HomeMy WebLinkAboutID# 15-666 Agreement for Third Street Drainage Design ServicesCITY 0r^
LADE LSINOP E
`u DREAM EXTREMEM
REPORT TO CITY COUNCIL
TO: HONORABLE MAYOR
AND MEMBERS OF THE CITY COUNCIL
FROM: GRANT M YATES
CITY MANAGER
DATE: JULY 14, 2015
SUBJECT: Award Agreement for Professional Services for Third Street Drainage
Design Services
Recommendations
1. Award Agreement for
Professional
Services to Michael Baker
International
Company for the Design
of the Third
Street Drainage Improvement
project.
2. Approve and authorize the City Manager to execute the Agreement in the
amount of $180,016 to Michael Baker International Company, in substantially
the form attached and in such final form as approved by the City Attorney.
Background
The Third Street watershed, located east of Interstate 15, was the subject of a focused
drainage study to evaluate the impacts of proposed developments in the area. A
subsequent hydrology analysis and preliminary design of the preferred storm drain plan
alternative were finalized in May 2015.
Discussion
On June 16, 2015, engineering staff received three design proposals to provide Plans,
Specifications, and Estimates (PS &E) from pre - qualified professional Civil Engineering
firms. In accordance with the Request for Proposal, Michael Baker International
Company was selected based on the following criterion: project understanding,
deliverable plan, resource allocation, and deliverable schedule.
Professional Services Agreement — Thirds Street Drainage Design
July 14, 2015
Page 2
The PS &E scope of work shall include the following:
Survey and Mapping
Utility Research & Coordination
Hydrology & Hydraulics
Construction Phase Support
Geotechnical Investigation
Right -of -way
Construction Drawings & Permits
Plan Checks
Construction is expected to begin in the spring of 2016 following approval of plan
documents.
Fiscal Impact
This project is included in the adopted FY 2015 -2019 Capital Improvement Program
budget and will be financed by funds designated for flood control improvements.
Prepared by: Mia Beltran
Management Analyst
Approved by: Jim Smith
Interim Public Works Director
Approved by: Jason Simpson
Administrative Services Director
Approved by: Grant Yates
City Manager
Attachments: Professional Services Agreement
Michael Baker International Company Proposal
AGREEMENT FOR PROFESSIONAL SERVICES
MICHAEL BAKER INTERNATIONAL COMPANY
Third Street Drainage Improvements, Project No. 4296
PS &E Design Services
This Agreement for Professional Services (the "Agreement ") is made and entered into as
of July 14, 2015, by and between the City of Lake Elsinore, a municipal corporation ( "City ") and
Michael Baker International Company, a California Corporation ( "Consultant ").
RECITALS
The City has determined that it requires the following professional services: Third Street
Drainage Design. The scope of service includes: 100% PS &E, Survey and Mapping Utility
Research & Coordination, Geotechnical Investigation Right -of -way, Hydrology & Hydraulics
Construction Phase Support, Construction Drawings & Permit Plan Checks.
A. Consultant has submitted to City a proposal, dated June 30, 2015, attached
hereto as Exhibit A ( "Consultant's Proposal ") and incorporated herein, to provide professional
services to City pursuant to the terms of this Agreement.
B. 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.
C.
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
1. Scope of Services. Consultant shall perform the services described in
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.
PSA with Michael Baker 3rd St Drainage Page 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), which is attached hereto and
incorporated herein by reference. In no event shall Consultant's compensation exceed ONE
HUNDRED EIGHTY THOUSAND SIXTEEN DOLLARS ($180,016) 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. 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.
6. 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.
i.•-
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.
7. 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
Page 3
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.
8.
possesses no authority with
Independent
City decision beyond rendition
of information, advice,
Contractor.
(FPPC Reg.
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.
9. 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.
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).)
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
Insurance.
with
expense, shall
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. Consultant shall maintain a City of Lake
Elsinore business license.
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 and to the extent of Consultant's
negligence or other wrongful conduct in 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 the sole negligence, active negligence or willful misconduct of the City, its officers, agents,
employees or volunteers
15. Insurance Requirements.
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 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
Page 5
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 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
Page 5
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.
V. 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.
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
With a copy to: City of Lake Elsinore
Attn: City Clerk
130 South Main Street
Lake Elsinore, CA 92530
If to Consultant: Michael Baker International
Attn: Mr, John Tanner III, PE
40810 County Center Dr., Suite 1000
Temecula, CA 92591
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 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
Page 7
any obligation on the part of the
City to pay
or to see
to the payment of any monies due to any
such subcontractor other than as
otherwise
is required
by law.
20. Waiver. Waiver of a breach or default under this Agreement shall not constitute
a continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
21, Severability. If any term or portion of this Agreement is held to be invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
22. Controlling
Law Venue.
This Agreement
and all
matters relating to it shall be
governed by the laws
of the State
of California and
any action brought relating to this
Agreement shall be held
exclusively in
a state court in the
County
of Riverside.
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 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 Aqreement. 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.
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 therefrom.
28. Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry,
sex or age. Such non - discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff
or termination.
29. 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 alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity
shall survive termination of this Agreement.
30. 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.
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:
lerk
APPROVED AS TO FORM:
City Attorney
Attachments: Exhibit A - Consultant's Proposal
Exhibit B - Subcontractors Listed
"CONSULTANT"
Michael Baker International, a Corporation
John D. Tanner III, PE
Vice President
Page 10
EXHIBIT A
SCOPE OF SERVICES & FEE SCHEDULE
EXHIBIT A
I
I hK[ C n U1�C
SCOPE OF WORK
TASK 1 PROJECT KICKOFF MEETING
3rd Street Drainage Improvements
The project manager and key support staff will attend meetings with the City to update the City on
progress. A kickoff meeting will be held with the City to review the scope of services and schedule.
Two (2) progress meetings will be held with the City. In addition to the progress meetings, the
Consultant's team will attend one (1) City Council meeting, if required.
TASK 2 RESEARCH AND INVESTIGATION
Consultant shall complete research and investigation of existing and future constraints and
opportunities affecting the Project Site, including the following:
• Research and investigation of existing and proposed major utilities within the Project
Site.
• Identification of requirements, jurisdictional agencies, and utility districts involved
relative to the Project.
• Review of existing improvement plans affecting the Project including, street and
storm drain.
• Plot existing utilities on the basemap in Autocad, as described in a later task, herein.
A total of twenty hours
(20) have been budgeted
for
this task.
Additional research and
investigation services will
be performed, if required, on
an
hourly basis
for an additional fee.
TASK 3 AERIAL TOPOGRAPHIC MAPPING
Consultant shall prepare an Aerial Topographic Map of the project site, at a scale of V =40', with
one foot contour intervals. The work shall include:
Preparation of a flight plan and layout of ground control targets;
• Field surveying services to set ground control panels and survey their precise positions
on the appropriate coordinate system basis;
• Aerial photogrammetric services;
• Compilation of plannimetric and topographic features from controlled stereo pair
photographs to digital medium,
• Perform field survey check profile observations and office analysis of said
observations to check ground truth of the compiled map within accepted standards.
TASK 4 RECORD DATA MAP PREPARATION
In order to include and plot the record position of the project boundary in approximate orientation
with a specific coordinate system, compiled aerial topographic base data or other overlay
features, Consultant shall perform the following tasks:
Perform research of the available public records via on -line services to obtain maps
and other items that affect the boundary location of the property;
Prepare a preliminary record data map to be used by the field survey crew to search
for a sampling of boundary monuments;
Perform a field survey of said monuments in order to establish orientation of the record
survey data in relation to the coordinate system used in the topographic mapping,
I N T E N N A 7 1 0 N A L Proposal Engineering Services s Page 1
u
L! %tl3 LSIIYOI�I
31" Street Drainage Improvements
• Plot the record boundary lines on the aerial base map, with the understanding of the
City that said record boundary is NOT the result of a comprehensive boundary survey
and analysis, and that it's orientation may disagree substantially from the position
determined by a full boundary survey and analysis;
• The budget for this scope of work is based upon an assumption that adequate and
accessible boundary monumentation exists in the immediate project vicinity to control
this record data survey.
Any cost
associated
with the
preparation and processing of a
Record
of Survey Map, if one
becomes
necessary
as a legal
requirement, shall be covered by
the City.
TASK 5 ADDITIONAL FIELD SURVEYING
Consultant shall perform a field survey of the project site to facilitate engineering design. The
workflow is as follows:
• Perform the following: Field survey to locate items affecting design; office
downloading, reduction and quality control of the digital survey data; and data
conversion to CAD data base and mapping for integration with engineering design
base plans;
• Archive survey field notes.
The location of the following ground surface and /or visible underground items is the primary target
of this survey:
• Existing storm drain system;
• Water meters;
• Manholes;
• Electrical and other above ground dry utility items;
• Sewer cleanouts (if any);
• Driveways;
• Other items affecting design that are not shown on the aerial topographic base map
due to dense vegetation.
The following items are specifically not required and not included in this survey:
• Street cross section's;
• Item outside of the public street easement right -of -way.
TASK 6 GEOTECHNICAL INVESTIGATION
Consultant has included Petra on the project team to perform a geotechnical investigation of the
project site to facilitate engineering design. The workflow is as follows:
• Collect and review readily available literature and maps pertaining to soil and geologic
conditions within and adjacent to the site.
• Review plans and project specifications made available to Consultant /Petra at the time
of our investigation.
• Drill 7 exploratory borings, between 15 and 25 feet below ground surface. All borings
will be drilled utilizing a standard, tract - mounted, hollow -stem auger drilling rig having
the appropriate depth and sampling capabilities. Borings will be backfilled with
excavated soils.
I N T E R N A T 1 0 N A L Proposal Engineering Seivices • Page 2
taiU:Ci.sitaot
3rd Street Drainage Improvements
• Log and field - classify soil materials encountered in each boring in accordance with the
visual - manual procedures outlined in the Unified Soil Classification System and the
ASTM D 2488 -90. All field activities will be performed by or under the direct
observation of a State of California Certified Engineering Geologist.
• Collect representative bulk and undisturbed soil samples for laboratory analysis.
Undisturbed samples will be retrieved at 2- to 5 -foot depth intervals utilizing a
modified - California split -spoon sampler.
Perform appropriate laboratory analysis on soil samples which may include the
following: in -situ and maximum dry density; in -situ and optimum moisture content;
Atterberg limits; expansion potential; direct shear, soluble sulfate and chloride content;
and general soil corrosivity (pH and minimum resistivity).
• Perform geologic and engineering analysis on data collected.
• Prepare a geotechnical report presenting the results of our evaluation and
recommendations for the proposed pipeline in general conformance with the 2013
California Building Code (CBC) and in accordance with applicable state and local
jurisdictional requirements.
In general, the geotechnical report is expected to include the following information:
• A description of site conditions and geotechnical factors that may influence site
development.
• A summary of subsurface conditions as encountered during our field exploration.
• A geotechnical map depicting the locations of our exploratory investigation points.
Logs of the exploratory borings.
• A description of laboratory test procedures and test results.
• Site preparation, grading and ground modification requirements.
• A preliminary discussion regarding temporary excavation stability and sidewall
stabilization requirements (as necessary).
• Acceptability of site soils for use as fill and backfill.
• Presence of groundwater and its potential adverse impact on the site development.
A preliminary assessment of soil corrosivity and adverse effects on concrete and
buried metallic objects.
TASK 7 OFF-SITE HYDROLOGY STUDY REVIEW
Consultant shall review the Drainage Study prepared by the Client's previous engineer to verify
the calculated flow- rates. Said drainage study was not approved, however it did receive one
round of comments from Riverside County Flood Control District (RCFCD). Consultant shall
review the assumptions made and determine if the results appear to be adequate. If it is
determined that additional detail or analysis is required, Consultant shall prepare the necessary
revisions and provide a supplemental document to the original study, which shall be used as the
basis for the Hydrology and Hydraulic Design Report described below.
TASK 8 HYDROLOGY AND HYDRAULIC DESIGN REPORT
Consultant shall prepare a Hydrology and Hydraulic Design Report for the mainline storm drain,
which will be subsequent to the Off -Site Hydrology Study prepared by the city's previous engineer
and described above. The hydrology analysis and report for the local watershed shall use the
rational method as outlined in the Riverside County Hydrology Manual. The storm drain system
I N T E N N A T 1 0 N A L Proposal Engineering Seivices • Page 3
CIO 5 04 �_
I..NKi: Cp LStI'f01_l_
311 Street Drainage Improvements
shall be designed
such that the 100 -year
peak flows are
fully contained in the system. Consultant
shall perform the
necessary catch basin
hydrology and
street capacity calculations to determine
if additional catch
basin or inlet locations
are required to
flood - protect adjacent
properties.
Inlet structures shall be located within the public right of way and shall be designed according to
City /County standards. All inlets shall be designed to capture their 100 -year tributary drainage
area flows and convey the storm flows to the mainline through connector pipes.
A water surface profile reflecting the various junctions and transitions will be prepared to verify
the storm drain design and size /capacity. Friction losses shall be calculated by an accepted form
of the Manning's equation. Hydraulic calculations using WSPG shall be performed by Consultant
to model the proposed storm drain to establish the controlling water surface elevation for the
design.
Consultant shall document analyses and design with calculation sheets or computerized
hydrology /hydraulic analyses using City /District approved software. All process information and
results shall be presented in a Hydrology and Hydraulics Report and presented to the City for
review.
TASK 9 UTILITY COORDINATION
Consultant shall coordinate with the utility company contacts regarding the proposed storm drain
improvement impacts to their facilities. This will include the consultant providing reference plans
to the utility companies /agencies for planning their relocation activities. The utility company will
be responsible for relocation plan preparation and the City will be responsible for negotiating cost
responsibilities with the utility company. Consultant will transmit initial and final plans to the
affected utility companies requesting them to contact the City to coordinate any adjustments and
relocations. Consultant will copy the City on all correspondence.
If required, Consultant will hire a Dry Utility Consultant who will be responsible for coordinating
technical design issues with the utility company, review utility relocation agreements to provide
input and comment from a technical design standpoint, and assisting in schedule management
between the City and utility company as it relates to the overall design schedule. This is executed,
if required, for an additional fee.
All new dry utility facilities will be designed by the dry utility agencies or companies as a part of
the overall dry utility coordination and design process.
Dry utility companies (including any fuel and oil lines) will perform design work with their own
farces in preparing final utility relocation plans. In addition, it has been assumed that the utility
companies will be responsible for preparation of legal descriptions and exhibits for any interim
utility relocations requiring temporary easements. No preparation of legal descriptions and
exhibits for new or revised utility easements is assumed for this task.
All utility appurtenance relocation and adjustment work will be coordinated with the dry utility
companies, and all utility appurtenance relocation and adjustment work will be constructed by the
specific utility company's work forces. All costs for utility appurtenance relocation and adjustment
work will be paid by the City as a direct bill from the utility company.
A budget of 24 hours has been budgeted for this task.
L rr 01
TASK 10 STORM DRAIN PLANS
3f Street Drainage Improvements
Consultant shall design and prepare Storm Drain Improvement Plans for the Flood Control
Facilities associated with the Project Site as shown in the RFP and associated preliminary 3rd
Street Storm Drain Plans. Plans shall be prepared in accordance with the requirements and
criteria of the City of Lake Elsinore and RCFCD. Scope covers the design of approximately 3,200
LF of 36" to 84" RCP, approximately 500 LF of open channel, two (2) headwall and wing wall
structures and tunneling details for the storm drain to cross under the 1 -15 freeway, including bore
pit details.
Any engineering services related to preparation of additional improvement plans for offsite storm
drain extensions, pump stations, structural details, curb and gutter improvements, interim basin
grading at inlets, or other major facilities are not anticipated to be required and therefore, not
included within this scope.
TASK 11 STRUCTURAL CALCULATIONS — HEADWALLS / WINGWALLS
Consultant shall provide civil and structural engineering services related to the preparation of
structural details for the support of the proposed storm drain headwalls and /or wingwalls, if
required. Calculations and details shall be prepared in accordance with the minimum allowable
values provided by CBC 2013. A total of two (2) details are anticipated for this scope of work.
TASK 12 MANIFOLD DESIGN (IF REQUIRED)
If required, Consultant shall prepare the necessary hydraulic calculations and structural design
for a manifold structure, which can be used to transition from the proposed cylindrical pipe to a
box, or parallel pipe system at the crossing under 1 -15. This task may not be required if the
conventional pipe is able to be continued through a tunneling procedure under the freeway.
TASK 13 TECHNICAL SPECIFICATIONS
Consultant shall develop technical specifications as special provisions in conformance with City's
format. This scope of work shall include the preparation of the technical specifications as
referenced to the latest edition of the "Greenbook" Standard Specifications for Public Works
Construction.
TASK 14 ENGINEER'S COST ESTIMATES
Consultant will prepare a final estimate of construction quantities and costs based upon the
approved final drawings utilizing the current edition of the Caltrans Contract Cost Data book and
recent construction bid information. The specific construction items will be verified with
contractors and up -to -date construction management cost data to account for current cost
increases and material cost trends. The final detailed engineer's estimate of the project costs will
be structured per City's format.
Consultant makes no representations concerning the estimated quantities and cost figures made
in connection with maps, plans, specifications, or drawings other than that all such figures are
estimates only, and Consultant shall not be responsible for fluctuations in cost factors.
I N T E R N A T I O N A L Proposal Engineering Services s Page 5
- --
nnn
tz[_�i_sutoi�c 311 Street Drainage Improvements
TASK 15 PLANS SPECIFICATIONS AND ESTIMATE SUBMITTAL
Consultant shall process the completed plans for the purpose of securing approvals and
permits. The plans will be submitted at the 60 %, 90 %, and the 100% level.
TASK 16 PLAN CHECK REVISIONS /APPROVALS /LOCAL AGENCY PERMITS
Consultant shall process the completed plans for the purpose of securing appropriate approvals
and permits from the City, Caltrans, OSHA and RCFCD, as required. Submittals to agencies shall
include all plans and required backup data for review.
Consultant shall receive written comments from all participating agencies and review with City.
Consultant shall draft a response to all agency comments at one time. Consultant will then meet
collectively with all participating agencies to resolve outstanding issues relative to agency
comments. Consultantwill then prepare final dispositions for each review comment for submittal to
the Agencies.
Consultant will make revisions to PS &E documents following plan check for second plan check
submittal and provide final revised quantity take -offs and cost estimates. When revisions have been
made, Consultant will obtain signatures and provide the requested number of stamped plans to the
City.
TASK 17 PROJECT COORDINATION & MEETING ATTENDANCE
Consultant shall attend regularly scheduled meetings with City and Government Agencies to
review the progress of the work included within this contract and to provide consulting services.
A maximum of 40 hours are included within this Scope of Work. Additional meetings and
consulting services will be performed, if required, on an hourly basis for an additional fee.
TASK 18 CONSTRUCTION PHASE SUPPORT SERVICES
Consultant shall provide support to the Client or his representatives as directed during the
construction phase of the project. Scope includes response to Requests for Information (RFI's),
attendance in normal meetings and coordination efforts with various agency representatives
related to the successful completion of the project's construction. A total of forty (40) hours have
been budgeted for this task. Scope does not include the preparation of additional exhibits, plans
or as- builts, which are not described within this scope of work. Additional exhibits can be
prepared, if requested, under a separate contract, for an additional fee.
TASK 19 REIMBURSABLES
Consultant shall, in order to perform the previously discussed tasks, incur reimbursable expenses
such as printing, reproductions, messenger services, facsimiles and other project- specific out -of-
pocket expenses necessary to achieve preparation and processing of the previously discussed
task.
Additional
Services:
Services
which are not specifically identified herein as services to be
performed by Consultant
or its consultants are considered "Additional Services" for
purposes
of this Agreement.
City may
request that Consultant perform services which are
Additional
CIiY )Cd
.�+ PIUnN I' ?TFPu
311 Street Drainage Improvements
Services. However, Consultant is not obligated to perform such Additional Services unless
an amendment to this Agreement has been fully executed setting forth the scope, schedule
and fee for such Additional Services. In the event Consultant performs Additional Services
before receipt of such executed amendment, City acknowledges its obligation to pay for such
services at Consultant's standard rates, within 30 days of receipt of Consultant's invoice.
Assumptions:
• Consultant can rely
on existing plans and documents
made available
by the
City and other
agencies and utility
companies, without independent
verification.
• Traffic Control Plans for construction will be submitted by the Contractor. Traffic control
plans can be provided upon the City's request for a separate scope and fee.
• Sufficient right -of -way exists for the proposed storm drain alignment and no additional
right -of -way or easements will be required.
Exclusions:
Sufficient right -of -way
exists for the
proposed
storm drain alignment
and no additional right -of-
way or easements will
be required.
Consulting services relating to any of the following tasks may be completed by Consultant if
negotiated under a separate contract for an additional fee; but are presently specifically excluded
from this agreement:
• Street Improvement Plans/Widening;
• Design for areas outside limit of work;
• Final Survey Monuments;
• Construction Staking;
• NOI /SWPPP;
• WQMP;
• Traffic Control Plans;
• Environmental documentation /processing;
• Hazardous wastes,
• Potholing;
• QSP Services;
• Construction Management;
• Settlement Monitoring (Caltrans)
• As -Built Plans
• Any other services not specifically set forth in the above Scope of Services
Client Responsibilities:
City shall provide access to the site.
I N T E R N A T 1 0 N A L Proposal Engineering Services • Page 7
cn ,
Lil_�<I cot's I IY01I;
,, x111.,,
311 Street Drainage Improvements
• City to provide any and all indemnification, abatement, disposal or other actions
required by local, state or federal law regarding hazardous materials.
• City shall pay all governmental fees and costs.
I N T E R N A T I O N A L Proposal Engineering Seivires •Page 8
CIIV OI
L isir{oiZ>
COMPENSATION
31R Street Drainage Improvements
Consultant shall complete the work outlined above in accordance with the fee schedule
identified below and shall invoice City on a monthly basis based on the percentage of
completion.
ITEM FEE
TASK
1
Project Kickoff Meeting .............. ............................... .........................$5,844
TASK2
Research and Investigation.. ......................... ......................................
4,879
TASK
3
Aerial Topographic Mapping .................................... ............................
6,460
TASK4
Record Data Map Preparation ..... ............................... ..........................4,320
TASK5
Additional Field Surveying ........... ............................... ..........................3,660
TASK
6
Geotechnical Investigation ..............................................................
...10,560
TASK
7
Off -Site Hydrology Study Review .................................. .......................
9,150
TASK
8
Hydrology and Hydraulic Design Report ................... .........................18,472
TASK9
Utility Coordination ....................... ...................................... ..................
4,070
TASK10
Storm Drain Plans... ............................................................. .............
50,242
TASK
11
Structural Calculations — Headwalls / Wingwalls ................... ............
...8,512
TASK
12
Manifold Design (If Required) ................................ ...............................
6,847
TASK13
Technical Specifications ............... ........................................................
8,188
TASK14
Engineer's Cost Estimates .......... ............................... ..........................4,112
TASK
15
Plans, Specifications, and Estimate Submittal ...........................
........... 3,936
TASK
16
Plan Check Revisions /Approvals /Local Agency Permits ...............
..... 14,684
TASK
17 *
Project Coordination & Meeting Attendance ........ .................................
7,040
TASK
18
Construction Phase Support Services ............. .....................................
7,040
TASK19
Reimbursables ........ ................... . .........................................................
2,000
TOTAL AMOUNT $180,016.00
A The budget amount shown is for authorization purposes only. Should the total of the
monthly billings reach eighty percent (80 %) of the budget amount, City and Consultant will
I N T E R N A T 1 0 N A L Proposal Engineering Seivices • Page 9
n m
LAKE G }LSIIYOI�I„
+ni.v.i uhur�+.
3r1 Street Drainage Improvements
review the status of the
work to determine the
need for an increase
in
the budget amount,
and whether additional
budget authorization to
complete the project
is
appropriate.
Progress billings will be forwarded to the City on a monthly basis. These billings will include
the fees earned for the billing period plus all direct costs advanced by Consultant.
City requiring copies of original receipts for expenses in addition to itemized expenses as
shown on monthly invoice will incur an additional 15% administrative handling surcharge
included on the monthly invoice.
The
City
shall make every reasonable effort to
review invoices within fifteen (15) working
days
from
the date of receipt of the invoices and
notify Consultant in writing of any particular
item
that
is alleged to be incorrect.
The fees proposed herein shall apply until December 31, 2015. Due to ever - changing costs,
Consultant may increase those portions of the contract fee for which work must still be
completed after December 31, 2015 by ten percent (10 %).
Page 1
INTERNATIONAL Proposal Engineering Services .Page 10