Loading...
HomeMy WebLinkAboutItem #9CITY OF ,, LAKE LJLS1r10RE DEtEAM E�(� REME. REPORT TO CITY COUNCIL TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: GRANT YATES CITY MANAGER DATE: AUGUST 13, 2013 SUBJECT: AWARD OF CONTRACT TO BUCKNAM & ASSOCIATES FOR PAVEMENT MANAGEMENT PROGRAM Recommendation Staff recommends that the City Council Authorize the City Manager to execute a three year service contract (including annual reviews by staff and approval by City Council) with Bucknam & Associates for pavement condition and preservation recommendations. Background On July 8, 2010 the Lake Elsinore City Council awarded a service contract to Bucknam & Associates for professional services of pavement conditions City wide. The three year contract for pavement assessment services includes; analysis, recommendation and condition of all collector streets and arterial roads within the city. Discussion Since the award of contract Bucknam & Associates has proven to be a reliable company, and has been responsive to the City's needs. Per the City's code, staff is required to bid out services when the cost exceeds $15,000. The City's purchasing ordinance permits the City Council to authorize the City Manager to bypass the bidding process if it is in the best interest of the City. Staff has confirmed that Bucknam & Associates is willing to extend its contract, including all costs, at the adjusted prices renewed in 2012. AGENDA ITEM NO. 9 Page 1 of 23 Pavement Management Program August 13, 2013 Page 2 Fiscal Impact A not to exceed cost of $45,500.00 per year for a period of three (3) years, including annual performance reviews by staff, and contract review approval by City Council. Funding is available in the Pavement Management Budget (Measure A Funding) to cover the cost of the service. Prepared by: Julian Perez Senior Lead orker Public Works Rick De Santiago Public Works Supe ' endent Ken Seumalo 00 Director of Public Works Approved by: Grant Yates City Manager Attachments Agreement 2013/14 Exhibit "A" Scope of Services Exhibit "B" Schedule of Charges 2010 Schedule of Charges Page 2 of 23 AGREEMENT FOR PROFESSIONAL SERVICES This Agreement for Professional Services (the "Agreement ") is made and entered into as of the 14th day of August 2013, by and between the City of Lake Elsinore, a municipal corporation ( "City ") and Buckman & Associates ( "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. Renewable up to three (3) years. 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 $45,500 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 Page 3 of 23 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 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 4 of 23 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 5 of 23 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 6 of 23 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 a 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 7 of 23 vi. The insurance provided by this canceled, or reduced in coverage or in notice has been received by the City. Policy shall not be suspended, voided, limits except after thirty (30) days written 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 o.r ,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: Buckman & Associates Attn: Peter Buckman, President 25004 La Plaza Dr. Laguna Nigel, CA 92677 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 D. 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 8 of 23 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. 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. Page 9 of 23 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: Grant a es City Manager ATTEST: City Clerk APPROVED AS TO FORM: City Attorney CONSULTANT: Page 10 of 23 EXHIBIT "A SCOPE OF SERVICES Page 1 I of 23 City of Lake Elsinore, CA 2013 -14 Pavement Management Program +�- LADE ULSINOKE IALAM E,r1 RLML TASK 3: Pavement Condition Survey Once the pavement segmentation has been assessed and verified, the inspection of approximately 63.3 miles will be performed (33% of the 190 known miles — second phase of survey). Our survey methodology will include the following approach: 1. Windshield based MicroPAVER survey (performed on Tablets live in the field); our staff will establish all inspection sample locations for survey based on MicroPAVER guidelines. 2. Automated flDigital Roadway Imasins survey (see Optional Task 10); Bucknam & Associates has recently performed this service for the cities of Fountain Valley, Cypress, RSM, Santa Ana, Palmdale and Palm Desert for PMP and ROW inspections. MicroPAVER sampling method used. We have included this as an optional service in case there was an additional interest to survey public right -of -way elements during our pavement surveys (i.e. signs, catch basins, manholes, etc.) Additionally we have provided a recommended survey schedule for the following two years (FY 2014 -15 & FY 2015 -16): ❖ Survey 2014/2015 (63.3 miles, second phase of survey under the three -year schedule) Survey 2015/2016 (63.3 miles, third phase of survey under the three -year schedule) Distress types will be collected based upon actual surface conditions and physical characteristics of the segment. Surveying methods will be conducted by remaining consistent with MicroPAVER 6.2.5 — Army Corp of Engineers sampling guidelines while being flexible to current City practices. Through our windshield surveys, we use a mixture of windshield and walking surveys based on the functional classification of the roadway and the street conditions found. We will use the City's GIS centerline live in the field to reduce survey times and project schedules. If the City has a recent high - resolution aerial (approx. 3 ") we will use this file during our field survey efforts to verify street measurements and other segment attributes. Our use of MicroPAVER- Tablet units allows our staff to collect pavement data with the City of Lake Elsinore's MicroPAVER database live in the field. At the end of the day all electronic data is transferred to our office for quality control and management. Our Tablet methodology sets us apart from the competition since we are using a paper -less inventory process to enter data; this in turn generates cost savings to enhance other portions of the project such as CIP reporting, MicroPAVER training, and on -call services. Roadway Verification Survey - A listing of the field attribute data that is updated /verified during the survey for the pavement management database is listed below: 1. Field Attribute Data (updated and /or verified) 4- From /to, indicating the assigned limits of the section, sample test areas, street name, a street codification „I F�'.sy+rlf7�'iEl lvl,iir.11'o wi,10 Page 12 of 23 City of Lake Elsinore, CA 2013 -14 Pavement Management Program LA �F LADE LSII10I�E ORLAM t)h RLML ❖ Street ranking indicating local, alley, arterial, collector, # of lanes, surface type Historical PCI tracking from previous inspections and 2013 PCI inspections Segment quantities, indicating the length, width, and total true area of the section 2. Conditional data will be evaluated for all street segments and will include: ❖ MicroPAVER 20 AC & 19 PCC distresses by type, severity and sample area ❖ PCI ratings (0 -100), taking into account the surface condition, level of distress. ❖ Other known or found environmental issues (standing water, site condition, etc.) We welcome staff members from the City of Lake Elsinore to join our surveys. All pavement data will be entered into the City's most current licensed software (version 6.2.5). All items listed above will be maintained by our staff for the duration of this project. Data management will be performed in -house at our Laguna Niguel / Oceanside offices. At the completion of the project, the MicroPAVER database will be placed within your information services /communication network. 3. Section Distress and PCI Renortin Once inspections are completed, we will generate a draft Pavement Condition Index (PCI) Report for City staff to review. The City and our staff will review these reports to ensure that all inventory data is correct and the project is running smoothly. Quality Control, Status Meetings and Progress Reports We will use a statistical sampling approach for measuring the quality of our field technician's work. in this manner, 10 percent of the original surveys (6.3 miles) will be re- surveyed by a different crew, supervised by a field supervisor, and the results will be compared to the original surveys. The quality control process involves checking the two field crews' work in a "blind study" fashion. Quality control checks will be performed at the end of each work week during the survey efforts. This will be done to ensure that all field personnel are properly categorizing the distresses and that correct pavement quantities are established for all street segments. At the time of surveying, our staff will perform several quality control tests within the pavement management software using a sample set of Lake Elsinore's street distress data. This will ensure that all system and analysis settings as well as City recommendations and standards are programmed correctly. As the project progresses, the database will be updated on a daily basis and evaluated for missing data. If missing items are found, field personnel are notified and the data, if available, is collected. Deliverable: Citywide draft PCI report, quality control reports TASK 4: Pavement Management Program Meetings During the pavement condition survey, if necessary, status meetings between Bucknam & Associates and the City's Project Manager will be held to report on the status of the project, 1 -5 Page 13 of 23 City of Lake Elsinore, CA c rrY or .. 2013 -14 Pavement Management Program LASE LSI1`iC]C ORLAM LX1 KLML issues, and quality control efforts. This is typically done with monthly meetings depending upon the City's current workload. Any action items that arise from these meetings will be completed and data collection /entry will continue. There will be a minimum of three meetings during the project. Monthly progress memo's will be delivered to the City to update City management on the progress of key scope tasks. Deliverable: Project status letter (monthly), quality control schedule report (monthly), draft PCI report (by section). TASK 5: Pavement Statistics With pavement condition surveys completed, our staff will generate detailed and accurate reports demonstrating the data indicated below: • *** Street centerline miles, lane miles, and pavement area o Reported as an entire network o Report by functional classification (arterial, collector, etc.) Current street network Pavement Condition Index rating o Reported as an entire network o Reported by functional classification (arterial, collector, etc.) • Pavement segment tabular listing for the entire street network o PCI report — sorted by PCI o PCI report —sorted alphabetically Work History report indicating all maintenance recorded within MicroPAVER Deliverable: Network Zone Report, Final PCI report, GIS maps, and project status letter. DEVELOP RECOMMENDED IMPROVEMENT PROGRAM TASK 6: Maintenance & CIP /Budgetary Analysis We will assist the City in developing the most cost - effective preventative maintenance, repair and rehabilitation strategies possible. This will be accomplished by meeting with the City to discuss and strategize maintenance activities that are currently being used by the City. Based on the City's current AC & PCC applications and other maintenance practices used we will conduct an historical and prospective analysis on the conditional and financial impact these practices have on m rry i)t Oke I i -, m slim 1 -6 rU3,.5 11�rvernermt Ivldllat�'ernemmt r'logl�lfn Page 14 of 23 City of Lake Elsinore, CA Ci-CY OF 2013 -14 Pavement Management Program LAKJE jr, , M HO KE INUAM i)h PU ML the pavement network. Based on our fiscal and deterioration analysis, we will present our results and recommendations to City staff. This analysis will become an essential building block for the 2013 -2018 maintenance programs. We will establish a maintenance "decision tree" that will be used to generate pavement recommendations that match current 2013 maintenance approaches. The pavement software will generate a deterioration curve based on functional class (arterial, residential, industrial) and age. Our staff will review the Lake Elsinore's deterioration curves that have been developed based on historical pavement condition, inspection, surface type, and road class. The curves will be modified based on 2013 pavement conditions. The strategies that are typically reviewed are rehabilitation and reconstruction (R &R), localized maintenance, grinding, slurry seals, AC on PCC and overlay, the expected improvement in pavement condition, the life -cycle extension that would result and the unit costs for maintenance. All maintenance practices /unit costs will be integrated into PMS and will be derived from the most recent construction bids for pavement rehabilitation. We will account for inflation rates when long -term revenues projections are made. Our staff will also review and recommend an updated residential maintenance cycle approach (for the City's consideration) that will allow us to proactively schedule localized maintenance efforts throughout the seven -year CIP. Our Project Manager and Principal will work closely with City in defining repair and rehabilitation strategies during each fiscal year (i.e. 2013 - 2018). Once the repair /rehabilitation strategies have been defined, the identification of a seven year Forecasted Maintenance schedule will be generated. The recommended budget scenarios will be identified on the basis of several criteria: 1% Present pavement conditions; Desired levels of service and available resources Cost benefit of individual strategies (e.g. reach a PCI of 80 in 5- years, etc.) Scheduling with the City's major CIP projects (water, sewer, etc.) Accrued backlog levels and stabilization of maintenance backlog Future Measure A and AHRP objectives and improving citywide weighted PCI The primary emphasis of this task is to maximize the programming of street maintenance projects using the most cost - effective strategies available and taking into account a life -cycle cost analysis. A working "draft" Final Report will be generated for City staff to review. This report will include an executive summary, the Pavement Condition Report as well as draft budgetary findings and recommendations. It will include: NN Priority listings (PCI's from 100 -0) Multi -Year CIP identifying arterial and residential maintenance (per section) recommendations (slurry, overlay, recon, etc.) associated with a construction cost Recommendations for residential maintenance in "groupings" or zones. 1 -7 Page 15 of 23 City of Lake Elsinore, CA 2013 -14 Pavement Management Program LADE r, LSIIQFE I }ttiAki L)[1 ktAif NN Executive Summary and Methodologies used Deliverable: Four copies of the Draft Pavement Management Program Report TASK 7: Citywide Pavement Management CIP Report We will deliver the Final Report to the City which will be essential for staff reference and presented in a way that is beneficial for elected officials /upper management. The report will be prepared in a format that uses the information delivered by MicroPAVER in conjunction with the information and analysis performed by our team. The report will also provide the City with information on: ❖ Current inventory and pavement conditions indices (PCI) for all road classes • Projected annual rehabilitation programs for street maintenance for a multi -year period (ARTERIAL and RESIDENTIAL Forecast Maintenance Reports) that show the largest return on investment and acceptable levels of service •:* Modeling and comparison of budget scenarios typically include: • Maintenance required to complete all streets within 5 -years • Current / Actual budget projection (citywide approach) 6• Strategies and recommendations for the City's AHRP, Prop 42 and maintenance programs and procedures, including a preventative maintenance schedule ❖ Supporting documentation required by Measure A A detailed breakdown of deferred maintenance (backlog) • *.• i The PMP will be presented to the Lake Elsinore City Council and /or upper management. Deliverable: Three (3) copies of the Final Pavement PMP Report (plus one original signed by our Registered Engineer, CA No. 20903), in binder and electronic form (.pdf), will be sent to the City. Final PMP database will be installed at City. TASK 8: Mapping of the Pavement Management Program As an enhancement and proactive approach to this project, our staff will update the established Pavement -GIS link between the pavement database and the City's GIS system based on 2013 data. As the City continues to mature in its GIS development, programming and use, our understanding of the GIS short -term and long -term goals will play a large part in implementing a successful PMS -GIS link for this project. We will support the City with GIS services that: • Establish a Pavement Management GIS project file (.mxd) that will include the following information for a given pavement segment: 1 -8 Page 16 of 23 City of Lake Elsinore, CA 2013 -14 Pavement Management Program + LA ICE- C LSII`i�0I E ❖ PCI values for every section ❖ Work History identifications ❖ Multi -yr Arterial Rehabilitation, Residential Rehabilitation and Slurry Seal Programs ❖ Functional classification maps ❖ Pavement areas, width, length and material type Once the City has approved the 2013 Pavement Condition Report, our staff will update all necessary pavement -GIS linkages. By using the unique ID's within the PMS and assessing the City's GIS centerline ID's, we will utilize the one -to -one match for each pavement section in the GIS. As new pavement inspections are completed and entered into the pavement program, the link that we have established will show the most current inspection PCI through ArcGIS software. Deliverable: Complete GIS files /themes based on list above. TASK 9: On -Call Services Pavement Management Program Support Bucknam & Associates will provide annual support for a period of two years where we will provide quality and accurate use of the in -house operation of MicroPAVER software. Once the City has approved the Pavement Condition Index Report under this years work effort, this service will become active. Our typical On -Call services include: * Additional budget scenarios, general reporting, deterioration studies O Additional visual inspections above the mileage amount indicated in Task 3 Additional pavement management — GIS mapping Additional MicroPAVER training, operation use Enter annual work ARTERIAL and RESIDENTIAL maintenance records Also, if requested, Bucknam & Associates assess and review the City's upcoming maintenance schedule for that fiscal year. The agreement will continue to include the provision of onsite and telephone support for the City staff. 4,Y of Lake LIshlore 1 -9 2013 Pavemerfl Mai,iagonwol horiam Page 17 of 23 City of Lake Elsinore, CA 2013 -14 Pavement Management Program 5) Optional Tasks TASK 8: Digital Roadway Imaging (Street and Public ROW) As an alternative survey methodology, our staff will implement a survey methodology that will support Task 3 efforts as well as implement a proactive and cost efficient GPS survey methodology that will allow for the collection of numerous GPS locations using "one" set of digital imagery (e.g. five citywide infrastructure surveys for the cost of one). Beyond the pavement survey capabilities, the City will be able to collect other public ROW assets in the future such as signs, driveways, catch basins and other ROW features; a tremendous costs savings that reaches $400,000 over the next 3 years. LAp\',L ASIIOR -L The survey consists of our van traveling at posted speed limits taking "digital" images of the street and public ROW. These images then allow our technicians to collect GPS locations (at sub -meter accuracy) for any specified infrastructure. Our automated digital imaging allows technician to collect the following: • Continuous pavement imaging (images taken every 5 meters, competition typically surveys at every 8 meters /25 feet intervals) • MicroPAVER AC and PCC distresses (e.g. linear /transverse cracking, alligator, patching, bleeding, block cracking, etc. • Surface roughness ratings (IRI) • Rutting depth (full width of lane or street) • Imaging captures 100% of each pavement segment (not just one lane) • Optional Ground Penetrating Radar (GPR) for arterials and collectors • 2mm pixel images allows for centimeter horizontal and vertical accuracy The first survey process will involve the mobile GPS vehicle taking approximately two - week's time to survey the Lake Elsinore's street network; additionally, the vehicles drive the posted speed limits. The images that are collected are kU i y taken by using Sony digital stereographic cameras (6 cameras) positioned on the vehicle. The images have 'a resolution of 1600x1200 and are geo- referenced by means of inertial GPS equipment _ contained within the van; images are taken every 4 to 6 meters, 15 ft intervals. , r Survey vehicles are equipped with digital measuring instrumentation (DMI) that will be used to verify all pavement section lengths and widths. Our vehicles 1-ity u, .ake Elsinore 1 -10 ,1013 Pavement Management Nograin Page 18 of 23 City of Lake Elsinore, CA C rrY of ? 41!10, 2013 -14 Pavement Management Program LAKE L I N0RJE ORLAM LXI KtMr can be equipped with road roughness rating equipment, strip mapping cameras and are set to record 360 degree street imaging. The survey will be performed by the Bucknam & Associates team that is experienced and trained in pavement condition assessment using LambdaTech's "Feature Extraction" software. All imagery taken during the survey will become property of the City. These images sets can then be used within the City's existing GIS enterprise or for collecting additional data as the need arises. Project Schedule Our project schedule shows each major task identified in our scope of work, as well as quality control milestones and meetings. TookIftn" 2 tep a Sep 16-Sap 23-So 36-Se T.Od 14-Ocr 21.04 39409 +141ov 11 -NOv 16410V 36•00v 7-EHac a -Dec 1 -4 1 - It1CkR1i 9Me;IIn cI Sa AsapalseMal Uaiabsse, klapa.5aymmis9gn -.... Task Tssk 3 - - CI Candita o r.IPdata .,,,.,• n Sssius u X . ••.— _ � .... :-- w .•..•.r x. _, .� ......,�..:�.�:. -- - .. S7ue CoMrW Checks ,.. �,,,... PCI Reporbrt�_• Task4 -PI4P Mcalies_••,• .. X •.......•• .... �.....,.• Tsak 6- PWameat Statkltics _ .. - .......... ... ,., . .... •_.._ _........_..�- .,..._._.�.�... ...... Chy FLevisw of Newmi gate Report .. Taski!- YasBnl. & CIP Analy a i s Task ? -Ci!Y PRdP CIP kc pug I Jos n+]of Iht PIAF . ..._ —.�... ._._- - — - - Task 6- Oo,.sW Sernpes ...... ... , ...- - ............. -- - With a completed survey, our team will work with you to establish a PMP that provides specific, manageable pavement segments, detailed maintenance schedules of needed repairs and cost conscious maintenance recommendations that will assist you in preparing budget estimates required to complete the scheduled work for fiscal year 2013 -14 and beyond. ,II 4 f ":IVc-inl`Iri �V�l:ul�tr';ri�'Ie=sIi V`I�i};r:,IOI Page 19 of 23 Page 20 of 23 EXHIBIT "B" SCHEDULE OF CHARGES Page 21 of 23 City of Lake Elsinore, CA 2013 -14 Pavement Management Program Proposed Fee CITY Of . LAKE , LSINO E O,<LAM E'rt KLMt Presented below is a summary of the proposed fee to perform the services outlined in the scope of work above. It is intended that our services will be provided on a time & material, not -to- exceed basis plus reimbursable expenses in accordance with the attached hourly rates. Total Estimated Fee for Tasks 1 through 9 $32,82 8 Additional services will be negotiated when the City indicates the need for activating the services described above. These additional services will be considered contingency items within the contract. Should the City desire to increase the service level above the task description outlined above for the Task 1 through 9 or require other services not described herein, a fee adjustment would be negotiated and mutually agreed upon by both parities. City nt .".k­ i 1-' 1 -12 2013 Pavement Management Prografn Page 22 of 23 Description II Principal Project. Manager Assistant Planner Field - Technicians) pdmin ! Tota" by Task Base Fee Kickoff Meeting- Project Setup $25o /hr _ $17o /hr 3 _ $125/hr $82 /hr- $75 /hrl $51 'rask 1 Task 2 ;Work History Update 2 Jy� - -- a Task Pavement Condition SUrvSL(jpprox.63.3miles) W indshield based) - If Digital Roadway Imaging rs used (additional survey costs apply) See Optional task below - - (Pavement Manaj [,nent_Q o rf m Ml,Ctirig4 .... J ....... J.. _ - 8 - 16j 94 -- "��S11�O6ii -- "rask 4 " 'rask 5 Pavement Statistics.- PCI Re-orts _ 1 _lo "..._ 4 8 S.Mo Task 6 Mamt & CIP Anaysis 16 2.72 Task 7 rask8 iask9 2t PMP GP Report MaAAin�nd GIS Link LL - OntallServices -. .._.._ -. ... ..... ..._....._._ ....... , Rermbursables (mileap,er Qnntm� egwpment/materia!�L - .. 32 _ Tl6 „_- 55.44 , 1 _ — 3 8 ...__. r._ .._.. $3,410 ..�,.. _ ...... 4 ,w -& h - 16. , - 51,2,992 pll ddrverableswrll become rope_ of the Ci of Lake Elsinore. AN 7+.+kt arc r�otlehle 'iota) Hours per staff 'Total Base Fee 2 500 82 $ 13,940 46 $ 5,750. 130 $ iQ988 $ $32,818 Task 10 Optiortai Se2likt _ _..._....... $ ""- '- .... -' DI ital Roadway imaging - Costs include 65.3 mlless $147 /ml and mob) I l2ationl.,, ...�... „ ^„ AddltionaI services outside ofthis contract wil I be negotiated with the City where we wi II use our Standard Hourly Rate Schedule that has been provided. Total Estimated Fee for Tasks 1 through 9 $32,82 8 Additional services will be negotiated when the City indicates the need for activating the services described above. These additional services will be considered contingency items within the contract. Should the City desire to increase the service level above the task description outlined above for the Task 1 through 9 or require other services not described herein, a fee adjustment would be negotiated and mutually agreed upon by both parities. City nt .".k­ i 1-' 1 -12 2013 Pavement Management Prografn Page 22 of 23 a..wg r yr arena. a.a.arrraJnc Pavement Management Proprorn 2010 Fee Proposal -May 3, 2010 Page 23 of 23 N Y" � `� +j° , ,;t4` }, 6 ka6T�7 � ; i. -�� ° ti: n... � � �{`.1YKIn �,i , ifYllir 'S S jclf• fir rlb�skl Erase Fri ?, O/hr $1.65/hr $8fl /hr $].2p/hr $7S/hr Project Implementation Task 1.1 Pro ect IGckoff 3 $495 Task 1.2 Project Status Meetings - Qualls Control 4 8 4 $1,78 ask 1.3 1 U dale Maintenance and Rehabilitatlon Activlties 8 1 1 $760 Task Client Satisfaction Task 2.1 Project oellverables 11, 3 — 1 4 51,385 iask 3 __. r Project schedule � �2 Task 3.1 IWork Flow/ t'rojectschedule 1 2 4 $] Trask 4 Scope of Work Task 4,A Pavement Condition Survey (57.4 mlies- 'W"indshleid ) 4 80 8 $8,02 Task 4.2 Maintenaaw & CIP / pudgetary Anal sis -- 16 $2,974 ask 4.3 Citywide Pavement Man ment CIP Report 2 24 41 2 $5,0 Task 4.4 Maw acrd GIS Update 3 20 $2,895 Task 4.S on-Call Services 4 16 B $2 Task 4.6 Pavement Field & Software Training A 12 $1,440 Relrrrburrsatiies mileame, Printing, materials) $70t: All deliverables will become prypetl.Xof the City of take Elsinore All Tasks are !!e otlabte (An -call and TratnIng tasks may l e oteotial "D tional" services total Hours per Staff 4 65 114 65 2 TCitai Base Flee $ 1,000 $ 10,725 $ 9,120 $° 7,800 ISO k��r Optlonal Tasks r-7 S.1 Automated tai " l Roadway lmal{i ( de- 57.4.tnt " S A $Y1, Data Wlectian forPay.ernent Data Collection forAddlflonal ROW elements: TOD SIgngpe, Catch ficlsins, Curb Marking, StrcetStrl inq, etc. " MY NMI .5 Kim Page 23 of 23