Loading...
HomeMy WebLinkAboutID# 14-549 Approval & Execution of Professional Services Agreement RJM Design GroupC I T Y 01= r�r LADE LSINOR`E DRLAM EX "T'REMI REPORT TO CITY COUNCIL TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: GRANT M. YATES, CITY MANAGER DATE: APRIL 28, 2015 SUBJECT: Elsinore. Recommendation Approve the Professional Services Agreement by and between RJM Design Group and the City of Lake Elsinore for landscape architecture, and engineering services related to schematic design, design development, and construction documents for two (2) parks in substantially the form attached and authorize the City Manager to execute the Agreement in such final form as approved by the City Attorney. Background On March 30, 2015, the City solicited written proposals from qualified landscape architectural and design firms for conceptual design, design development and delivery of construction documents for two (2) city parks (City Park located at 243 S. Main Street and Yarborough Park located at 419 N. Poe Street). Before the deadline on April 3, 2015, two responses were received from qualified landscape architectural firms detailing design proposals and fees on the City Park and Yarborough Park rehab projects. Both responses meet the requirements of the City's request for proposals and are made by highly respected firms in the industry. Below are the submittal results: Discussion Construction Conceptual Document Firm Desi n Amount Amount Total Amount RJM $25,300 $53,000 $78,300 RHA Landscape — Planners Inc. $20,090 $59,335 $79,425 Discussion RJM Professional Services Agreement April 28, 2015 Page 2 The final goal of this agreement will be the development of construction documents, which will include a complete set of plans, working drawings and specifications, general /special provisions and other required documents for a complete and approved set of construction documents to perform the needed park rehabilitation at both locations. Also, a landscape architect shall work with the City to evaluate both sites and develop a final landscape design for each. The funding for both parks is provided by an awarded Housing Related Parks Program Grant. The Housing Related Parks Program Grant administered through the California Department of Housing and Community Development awards local governments that approve affordable housing for lower- income households and are in compliance with State Housing Element Law with grant funds to create or rehabilitate parks. As identified in the City's grant application the following amenities will be included: City Park - rehabilitation of park lighting; hardscape (concrete walls, curbs, planters, sidewalk, etc.); construct new picnic area with shelters; amenities to include picnic tables, cafe tables, bar -b -cues, trash receptacles, hot coal bins and drinking fountains, improve the parking lot and ADA improvements. Yarborough Park - construct a water spray pad; seat wall; decorative safety fencing; picnic areas with shelters; amenities to include picnic tables, benches, bar -b -ques, trash receptacles, hot coal bins, drinking fountains and ADA improvements. Fiscal Impact The landscape architecture and engineering services by RJM Design in the amount of $78,300 will be funded in the CIP with Housing Related Parks Program Grant funding through the California Department of Housing and Community Development for Yarborough and City Park improvements. Prepared by: Johnathan O. Skinner Director of Community Services Approved by: Grant M. Yates City Manager Attachments: Professional Services Agreement Dated April 16, 2015 (PDF) RJM Proposal AGREEMENT FOR PROFESSIONAL SERVICES RJM Design Group, Inc. City Park /Yarborough Park Improvement Projects This Agreement for Professional Services (the "Agreement ") is made and entered into as of April 29, 2015, by and between the City of Lake Elsinore, a municipal corporation ( "City ") and RJM Design Group, Inc., a California corporation ( "Consultant "). RECITALS A. The City has determined that it requires the following professional services: conceptual design, design development and delivery of construction documents for two city park improvement projects. B. Consultant has submitted to City a proposal, attached hereto as Exhibit A ( "Consultant's Proposal ") and incorporated herein, to provide professional services to City pursuant to the terms of this Agreement. C. Consultant possesses the skill, experience, ability, background, certification and knowledge to perform the services described in this Agreement on the terms and conditions described herein. D. City desires to retain Consultant to perform the services as provided herein and Consultant desires to provide such professional services as set forth in this Agreement. AGREEMENT "'� ° " °�""� 'f: "' "" "cope o'#"�ervices "� °�onsu7fan£'�`sfii"a17 perform" the° services° described' n �Y Consultant's Proposal (Exhibit A). Consultant shall provide such services at the time, place, and in the manner specified in Consultant's Proposal (Exhibit A), subject to the direction of the City through its staff that it may provide from time to time. 2. Time of Performance. a. Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the professional services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the professional services contemplated pursuant to this Agreement according to the agreed upon performance schedule in Consultant's Proposal (Exhibit A). b. Performance Schedule. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the Consultant's Proposal (Exhibit A). When requested by Consultant, extensions to the time period(s) specified may be approved in writing by the City Manager. PROFESSIONAL SERVICE AGREEMENT RJM APRIL 24 2015Page 1 C. Term. The term of this Agreement shall commence upon execution of this Agreement and shall continue until the services and related work are completed in accordance with the Consultant's Proposal (Exhibit A). 3. Compensation. Compensation to be paid to Consultant shall be in accordance with the fees set forth in Consultants' Proposal (Exhibit A). In no event shall Consultant's compensation exceed $78,300 without additional written authorization from the City. Notwithstanding any provision of Consultant's Proposal to the contrary, out of pocket expenses set forth in Exhibit A shall be reimbursed at cost without an inflator or administrative charge. 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. Contractor shall promptly submit billings to the City describing the services and related work performed during the preceding month to the extent that such services and related work were performed. Contractor's bills shall be segregated by project task, if applicable, such that the City receives a separate accounting for work done on each individual task for which Contractor provides services. Contractor'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 Contractor no later than forty -five (45) days after receipt of the monthly invoice by City staff. 5. Reserved. 6. Suspension or Termination. a. The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the Consultant at least ten (10) days prior written notice. Upon receipt of such notice, the Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. b. In the event this Agreement is terminated pursuant to this Section, the City shall pay to Consultant the actual value of the work performed up to the time of termination, provided that the work performed is of value to the City. Upon termination of the Agreement pursuant to this Section, the Consultant will submit an invoice to the City, pursuant to Section entitled "Method of Payment" herein. 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 Page 2 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 rotect for which Consultants services rare. PenddP d; 6 any "pub icty pe tr Wing fo°tlie Alan s services unc)er tiffs gteement in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 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. Page 3 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. 10. PERS Eligibility Indemnification. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and /or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Notwithstanding any other federal, state and local laws, codes, ordinances and regulations to the contrary, Consultant and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution to be paid by City for employer contribution and /or employee contributions for PERS benefits. 11. 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).) 12, 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 Page 4 standard of quality ordinarily to be expected of competent professionals in Consultant's field of expertise. 13. 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. 14. 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. Consultant shall maintain a City of Lake Elsinore business license. 15. Indemnitv. Consultant shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Consultant or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Consultant shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Consultant or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is understood that the duty of Consultant to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from �� m,,. �, �P4M". liabidrty�u�der�tlais�ind�: l�ara�faea3ion�a�d; daold�daar�lespla�se; r~ �1ais�r�det��vf��atatara�e�ad '��hoid��.w.�. � ,�„_G,.��.�. harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 16. Insurance Requirements. a. Insurance. Consultant, at Consultant's own cost and expense, shall procure and maintain, for the duration of the contract, unless modified by the City's Risk Manager, 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 Worker's Compensation Insurance and Employer's Liability Insurance for his /her employees in accordance with Page 5 the laws of the State of California, Consultant shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. 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. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. 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. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 ( "any auto'). No endorsement may be attached limiting the coverage. iv. Professional Liability Coverage. Consultant shall maintain professional errors and omissions liability insurance appropriate for Consultant's profession for protection against claims alleging negligent acts, errors or omissions which may arise from Consultant's services under this Agreement, whether such services are provided by the Consultant or by its employees, subcontractors, or sub consultants. 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 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. V. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. C. Deductibles and Self- Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City. At the City's option, Consultant shall demonstrate financial capability for payment of such deductibles or self- insured retentions. d. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 17. 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 Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore. CA 92530 If to Consultant: RJM Design Group 31591 Camino Capistrano San Juan Capistrano, CA 92675 18. 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. 19. 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. 20. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and Page 7 competence of Consultant and the subcontractors listed in Exhibit B. 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 B 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. 21. 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. 22. 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. 23. 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. 24. 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. 25. 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 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. 26. 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. 27. 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. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non - monetary changes in the scope of services; and /or (d) suspend or terminate the Agreement. m 28. 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 therefrom. 29. 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. 30. Prevailing Wages. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ('Prevailing Wage Laws "), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. Consultant agrees to fully comply with all applicable federal and state labor laws (including, without limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties that, in connection with the Work or Services provided pursuant to this Agreement, Consultant shall bear all risks of payment or non - payment of prevailing wages under California law, and Consultant hereby agrees to defend, indemnify, and hold the City, and its officials, officers, employees, agents, and volunteers, free and harmless from any claim or liability arising out of any failure or 31. 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. [Signatures on next page] .m IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. "CITY" CITY OF LAKE ELSINORE, a municipal corporation Grant Yates, City Manager ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Attachments: Exhibit A— Consultant's Proposal Exhibit B — List of Subcontractors "CONSULTANT" RJM DESIGN GROUP, INC., a California corporation By: Its: Page 10 1_::,,: CONSULTANT'S PROPOSAL [ATTACHED] EXHIBIT A LIST OF SUBCONTRACTORS [ATTACH IF APPLICABLE] Io� Id Park Renovation and Improvement RJM Design fhoup, tile. has extensive experience in transforming crud updating, heavily used neighborhood park facilities into more functional environments that encourage social interaction, promote safety, and are aesthetically pleasing to the community. Fundamental to our approach is a thorough understanding of each park site's existing conditions, character, and contribution to the surrounding neighborhood. We will emphasize design and detailing that will provide sustainable, long -term value to the City of hale Efonore. Challenges: The challenge is to take outdated, existing park equipment and integrate New amenities, utilizing some existing infrastructure and making smooth transitions between the old and new, while minimizing impact to existing pal k features. ADA Compliance Universal Access Topography Existing Vegetation Existing Site Elements (gazebo, restroonts, picnic areas) Implementing Sustainable Practices Incorporating, Splash play within existing park facilities Solutions: Conduct on -site visit to inventory and evaluate existing amenities Work with City staff to identify park uses, problem areas, elements to he repaired, removed, replaced, or to remain. Develop plans that address access, integrating new amenities into the existing park as seamlessly as possible. Evaluate existing topography to incorporate proposed amenities and resolve issues of accessibility and drainage. Preserve existing mature trees and integrate into the design concept. 10 SAN JUAN CAPISTRANO - r,ACBAW NIn www.IlJfddoslgnp,auP.com • 1949) 493 @600 4 r C =rA f . - Community lnspmrd Spans DESIGN Aj-,)F )iOo� (,� -) GROUP Scope of Services Onr Sea PC of so rvicos outlines the various tasks associated with the Conceptual Design Development for the pro posedpark Improvements at (]fly Park and Yarborough Park 'Tasks and methodology below are based upon review of the project RF1' and our extensive experience with similar projects. Our, proposed scope of work is intended to be flexible and can be refined to better meet the needs of the City of Lake Elsinore. At the project onset, RIM Design Group intends to work with the City to review, elaborate upon, and clarify the overall objectives for the development of the project, conhruing the expected goals and criteria to be met within each phase of the project. We will also define the appropriate procedures in order to promote efficient working relationships and communication between all project participants. PHASE 1 -PROJECT FAMILIARIZATION Meet with City Staff to review the project scope, schedule, and budget, while establishing preferred concept direction. Conductvisual analysis ofexisting site conditions including topography, drainage, physical limitations, utilities, vegetation, circulation, external influences, access, and adjacent property relationships. Review all documentation from the City pertaining to this project including soils investigations, title report, base map, existing water, electrical and irrigation systems plans and "as- built" plans for the site, adjacent buildings, and adjacent sites as available. RIM will provide it topographic survey of both sites (in AutoCAD format) with 1' cortourintervals noting all above ground improvements as well as the above mentioned documentation. In order to save on survey costs, wo suggest that the surveys occur after the site walk with City staf'fand concept plan approval in order to identify the extent of site, improvements and the extent of the surveys required to complete the project. Review State, County, and City Codes and Standards applicable to the site development. MEIi'IMS: (1) Kickof/lneethW with City Staff to receive all documentation available from the City, refine prajectschedule, and walk sites with City Staff PHASE 2 - CONCEPTUAL. DESIGN Commence preparation of scaled Preliminay Conceptual Design Plans for City Park and Yarborough Panic, which will illustrate the layout and location of proposed site features. The Preliminary Conceptual Design will consider all existing site features such as: topography/ drainage, trees /vegetation, sun exposure /shade, site programming, circulation, adjacentsite uses, overall site and ADA compliance, and budget. Preliminary Conceptual Design Plan exhibits for both sites shall include: Limits of the site to be developed. Proposed Mements Hardscape /Landscape Improvements (as directed by City Staff) Site Amenities (BBQ,s, hot coal bins, chinking fountains, etc.) Site Purnitu e (tables, benches, trash cans, etc.) SAN JUAN CAPISTRANO - SAMMfN10 I I w,ec@JM • [9491493 -2600 � ifC �,. Cam. Additionally, the following improvmno is are anticipated: G1'-Vark: Park Lighting Parking Lot Improvements Yaa bszts "G Park Water Spray Pad Prepare Graphic Plan to illustrate potential park elements and features. Prepare separate Preliminary opinion of Probable Construction Costs for each park. S AWin\ � -; Jvnam, mph cd Spin, '.mom mr I 4 Meet with City Staff to review Preliminary Conceptual Design Plans and Preliminary Opinion of Probable Construction Costs. Revise the Preliminary Conceptual Design Plan and associated Prelinninai.y Opinion of Probable COOStRICCIOn Costs por City Staff direction. ME1i171IGS: (1) - Meeting with City.Staff PAUL>SLM Conceptual Deson Plans for Each Park Preliminary Opinion of Probable Construction Costs for Each Park Note: Upon approval of the Conceptual Design Plan, we can give you a detailed scope and fee proposal for specific PHASE 3 - FINAL SITE DEVELOPMENT PLAN Prepare Final Design Development Site Plan based upon the approved Preliminary Concepuial Design refinements in ordor to define the scope and character for the project and such elements as may lac appropriate Consideration shall be given to availability of materials, equipment and labor, construction setluencingand scheduling, economic analysis of construction, user safety, maintenance requirements, and energy conservation. Prepare Final Design Development Site Plan refinements in more detail at a larger scale. Detailed Site Plan refinement will be used as the base to prepare construction documents relative to the park elements. Specific materials, finishes, colors and textures will be selected. Site fm-nisiwngs and equlpnneut will be selected doing this phase. Submit design development plans to City for review, Meet with City staff to review final Design Development Site Plan and costs. Receive final approval prior to construction document preparation. (1) - Meeting with Cib,, Staff Piaui Design Development Site Plan Updated Opinion of Probable Construction Costsfor Rich Panic 12 SAN JUAN CAMS I RANe'SACRACIFN 10 vnve;.RJM�lespngipop.rom • 194 91 493 26 00 A \r )i(i(_)d I PHASE 4 -CONS I RUC 'I ION DOCUMENTS Cmnm"'my lnspimd'jJw. M, „.._ Rj M GROUP DESIGN During this phase, the Contract Documents are prepared setting forth in detail the requirements for the construction of the project. The project consists of the preparation of the Construction Documents to include final drawings, specifications, calculations, and final'9?ngineers Estimates” for the project in one construction document package based upon the approved Final Design Development Site Plan drawings. Our proposal includes complete landscape architecture, and engineering services required to execute the project. Services during the Construction Document Phase consist of preparation of drawhngs and specifications based on approved Conceptual Design and Design Development Documents, setting forth in detail the Final Construction Documents, Construction Drawings may include: Grading and Drainage Plan Demolition Plan Construction [)fail Planting Plan Construction Details Technical Specifications Splash Pad Manufacturersl2equirenents and Specifications Standard, Special and Technical Provisions Prepare bid package City to provide: Boiler template Copy of standard drawings and specifications Technical specifications for each of the above disciplines will be incorporated into the project manual. Site work construction will he prepared utilizing the `Green Book format. Our proposal has assumed the City will provide Notice hnviting Sealed Bids, Instructions to Bidders, information required by Bidders, Bid Form, Bid Bonds, Agreement, Performance Bond, Payment Bon(1, Insurance DOCUo)c its, Gencr<il Provisions, Generid /Supplernentary Conditions, and General Requirements. Submit plans and to the City at 90% completeness for review and approval. Reline plans per City direction, and submit p1au.S, specifications and estimates at 100% completion to City lbr final approval. Refine plans per Final Plan Check comment's. Attend two (2) meetings witli City to review Plan Check coaunents. Submitfhnal wee stamped plans to the City for printing and distribution to prospective bidders. Provide digital tiles of original Plans and Specifications. MU (2) City staff meetings. 0NA1.1 _PROD UCYS banal Project Plaits, Signed and ,Sealed Digital Files oj'Filial Project Plans and Specifications (it) stmdm-d digital jbrmat acceptable by City) Di,9itrl Copy of Special and Technical Specification Provisions (in Microsoft Word Format) Copy of Final E.Stimate of Probable Construction Costs and Bid Schedule SAN JIIAN CAPISnRANO • SACRAW N1 13 rvo-,e[.17JMde_Ignp,aup. Gum • 19491493'1600 " m Conu+nny Lnpnrrl SnneR, DEIGN i)j., t <.�(;—i GROUP BIDDING AND CONSTRUCTION (Hourly as Roquosteci) Bidding and construCU011 of the faeflides is not included in the Scope of Services, however W14 Design Group is available to answer questions and provide advice curing bidding and amstrucfimn of the project. Below I%, all example of the possible Scope of Services for Construction. Phase 5: CONSTRUCTION SERVICES (Sample Scop(;) BIDDING AND NEGOTIATION The Bidding or Negotiations Phase, following the City's approval of the Construction Documents and of the most recent Statement of Probable Conssuction Cost, we shall provide those services nocessary to assistthe City in obtaining bids m negotiated proposals and in awarding and preparing contracts for construction, A. Addenda Services consist of preparation and distribution of Addenda as may be required during bidding or negotiation and including supplementary Drawings, Specifications, Instructions and notices) of changes in the bidding schedule and procedure, B. Bidding /Negotiations Services consist of: 1. Assistance to City in establishing list of Bidders or proposers. 2. I'requal iff cation of Bidders or propos ers. 4. Responses to questions horn Bidders or proposers and clarifica Wns or interpretations of the Bidding Documents, S. Attendance at bid opening. G. Documentation and distribution of bidding resu Its, C. Analysis of Alternates /Substitutions Services consistof conodemHa n, analysis, comparisons, and recommendations relative to alternates or substitutions proposed by Bidders or proposers either prior or subsequent to receipt of Bids or proposals. D. Bid Evaluation Services consist of: 1. Validation of Bids or proposals. 2. Participation in reviews of Bids or proposals. 3. Evaluation of Bids or proposals. 4. Recommnendadoil on award of Contract(s]. S. Participation in negotiations prior to or following decisions on award of the Conuncty) for Construction. 14 SAN JUAN CANS RANe - SACRAMEN40 wvirelEJMtl¢sl,yrpmulr.cam • [9491493 2600 } Cmnmunhy huPimd SFr, e. mr Rj M DESIGN GROUP PI IASE & CONSTRUCTION SERVICES (Sample Scope) 'fire Construction Contract Administration Phase shall provide those services necessary for the admiuistratiolt of the construction contract. A. Office (.e1)St'UCtoii AthninisU' ition 1. Processing of submittals, including receipt, review oC and appropriate action on Shop Drawings, Product Data, Samples and other submittals required by the Contact Documents. 2_ Distribution of submittals to Owner, Contractor and /or field representative as required. 3. Maiutomnce of master file of submittals. d. Related communications. 5. Respond to clarification requested by the Contractor. 13. construction Field Observation Services consisting of six (6) visits to the project site at intervals appropriate to the stage of construction or its otherwise agreed in writing Co become generally familiar with Che pnrogress mnd quality of the Wolc and to determine in f;eneral if the Work is proceeding in accordance with the Contract Documents, and preparing related reports and communications. C. Supplemental Documents Services consist op. 1. Preparation, reproduction and distribution of supplemental Drawings, Spccifieatiors and interpretations in response to requests for clarifications by Contractor(s) or the City and as required by construction exigencies. D. Quotation Ruquests /Change Orders Services consisting of: 1. Preparation and dist'ibution of Drawings and Specifications to describe Work to be added, deleted or modified. 2. Review of proposals from Contacor(s) for reasonableness of quantities and costs of labor and materials 3. Review and rcrommondadons relative to changes in time for Substan ial Completion. PROJECT SCHEDULE Month 4 1: 3: Final Site Development Plan d: Construclion Documents (9'o ne Uetermiucd based on Final Site 1mn,nt Plan fmn�exitlC Pro'ect _ S: Itiddinq /C,onstnctimn Ohsenvation /Adnnhlis[ration ('i'o fie Determined SAN JUAN CAPISTRANO • SACUMM Nte 15 wwwA?Jtddu,gnq,up.cuni • f9191493 2600 -., 1y(A A lk W r ...•(,y11I 1 v1.a! ;(ejf,i rJ . J':'. .h, i.)(1 z aa+ szd Gommunii}•Jnspu •n $gp�as DESIGN e Proposol RJIVI GROUP 1J II SS ii1WAIL ; It is the objective of our Design 'Team to provide the most. comprehemsiwn yet efficient, approach to the development of City park and Yarborough Park Renovation project. This The includes all costs to be incurred by Rim Design Group, Inc. with the exception of reimbursable expenses. Fees for the work are as follows: Phzaso /Task hec. Phase 'I Project familtadmHon $2pomoo Phase 2 Conceptual Design $17000110 Topographic Survey $1£00-00, Total: $2 5,3 00, 00 Phase. 3 final Site Development Plan " $12,000.00 - $18,000.00 Phase 4 Construction Documents* $201000.00 - $30,000.00 Phase 5 Hiddinganrl Negotiation 1-10H Y Phase G Construction Services HOURLY *Nob.. Fees flo Phases 3 and h are idenfifieci as a range. Upon approval of the Conceptual Design plan, ove can give you a detailed slope and fee proposal for specific work to be compiet:ed in phases 3 and 4 Tins fee summary represents our current understanding of the project scope and complexity. The scope of work and aswun.ed Ws s are smje d to retirement at client's request. RE1MBURSARI F t'XMSTS (fstimated Allowance $5000) When incurred, the following project expenses will be billed at cost in addition to the above be proposal: Printing, plotting, copying, scanning, photography graphic expenses Dclivery and handline of docmomuc shhonno Soils testing RAY 4EKS Payments are due and payable on a monthly basis following the completion o'auy substantial phase of work. Carrying charges for ownhw accounts beyond 30 days of billing date are charged at 7.1%) of the amount due, compounded monthly. ADE)ITIONA[ 4);RVICI?S Professional services not specifically Identified in the scope of Work will he considered additional services and may he performed at C'lient's request,'reimbarsahle at consultant's standard hourly rates. Additional services may include, but are not limited to: • Additional nieetinp presentations, or site vNihsheymad those identified in the scope of work. • hXhd)II' preparation heyon (It hat ide) ItIIled in the scope of Work, • Revisions to documents mininsd as a result of changes in Cltent's direction; changes subsequent to Client's approval; or changes in governmental rock's or regulations. • Design of fmprovements beyond fhe designated project site, or due to changes in project phasing schedule. • Emil, unentofofhercon. ni ILatts not specificallyiclentifiedbedow. SAN JUAN CAP6T iANO • SAGRAWNro 4nw¢R.IMdosigngnnq�Anm • (949149M.600 (.,il%ii fixflh kWAN - v ly:lmk(v M11. ikii1P ill, �(';°i; ,u' i[1t1 a, Community Ir.enin:d $ /lbaik ;. n DESIGN cx) Proposal GROUP CQ II "ANTS, rtt7nitr.y aA•rr. Compensation for additional services will be hilted hourly at our standard rates` below )_2JM.I)li (.iN CRQt1u c_ $9 8400 per hour Projed Manager Principal handscape Architect $145 - $165 per hour Associate Landscape Architect $1.30 - $140 per hoar Landscape Architect 9115 -$125 per hour joh Captain / Landscape Designer $100 - $110 per hour CARD Technician $ 85 - $ 95 per hour Draftsperson $ 70 - $ 80 per hour v✓ord Processor $ 55 - $ 65 per Wwr MCI? CONSULTANTS Principal $9 8400 per hour Projed Manager $138.00 per hour Project 1ngineer $115.00 per hour Project Surveyor $138.00 per hour Design Engineer $103.50 per how, Computer Draftsperson $80.50 per how, Project Assistant $5710 per hour 3 -Man Survey Crew $32210 per hour 2 -Man Survey Crew $26410 per horn S(M ?HNEY &ASSOCIATI-N principal $1 61_00 Project Manager $138.00 hAgntion Designer $10350 AutoCAD Drafters $8125 Admint UTHve Support $74.75 Field Services $14910 TKISC Principal $24910 Sr. Associate $224.25 Associate $212.75 Sr. project manager / Sr. Lighting Design / Sr. System Kngineer $201.25 Project Manager / Lighting Designer /System Engineer .1;1??.50 Engineer /Assistant L)ghting Design / Assistant System Engineer $149.50 Designer $126.50 CAD / 131M Specialist $1.0150 Clerical MET; SAN JOAN CAPNTRANe - SACRANM NIO rnvm.li.IMde;lpnpiou�ncom • 1949) 6934600 311 s�1t yak DESIGN o//�� yy o [IR)I )CJS��'U � GROUP 1AHWgs hw a time and material, and contract extension wort shall be in accordance with the level of work performed hased oil the categories listed above. Hourly rates will be escalated each August 1st: in accordance with mW Increase in the Consumer Price Index or other mutually agreed upon cost: index, beginning with August 1, 201 S. Provisions for fee escalation pertain to all contract extensions and additional work, LIMITS OF LANDSCAPE ARCHITECT'S LIABILITY RIM Design Group shall not responsible or liable for damages resulting firom: Ina<e Punta infoi metion provided by Client or others which directly affects the work of RIM including, but not binned to, surveys, utility plans, soils and geology reports, tfilknown existing, conditions: if the project includes remodeling or rehabilitation, it shall be wtderstood that this type of design requires that certain assumptions be made regarding existing conditions, Joel these assumptions cannot be verified without expendihare of additional funds and /or destruction of o(herwise adequate or serviceahle portions of the sita. Client ogrees Po defend, iude mnify and hold hat ndcx RIM and its offs e rs, el rip] oyees and ('msultants li om any and all liabrhty5 real of a)lcl;ed, for any Ion, ants, damages, awards, attorneys h aN ,.md other expenses in connection with the above items, except liability arising from the sole negligence of RIM. SANJUAN CANWRANO•$ACRA6'ANlO 3 wcn•,.R.RAdeslQngmup.com • P949) 499 -0-600