision prohibiting cancellation or modification of the policy except upon thirty (30) days prior written notice to City. A. Workers' Compensation and Employer's Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City, or certification to City that Consultant is self -insured or exempt from the workers' compensation laws of the State of California. Consultant shall execute and provide City with Exhibit "C," titled "Workers' Compensation Insurance Certification," which is attached hereto and incorporated herein by this reference, prior to performance of the Services. B. Comprehensive General Liability insurance with carriers acceptable to City in the minimum amount of One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000) aggregate, for public liability, property damage and personal injury is required. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. C. Consultant shall secure and maintain professional liability insurance throughout the term of this Agreement in the amount of One Million Dollars ($1,000,000) per claim made. D. Business Auto Liability coverage, with minimum limits of One Million Dollars ($1,000,000) per, occurrence, combined single limit bodily injury liability and property damage liability. This coverage shall include all Consultant owned vehicles used in connection with Consultant's provision of the Services, hired and non -owned vehicles, and employee non -ownership vehicles. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. E. Consultant is expressly prohibited from assigning or subcontracting any of the Services without the prior written consent of City. In the event of mutual agreement by the Parties to assign or subcontract a portion of the Services, Consultant shall add such assignee or subcontractor as an additional insured to the insurance policies required hereby and provide City with the insurance endorsements prior to any Services being performed by the assignee or subcontractor. 6.2 Consultant shall defend, indemnify and hold harmless City and its elected and appointed officials, employees and agents from and against any and all claims, losses or liability, including attorneys' fees, arising from injury or death to persons or damage to property occasioned by any negligent act or omission by, or the willful misconduct of, Consultant, or its officers, employees and agents in performing the Services. ARTICLE 7 — CONFLICTS OF INTEREST 3 I:\cmo\Agreements\Bucknam Infrashncture Group, Inc.-FY2526-046.doc-j1 7.1 Consultant covenants and represents that it does not have any investment or interest in any real property that may be the subject of this Agreement or any other source of income, interest in real property or investment that would be affected in any manner or degree by the performance of Consultant's Services. Consultant further covenants and represents that in the performance of its duties hereunder, no person having any such interest shall perform any Services under this Agreement. 7.2 Consultant agrees it is not a designated employee within the meaning of the Political Reform Act because Consultant: A. Does not make a governmental decision whether to: (i) approve a rate, rule or regulation, or adopt or enforce a City law; (ii) issue, deny, suspend or revoke any City permit, license, application, certification, approval, order or similar authorization or entitlement; (iii) authorize City to enter into, modify or renew a contract; (iv) grant City approval to a contract that requires City approval and to which City is a party, or to the specifications for such a contract; (v) grant City approval to a plan, design, report, study or similar item; (vi) adopt, or grant City approval of, policies, standards or guidelines for City or for any subdivision thereof. B. Does not serve in a staff capacity with City and in that capacity, participate in making a governmental decision or otherwise perform the same or substantially the same duties for City that would otherwise be performed by an individual holding a position specified in City's Conflict of Interest Code under Government Code section 87302. 7.3 In the event City determines that Consultant must disclose its financial interests, Consultant shall complete and file a Fair Political Practices Commission Form 700, Statement of Economic Interests, with the City Clerk's office pursuant to the written instructions provided by the City Clerk. ARTICLE 8 — GENERAL CONSIDERATIONS 8.1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the use of in-house counsel by a Party. 8.2 Consultant shall not assign any of the Services, except with the prior written approval of City and in strict compliance with the terms and conditions of this Agreement. Any assignment or attempted assignment without such prior written consent may, in the sole discretion of City, result in City's immediate termination of this Agreement. 4 19emo\Agreemenls\Sucknam Infrastructure Group, Inc.-FY2526-046.doc-j1 8.3 Consultant is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor. Neither City nor any its agents shall have control over the conduct of Consultant or Consultant's employees, except as herein set forth. Consultant shall supply all necessary tools and instrumentalities required to perform the Services. Assigned personnel employed by Consultant are for its account only, and in no event shall Consultant or personnel retained by it be deemed to have been employed by City or engaged by City for the account of, or on behalf of City. Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent, nor shall Consultant have any authority, express or implied, to bind City to any obligation. 8.4 This Agreement may be terminated by City, in its sole discretion, by providing not less than five (5) days prior written notice to Consultant of City's intent to terminate. If this Agreement is terminated by City, an adjustment to Consultant's compensation shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed Services, and (2) any payment due Consultant at the time of termination may be adjusted to the extent of any additional costs to City occasioned by any default by Consultant. Upon receipt of a termination notice, Consultant shall immediately discontinue its provision of the Services and, within five (5) days of the date of the termination notice, deliver or otherwise make available to City, copies (in both hard copy and electronic form, where applicable) of project related data, design calculations, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by Consultant in performing the Services. Consultant shall be compensated on a pro-rata basis for Services completed up to the date of termination. 8.5 Consultant shall maintain books, ledgers, invoices, accounts and other records and documents evidencing costs and expenses related to the Services for a period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant pursuant to this Agreement. Such books shall be available at reasonable times for examination by City at the office of Consultant. 8.6 This Agreement, including the Exhibits incorporated herein by reference, represents the entire agreement and understanding between the Parties as to the matters contained herein, and any prior negotiations, written proposals or verbal agreements relating to such matters are superseded by this Agreement. Except as otherwise provided for herein, any amendment to this Agreement shall be in writing, approved by City and signed by City and Consultant. 8.7 This Agreement shall be governed by and construed in accordance with the laws of the State of California, without regard to its conflicts of laws provisions. The Parties agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated only in the state courts located in San Bernardino County, California, and the federal courts located in Riverside County, California. 8.8 If one or more of the sentences, clauses, paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent 5 I:\cmo\Agreements\Bucknam Infrastructure Group, Inc,-FY2526-046Aoc jl jurisdiction, the same shall be deemed severable from the remainder of this Agreement and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or sections contained herein, unless to do so would deprive a Party of a material benefit of its bargain under this Agreement. IN WITNESS WHEREOF, duly authorized representatives of City and Consultant have signed in confirmation of this Agreement. CITY OF REDLANDS GROUP, INC. Mario Saucedo, ATTEST! Je Donaldson, City Clerk BUCKNAM INFRASTRUCTURE By: '�✓� Pe r Bucknam, President E ornoWgreemcnts\Bucknnm Infrastmeture Group, Inc.-FY2526-046.docj1 EXHIBIT "A" SCOPE OF SERVICES Consultant will provide these services through proactive and accurate update of the PMP; and will address the City's primary goals of: • Updating MicroPAVER with 2025 maintenance data, segmentation improvements and inspections; • Enhancing the Redlands PMP database with 2020 to 2025 work history data entries; • Surveying 310 centerline miles of the City's Arterial/Collector, Local & Alley network and 25+ City park and facility Parking Lots during FY 2025-26; o Verifying / Updating pavement centerline and metric data (PMP vs. GIS); o Generating 2025 Pavement Condition Index (PCI) ratings for each segment; • Developing a proactive preventative slurry seal/overlay rehabilitation schedules based on existing/current capital funding allocations; • Establishing solid recommendations for current / future maintenance and rehabilitation needs; • Utilizing the City's existing/current funding to generate a multi -year Capital Improvement Program (CIP); • Recommending alternative maintenance budgets that demonstrate realistic return -on - investments (ROI), i.e., increase PCI and maintain PCI models, etc. • Updating the Redlands MyRoadsO PMP web -portal application Detailed phases to the scope of work in accordance to the City's RFP are follows: 1. Project Implementation 2. Client Satisfaction 3. Project Schedule 4. Scope of Work (Major Tasks) I) Project Implementation TASK l.l: Project Kickoff The first step in updating a successful pavement management program truly resides in frequent communication and timely scheduled data updates. For the City, it will be essential to establish, up front, the Municipal Utilities and Engineering Department's pavement management priorities. Consultant team will set up a Project Kickoff meeting with City staff to discuss and review in detail the expectations of the project, technical approach, section ID / GIS management & surveys, district/zone maintenance, MicroPAVER upgrades & use, deliverables within the scope of work and the review of schedule. This effort will build consensus between the Public Works and Engineering staff as well as build stronger Arterial CIP and Local neighborhood maintenance programs that complement large Public Works CIP projects and annual maintenance projects. Additional key topics to be discussed will include the review and assessment of the existing MicroPAVER pavement plan/data; its current and future use, MyRoads©, survey areas based on I:\emo\Agreements\Buclmam Infrastructure Group, Inc.-FY2526-046.docy1 recent maintenance work and schedules, new construction, data quality and condition, current pavement procedures, historical expenditure levels and desired service levels. Deliverable: Meeting minutes, revised project schedule (if necessary) TASK 1.2: Project Status Meetings - Quality Control Program Status Meetings and Progress Reports • Minimum of three meetings during the project (kickoff, committee/City Council and status meetings) — minimum of eight (8) hours; Field review meetings; additionally, monthly progress status reports will be delivered to the City project manager. Quality Control (QC) Consultant will use a statistical sampling approach for measuring the quality of Consultant field technician's work. In this manner, 10 percent of the original annual surveys will be re -surveyed by an independent survey crew, supervised by a field manager, and the results will be compared to the original surveys (this will include a total of 31 miles of QC). Consultant QC process involves checking the field crews' work in a "blind study" fashion. This will ensure that all field personnel are properly collecting distresses and pavement quantities for all street segments. PCI variance reporting will be performed where previous PCI data will be compared to newly inspected 2025 PCI data; if PCI's vary more than ten (10) points per year Consultant staff will assess the potential cause through unrecorded work history, accelerated pavement deterioration, etc. Consultant will record/log any discrepancies between the previous and current PMP databases (any corrections/changes to the database shall not be made without prior City staff approval). Since Consultant is collecting distress information on field MicroPAVER tablets with the Redlands PMP database live, Consultant staff will perform several quality control tests within MicroPAVER using a sample set of the City of Redland's street distress data. This will ensure that all system and analysis settings as well as City recommendations and standards are being followed. Consultant surveys follow the accepted ASTM D6433 procedure requirements. A copy of the QA/QC plan utilized by Consultant staff during the project will be submitted along with the PMP certification documents. Consultant staff attends the OCTA PMP Distress Training Classes held each year, 2011 thru 2025. 2) Client Satisfaction TASK 2.1: Project Deliverables Shown throughout Scope of Work, each Task is summarized with project deliverables. Client satisfaction will derive from frequent communication with the Project Manager and key staff members from the Municipal Utilities and Engineering Department. Project success is created by delivering on three main factors; 1) Adherence to scope tasks and deliverables 2) Performing to the standard set by the Project Schedule; and 3) Controlling costs. 8 I;\cmo\Agreements\Bucknam Infrastructure Group, Inc.-FY2526-046.doc j1 Consultant Project Manager will follow each of these factors throughout the duration of the project. Consultant's experience through adherence to scope, schedule and budget have proven itself over the past twenty-seven (27) years of PMP service to Southern California local agencies. Deliverable: Project Status Updates, as stated in Task 1.2 3) Project Schedule TASK 3.1: Workflow /Project Schedule Consultant project schedule includes each major task identified in scope of work, as well as quality control milestones and meetings. Consultant currently has ample staff to apply to this project in order to meet an aggressive schedule (two field technicians will drive the proactive schedule). 4) Scope of Work (Major Tasks) TASK 4.1: Update Maintenance and Rehabilitation Activities The City will provide Consultant with a listing of all major work (overlay, slurry, etc.) in hard copy/digital format for updating specific section work histories and PCI ratings. Consultant will review all maintenance and rehabilitation projects completed and/or scheduled by the City since the last PMP update in 2020; this will include work history updates on arterials, locals, and alleys. Consultant staff will enter the necessary work history updates as mentioned above into City's MicroPAVER database. Deliverable: Update PMP data, Work History report TASK 4.2: Pavement Condition Surveys First and foremost, the assessment of the City's pavement segmentation is one of the key priorities for this project. With five years between major inspections, it will be essential to verify that all PMP segmentation is up-to-date and that section true area SF quantities are verified, accurate and reliable. This will be completed by utilizing Consultant's cloud -based learning technology (Al) to initially quantity square footages for each pavement section. These calculations are possible due to the cloud -based learning tech's inherent working knowledge of how to recognize edge -of -pavement, surface types, medians, bus pads and AC/PCC surface limits. Consultant's GIS team then edits/digitizes the final polygon measurements/boundaries. This ability will allow Consultant to obtain the necessary quality control measurements for defined Redlands PMP segments and to perform segment true area SF variance reports. This will in turn create more accurate PCI's, engineering project cost estimations, total centerline / square footages of the network as well as for unique pavement segments. Consultant will review/assess new and/or missing streets previously excluded from the last PMP update and create the necessary segmentation within the Redlands PMP database + GIS links. 9 19cmo\Agrecments\Bucknam Infrash ucture Group, Inc.-FY2526-046.doc-jl Once the pavement segmentation has been assessed and verified, the necessary inspections will be performed. Consultant survey methodology will include the following approach based on ASTM D6433 guidelines: Walking - All sections are surveyed through "two -pass test" walking methodologies. AC/PCC distress types will be collected based upon actual surface conditions and physical characteristics of the segment. Surveying methods will be conducted by remaining consistent with ASTM D6433 & the Army Corp of Engineers AC/PCC sampling guidelines while being flexible to current City requirements. All sample locations are observed through walking surveys; samples areas will cover a minimum of 20% of the total section area and will be 2,500 SF +/- 1,000 SF in size. The following Redlands pavement sections are to be surveyed for the upcoming 2026 PMP update: FY 2025-26 - The inspection of 310 miles of Arterial, Local & Alley segment miles and City parks and facilities Parking Lots will be performed Use of MicroPAVER tablet units allows staff to collect pavement data with the City of Redland's MicroPAVER database live in the field. Updated PMP data/inspections are transferred immediately to the Consultant's PMP Dashboard and can be reviewed at any time for quality control and management. Tablet methodology sets us apart from the competition since Consultant is using a paper -less inventory process to enter data; this in turn generates cost savings to enhance the project schedule and other portions of the project such as True Area SF cales, CIP reporting, MicroPAVER training and on -call services. Roadway Verification Survey - A listing of the field attribute data that is updated/verified during the survey for the pavement management database is listed below (County survey guidelines will be followed): 2. Field Attribute Data (updated and/or verified) • Street name, from/to, indicating the assigned limits of the section • Street rank indicating arterial/collector, local, # of lanes, surface type (AC, PCC) • Historical PCI tracking from previous inspections and 2025 PCI inspections • Segment quantities, indicating the length, width and area of the section 3. Conditional data will be evaluated for all street segments and will include: • ASTM D6433 20 AC & 19 PCC distresses by type, severity and extent • Sampling/conditional data typically pulled from within edge -of -pavement to edge -of pavement • PCI ratings (0-100), taking into account the surface condition, level of distress 4. Section Distress and PCI Reporting Upon 50% and 100% completion of the required condition surveys, Consultant will prepare draft PCI Reports and PCI GIS maps that document the conditions of all pavement segments. This report will provide the necessary data for Consultant and the City to use and determine 10 I:\cmo\Agreements\aucknam Infrastructure Group, Inc.-FY2526-046.doc-jl projected street rehabilitation and maintenance project locations. The City and Consultant staff will review the PCI reports to ensure that all inventory data is correct and the project is running smoothly. PCI Reporting will include: • PCI Report —Sorted by Name (A to Z), PCI Order (0-100), Zone (1, 2, 3); • Work history report; and • GIS Maps presenting PCI's by section. Once the City has reviewed, assessed and commented on the draft report, Consultant will address all requested revisions and deliver the final reports. Deliverable: Citywide PCI reports, compliant County PCI reports, PCI Variance report DEVELOP RECOMMENDED IMPROVEMENT PROGRAM TASK 4.3: Maintenance and Rehabilitation Assessment/Priorities Consultant will assist the City in developing the most cost-effective preventive maintenance and rehabilitation strategies necessary to achieve the desired level of serviceability. This will be accomplished by meeting with the City to discuss and strategize maintenance/rehabilitation activities that are currently being used by the City. Based on the City's current AC & PCC applications, and other maintenance practices used, Buckna will conduct an historical and prospective analysis on the conditional and financial impact these practices have on the pavement network. Consultant will update the Redlands MicroPAVER "decision tree" that will be used to generate pavement recommendations that match current fiscal year maintenance/rehabilitation approaches/City practices. This will be accomplished by assessing/updating the unique and individual PCI ranges and deterioration curves within PMP software based on functional class (i.e. arterial, collector and local) and age. Consultant will review the Redlands deterioration curves that have been developed based on historical pavement condition, inspection, surface type, and road class data. All maintenance practices/unit costs and scheduled projects will be integrated into the PMP and will be derived from the most recent construction bids. Consultant will account for inflation rates when long-term revenue projections are made. Consultant Project Manager/Principal will work closely with the City in defining sound engineering -based repair and rehabilitation strategies for each fiscal year and for each defined PMP zone within the network. Once the repair/rehabilitation strategies have been defined, a multi -year Forecast Maintenance & Rehabilitation (FMR) recommendation report will be generated. The recommended budget scenarios will be identified on the basis of several criteria: • Minimization inconveniences for Redlands residents by providing more efficient annual CIP/rehabilitation plans • Assessment and review of the City's Pavement CIP • Present pavement conditions; Desired levels of service and available resources • Cost benefit of individual strategies (minimum of three (3) scenarios) 11 Morno\Agreements\Buclmam Infrastructure Group, Inc.-FY2526-046.doc-j1 • Scheduling with the City's major CIP projects (PARIS, water, sewer, etc.) • Budgetary findings/recommendations that satisfy County guidelines • Local "Neighborhood Zone" fiscal year reporting/improvement scheduling • Future routine maintenance needs based on projected deterioration rates The primary emphasis of this task is to maximize the scheduling of street maintenance using the most cost-effective strategies available and taking into account a life -cycle cost analysis. TASK 4.4: Citywide CIP/County Compliance Budget Reports Consultant will deliver the Final Report to the City which will be essential for staff reference and use as well as being presented in a way that is beneficial for elected officials/upper management. The report will be prepared by utilizing the information delivered by MicroPAVER in conjunction with the data and analysis performed by Consultant team. It will include: • Identify present performance status of the entire network (section by section) as well as historical PCI performance; ■ Current inventory and pavement conditions indices (PCI) for all road classes; ■ Projected annual rehabilitation programs for street maintenance for a multi-yr period (FMR reports) that show the largest return on investment. This will include the following scenarios; • Current City proposed PMP budget; FY 2026-31; • Maintain PCI for five years; • Increase PCI within five years; • Generate a 20-yr forecast maintenance/rehabilitation plan within the final reporting (streets, alleys & parking lots). This data will also be delivered within the GIS documents. • Arterial/Collector/Local strategies and recommendations for the City's CIP/rehabilitation programs, including a preventive maintenance schedule. • Representation of forecasted scenarios within GIS mapping • A detailed breakdown of deferred maintenance (backlog); and Deliverable: One (1) digital copy of the Final Pavement PMP Report (.pill), will be sent to the City. Consultant will also provide final PMP/GIS project files. TASK 4.5: PMP — GIS Mapping As an enhancement and proactive approach to this project, Consultant staff will update the Pavement-GIS link between MyRoads© and the City's GIS Enterprise. Consultant has access to the 2020 PMP-GIS shapefile; this allows Consultant staff to immediately utilize the file and prepare for internal PMP editing, survey and reporting. Consultant staff will review, with City staff, all ongoing upcoming capital projects that may impact the GIS mapping delivered for this project. The maps described below will be incorporated into the City's Final PMP report: • PCI condition values for every section 12 h\emo\Agreements\nucknam Infrastructure Group, I1c.-FY2526-046.doc-j1 Work History identifications Multi-yr Arterial / Local Rehabilitation and Slurry Seal Programs By using the unique Section ID's within MicroPAVER and the City's ESRI PMP-GIS shapefile ID's, Consultant will update the one-to-one match for each pavement section in the GIS. Consultant staff will coordinate all project deliveries with the Public Works and the GIS division to ensure that the most current and accurate PMP-GIS maps are represented within the City's GIS enterprise. Deliverable: Complete GIS files/themes based on list above (project .mxd/shapefiles). TASK 4.6: Redlands MyRoads® PMP Web -Portal Redlands MyRoads® Web -Portal - Consultant's MyRoads® is a great match for the Redlands PMP today and the future. MyRoads® brings City's PMP data to life within a dynamic dashboard! Consultant now provides all PMP clients with a unique and agency driven "MyRoads®" web -portal that provides instantaneous access to City's pavement management database. This "dashboard" allows users to toggle through individual sections via GIS mapping selections, zone queries, rank selection, PCI ranges, etc. to review all section metrics, latest/previous inspections, work histories generate filtered PCI reports and identify potential maintenance costs based upon City's unique needs. This tool will be accessed by City staff simply through a Username/Password methodology. As changes are made to the Redlands PMP database the MyRoads® dataset is changed to reflect work history edits, PCI inspections and section changes. In summary, MyRoads® allows the user to perform the following dynamic functions: • Query specific pavement segment(s) to view current/historic PCI, work history inspection; • Filter for pavement sections within a defined zone, PCI range and/or functional class; • Select a pavement section or grouping of section through the on -board GIS tool; • Enter slurry, overlay & reconstruction unit costs to determine preliminary cost of maintenance and resulting citywide PCI; • Display critical street / sidewalk / ROW assets along pavement sections) that are critical to Engineering Bid development and solicitation (ADA ramps, utilities, manholes, trees, etc. • Displays all final GIS project maps (PCI, work history, multi-yr forecasted maintenance, etc.) • Consultant will train Redlands staff in the simple use of the MyRoads© dashboard. Deliverable: PMP software training, field and internal technical support 13 I:\cn o\Agreements\Buckram Infrastructure Group, Inc.-FY2526-046.doc jl EXHIBIT "B" FEE PROPOSAL DescriptionF 2025-26 Base Fee $331/hr � Manager $235/hr Manager $175/hr Technician $162/hr Technician(s) $115/fir Admin $105/hr Task Task Project Implementation Task 1.1 _-._._.-___._. Task 1,2 Project Kickoff _,__.__.__-__._.._-..--.._-..... Protect Status Meetings -Qualify Control 2 1 $632 $8,739 Task_2 _ Task 2,1 Client Satisfaction __ _ Project Deliverables - 1 _ 2 2 1 1 $1,371 Task Project5chedule _ Task 3.1 Work Flow /Project Schedule 2 1 2 $875 Task Scope of Work Task4.1 Update Maintenance and R_eha_bilitation History 1 1 16 $2,647_ Task 4.2 Pavement Condition Surveys -Arterial /Collector, Local &Alley Surveys (310 miles) & 25+ Parking Lots _ _2 6 4 _ 6 565 _ $68,057 Task 4.3 Maintenance and Rehabilitation Assessment / Priorities 4 1 $1,102 Task 4.4 Citywide CIP/ Pavement Rehabilitation 1 32 2 1 $8,805 Task 4.5 PMP -GIS Mapping 1 _3 6 $1,285 Task 4.6 Redlands MRoads®PMP Web -Portal $300 Reimbursables (mileage, printing, materials) $1,780 All deliverables will become property of the Total Hours per Staff 2 54 13 648 2 _ 2025-26 Total Base Pee $ 662 $ 12,690 _19 $ 3,325 $ Z106 $ 74,520 $ 220 14 k\emo\Agreements\Bucknam Infrastructure Group, Inc.-FY2526-046.doc-j1 EXHIBIT "C" WORKERS' COMPENSATION INSURANCE CERTIFICATION Every employer, except the State, shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this State. (b) By securing from the Director of Industrial Relations, a certificate of consent to self -insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his or her employees. CHECK ONE r/ I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work and activities required or permitted under this Agreement. (Labor Code § 1861). I affirm that at all times, in performing the work and activities required or permitted under this Agreement, I shall not employ any person in any manner such that I become subject to the workers' compensation laws of California. However, at any time, if I employ any person such that I become subject to the workers' compensation laws of California, immediately I shall provide the City with a certificate of consent to self -insure, or a certification of workers' compensation insurance. I certify under penalty of perjury under the laws of the State of California that the information and representations made in this certificate are true and correct. BUCKNAM INFRASTRUCTURE GROUP, INC. By: Pet03ucknam, President Date: �- Z& - Zy 15 IAcmo\Agreements\Bucknam Infrastructure Group, Inc.-PY2526-046.doc jl