Loading...
HomeMy WebLinkAbout2012-02-28 City Council Agenda Item No. 5CITY OF LADE jLSIIYORX DREAM EXTREME,. REPORT TO CITY COUNCIL TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: ROBERT A. BRADY CITY MANAGER DATE: FEBRUARY 28, 2012 SUBJECT: CONTRACT AWARD FOR CONSTRUCTION SUPPORT TO THE BICYCLE AND PEDESTRIAN IMPROVEMENTS PROJECT ON RIVERSIDE DRIVE - PROJECT NO. 4356 Background On February 8, 2011, City Council Awarded the design survey portion of this project to CNC Engineering. The design of the sidewalk improvements were awarded to KDM Meridian on April 26, 2011. On January 24, 2012, City Council Awarded the Construction Contract to 4-Con Engineering, Inc. in the amount of $186,375.00. The project includes new PCC sidewalks where existing curb and gutter exists with ADA access ramps and a pedestrian bridge over the existing improved channel. Temporary asphalt sidewalks are being placed where ultimate street improvements are missing. The installation of the new sidewalk segments will provide safe pedestrian access to Lakeside High School between Grand Avenue and the west entrance to Lakeside High School. The City is currently waiting Caltrans approval of the sidewalk project. Discussion Proposals for Construction Survey Services were requested on January 27, 2012, with a due date of February, 14, 2012. Request for Qualifications and Proposals were sent to KDM Meridian, TKE Engineering, and DMC Design Group, Inc., staff reviewed the proposals from these firms and selected KDM Meridian. The review found these proposals to be consistent with the requirements of the Request for Proposals. Proposals for Geotechnical Construction Services were sent to selected consultants on January 27, 2012, with a due date of February, 14, 2012. The City sent Request for Qualifications and Proposals to Leighton Consultants, Inc., Southern California Soil & AGENDA ITEM NO. 5 Page 1 of 55 Consultant Contract Award Bicycle and Pedestrian Improvements Riverside Drive - Project No. 4356 February 28, 2012 Testing, Inc., and City and County Soil Engineering and Testing Corporation, Inc., staff reviewed the proposals from these firms and selected Leighton Consultants, Inc. Fiscal Impact The Project will be funded by the following accounts: Fund 112 Measure A $ 228,500.00 Fund 108 TDP Grant $ 66,388.00 Fund 112 SB-821 $ 103,500.00 Total $ 398,388.00 Design Services CNC Engineering $ 18,962.51 KDM Meridian $ 44,375.00 Rubberized Sidewalk Panels $ 67,457.83 Miscellaneous $ 672.93 Design Administration $ 13,076.20 Total Expensed to Date $ 144,544.47 Budget remaining for the project $ 253,843.53 Estimated Construction Budget: 4-Con Engineering, Inc. w/ 10% contingency $ 205,012.00 KDM Meridian Construction Survey $ 8,355.00 Leighton Consulting, Inc. $ 20,903.00 Inspection and Contract Administration $ 8,000.00 Total $ 242,270.00 Recommendations 1. Award the Construction Survey for the Bicycle and Pedestrian Improvements Riverside Drive to KDM Meridian for the amount of $8,355.00. 2. Award the Geotechnical Testing for the Bicycle and Pedestrian Improvements Riverside Drive to Leighton Consultants, Inc. for the amount of $20,903.00. 3. Authorize the City Manager to execute the contract with KDM Meridian. 4 Authorize the City Manager to execute the contract with Leighton Consultants, Inc. Page 2 of 55 Consultant Contract Award Bicycle and Pedestrian Improvements Riverside Drive - Project No. 4356 February 28, 2012 Prepared by: Peter Ramey G) ti Project Engineer Ken Seumalo k Director of Public Works Approved by: Robert A. Brad City Manager f Attachments: Vicinity Map Agreement Leighton Consultants, Inc. Agreement KDM Meridian Page 3 of 55 Page 4 of 55 VICINITY MAP INTERIM SIDEWALK DESIGN RIVERSIDE DRIVE/GRAND AVENUE ROJECT SITE Page 5 of 55 Page 6 of 55 AGREEMENT FOR PROFESSIONAL SERVICES This Agreement for Professional Services (the "Agreement") is made and entered into as of the _ day of , 2012, by and between the City of Lake Elsinore, a municipal corporation ("City") and KDM Meridian ("Consultant"). 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 one (1) year or as specified in the Consultants proposal. 3. Compensation. Compensation to be paid to Consultant shall be in accordance with the Schedule of Charges set forth in Exhibit A, which is attached hereto and incorporated herein by reference. In no event shall Consultant's compensation exceed $ 8.355.00 without additional authorization from the City. 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 Payment. 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, the number of hours spent and by whom, and a description of any reimbursable expenditures. City shall pay Consultant no later than 30 days after approval of the monthly invoice by City staff. When payments made by City equal 90% of the maximum fee provided for in this Agreement, no further payments shall be made until the final work under this Agreement has been accepted by City. 5. Extra Work. At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is 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 Page 7 of 55 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 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. Page 8 of 55 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, from 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 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).) Page 9 of 55 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. 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. 1. Workers' Compensation Coverage. 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. In the event that Consultant is exempt from Workers' Compensation Insurance and Employer's Liability Insurance for his/her employees in accordance with the laws of the State of California, Consultant shall complete and submit to the City a Certificate of Exemption from Workers Compensation Insurance in the form attached hereto as Exhibit B. Page 10 of 55 Il. 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 subconsultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) 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 AM Best's rating of no less than A: VII and shall be endorsed with the following specific language: 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. Page 11 of 55 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. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 If to Consultant: KDM Meridian Attn: Richard C. Maher 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 be 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 C. 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 D 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. Page 12 of 55 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. Severabilitv. 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. 23. Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be 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. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS/ENDISPUTE ("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 bona 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 there from. Page 13 of 55 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. 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 have caused this Agreement to be executed on the date first written above. CITY OF LAKE ELSINORE: CONSULTANT: ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Page 14 of 55 EXHIBIT "A" SCOPE OF SERVICES [INSERT] Page 15 of 55 K D M MERIDIAN CIVIL ENGINEERING AND LAND SURVEYING February 13, 2012 Mr. Peter Ramey, P.E. Project Engineer City of Lake Elsinore 130 S. Main Street Lake Elsinore, California 92530 KDMM P1202-02 Subject: -Bicycle and Pedestrian Improvements - Riverside Drive Project No. 4356 Construction Staking Services - City of Lake Elsinore Dear Peter: KDM Meridian is pleased to provide the City of Lake Elsinore with this proposal for Construction Staking Services. We propose to provide construction staking and related office calculations and support on a Time and Material Basis, with all work to be tracked and organized for invoicing based upon written request for staking forms. Our scope and not-to-exceed fee are as follows: Scope of Services: 1) Horizontal and Vertical control a) Research County of Riverside Surveyor's office for Corner Records within project limits b) Establish and re-establish horizontal and vertical control within project area 2) Construction Staking (Maximum of once only for construction) a) Set stakes for limits of work & removal limits/paving base b) Staking for PCC ramp (1) c) Set stakes for AC Berm @25' intervals for 200 LF d) Set stakes for C/L of driveway (1) e) Pedestrian Bridge Staking (as needed) f) All staking calculations field survey management, scheduling, meetings and project coordination g) Monumentation Perpetuation - tie out and re-set survey monuments, and submit pre & post-construction corner records with the County Surveyors office h) Re-staking (6 move-ins @ 2 hours each) We will work closely with the City Inspector to review all construction staking requests, and communicate with him for scheduling of staking, tracking requests, and all work related issues. KDMM has reviewed the construction plans for this project. We believe that our field crews can provide sufficient staking for the Contractor to build these improvements. Should the Contractor require a different level of effort to facilitate completion of work, we anticipate that this will be 22541 Aspan Street, Suite C, Lake Forest, California 92630 Telephone: 949-768-0731 Facsimile: 949-768-3731 page 16 of 55 KDMMeridian.com Mr. Peter Ramey, P.E. Page 2 of 2 Riverside Drive Street Improvements Project No. 4356 - City of Lake Elsinore 2113/2012 considered by City Staff; and, if required, we are prepared to provide this staking, should it be deemed necessary and requested by City Staff. All extra work (i.e.: re-staking, plan revisions, site revisions, including any or all items not covered in scope) will be identified as extra or additional work on invoices. All work done by survey field crews will be invoiced with accompanied certified payroll. KDMM understands that this work will be calculated and staked from electronic files. All grades to be provided will be straight grade unless elevations are provided within design plans. KDMM will utilize pre-existing monumentation for all staking based upon information provided within electronic files. It is understood that all work for this project will be under the direction of City Staff and that the Contractor will need to supply the City with a detailed written request for construction staking 48 hours prior to the start of work (Does not pertain to weekends). The Contractor must also acknowledge that the City is providing staking for construction of work items on an as-needed basis, and that any additional staking and re-staking must be approved by the City before work is performed. KDMM Not-To-Exceed Fees: Construction Staking $ 3,805 Monumentation Perpetuation (2 @$550 EACH) $ 1,100 Re-Staking (6 @ $575 Each) $ 3,450 Thank you for this opportunity to provide surveying services to the City of Lake Elsinore. If you have any questions with any portion of this proposal please do not hesitate to call. Sincerely, Richard C. Maher President KDM age1~fotIFdAN d) N EL Page 18 of 55 M 7 o x Z m N o c 0 d m N o O ~ C Q N W U N ~ l6 N J N O ~ _T U c t6 Y Certification for Contracts, Grants, Loans, and Cooperative Agreements (Federal Fiscal Year 2011 to 2012) I, Richard C. Maher, President of KDM Meridian, Inc., hereby certify on behalf of The Lake Elsinore, that KDM Meridian, Inc. (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, of cooperative agreement. (2) If any funds other than Federal appropriated funds attempting to influence an officer or employee of any F Congress, or an employee of a Member of Congres n agreement, the undersigned shall complete and subr 1 or will be paid to any person for influencing or of Congress, an officer or employee of act, grant, loan, or cooperative Form to Report Lobbying", in accordance with its instructions. (3) The undersigned shall require that t14 age of 's certific be included in the award documents for all subawards at all tiers (including subgrants, contr sands contracts under grants, subgrants, loans, an cooperative agreements) which exceed $100,000, that a uch subrecipients shall certify and disclose accordingly. This certification is a material repres - "U1 hon is reliance was placed when this transaction was made or entered into. Submission of this certific n is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any p n who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not mor $100,000 for each such failure. Executed this 13th of February, 2012. By: President, KDM Meridian, Inc. Page 19 of 55 EXHIBIT "B" SCHEDULE OF CHARGES [INSERT] Page 20 of 55 KDM MERIDIAN Prevailing Wage Fee Schedule Valid Through October 1, 2012 PROFESSIONAL SERVICES: Principal QA/QC Manager Project Manager Project Surveyor Project Engineer Junior Engineer Survey Technician Engineering Technician AutoCAD Drafter/Designer Clerical/Administration Technical Aide Expert Witness (4 hour minimum) Survey Crew (1 man w/truck) Survey Crew (2 persons) Survey Crew GPS (3 persons) Survey Crew GPS (4 persons) REIMBURSABLES: Additional Survey Vehicle Supplies, Reproduction, Rental of Special Equipment Subconsultants REMOTE SITES: Fuel, lodging, Airfare Meal Expense Mileage HOURLY RATE: $180.00 $160.00 $160.00 $140.00 $140.00 $125.00 $115.00 $115.00 $100.00 $ 75.00 $ 75.00 $300.00 $178.00 $230.00 $306.00 $380.00 RATE: $ 75/day Cost + 15% Cost + 15% RATE: Cost + 15% $ 50/day/person $ 0.55/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. 22541 Aspan Street, Suite C, Lake Forest, California 92630 Telephone: 949-768-0731 Facsimile: 949-768-3731 KDMMeddian.com Page 21 of 55 EXHIBIT "C" CERTIFICATE OF EXEMPTION FROM WORKERS COMPENSATION INSURANCE [INSERT] Page 22 of 55 CERTIFICATE OF EXEMPTION FROM WORKERS COMPENSATION INSURANCE I hereby certify that in the performance of the work for which this Agreement is entered into, I shall not employ any person in any manner so as to become subject to the Workers' Compensation Laws of the State of California Executed on this day of 201 at California. Consultant Page 23 of 55 EXHIBIT "D" LIST OF SUBCONTRACTORS [INSERT] Page 24 of 55 LIST OF SUBCONSULTANTS PROJECT NAME: PROJECT CONSULTANT NAME: Duplicate this form as necessary to report all subconsultant(s) information. Page 25 of 55 C L U U) O w O) N ~ L N Q F- O N O O_ Q C ~ (6 L a N o N °a w O N a O N (a. c ~ l6 L (D 0 (D N L-, a7 o U) m o ~ . N C N O C L o ~ U N (D LU U) m t 3 m U N C = m O O C ° U y N C co a .g CO 0 c d C V1 M O) W co N L N O ~ L N N C C m m 3 ~ c aa)) U of .0- N ~ 6 LL m O L 0 N O ~U O L a w O O o.- 017 H N N E w O C O R y v y h d P• m m m m W p E p E p E p E m N lL y ~L '0 S N '-0 S V W O (/1 p 0 W T O Z (7 ? o 0 W Y O Z co a 0 w r O Z (n 0 0 0 0 Q ❑ ❑ Q ❑ ❑ - Q ❑ ❑ Q v m E O t d a m a Y O O c O C O a 0 a O C CL L O 0 N 0 d 10 NJ N 0 0 c 0 c 0 c 0 0 0 c 0 o _ 0 c 0 c 0 0 0 0 0 c 0 0 ' ' _ ' ' _ ' ' ' ' C O . E E E E E = E - E E E E E E = E E E E E ~ o 0 o o in o o Q v v v v n v v v v n v n v v v v n ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ d C w L V IL 0 o 0 o 0 o 0 o x x x x a LZ a a LT a Li IL N N N r Za y E a a a g g lL y N N N N V m h ~ v ~ m h m v h m N ~ r vi 0 h ~ r ~ E a ,y, E a , E a Z E a 2~1 Z ¢ U 2 ¢ 4 U 2 ¢ U 2 ¢ U Page 26 of 55 v w a) N .j N U .N L H N 0 a N s c 0 m c U 9 y Ol m m V= 0 c a p 'U an am 0 m E U a. N ~ N N O y c >1 N CL N 0 3 0 o t ma . o N CL c 0 0 CL `o 00 CU a ~LL >o CL O r 0 U 3 m Cw co O = N C c 00 U w. S] U = N m W MO a a) m H L L d 3 O U 0. c o (6 a .n m E U N tk W y it W y i£ W y ik W y C- = W m E tt E m E m o E d G N _y S _h. LL N ~l ~ _y lLL U W > O z co ? o „ w r z z Lu ? p W z z (7 w p „ W > O z h p 13 0 El El El El v E t O IL d Y Y O c p It O IL O c' O cm mL 00 N d G N o 0 c 0 c 0 c 0 o a c o c 0 c 0 0 c 0 0 0 c 0 Y : . . . : . . 0 _ = . E E E £ E £ E .E E :E :E E E E 0 4) O N N O h O to to V V V V A V V V V A V V A V V V V A w 11 11 11 11 11 11 13 13 11 11 ❑ ❑ ❑ 11 11 11 11 11 r c R = LL IL c° a - W S a m w z a m w s a m W IL N ~ E R N r z r N Q - a a_ a g IL _ N N N N E -moo ~ E a ~ E a i E a ~ 2 Q U 2 Q U 2 ¢ , U 2 ¢ U Page 27 of 55 EXHIBIT "E" DISCLOSURE OF LOBBYING ACTIVITIES [INSERT] Page 28 of 55 DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑ a. Contract ❑ a. Bid/offer/application ❑ a. Initial filing b.. Grant b. Initial award b. Material change c. Cooperative agreement c. Post-award For Material Change Only: d. Loan Year Quarter e. Loan guarantee Date of last report f. Loan insurance 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is Subawardee. Enter Name ❑ Prime ❑Subawardee and Address of Prime: Tier if known Congressional District, if known: Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: Vathmimber. if applicable 8. Federal Action Number, if known: 9. A rd Am 10. Name and Address of Lobbying Entity b. Indivi Is Performing Services (including address if (If individual, last name, first name, MI): differen o. 10a) (Last is , first name, MI): 11. Information requested through this form i thorized by i e ii nature: 31 U.S.C. Section 1352. This disclosure of lobbyi ctivities is a material representation of fact upon which reliance placed by Print Name: Richard C. Maher the tier above when this transaction was made or ante into. This disclosure is required pursuant to 31 U.S.C. 1352. This i ion Title: President will be reported to the Congress semi-annually and will be ilable for public inspection. Any person who fails to file the req red disclosure shall be subject to a civil penalty of not less than $10,000 Telephone No.: 949 768-0731 Date: 02-13-2012 and not more than $100,000 for each such failure. Federal Use Only: I Authorized for Local Reproduction I Standard Form - LLL(Rev. 7-97) Standard Form LLL Rev. 06-04-90 Page 29 of 55 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to Title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee if the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawar " then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, i 6. Enter the name of the Federal agency making the award or loa t. Include at least one organization level below agency name, if known. For example, Departmen f Transpo ion, es oast Guard. 7. Enter the Federal program name or description for covered er cti 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for gr s, coopera greeme loans and loan commitments. 8. Enter the most appropriate Federal identifyn umber ilable fort Federal action identification in Item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bi B) numbe grant ann ncement number, the contract grant, or loan award number, the application/proposal control um assigne y the Fed ency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has b an aw or loan mitment by the Federal agency, enter the Federal amount of the award/loan commitments for the pr entity ntified in Item 4 or 5. 10. (a) Enter the full name, addre nd zip a of t lobbying entity engaged by the reporting entity identified in Item 4 to influenced the (b) Enter the full names of the indivi I(s) pe o es and include full address if different from 10(a). Enter Last Name, First Name and Middle Initi I). 11. The certifying official shall sign and date t orm, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as ame no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid B control number for this information collection is OMB NO. 0348-0046. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348- Page 30 of 55 AGREEMENT FOR PROFESSIONAL SERVICES This Agreement for Professional Services (the "Agreement") is made and entered into as of the _ day of , 2012, by and between the City of Lake Elsinore, a municipal corporation ("City") and Leighton Consulting. Inc. ("Consultant"). 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 one (1) year or as specified in the Consultants proposal. 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 $ 20.903.00 without additional authorization from the City. 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 Payment. 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, the number of hours spent and by whom, and a description of any reimbursable expenditures. City shall pay Consultant no later than 30 days after approval of the monthly invoice by City staff. When payments made by City equal 90% of the maximum fee provided for in this Agreement, no further payments shall be made until the final work under this Agreement has been accepted by City. 5. Extra Work. At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is 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 Page 31 of 55 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 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. Page 32 of 55 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, from 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 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).) Page 33 of 55 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. 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 Coverage. 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. In the event that Consultant is exempt from Workers' Compensation Insurance and Employer's Liability Insurance for his/her employees in accordance with the laws of the State of California, Consultant shall complete and submit to the City a Certificate of Exemption from Workers Compensation Insurance in the form attached hereto as Exhibit C. Page 34 of 55 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 subconsultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) 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 AM Best's rating of no less than A: VII and shall be endorsed with the following specific language: 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. Page 35 of 55 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. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 If to Consultant: Leighton Consulting, Inc. Attn: Simon I. Saiid 41715 Enterprise Circle N., Suite 103 Temecula, CA 92590-5661 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 be 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 C. 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 D 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. Page 36 of 55 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. 23. Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be 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. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS/ENDISPUTE ("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 bona 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 there from. Page 37 of 55 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. 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 have caused this Agreement to be executed on the date first written above. CITY OF LAKE ELSINORE: CONSULTANT: ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Page 38 of 55 EXHIBIT "A" SCOPE OF SERVICES [INSERT] Page 39 of 55 Leighton Consulting, Inc. A LEIGHTON GROUP COMPANY February 13, 2012 Mr. Peter Ramey, PE, Project Engineer City of Lake Elsinore - Engineering Division 130 South Main Street Lake Elsinore, CA 92530 Subject: Proposal for Geotechnical Construction Services for Bicycle and Pedestrian improvements on Riverside Drive, Project Number 4356 Dear Mr. Ramey: Leighton Consulting, Inc. (Leighton) is pleased to provide this proposal for Geotechnical Construction Services for the subject project. We believe that we are uniquely qualified to provide the requested services for this project due to our past experience with similar improvements along Riverside Drive during the Lakeside High School construction project. We have been providing geotechnical and material testing services to public agencies in Southern California for half a century including numerous local projects for City of Lake Elsinore, Elsinore Valley Municipal Water District and Lake Elsinore Unified School District. We have completed many construction projects with challenging conditions and schedules, and have refined our project management to maximize our efficiency and cost savings to our clients. Leighton is prepared to continue serving the City by providing the requested geotechnical and soils testing services in accordance with the project specifications and relevant standards. Our in-house laboratory located in Temecula meets the requirements of the American Society for Testing and Materials (ASTM). All testing will be performed under the supervision and control of a California Registered Professional Engineer employed by Leighton. Leighton's goal is to work with you and help with completion of this project on time and under budget. Thank you for the opportunity to provide this proposal and we look forward to continuing to be of service to the City. Respectfully submitted, LEIGHTON CONSULTING, INC. Simon I. SSiid, GE 2641 Project Manager/Geotechnical Engineer ~j Robert F. Riha, CEG 1921 Sr. Principal Geologist 41715 Enterprise Circle N., Suite 103 m TepgpIad;~W90-5661 951.296.0530 m Fax 951.296.0534 m www.leightonconsulting.com CITY OF LAKE ELSINORE Proposal for Construction Geotechnical Services P61 1-00 784 Riverside Drive Bicude and Pedestrian Improvements - Cih PN 4356 February 13, 2012 Table of Contents Table of Contents .......................................1 Firm Profile 2 Project Management and Approach .......................................3 Project Understanding and Scope of Work .......................................4 Allocation Matrix/Estimated Hours and Tests .......................................5 Key Personnel .......................................6 Page 1 Page 41 0 55 CITY OF LAKE ELSINORE Proposal for Construction Geotechnical Seruices P61 1-00 784 Riverside Drive Bicucle and Pedestrian Improvements - City PN 4356 Februaru 13, 2012 Firm Profile Leighton Consulting, Inc. (Leighton), a California corporation, provides geotechnical engineering solutions to public agencies and private developers in southern California for over 50 years. Our Temecula office will take the lead on this project and provide the required services. Our Temecula office has been providing construction geotechnical services for southwestern Riverside County including City of Lake Elsinore for over 30 years. Our staff provided geotechnical testing services during the widening and improvement of Riverside Drive along Lakeside High School, adjacent to this project. Our goal is to continue providing the City with high quality services and meeting project deadlines and budgets. Leighton's Temecula laboratory has been audited and approved by AASHTO, State of California Division of State Architect, (DSA), Caltrans, U.S. Navy, and U.S. Army Corps of Engineers. We provide standard ASTM testing results, and can respond with additional testing methods modified to meet specific field and/or contract conditions. Our laboratories participate bi-yearly in Cement and Concrete Reference Laboratory (CCRL) Sample Proficiency Testing and consistently achieve the highest possible ratings. Page 2 Page 42 0 55 CITY OF LAKE ELSINORE Proposal for Construction Geotechnical Services P61 1-00 784 Riverside Drive Bicycle and Pedestrian Improvements - Cit PN 4356 Februarti 13, 2012 Project Management and Approach Leighton Team The Leighton Team that will be working on this project has been successfully providing soils and materials testing for similar projects throughout southern California. These team members are selected for their: • Past experience with similar pavement projects and other work located near this area; • Required qualifications for the anticipated tasks; • Availability and ability to meet the project deadlines; and • Local knowledge of inspection requirements and construction practices. Our assigned team has worked on numerous similar pavement rehabilitation projects and their involvement will be crucial for cost effective and efficient construction procedures. Project Manager/Engineer Mr. Simon Saiid, PE, GE, will be the project manager/engineer and will have direct responsibility for Leighton's services throughout the contract. Mr. Saiid brings more than 22 years of geotechnical engineering and material testing experience on similar projects. We also believe that technician continuity is important to provide uninterrupted communication, and to make sure all construction materials/components are properly tested. As such, we plan to assign Mr. Chris Haney, who resides within a 20-minute drive from the project site as the lead Engineering Technician supported by other local technicians, when needed. Quality Assurance Leighton has established project controls and administration procedures very similar to those used by local and state agencies. We have provided responsive, efficient and cost effective service to the public for 50 years through quality engineering and our commitment to quality management, which is evident by our long-term client relations, repeat clients, financial stability and continued growth. Our project management solutions have always been ahead of their time, utilizing internet technologies for storage, viewing and critical task elements while keeping you abreast of the latest developments and progress relative to the project tasks at hand. A specific corporate objective at Leighton is to maintain a high standard of achievement by implementing outstanding technical performance and a commitment to detail through our training and professional development programs. Page 3 age o CITY OF LAKE ELSINORE Proposal for Construction Geotechnioal Seruices P611-00784 Riverside Drive Bicucle and Pedestrian Improvements - Citt PN 4356 February 13, 2012 Project Understanding and Scope of Work Based on our review of the RFP, we understand that scope of the geotechnical services for this project will include providing construction material testing for the subgrade material, aggregate base, and asphalt concrete (AC) for new bicycle and pedestrian sidewalk improvements along Riverside Drive, west of Lakeside High School. Based on the project plans and specifications, a new rubber-sidewalk and PCC sidewalk, along with a pedestrian foot bridge (Precast), will be constructed along the north side of Riverside drive between Stations 21+25 to 42+75 and a 200 foot section of Grand Ave. north of Riverside Drive. The soil and material sample/test frequency will generally follow Caltrans Construction Manual, the 2009 "Greenbook", and the guidelines provided in the RFP. Based on the above, our scope of geotechnical observation and testing services is conceptually divided into the following tasks for each Phase: 1. Pre-Construction Meeting and Project Review/Preparation We will review the project plans and specifications and attend one pre-construction meeting to establish points of contact and distribution of daily reports, etc. It is important that the geotechnical testing expectations, testing coordination, and construction schedule are discussed during this meeting. 2. Sidewalk/Foot Bridge Construction We will provide part-time or as-needed geotechnical observation and testing during sidewalk subgrade and aggregate based preparation/compaction and preparation of the pedestrian bridge abutment areas. We anticipate our work will include subgrade, aggregate base, and AC compaction testing. Inspection of caisson excavations will also be provided to document excavation depth and cleanliness prior to concrete placement. Asphalt and aggregate base batch plant inspection is not anticipated. In accordance with the RFP, we are budgeting for 20 additional hours for our field technician to re-test failing tests (10 visits at 2-hrs/visit). These hours will be tracked and identified separately during invoicing. 3. Compaction Reports We will prepare a report summarizing the results of our field and laboratory tests during earthwork construction of the proposed improvements. Daily field reports (DFRs) will be prepared and distributed to your field representative and/or Construction Manager (CM) for review and signature. We anticipate that your CM or City representative will be on site to (1) schedule our personnel, (2) supervise various contractors' activities, and (3) respond to deficiencies in earthwork or materials, if necessary. 4. Laboratory Testing We will perform geotechnical laboratory testing to determine the laboratory maximum dry density and optimum moisture content ("compaction curve") and other pertinent soils indices and properties. We have also included testing for aggregate base and asphalt concrete to confirm to specifications. Page 4 rage 44 o CITY OF LAKE ELSWORE Proposal for Construction Geotechnical Services P61 1-00 784 Riverside Drive Bicucle and Pedestrian Imorovements - City PN 4356 Februa 13, 2012 Allocation Matrix/ Estimated Hours and Tests In accordance with the above scope of services, a summary of estimated construction inspection man-hours and tests are summarized below. A detailed scope and cost breakdown is provided in the separate fee proposal. Resource Allocation Matrix Task Task Description PM/GE Staff Soils Tech. Admin Total Eng /Geo Hours 1 Project Admin/Review 2 0 2 2 J 6 2 _Progress Reports/ Meetings 6 6 _ _ 0 0 l 12 3 Field testing./,inspection _ 0 _ 8 _ 80 - 0 ( 88 4 _Review of submittals / lab reports _ 4 0 0 0 I . 4 5 Engineering support/ report/ PM 6 6 0 8 20 *Re-testing of Failing Tests 0 0 20 0 f 20 Total Hours= 18 ...W 20 102 10 6. Laboratory Testing Unit - Amount Modified Proctor Compaction (subgrade) - Each 5 . Modified Proctor Compaction (AC) Each 5 Sieve or SE Each 5 R-value Each . 5 . HVEEM . Each _ 4 . Extraction, percent asphalt and gradation _ Each 4 Page 5 age of 55 CITY OF LAKE ELSINORE Proposal for Construction Geotechnical Services P61 1-00 784 Riverside Drive Bicycle and Pedestrian Improvements - Citu PN 4356 Februaru 13,201 2 Key Personnel Because of our familiarity with this project and applicable City standards and testing requirements, we are professionally staffed to provide you with the best comprehensive services in the field of geotechnical engineering and soils testing services. The key staff listed below has worked on similar and numerous projects Lake Elsinore area. This invaluable experience gives them the insight as to how to get this project constructed efficiently and on-time. The staff members named below will only be replaced by another staff member of equal competence only after prior written approval by the City. Simon Saiid, PE, GE / Project Manager/Geotechnical Engineer • California Registered Geotechnical Engineer-2641 • California Registered Civil Engineer-62375 • MS, Civil Engineering Rensselaer Polytechnic Institute, Troy, New York • BS, Civil Engineering Rensselaer Polytechnic Institute, Troy, New York Mr. Saiid has more than 22 years of engineering design and construction supervision experience for the civil and geotechnical aspects of projects related to infrastructure work, public facilities, and land development. Mr. Saiid is managing our staff of engineers/geologists and responsible for review geotechnical engineering analyses, laboratory testing, and quality control. He is practiced in geotechnical site investigations, shallow and deep foundation design, buttress and structural landslide mitigation, seismic hazard evaluations and mitigation design, grading control, ground improvement, pavement design, and forensic evaluations. Jeffery Deland / Staff Geologist • B.S., Geology, California State Polytechnic University Pomona, 2003 Mr. DeLand has more than 9 years of experience in engineering geology and environmental geology as well as experience in observation, testing, documentation and reporting on work performed by contractors involved in earthwork grading as well as deep foundation and utility construction. He has worked on numerous geotechnical and environmental investigation and remediation, grading and post grading projects in Southern California. Mr. DeLand has geologic experience on a wide range of projects, including preliminary geotechnical investigations, rock rippability studies, rock slope stability analysis, environmental site assessments, groundwater contamination investigations and environmental remediation. In addition, Mr. DeLand has experience in work plan preparation, supervision of field activities and personnel, and report writing. He has worked on residential developments, roadway projects, institutional and commercial facilities Page 6 age 46 o CITY OF LAKE ELSINORE Proposal for Construction Geotechnical Services P61 1-00 784 Riverside Drive Bicucle and Pedestrian Improvements - Citu PN 4356 February 13,201 2 Christopher Haney / Senior Field Technician Mr. Haney has more than 10 years of experience providing geotechnical field services. Mr. Haney has worked closely with developers, contractors and governing agencies to assure good compliance with general construction practices. He supervises technicians in field and laboratory settings, has extensive experience in all phases of earthwork monitoring, foundation stability, retaining wall construction, and laboratory testing. His field experience has included observation testing during construction of sewer, water, and storm drain for public agencies, school districts and residential developers. He has worked on several mass grading projects providing field observation and testing services. He has observed and tested subgrade for arterial roads. He has performed geotechnical observation and testing during construction of crib walls and retaining walls, bridge abutments, channel improvements, and pile driving operations. Scott Watson / Senior Engineering Technician Mr. Watson has more than 18 years of experience providing geotechnical field exploration and testing services. His experience includes field observations and compaction testing during rough grading, trench backfill, and roadway improvements for numerous projects. He has observed and tested subgrade for arterial roads and private streets, and has performed geotechnical observation and testing during construction. Loren Murphy / Engineering Technician Mr. Murphy has more than 14 years of experience providing geotechnical field services for utility, residential, transportation, and institutional projects. His experience includes work on rough grading projects, providing field observation, material sampling, and compaction testing services. He has observed and tested subgrade for arterial roads and private streets, and has performed geotechnical observation and testing during construction. Page 7 age 4 7 o EXHIBIT "B" SCHEDULE OF CHARGES [INSERT] Page 48 of 55 P677-00784 Leighton Consulting, Inc. Z(13/2012 Cost Estimate for Construction Material Testing Services Riverside Drive Bicycle and Pedestrian Improvements, Lake Elsinore, CA - City PN 4356 Soil Technician PW 2 hrs. @ $85 /hr. $ Project Manager /GE 2 hrs. @ $183 /hr. $ $ 2- Compaction Testing (Trench. Subgrade & Base/AC) Soil Technician PW 10 weeks 80 his. @ $85 /hr. $6, Staff Eng/Geologist (Caisson Inspection) 8 hrs. @ $106 /hr. $ Equipment/Vehicle usage 88 hrs. @ $13 /hr. $1, $8, 3- Compaction Report / PM / Admin Project Manager /GE (review of submittals & report) 16 hrs. @ $183 /hr. $2, Staff Engineer/Geologist/ field QA 12 hrs. @ $106 /hr. $1, Typing / Reproduction / data entry 10 his. @ $66 /hr. $ 4- Laboratory Testing (assuming one AB/AC import source Modified Proctor Compaction (subgrade) 5 tests $155 /test , Modified Proctor Compaction (Aggregate Base) 5 tests $180 /test Sieve or SE 5 tests $95 /test , R-value 5 tests $265 /test $1 HVEEM 4 tests $125.00 /test $50 Extraction, Percent Asphalt, and Gradation 4 tests $195.00 /test $78 *Retesting Retesting (10 visits at 2 hr/visit) 20 hrs. @ $85 /hr. $1, EquipmenWehicle usage 20 his. @ $13 /hr. $ e~ Notes: 1-The above estimated cost is based on Leighton Amended 2012 Fee Schedule - no charge for nuclear density gauge or mileage 2-These are anticipated services based on our review of project plans/specs and assumed construction schedule. 3- This is a Not-To-Exceed Fee based on the described Scope in our attached proposal. Page 49 of 55 EXHIBIT "C" CERTIFICATE OF EXEMPTION FROM WORKERS COMPENSATION INSURANCE [INSERT] CERTIFICATE OF EXEMPTION FROM WORKERS COMPENSATION INSURANCE I hereby certify that in the performance of the work for which this Agreement is entered into, I shall not employ any person to any manner so as to become subject to the Workers' Compensation Laws of the State of California Executed on t California. a A~ph -14o- Page 50 of 55 EXHIBIT "D" LIST OF SUBCONTRACTORS [INSERT] Page 51 of 55 LIST OF SUBCONSULTANTS PROJECT NAME: NAME J TELEPHONE Q/ ADDRESS CITY, STATE ZIP Duplicate this form as necessary to report all subconsultant(s) information. /en5roQ2 y Page 52 of 55 PROJECT NO: ~/3S(~ EXHIBIT "E" DISCLOSURE OF LOBBYING ACTIVITIES [INSERT] Page 53 of 55 DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 NOT APPLICABLE 1. Type of Federal Action: 2 3. Report Type: ❑ a. Contract ❑ a. Bid/offer/applica0on ❑ a. Initial riling b. Grant b. Initial award b. Material change c. Cooperative agreement c. Post-award For Material Change Only: d. Loan Year Quarter e. Loan guarantee Date of last report f. Loan insurance 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is Subawardee. Enter Namc Prime E]Subawardee and Address of Prime: Tier if known Leighton Consulting, Inc, 41715 Enterprise Cir N, Suite 103; Temecula, CA 92590 Congressional District, If known: 45 Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable 6. Federal Action Number, if known. 9. Award Amount, if known: 10. Name and Address of Lobbying Entity b. Individuals Performing Services (including address if (If individual, last name, first name, MI): different from No. 10a) (Last name, first name, MI): 11. Informa6oitrequested thfgagh this'form ismuthorized by Title Signature: 31 U.S.C. Section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliarica was. placed by - Print Name: Terrance Brennan the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This Title, Chairman information will be reported to the Congress seml•annually and will be available for public Inspection. Any person who fails to file the 949-250-1421 Data: June 13, 2011 hone No Tele required disclosure shall be subject to a civil penalty of not less . p than $10,000 and not more than $100,000 for each such failure. Authorized for Local Repmduction Standard Form-LLL (Rev. 7-97) Standard Form LLL Rev. 06-04-90 P:\PROJECTS\TEMESCAL CANYON ROAD\Request for Proposal Temescal Bridge 2009.doc Page 54 of 55 Page 55 of 55