Loading...
HomeMy WebLinkAboutCity Council Item No. 06CITY OF LADE " LSIAORX DREAM EXTREME. REPORT TO CITY COUNCIL TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: ROBERT A. BRADY CITY MANAGER DATE: APRIL 14, 2009 SUBJECT: SIDEWALK DESIGN, VARIOUS LOCATIONS - CONSULTANT CONTRACT AWARD BACKGROUND Throughout the City of Lake Elsinore are locations without sidewalks for students and residents to safely walk to school or other local destinations. At the time of development, sidewalks were not included with the street improvements at these locations. Funding was sought for sidewalk construction through the SB -821 Bicycle and Pedestrian Facilities Program fiscal years 2006/2007 and 2007/2008 and Measure A funding. Staff was successful in receiving $56,500 for these grants through Riverside County Transportation Commission for the Lake Elsinore projects. Funding under SB- 821 restricts payment to sidewalk construction only and related street improvements such as curb, gutter and minor paving requires other funding. For the purposes of this project, Measure A funding will be utilized. DISCUSSION The SB -821 funded sidewalk improvements are located near Elsinore Elementary School, and Elsinore Middle School. The project scope will involve preparation of engineering plans and specifications for sidewalks on portions of Mohr Street, Lewis Street, Silva Street, Machado Street and Pottery Street. With the completion of these sidewalk portions, students and members of the public will be able to utilize the safety of sidewalks. The consulting firm of KDM Meridian is well qualified, based on previous work to prepare engineering plans and specifications for these sidewalks. Their work will involve design, surveys, legal description and boundary surveys. KDM Meridian will perform utility locations for water, gas, electric and cable TV and telephone lines at future sidewalk sites. Agenda Item No. 6 Page 1 of 22 REPORT TO CITY COUNCIL April 14, 2009 Page 2 FISCAL IMPACT There are two funding sources for this project. First is the SB -821 Bicycle and Pedestrian Facilities Program Administered by Riverside County Transportation Commission (RCTC) in the amount of $56,500. The SB -821 amount is a carry-over from the 2006/07 and 2007/08 fiscal years and will be used for sidewalk construction only. The second is City's Measure A funding earmarked for pavement maintenance programs in the amount of $100,000. The Measure A funds will be use for the design, administration and non - sidewalk construction portions of the project. This design contract of $29,950 is included in the Measure A portion of the funding. The total project cost is $156,500. RECOMMENDATIONS 1. Award the City's Sidewalk Project Design to consulting firm of KDM Meridian for the amount of $29,950. 2. Authorize the Mayor to execute the contract with KDM Meridian. 3. Authorize the transfer of $100,000 from funding No. 112 — Measure A and transfer it to Sidewalk Project. Prepared by: David S. Solomon V7 Project Engineer Ken A. Seumalo Director of Public Works Approved by: Robert A. Brady City Manager Attachment: Agreement Agenda Item No. 6 Page 2 of 22 AGREEMENT FOR PROFESSIONAL— SERVICES This Agreement for Professional Services (the "Agreement "), dated for identification purposes only as of April 14, 2009, by and between the City of Lake Elsinore, a municipal corporation ( "City ") and KDM Meridian ( "Consultant ") to provide professional engineering services for the design of SB 821 Sidewalks, in the City of Lake Elsinore. RECITALS A. Consultant is specially trained, experienced and competent to perform the special services which will be required by this Agreement. B. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in- this Agreement on the terms and conditions described herein. C. City desires to retain Consultant to render professional consulting services and related work as set forth in this Agreement. AGREEMENT 1. Scope of Services Consultant shall perform the services described on Exhibit A which is attached hereto and incorporated herein by reference. Consultant shall provide said services at the time, place, and in the manner specified in Exhibit A, subject to the direction of the City through its staff that it may provide from time to time. 2. Time of Performance The services of Consultant are to commence upon execution of this Agreement and shall continue for a period of two (2) years, subject to annual review by the City Council. 3. Compensation. Compensation to be paid to Consultant shall be in accordance with the Schedule of Charges set forth in Exhibit B, which is attached hereto and incorporated herein by reference. In no event shall Consultant's compensation exceed $29,950 without additional authorization from the City Manager. Payment by City under this Agreement shall not be deemed a waiver of defects, even if such defects were known to the City at the time of payment. 4. Method of Pa nMent Consultant shall submit monthly billings to City describing the work performed during the preceding Month. Consultant's bills shall include a brief description of the services performed, the date the services were performed, and percentage of work completed. City shall pay Consultant no later than 30 days after approval of the monthly invoice by City staff 5. Extra Work. At any during the term of this Agreement, City requests that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is Agenda Item No. 6 Page 3 of 22 determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City. Extra work will be invoiced separately from — services performed in accordance with the Scope of Services. 6. Termination. This Agreement may be terminated by the City immediately for cause or by either party without cause upon thirty (30) days' written notice of termination. Upon termination, Consultant shall be entitled to compensation for services performed up to the effective date of termination. 7. Ownership of Documents. All plans, studies, documents and other writings prepared by and for Consultant, its officers, employees and agents and subcontractors in the course of implementing this Agreement, except working notepad internal documents, shall become the property of the City upon payment to Consultant for such work, and the City shall have the sole right to use such materials in its discretion without further compensation to Consultant or to any other party. Consultant shall, at Consultant's expense, provide such reports, plans, studies, documents and other writings to City upon written request. City acknowledges that any use of such materials in a manner beyond the intended purpose as set forth herein shall be at the sole risk of the City. City further agrees to defend, indemnify and hold harmless Consultant, its officers, officials, agents, employees and volunteers from any claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including any and all costs and expenses in connection therein), arising out of the City's use of such materials in a manner beyond the intended purpose as set forth herein. a. Licensing of Intellectual Property. This Agreement creates a nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ( "Documents & Data "). Consultant shall require that all subcontractors agree in writing that City is granted a nonexclusive and perpetual license for any Documents &Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents &Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. b. Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents & Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such Agenda Item No. 6 Page 4 of 22 materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the services under this Agreement. Nor shall such materials be disclosed to any person or entity not connected with the performance of the services under this Agreement. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs relating to project for which Consultant's services are rendered, or any publicity pertaining to the Consultant's services under this Agreement in any magazine, trade paper; newspaper, television or radio production or other similar medium without the prior written consent of City. 8. Consultant's Books and Records. a. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services, or expenditures and disbursements charged to City for a minimum period of three (3) years, or for any longer period required by law, beyond the date of final payment to Consultant to this Agreement. b. Consultant shall maintain all documents and records which demonstrate performance under this Agreement for a minimum period of three (3) years, or for any longer period required by law, from the date of termination or completion of this Agreement. C. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit, at any time during regular business hours, upon written request by the City Manager, City Attorney, City Auditor or a designated representative of these officers. Copies of such documents shall be provided to the City for inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at Consultant's address indicated for receipt of notices in this Agreement. d. Where City has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of Consultant's business, City may, by written request by any of the above -named officers, require that custody of the records be given to the City and that the records and documents be maintained in City Hall. Access to such records and documents shall be granted to any party authorized by Consultant, Consultant's representatives, or Consultant's successor -in- interest. 9. Independent Contractor. It is understood that Consultant, in the performance of the work and services agreed to be performed, shall act as and be an independent contractor and shall not act as an agent or employee of the City. Consultant shall obtain no rights to retirement benefits or other benefits which accrue to City's employees, and Consultant hereby expressly waives any claim it may have to any such rights. 10. Interests of Consultant. Consultant (including principals, associates and professional employees) covenants and represents that it does not now have any Agenda Item No. 6 Page 5 of 22 investment or interest in real property and shall not acquire any interest, direct or indirect, in the area covered by this Agreement or any other source of income, interest in real property or investment which would be affected in any manner or degree by the performance of Consultant's services hereunder. 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. Consultant is not a designated employee within the meaning of the Political Reform Act because Consultant: a. will conduct research and arrive at conclusions with respect to his/her rendition of information, advice, recommendation or counsel independent of the control and direction of the City or of any City official, other than normal agreement monitoring; and b. possesses no authority with respect to any City decision beyond rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).) 11. Professional Ability of Consultant. City has relied upon the professional training and ability of Consultant to perform the services hereunder as a material inducement to enter into this Agreement. Consultant shall therefore provide properly skilled professional and technical personnel to perform all services under this Agreement. All work performed by Consultant under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent professionals in Consultant's field of expertise. 12. Compliance with Laws. Consultant shall use the standard of care in its profession to comply with all applicable federal, state and local laws, codes, ordinances and regulations. 13. Licenses. Consultant represents and warrants to City that it has the licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Consultant to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Consultant to practice its profession. 14. Indemnity. Consultant agrees to defend, indemnify and hold harmless the City, its officers, officials, agents, employees and volunteers from and against any and all claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including any and all costs and expenses in connection therein), arising out of the performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement, except for any such claim arising out of the sole negligence or willful misconduct of the City, its officers, agents, employees or volunteers. Agenda Item No. 6 Page 6 of 22 15. Insurance Requirements. a. Insurance. Consultant, at Consultant's own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies. i. Workers' Compensation Covers. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non - owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence, iv. Professional Liability Coverage. Consultant shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors or omissions which may arise from Consultant's operations under this Agreement, whether such operations by the Consultant or by its employees, subcontractors, or sub - consultants. The amount of this insurance shall not be less than two hundred and fifty thousand dollars ($250,000) on a claims -made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general liability and automobile liability insurance policy shall be with insurers possessing a Best =s rating of no less than A: VII and shall be endorsed with the following specific language: Agenda Item No. 6 Page 7 of 22 i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured's with respect to liability arising out of work performed by or on behalf of the Consultant, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self - insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. C. Deductibles and Self- Insured Retentions. Any deductibles or self - insured retentions must be declared to and approved by the City. At the City's option, Consultant shall demonstrate financial capability for payment of such deductibles or self - insured retentions. d. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 16. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. Agenda Item No. 6 Page 8 of 22 If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 If to Consultant: KDM Meridian 22541 Aspan Street Suite `C' Lake Forest, CA 92630 17. Entire Agreement. This Agreement constitutes the complete and exclusive statement of Agreement between the City and Consultant All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 18. Amendments. This Agreement may he modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 19. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant and the subcontractors listed in Exhibit A. Consultant shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express consent of the City. Consultant shall not subcontract any portion of the work to be performed under this Agreement except as provided in Exhibit A without the written authorization of the City. If City consents to such subcontract, Consultant shall be fully responsible to City for all acts or omissions of those subcontractors. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 20. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement 21. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 22. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. Agenda Item No. 6 Page 9 of 22 23. Litigation Expenses and AttomW' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall he entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys' fees. 24. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. It the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMSIENDISPUTE ( "JAMS ") or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 25. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. 26. Authority to Enter Agreement. Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. 27. Prohibited Interests. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a born fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or- making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 28. Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate, against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non - discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Agenda Item No. 6 Page 10 of 22 Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first written above. "CITY" CITY OF LAKE ELSINORE, a municipal corporation M Mayor ATTEST: City Clerk APPROVED AS TO FORM: Leibold, McClendon & Mann, P.C. Barbara Zeid Leibold, City Attorney KDM Meridian, Inc. M1 Attachments: Exhibit A, Proposal for Work Exhibit B, Fee Schedule Agenda Item No. 6 Page 11 of 22 I - KDM MERIDIAN CIVIL ENGINEERING AND LAND SURVEYING I r � - January 22, 2009 P0901 -13 12 i_ MR. DAVID SOLOMON &__ SUBJECT: STATEMENT OF QUALIFICATIONS KDM Meridian (KDMM) is your team for sidewalk and CIP design for the City of Lake Elsinore! Our niche is providing high - quality civil engineering, land surveying, and underground utility locating services to public agencies. The KDM team is composed of licensed Civil Engineers and Land surveyoursAll of our key employees have worked directly for public agencies, or for private firms that work for agencies. Also, our small size allows us to have a low overhead, and quick response. This also allows us to take on projects most firms would consider too small, making KDM Meridian the perfect firm to handle all of the City of Lake Elsinore's civil engineering and surveying needs! We have extensive experience designing sidewalk and other CIP -type projects for Cities, such as Moreno Valley. We recently completed that City's School Walkway infill project that included the design of sidewalk segments throughout the City, to provide continuous path ways for children walking to school. Also we recently completed a project in the City of Lake Elsinore, "Sunswept and Dijon" that included relocating sidewalk The City's project manager indicated that the plans were very well done, and no questions arose during construction. KDM Meridian provides a wide range of civil engineering, surveying and utility detecting services, suited to the needs of municipalities like Lake Elsinore: Engineering: • Sidewalk Design Projects • Retaining wall design • CIP Management • Storm drain design Surveying: • Design surveys • Legal descriptions &Plat Map • Boundary surveys • GPS surveys Utility Locating: • Electromagnetic detecting • Specific Non - metallic utilities • Metallic utilities • Sewer design & rehabilitation • Street design & rehabilitation • Federal Aid assistance • Staff Augmentation • A.L.T.A. Surveys • Map checking services • Topographic Surveys • Aerial mapping • Water conveyance • Gas lines • Cable/TV/Telephone KDMM is registered with the State of California as a Small Business Enterprise (SBE) No. 0310704. Our company also holds a two year encroachment permit (Non Freeway) for Orange County through Caltrans District 12 office. 1610 Dentro de Lomas, Bonsall, CA 92003 Telephone: (714) 815-1536 Fax: (760) 560-2008 KDMMeridian.com Agenda Item No. 6 Page 12 of 22 Mr. David Solomon, P.E. City of Lake Elsinore Experienced Staff P0901 -13 Page 2 of 9 Mr. Steve Strapac, P.E., P.L.S. Civil Engineering Group Manager, has extensive experience in the engineering needs for cities. Over the last 16 years, he has served as a Contract City Engineer, CIP manager, Consultant Designer, and Construction Manager, as well as other positions within city governments. Mr. Rich Maher, P.L.S., has extensive knowledge of public works surveying. He has worked directly with cities providing topographic and mapping services for the purpose of public works design improvements for the past 16 years. Again, we appreciate the opportunity to provide our services for your sidewalk and other CIP projects. Please feel free to discuss our qualifications, at your convenience. Sincerely, Steven E. Strapac, P.E., P.L.S. Principal / Vice President sstrapac@kdmmerid ian.com n KDM MERf©1AN 22541 Aspan Street C, Lake Forest, CA 92630 Telephone: (949) 768-0731 Fax: (949) 768-3731 KDMMeridian.com Agenda Item No. 6 Page 13 of 22 Mr. David Solomon, P.E. City of Lake Elsinore P0901 -13 Page 3 of 9 FIRM PROFILE KDM Meridian is a professional civil engineering, land surveying, and utility detection firm specializing in the specific engineering and surveying needs of municipalities. We also provide Some of our services Civil engineering design, municipal engineering, staff augmentation, C.I.P. (Capital Improvement Program) Management, GPS and conventional land surveying, project mapping specifically for public agencies, and underground utility detection. Our staff is composed of past city employees, past state department of transportation employees, and alumni from firms specializing in public works projects. There are fifteen (15) regular full -time employees including California licensed surveyors, a California licensed engineer, EIT's, and LSIT's. KDMM was established in February of 2000, in Lake Forest, California. Since that time, KDMM has rapidly built an ever growing clientele by offering professional and technical services to public and private clients ranging from local, regional, state, and federal agencies, to cities and counties, utility agencies, private consulting firms, and attorneys. Civil Engineering: Services provided by KDMM include sidewalk design, street rehabilitation design, structural design (such as retaining walls and other public works structures), utility design, commercial and residential land development, and related functions. Land Surveying: KDMM is currently fielding two survey crews on a regular basis to perform conventional and GPS land surveying, with the ability to provide up to four two -man crews on short notice. In -house personnel provide boundary, mapping, right -of -way, topographic, construction calculation, legal description, and related functions. Utility Detecting The staff at KDMM also specializes in underground utility detection, utilizing a variety of equipment and techniques. The firm provides a specialist in utility detection and mapping for all types of underground services. Primary clients of this service include public works agencies, civil engineering consultants, project designers and development planners. KDM Meridian is a corporation with offices located in Bonsall, CA and corporate office in Lake Forest, California. The KDMM staff functions as an extension of its client's to provide management, technical, and professional services in the most responsive, cost effective, and professional manner that also meets their client's schedules and project goals. KEY PERSONNEL Mr. Steven E. Strapac, P.E., P.L.S a principal of the firm, and the Vice President, has over 16 years of experience in civil engineering. He began has career working for the Department of Transportation in the state of Washington as Transportation Engineer. He worked on the design of state highways, assisted with corridor studies, performed construction inspection, and did lab materials testing. This was followed by work for a California based Civil Engineering firm in both Northern and Southern California, as a Project Manager. Among other duties, h served as the contract City Engineer for the City of El Cerrito, in the Bay Area. Mr. Strapac's extensive experience with cities also includes C.I.P. Management, DBE Programs, GASB34, and pavement management systems. From 2003 to 2006, Mr. Strapac was a C.I.P. Manager for the KDM MERIDIAN f 1610 Dentro de Lomas, Bonsall, CA 92003 Telephone: (714) 815 -1536 Fax: (760) 560 -2008 KDMMeridian.com Agenda Item No. 6 Page 14 of 22 Mr. David Solomon, P.E. City of Lake Elsinore P0901 -13 Page 4 of 9 City of Moreno Valley managing Traffic Signal, Roadway, Sidewalk and Storm Drain projects, and the City's overall RFP process. Mr. Richard C. Maher, P.L.S., another principal, and the President of the firm, has extensive experience with public works surveying. Prior to founding KDM Meridian, Mr. Maher worked for 10 years at a local civil engineering firm that provided public works engineering and surveying to city and county agencies. For the past 8 years, Mr. Maher and the survey personnel at KDM Meridian, have proven their expertise in surveying for public works design improvement projects by operating as the sole survey department (or an extension of the survey department) for a number of local prominent public works design engineering firms. Additionally, the staff at KDM Meridian has worked directly with City agencies providing topographic and mapping services for the purpose of public works design improvements. A majority of the projects performed by the firm are directly in relation to public works improvement. Thus, the staff at KDM Meridian is well versed in the requirements and understandings of the objectives and needs of their clients. 1. KDM MERIDIAN 22541 Aspan Street C, Lake Forest, CA 92630 Telephone: (949) 768-0731 Fax: (949) 768-3731 KDMMeridian.com Agenda Item No. 6 Page 15 of 22 Mr. David Solomon, P.E. City of Lake Elsinore P0901 -13 Page 5 of 9 Mr. Mark Lord, L.S.I.T., has over 20 years of experience working in design survey and construction staking projects in Southern California. Mr. Lord has worked as a Survey Party Chief for KDM for the last five years on a variety of design and construction projects ranging from street improvement /infrastructure /utility improvements to environmental and grading projects. Mr. Patrick Earl, L.S.I.T., has over 10 years of experience working in design survey and construction staking projects in Southern California. Mr. Earl has worked as a Survey Party Chief /Chief of Parties for KDM for the last year on construction and street improvement/infrastructure /utility improvement projects. Mr. Andrew Salva, E.I.T., has 2 years of work experience in civil engineering design. He has worked on roadway widening projects, sidewalk design, bikeway design, sound wall design, retaining wall design, and others. Mr. Salva is an experienced Utility Detection Technician as well. He is well- versed at creating DTM's and surfaces using AutoCAD and Carlson software packages. Mr. Salva has additionally worked on field survey crews since joining KDM Meridian. RELATED EXPERIENCE Project: School Walkway Infill Project Agency: City of Moreno Valley, California Client: City of Moreno Valley — City Contact: Chris W iberg (951) 413 -3135 Description: This project included the topographic survey and civil engineering design of sidewalk segments through out the city of Moreno Valley. These segments were based on pedestrian routes to various schools, and included segments adjacent to developed homes, as well as undeveloped parcels. Since the project involved sidewalk adjacent to existing facilities, very detailed survey and design was required. Project: Dijon and Sunswept. Agency: City of Lake Elsinore, California Client: City of Lake Elsinore — City Contact: Mr. David Solomon (951) 674 -3124 Description: Sunswept was "dead end" street that had a dirt road connecting it to the terminus of a cul -de -sac end of Sunswept. The project designed the completed the roadway section, and connecting sidewalk segment. Dijon was a "One -Way" entrance to a neighborhood with traffic restricted by a curb, gutter, and sidewalk "bulb out ". This project removed the bulb -out and designed curb, gutter and sidewalk for two -way traffic 4 KDM MER. €DIAN t 22541 Aspan Street C, Lake Forest, CA 92630 Telephone: (949) 768 -0731 Fax: (949) 768 -3731 KDMMeridian.com Agenda Item No. 6 Page 16 of 22 Mr. David Solomon, P.E. City of Lake Elsinore P0901 -13 Page 6 of 9 TEAM QUALIFICATIONS AND RESUMES 1 KDM MER €DIAN 1 22541 Aspan Street C, Lake Forest, CA 92630 Telephone: (949) 768-0731 Fax: (949) 768-3731 KDMMeridian.com Agenda Item No. 6 Page 17 of 22 Mr. David Solomon, P.E. City of Lake Elsinore P0901 -13 Page 7 of 9 STEVEN E. STRAPAC, P.E., P.L.S. Principal - Civil Engineering and Design Services Professional Registration Professional Engineer, • California, No. 57654 Licensed Land Surveyor California, No. 8566 Additionally Licensed as a Professional Engineer in the following States: • Colorado • Idaho • Washington • New Mexico • Arizona • Oregon • Montana • Maryland • Hawaii • Nevada Education Bachelor of Science Degree in Civil Engineering — California State Polytechnic University, Pomona - Professional Seminars • Sewer Design - Irvine, CA 2007 • Subdivision Map Act Seminar - Ontario, CA (2004) • Land Survey Review — Santa Ana, CA (2005) • Drainage Law — Buena Park, CA (2004) Professional Affiliations • California Land Surveyors Association (State) • American Society of Civil Engineers • American Public Works Association • American Water Works Association Before transferring to the southern California division office of Harris & Associates, Mr. Strapac had worked at their division office in northern California. He worked as a construction engineer for Caltrans freeway projects including construction management, CCO management, managing SWPPP and safety programs and overseeing engineering staff and administrative personnel. He was also a Project Manager (through H &A) for Santa Cruz County Sanitation District rehabilitation and improvement projects; projects he design and managed included Sanitary Sewer Pipe Repair (I and II), Moran Lake Pump Station 1999 Improvements, Arana and Schwan Pump Station Improvements. Mr. Strapac supervised staff technicians and engineers, design, drafting, analysis and testing of new and retro -fitted sanitary sewer utility systems. From 1999 -2001 Mr. Strapac was the City Engineer of the City of El Cerrito, California (contract) where he performed the legal duties of a City Engineer, ranging from: Land Development functions such as Parcel and Tract Map review; managed the design of all the City's infrastructure rehabilitation and new construction; encroachment permit process; implementation of pavement management recommendations; Federal and State Grants; implementing the City's DBE program; wrote and reviewed maintenance contracts and managed maintenance staff; managed design projects completed by outside consultants. Mr. Strapac began his professional career as a transportation engineer in Spokane, for the Department of Transportation in the state of Washington. Mr. Strapac was responsible for the design of state routes, arterials and highways, route and corridor studies, construction inspection and asphalt laboratory testing. Supplemental Qualifications • Network Administration — Windows 98, 2000, ME, and XP Operating Systems Software Deployment and Centralized Data Protection • Coordinate Geometry Software: ACAD /Softdesk, LDD/ Carlson 2008 / Civil Design 2008 • General Purpose Software: Microsoft Windows, Word, Excel, Access, Mail, Outlook, WordPerfect Planning and Scheduling Software: Primavera & Suretrack r K0M MERIDIAN 7 22541 Aspan Street C, Lake Forest, CA 92630 Telephone: (949) 768-0731 Fax: (949) 768-3731 KDMMeridian.com Summary of Experience Mr. Strapac is a Professional Engineer registered in the State of California with over fourteen years experience in Civil Engineering. Mr. Strapac brings his extensive experience in State and Municipal project management, as well as City Government knowledge to the KDM Meridian team. His work involving DBE programs, CIP, GASB34 and alternative budgeting and funding provides a valuable asset to our clients. From 2003 -2006, Mr. Strapac was a CIP Manager for the City of Moreno Valley. He managed Signal Projects and Roadway Projects, as well as the overall RFP process Prior to that, he worked at the southern California regional office of Harris & Associates, where he managed design projects for various municipalities from the City of Laguna Beach to the City of Coachella.. Agenda Item No. 6 Page 18 of 22 Mr. David Solomon, P.E. City of Lake Elsinore P0901.13 Page 8 of 9 RICHARD C. MAHER, P.L.S. Principal — Land Surveying Services Professional Registration Professional Land Surveyor, • California, No. 7564 Education Civil Engineering University Curriculum — California State University, Fullerton, 1992 Land Surveying Continuing Education — Coastline Community College, Costa Mesa,1995 Professional Seminars • Subdivision Map Act Professional Seminar - Santa Ana, CA (1997) • California Coordinate System Professional Seminar — Newport Beach, CA (1998) • ALTA/ACSM Surveys, Pacific Land Seminars - Pomona, CA (1999) • The Quasi - Judicial Role of the Land Surveyor — Buena Park, CA (2001) Professional Affiliations • California Land Surveyors Association (State) • American Congress on Survey and Mapping • 2001 Secretary, Orange County CA Land Surveyors Assoc. 2002 Treasurer, Orange County CA Land Surveyors Assoc. Supplemental Qualifications Summary of Experience Mr. Maher is a Professional Land Surveyor registered in the State of California with thirteen years experience in Land Surveying and Civil Engineering. Since 1999, Mr. Maher has assisted in the review, grading, and exam development of the Land Surveyor's Yearly Licensure Exams for the CA State Board for Professional Engineers and Land Surveyors and continues to participate in this capacity through 2008. Mr. Maher's experience includes extensive client relations, participating on a consulting basis, as part of a project team, and in the management of projects with over fifty different local, county, State, utility agencies, and private clients. He has been responsible in whole or in part of project development, right -of -way engineering, annexations, heavy and light construction, design topographic surveys, aerial control networks, legal descriptions, boundary surveys, records of survey, and parcel and tract map preparation. Mr. Maher's extended involvement in the details of survey department operations has provided him with working knowledge of state of the art technology, hardware, and software used industry wide. In doing so, Mr. Maher continues to be successful in providing the level of service unique to each client, acting as an extension of their staff, understanding their needs, anticipating issues, and providing solutions exceeding expectations. Recently, Mr. Maher fulfilled the function of Survey Department Manager for a Civil Engineering and Survey Consulting firm in southern California specializing in Public Works with projects including street, sewer, water, and storm drain improvements, park, municipal and building improvements. His responsibilities ranged from the technical aspect of field and office survey operations, project management, department staffing and training, client relations, and department marketing. • Network Administration — Windows 98, 2000, ME, and XP Operating Systems • Software Deployment and _ Centralized Data Protection • Remote Systems Administration • Coordinate Geometry Software: ACAD /Softdesk, LDD • General Purpose Software: Microsoft Windows, Word, Excel, Access, Mail, Outlook, WordPerfect, Lotus 123 • Sokkia Total Station, Digital Level • Geodimeter Total Station and Leica Robotic Instruments • SDR 33 and TDS Data Collector • Trimble 4600LS, 4700, and 4800 Receivers, TSC -1 Survey Controller K0M MERaDiAra 22541 Aspan Street C, Lake Forest, CA 92630 Telephone: (949) 768-0731 Fax: (949) 768-3731 KDMMeridian.com Agenda Item No. 6 Page 19 of 22 Mr. David Solomon, P.E. City of Lake Elsinore Prevailing Wage Fee Schedule Valid Through October 1, 2009 P0901 -13 Page 9 of 9 PROFESSIONAL SERVICES: HOURLY RATE: Principal $180.00 Project Manager $160.00 Project Surveyor $140.00 Project Engineer $140.00 Junior Engineer $115.00 Survey Technician $115.00 Engineering Technician $115.00 AutoCAD Drafter /Designer $100.00 Clerical /Administration $ 75.00 Technical Aide $ 60.00 Expert Witness (4 hour minimum) $300.00 Survey Crew (1 man w /truck) $165.00 Survey Crew (2 persons) $225.00 Survey Crew GPS (3 persons) $290.00 Survey Crew GPS (4 persons) $400.00 REIMBURSABLES: RATE Additional Survey Vehicle $ 60 /day Supplies, Reproduction, Rental of Special Equipment Cost + 15% Sub consultants Cost + 15% REMOTE SITES: RATE: Fuel, lodging, Airfare Cost + 15% Meal Expense $ 40 /day /person Mileage $ 0.405 /mile Note: Government Agencies and /or private landowner fees, map filings, research materials, etc. are extra to contract costs. These rates are dependant on prevailing wage rates as determined by the Director of the Department of Industrial Relations. Interim changes will negate these rates and an adjusted fee schedule will be issued, and shall apply should this occur. Overtime pay will be charged at a rate of 150% as shown above. Double time pay will be charged at a rate of 200% as shown above. I. KDM MERIDIAN r 22541 Aspan Street C, Lake Forest, CA 92630 Telephone: (949) 768 -0731 Fax: (949) 768 -3731 KDMMeridian.com Agenda Item No. 6 Page 20 of 22 City of Lake Elsinore SB 821 Sidewalks Project D M MERIDIAN Civil Engineering and Land Surveying 1.0 1.1 Project Administration Project Kickoff Meeting 3 $420 1.2 Mailbox issues and notifications 1 1 $265 1.3 Quality Reviews 6 $840 1.4 Review Meetings 6 $840 Subtotal Hours = 6 13 1 0 0 0 2 17 2.0 2.1 Subtotal $ _ Preliminary Investigation Topographic Survey $840 $1,820 6 $125 $0 32 $0 8 $0 $150 $2,365 $8,960 2.2 Base Mapping 1 2 1 24 $2,790 2.3 Utility Coordination 1 2 1 $465 2.4 Field Reviews 8 $1,000 Subtotal Hours = 0 8 12 32 8 24 1 85 3.0 3.1 Subtotal $ _ Conceptual esi n 30% Conceptual Sidewalk plans $0 $1,120 2 $1,500 8 $7,200 $920 $2,400 16 $75 $13,215 $2,880_ 3.2 Conceptual Cost Estimates 1 2 $390 Subtotal Hours = 0 3 10 0 0 16 0 29 4.0 4.1 Subtotal $ _ Preliminary Desi n 60% Preliminary Sidewalk Plans $0 $420 1 $1,250 8 $0 $0 $1,600 16 $0 $3,270 $2,740 4.2 Preliminary Specifications 1 8 2 $1,290 4.3 Preliminary Cost Estimate 1 2 $390 Subtotal Hours = 0 3 18 0 0 16 2 39 5.0 5.1 Subtotal $ _ Final PS &E 95 %& 100% Final Sidewalk Plans $0 $420 2 $2,250 8 1 $0 $0 $1,600 16 $150 $4,420 $3,880 5.2 FinalSpecifications 1 8 4 $1,440 5.3 Final Construction Costs 1 $125 Subtotal Hours = 0 3 17 0 0 16 4 48 Subtotal $ _ $0 $420 $2,125 $0 $0 $1,600 $300 $5,445 Total Hours by Classification = 6 27 58 32 8 72 7 210 Total $ by Classification = $840 $4,200 $7,250 $7,200 $920 $7,200 $675 $27,715 TOTAL $27,715 I 'y KDM MERIDIAN I I'a I t,i 1 Agenda Item No. 6 Page 21 of 22 Page I of 1 Dave Solomon From: Steve Strapac [sstrapac @kdmmeridian.com] Sent: Monday, March 09, 2009 1:49 PM To: Dave Solomon Subject: Lake Elsinore Hi Dave, Just to note, we are adding Poe St. and Machado at Laharve for and a total of $29,950. Thanks, Steve Steven E- 5trapac, P.E., P.L.5. /ice- President KOM Meridian, Inc. CIVIL ENGINEERING AND LAND SURVEYING 22541 Aspan Street, Suite C, Lake Forest, CA 92630 Phone: (949) 768-0731 Fax: (949) 768-3731 *E -mail: sstrapa @kdmmelidian_._c..om * *. *s 1610 Dentro De Lomas, Bonsall, CA 92003 Phone: (714) 815-1536 www.kdmmeridian.com This e-mail message and the information it contains are intended to be privileged and confidential communications protected from disclosure. lfyou are not the intended recipient, any dissemination, distribution or copying is strictly in ohibited. lfyou received this e-mail message in error, please notify the sender by e-mail at *sstrapac @kdmmeridian.com and permanently delete this message Agenda Item No. 6 3/10/2009 Page 22 of 22