HomeMy WebLinkAboutItem No. 15 PSA Bucknam Infrastructure Group, Inc. 2021 Pavement ProgramCity Council Agenda Report
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: TMP 21-241
Agenda Date: 6/22/2021 Status: PassedVersion: 1
File Type: Council Consent
Calendar
In Control: City Council / Successor Agency
Agenda Number: 15)
Professional Services Agreement with Bucknam Infrastructure Group, Inc. for the 2021
Pavement Management Program
Authorize the City Manager to execute a Professional Services Agreement with Bucknam Infrastructure
Group, Inc. in the amount of $ $57,898.00 plus a 10% contingency for the 2021 Pavement Management
Program in such final form as approved by the City Attorney.
Page 1 City of Lake Elsinore Printed on 12/29/2023
Page 1 of 2
REPORT TO CITY COUNCIL
To: Honorable Mayor and Members of the City Council
From: Jason Simpson, City Manager
Prepared By: Remon Habib, City Engineer
Date: June 22, 2021
Subject: Professional Services Agreement with Bucknam Infrastructure Group, Inc.
for the 2021 Pavement Management Program
Recommendation
Authorize the City Manager to execute a Professional Services Agreement with Bucknam
Infrastructure Group, Inc. in the amount of $ $57,898.00 plus a 10% contingency for the 2021
Pavement Management Program in such final form as approved by the City Attorney.
Background
The City's roadways consist of approximately 214 centerline miles of paved streets. The
roadways are divided into two networks: Arterial/Collector and Local Streets.
52.2 centerline miles of Arterial/Collector roadways
161.8 centerline miles of Local residential roads
The last pavement condition survey performed for both the Arterial/Collector and Local roads
was in 2017. Since the last inspection, the condition of the pavement network has significantly
changed due to weather, wear, and increase in usage. In addition, roadway segments have
been accepted by the City since the last evaluation and have yet to be rated. To develop a
fiscally efficient 5-year maintenance and rehabilitation strategy, the City must have up-to-date
pavement deterioration data.
The consultant will survey the entire network of pavement in the city and assign a PCI
(Pavement Condition Index) rating. Upon completion of the PCI rating, the consultant will
prepare a final pavement management report. The report will include current conditions and
recommendations for maintenance and/or repair.
Discussion
The firm selected to perform the scope of services is Bucknam Infrastructure Group, Inc. They
will perform:
Page 2 of 2
- Perform a condition survey of the City’s pavement network. Distress severity and type
will be collected based upon actual surface conditions and physical characteristics of
each roadway segment.
- Update the City’s GIS linkages for the existing roadway network.
- Live GIS files will be used to enhance survey locations, data access, and quality control
measures.
- Digital video capture of pavement condition through a front-facing vehicle-mounted
camera.
- Update the city’s network PCI data.
- Provide a 5-year maintenance plan based on the city’s budget and based on projected
deterioration rates.
The anticipated duration of the contract is from July through November of 2021.
Fiscal Impact
The funding allocation for this project is within the adopted CIP Budget.
Exhibits
A – Agreement
B – Proposal
@BCL@340F94B6 Page 1
AGREEMENT FOR PROFESSIONAL SERVICES
Bucknam Infrastructure Group, Inc.
Pavement Management Program
This Agreement for Professional Services (the “Agreement”) is made and entered into as
of June 22, 2021, by and between the City of Lake Elsinore, a municipal corporation (‘‘City") and
Bucknam Infrastructure Group, Inc., a California corporation ("Consultant").
RECITALS
A. The City has determined that it requires the following professional services:
Pavement Management Program – Infrastructure Management Methodologies
B. Consultant has submitted to City a proposal, dated May 13, 2021, 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
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, 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.
Page 2
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 Fifty
Seven Thousand Eight Hundred Ninety-Eight dollars ($57,898) 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. Consultant 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. Consultant’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 Consultant provides services. Consultant’s bills shall include a brief
description of the services performed, the date the services were performed, the number of hours
spent and by whom, and a description of any reimbursable expenditures. City shall pay
Consultant no later than forty-five (45) days after receipt of the monthly invoice by City staff.
5. Background Checks. At any time during the term of this Agreement, the City
reserves the right to make an independent investigation into the background of Consultant’s
personnel who perform work required by this Agreement, including but not limited to their
references, character, address history, past employment, education, social security number
validation, and criminal or police records, for the purpose of confirming that such personnel are
lawfully employed, qualified to provide the subject service or pose a risk to the s afety of persons
or property in and around the vicinity of where the services will be rendered or City Hall. If the City
makes a reasonable determination that any of Consultant’s prospective or then current personnel
is deemed objectionable, then the City may notify Consultant of the same. Consultant shall not
use that personnel to perform work required by this Agreement, and if necessary, shall replace
him or her with a suitable worker.
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.
Page 3
7. Plans, Studies, Documents.
a. 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 shall have sole
determination of the public’s rights to documents under the Public Records Act, and any third-
party requests of Consultant shall be immediately referred to City, without any other actions by
Consultant.
b. 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.
c. 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.
8. Consultant’s Books and Records.
a. Consultant shall maintain any and all ledgers, books of account, invoices,
vouchers, canceled checks, and other records or documents evidencing or relating to charges for
services, or expenditures and disbursements charged to City for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to Consultant to
this Agreement.
Page 4
b. Consultant shall maintain all documents and records which demonstrate
performance under this Agreement for a minimum period of three (3) years, or for any longer
period required by law, from the date of termination or completion of this Agreement.
c. Any records or documents required to be maintained pursuant to this
Agreement shall be made available for inspection or audit, at any time during regular business
hours, upon written request by the City Manager, City Attorney, City Auditor or a designated
representative of these officers. Copies of such documents shall be provided to the City for
inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually
agreed upon, the records shall be available at Consultant’s address indicated for receipt of notices
in this Agreement.
d. Where City has reason to believe that such records or documents may be
lost or discarded due to dissolution, disbandment or termination of Consultant’s business, City
may, by written request by any of the above-named officers, require that custody of the records
be given to the City and that the records and documents be maintained in City Hall. Access to
such records and documents shall be granted to any party authorized by Consultant, Consultant’s
representatives, or Consultant’s successor-in-interest.
9. Independent Contractor.
a. Consultant is and shall at all times remain as to the City a wholly
independent contractor pursuant to California Labor Code Section 3353. The personnel
performing the services under this Agreement on behalf of Consultant shall at all times be under
Consultant’s exclusive direction and control. Neither City nor any of its officers, employees, or
agents shall have control over the conduct of Consultant or any of Consultant’s officers,
employees, or agents, except as set forth in this Agreement. Consultant shall not at any time or
in any manner represent that it or any of its officers, employees, or agents are in any manner
officers, employees, or agents of the City. Consultant shall not incur or have the power to incur
any debt, obligation, or liability whatsoever against City, or bind City in any manner.
b. Notwithstanding any other federal, state and local laws, codes, ordinances
and regulations to the contrary and except for the fees paid to Consultant as provided in the
Agreement, Consultant and any of its employees, agents, and subcontractors providing service
under this Agreement shall not qualify for or become entitled to, and hereby agr ee 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. 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.
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
Page 5
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
standard of quality ordinarily to be expected of competent professionals in Consultant’s field of
expertise.
13. Compliance with Laws.
a. Consultant shall comply with all local, state and federal laws and
regulations applicable to the services required hereunder, including any rule, regulation or bylaw
governing the conduct or performance of Consultant and/or its employees, officers, or board
members.
b. Consultant represents that it has obtained and will maintain at all times
during the term of this Agreement all professional and/or business licenses, certifications and/or
permits necessary for performing the services described in this Agreement, including a City
business license.
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. Indemnity. 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
Page 6
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
liability under this indemnification and hold harmless clause. This indemnification and hold
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
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.
Page 7
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. Notwithstanding any inconsistent statement in any required
insurance policies or any subsequent endorsements attached thereto, the protection
offered by all policies, except for Workers’ Compensation, shall bear an endorsement
whereby it is provided that, the City and its officers, employees, servants, volunteers and
agents and independent contractors, including without limitation, the City Manager and
City Attorney, are named as additional insureds. Additional insureds shall be entitled to
the full benefit of all insurance policies in the same manner and to the same extent as any
other insureds and there shall be no limitation to the benefits conferred upon them other
than policy limits to coverages.
ii. This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents and volunteers.
Any insurance maintained by the City, including any self-insured retention the City may
have, shall be considered excess insurance only and shall not contribute with it.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv. The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees or agents.
v. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
vi. The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
Page 8
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
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: Bucknam Infrastructure Group, Inc.
Attn: Peter Bucknam
3548 Seagate Way, Ste 230
Oceanside, CA 92056
18. 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 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.
19. 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.
20. 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.
Page 9
21. 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.
22. 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.
23. 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.
24. 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 W age 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.
25. 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.
26. 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.
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
Page 10
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.
28. Counterparts. 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.
29. Entire Agreement; Incorporation; Conflict. This Agreement contains the entire
understanding between the parties relating to the obligations described herein. All prior or
contemporaneous understandings, agreements, representations and statements, oral or written,
are superseded in total by this Agreement and shall be of no further force or effect. Consultant’s
Proposal is incorporated only for the description of the scope of services and/or the schedule of
performance and no other terms and conditions from such proposal shall apply to this Agreement
unless specifically agreed to in writing. In the event of conflict, this Agreement shall take
precedence over those contained in the Consultant’s Proposal.
30. 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.
[Signatures on next page]
Page 11
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the
date first written above.
Click or tap here to enter text.
“CITY”
CITY OF LAKE ELSINORE, a municipal
corporation
City Manager
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
Administrative Services Director
“CONSULTANT”
Bucknam Infrastructure Group, Inc., a
California corporation
By: Peter Bucknam
Its: President/Project Manager
Attachments: Exhibit A – Consultant’s Proposal
Exhibit B – List of Subcontractors
EXHIBIT A
EXHIBIT A
CONSULTANT’S PROPOSAL
[ATTACHED]
EXHIBIT B
EXHIBIT B
LIST OF SUBCONTRACTORS
[ATTACHED]
May 13, 2021
Mr. Carlos Norvani, LEED AP
Land Development Engineer
City of Lake Elsinore
130 S. Main Street
Lake Elsinore, CA 92530
Subject: Proposal for 2021 Pavement Management Program Services
Dear Carlos:
It is our pleasure to submit our proposal to assist the City of Lake Elsinore in the continued,
proactive management of your Pavement Management Program (PMP). With the City seeking to
move toward stronger infrastructure management methodologies through advanced pavement
inspections, PMP software use, Capital Improvement reporting (CIP), County compliance and GIS
development, Bucknam Infrastructure Group, Inc. has identified a proactive and cost efficient
method to assist the City in implementing a successful PMP. Our team will focus our long-term
PMP knowledge, extensive - Riverside County experience and GIS/GPS technologies to optimize
the City’s maintenance dollars by implementing a manageable and reliable PMP methodology.
Our PMP services are provided through cost-conscience pavement inspections, annual work
history updates, fiscal year CIP reporting, annual budgetary reporting, GIS support for the PMP
and general database management. Our firm is unique in that we provide:
Relevant and accurate PMP services based on our ongoing work with numerous Los
Angeles, Orange County and San Diego local agencies such as:
o 25 Los Angeles County local agencies;
o 15 Orange County local agencies; and
o 13 San Diego/Inland Empire local agencies (i.e. Murrieta, Menifee, Lake Elsinore,
Vista, Indian Wells, Solana Beach, etc.);
Army Corps of Engineers ASTM D6433-20 compliant surveying, reporting and pavement
analysis on an annual basis;
Our project manager has worked within the SoCal Pavement Management industry for
over twenty (20) years and has worked extensively with MicroPAVER, StreetSaver and
CarteGraph PMP software’s through turn-key data conversion projects to long-term,
proactive pavement CIP scheduling that relies on accurate and cost-efficient bid
documentation;
Project/engineering experience that brings the understanding that MicroPAVER results
are not set in stone; we proactively use the available data to enhance budget forecasting
and CIP/O&M project planning;
Cost effective management methodologies, from the project kickoff through final
reporting, gained through our Project Manager’s experience and use of GIS tablet-based
/ MyRoads™; and
Professional Engineering experience through Mr. Steve Bucknam, P.E. who brings 40+
years of public/private local agency experience. Mr. Bucknam has served as City Engineer,
Deputy City Manager, Design Engineer and Utilities Director for numerous public
agencies.
As Project Manager, my goal is not just to meet the requirements of this project but establish a
living document (Arterial & Local pavement CIP submittal) that will be used throughout the term
of the CIP as well as implement achievable long-term infrastructure management goals in
coordination with City schedules. Our deliverables will be used to strategize and improve upon
the City’s Pavement CIP for Arterial and Locals.
By selecting Bucknam Infrastructure Group, Inc., the City of Lake Elsinore will continue to receive
a strong, knowledgeable, innovative, and communicative team with the experience to implement
a cost-effective pavement management program. Our handpicked pavement management
professionals are committed to delivering quality services to the City. Mr. Peter Bucknam will
represent our firm for this project and can be contacted at 760-216-6529 (work) 714-501-1024
(cell) or email at peter@bucknam-inc.com.
In order to streamline project management and work schedules, all work efforts will be conducted
through our office in Oceanside, CA.
Respectfully submitted,
Bucknam Infrastructure Group, Inc.
Peter J. Bucknam
President/Project Manager
Scope of Work
City of Lake Elsinore 1-1
2021 Pavement Management Program
Scope of Services
We have defined a detailed scope of work in accordance to the City’s goals;
1. Project Implementation
2. Client Satisfaction
3. Project Schedule
4. Scope of Work (Major Tasks)
5. Optional Tasks (As-Needed Services)
1) Project Implementation
TASK 1.1: Project Kickoff
The first step in implementing a successful pavement management program truly resides
in frequent communication and timely scheduled data updates. For the City of Lake
Elsinore it will be essential to establish, up front, the Public Works/Engineering pavement
management priorities. Our team will set a Project Kickoff meeting to further discuss and
review in detail the expectations of the project, technical approach to the street network,
section ID management & 214 miles of street surveys (Arterials, Locals), County
compliance, finalization of the scope of work and the review of schedule.
This effort will build consensus between the Public Works and Engineering departments
as well as build stronger ARTERIAL and LOCAL maintenance programs. The first key topics
to be discussed will include the review and assessment of the existing MicroPAVER
pavement plan/data and survey areas based on recent maintenance work / schedules,
new construction, data quality and condition, current pavement procedures, historical
expenditure levels, and desired service levels.
Deliverable: Meeting minutes, revised project schedule (if necessary)
TASK 1.2: Project Status Meetings - Quality Control Program
Status Meetings and Progress Reports
Minimum of four meetings during the project (kickoff, field, and status meetings
– 30%, 65% and 100% )
Field review meetings
Monthly progress status reports will be delivered to City project manager
Quality Control (QC)
We will use a statistical sampling approach for measuring the quality of our field
technician’s work. In this manner, 10 percent (21 miles out of 214 miles) of the original
surveys will be re-surveyed by an independent survey crew, supervised by a field
supervisor, and the results will be compared to the original surveys.
Scope of Work
City of Lake Elsinore 1-2
2021 Pavement Management Program
Our QC process involves checking the field crews’ work in a “blind study” fashion. Quality
control checks will be performed at the end of each survey week. This will ensure that all
field personnel are properly collecting distresses and pavement quantities for all street
segments. Since we are collecting distress information on our field Tablets with the
Lake Elsinore PMP database live, our staff will perform several quality control tests
within the MicroPAVER software using a sample set of the City of Lake Elsinore’s street
distress data. This will ensure that all system and analysis settings as well as City
recommendations and standards are being followed.
Bucknam has submitted five (5) PMP compliant reports for Inland Empire/SD
municipalities, they include:
Over the past two years, Bucknam has submitted twenty-seven (27) METRO compliant
reports for LA municipalities, they include:
Over the past year, Bucknam has submitted fifteen (15) OCTA compliant reports for OC
municipalities, they include:
Scope of Work
City of Lake Elsinore 1-3
2021 Pavement Management Program
Our surveys follow the accepted ASTM D6433-20 procedure requirements. A copy of the
QA/QC plan utilized by our staff during the project will be submitted along with the PMP
certification documents. Our staff attends the OCTA PMP Distress Training Classes held
in each year, 2011 thru 2021. In February 2021 our staff was acknowledged as “qualified
inspectors and firm” to prepare Pavement Management Plans compliant with the OCTA
Countywide Pavement Management Guidelines (this certification/compliance runs
through June 2023).
2) Client Satisfaction
TASK 2.1: Project Deliverables
Shown throughout our Scope of Work, each Task is summarized with project deliverables. Client
satisfaction will derive from frequent communication with the Project Manager and key staff
members from the Public Works and Street Maintenance departments.
Project success is created by delivering on three main factors; 1) Adherence to scope tasks and
deliverables, 2) Performing to the standard set by the Project Schedule and 3) Controlling costs.
Our Project Manager will follow each of these factors throughout the duration of the project.
Deliverable: Project Status Updates, as stated in Task 1.2
3) Project Schedule
TASK 3.1: Work Flow / Project Schedule
Our project schedule shows each major task identified in our scope of work, as well as quality
control milestones and meetings. Bucknam currently has ample staff to apply to this project in
order to meet an aggressive schedule (two field technicians will drive the proactive schedule).
See key milestone dates from the project schedule below (pending NTP date):
Project Kickoff – June 8, 2021
Survey Completion – August 30, 2021
Delivery of draft PMP – September 17, 2021
City comments returned to Consultant – September 24, 2021
Delivery of City CIP Final Report – September 30, 2021
o Lake Elsinore CIP data/Final Report, reporting and revenue projections will be
submitted by September., 2021
o All necessary PMP data, reporting and revenue projections will be submitted prior
to September, 2021
Publication and use of Lake Elsinore MyRoads™ PMP web-portal;
Scope of Work
City of Lake Elsinore 1-4
2021 Pavement Management Program
o All pavement and GIS data pertinent to the project deliverables will be submitted
with the Final PMP report
4) Scope of Work (Major Tasks)
TASK 4.1: PMP Assessment and Implementation of PMP Database
Bucknam will update the Lake Elsinore Pavement Management database by utilizing the Army
Corps of Engineers “MicroPAVER” software. It is our understanding that the City wishes to utilize
Bucknam’s MicroPAVER license in order to perform all necessary data updates, inspections and
reporting. Our staff will assess and qualify all pavement segments utilizing ASTM D6433 standards
and will ensure that all publicly maintain streets are within the database.
Based on the pavement maintenance, rehabilitation and reconstruction activities that have been
performed over the past four years through City staff (as well as contractual CIP projects) our staff
will review all street activities (initial work history already in-hand). This data will be entered into
MicroPAVER to enhance weighted PCI’s and the recommendations for the upcoming budgetary
analysis and CIP reporting.
Deliverable: Citywide Work History Report
TASK 4.2: Conduct Pavement Condition Survey
Once the pavement segmentation has been assessed and
verified, the inspection of 214 Arterial, Collector and Local miles
will be performed.
Our survey methodologies will include the following approach
based on the City’s cost and benefit analysis:
1. Walking - All sections are surveyed through walking
methodologies. Distress types will be collected based
upon actual surface conditions and physical
characteristics of the segment.
2. Surveying methods will be conducted by remaining
consistent with ASTM D6433-20 & the Army Corp of Engineers “network” sampling
guidelines.
All sample locations are observed through walking surveys; samples areas will cover a
minimum of 20% of the total section area and will be 2,500 SF +/- 1,000 SF in size.
According to the City’s request the following pavement sections are to be surveyed for
the upcoming 2021 PMP update:
The inspection of approximately 214 miles of Arterial / Collector and Local segments
will be performed (citywide survey);
No private streets will be surveyed under this effort.
Scope of Work
City of Lake Elsinore 1-5
2021 Pavement Management Program
Our use of MicroPAVER-Tablet units allows our staff to collect pavement data with the City of Lake
Elsinore’s MicroPAVER database live in the field. At the end of the day all electronic data is
transferred to our office for quality control and management.
Our MicroPAVER-Tablet methodology
sets us apart from the competition
since we are using a paper-less
inventory process to enter data; this
in turn generates cost savings to
enhance the project schedule and
other portions of the project such as
CIP reporting, GIS services and on-call
services.
Roadway Verification Survey - A listing of the field attribute data that is updated/verified during
the survey for the pavement management database is listed below:
1. Field Attribute Data (updated and/or verified)
From/to, indicating the assigned limits of the section, sample test areas, street name,
Street ranking indicating local, arterial, collector, # of lanes, surface type
Historical PCI tracking from previous inspections and 2021 PCI inspections
Segment quantities, indicating the length, width, and total true area of the section
Pavement segment and PCI “Variance” analysis and report
2. Conditional data will be evaluated for all street segments and will include:
MicroPAVER 20 AC & 19 PCC distresses by type, severity and sample area
PCI ratings (0-100), taking into account the surface condition, level of distress
We welcome staff from the City to join our surveys. All pavement data will be entered into the
most current MicroPAVER license (version 7-Bucknam license). All items listed above will be
maintained by our staff for the duration of this project. Data management will be performed in-
house at our Oceanside office.
3. Section Distress and PCI Reporting
Upon 50% and 100% completion of the required condition surveys, we will prepare draft PCI
Reports and PCI GIS maps that document the conditions of all pavement segments. This report
will provide the necessary information within MicroPAVER for the City to use and manipulate
projected street rehabilitation and maintenance projects.
Included in the report will be updated pavement performance curves and maintenance decision
models. The City and our staff will review the PCI reports to ensure that all inventory data is
correct and the project is running smoothly. Our report will include:
PCI report - Sorted by Name (A to Z), PCI Order (0-100), Zone (1, 2, 3, etc.)
Pavement segment and PCI “Variance Report”
Scope of Work
City of Lake Elsinore 1-6
2021 Pavement Management Program
Work history report
GIS Maps presenting PCI findings; by zone and by section
Once the City has reviewed, assessed and commented on the draft report, we will address all
comments made and deliver the final reports.
Deliverable: Citywide PCI reports, compliant PCI reports, updated MicroPAVER database
Optional Service
TASK 4.2a - AC/PCC AI Cloud-based SF Calculation (Bucknam-Fuscoe)
Accurate pavement quantities is a cornerstone value to any pavement management program;
Bucknam-Fuscoe now provides a Automated Intelligence (AI) to our Public Works clients that
calculates your citywide PMP segment quantities in hours not days. By using the City of Lake
Elsinore’s most recent aerial image or Bucknam’s Nearmap aerials all AC and PCC pavement areas
are immediately calculated. This instant calculation is possible due to the cloud-based learning
tech’s inherent working knowledge of how to recognize pavement surfaces and AC/PCC types.
This ability will allow Bucknam to obtain the necessary quality control measurements for all Lake
Elsinore’s segments and to perform segment SF variance reports. This will in turn create a more
accurate square footage of the Lake Elsinore network as well as for each unique pavement
segments (see sample below).
We will review/assess new and/or missing streets previously excluded from the last PMP update
and create the necessary segmentation within the Lake Elsinore PMP database + GIS links.
Scope of Work
City of Lake Elsinore 1-7
2021 Pavement Management Program
Bucknam will provide the City with an updated PMP network centerline mileage in conjunction
with the City’s GIS. We have shown this Optional service cost within our fee proposal.
TASK 4.3: Mapping and GIS Update
As an enhancement and proactive
approach to this project, our staff will
update the existing Pavement-GIS link
between MicroPAVER and the City’s GIS
system. Our staff will review, with City
staff, all ongoing upcoming capital projects
that may impact the GIS mapping delivered
for this project.
The maps described below will be
incorporated into the City’s Final PMP
report:
PCI values for every section
Work History identifications
5-yr Arterial / Local Rehabilitation and Slurry Seal Programs
Functional classification maps
Once the City has approved the Pavement Condition Report, we will update the necessary
MicroPAVER-GIS linkages (street names will be shown on all maps). By using the unique ID’s
within the PMP and the City’s ESRI street shapefile ID’s, we will create a one-to-one match for
each pavement section in the GIS. Additionally, we will provide hyperlink’s within the delivered
GIS data that will allow staff access to the PMP segment video’s described in Task 4.6. Our staff
will coordinate all project deliveries with the Public Works and the GIS division to ensure that the
most current and accurate PMP-GIS maps are represented within the City’s GIS enterprise.
Deliverable: Complete GIS files/themes based on list above (shapefiles).
DEVELOP RECOMMENDED MASTER PLAN OF STREETS
TASK 4.4: Preparation of Multi-yr Pavement CIP – Final Report
With the City desiring to update and develop a comprehensive multi-year Pavement CIP internally,
our staff will review all pavement treatments that were previously recommended as well as
current 2021 applications. Through our experience in developing numerous pavement CIP reports
on a yearly basis, we will support city staff through each essential phase of the development of
the CIP. These services will include:
Review and determination of maintenance strategies
Scope of Work
City of Lake Elsinore 1-8
2021 Pavement Management Program
Review of grant applications and status
Analysis of alternative pavement materials and applications for possible use by the City in
upcoming years
We will assist the City by preparing the report in a format that uses the information found in the
PCI reports in conjunction with the information and analyses performed by our team. The report
will include:
Current inventory and pavement conditions indices (PCI) shown in tabular and GIS layouts
for all road classes and surface types (pavement condition report, priority listings)
Assessment of current unit costs for materials and application of asphalt treatments as well
as future costs over the five-year program.
Projected annual repair/rehabilitation programs for street maintenance, for each street, for
a defined CIP term (Pavement CIP report) that demonstrates the greatest return on
investment
Three options will be included in the CIP report, they typically include:
#1 – Model current “actual budget” funding against found 2021 conditions
#2 – Model a recommended report that proactively increases the City’s weighted
PCI and lowers backlog of maintenance
#3 – Model a constrained budget to demonstrate the impacts of reducing CIP and
maintenance funding
Identification of potential funding sources for the street rehabilitation projects.
Recommendations for each section and/or neighborhood zones will be identified that will
include maintenance type, estimated cost to complete and encumbered inflation.
A distinct and separate section will identify the City’s annual slurry seal program that will
cover yearly priority recommendations, neighborhood programs and annual estimated
costs
A detailed breakdown of deferred maintenance (backlog) which will allow the City to
measure and understand its impact to current and future capital projects
Final budgetary mapping will include: recommended maintenance year, specific
minor/major recommendations, PCI’s
Deliverable: We will submit two copies (one original) of the draft Final PMP Report, in binder
form, to be reviewed by the City. Two (2) copies of the Final Pavement Management Program
Report will be delivered to the City once all comments and reviews are completed. Digital
copies of the Final report and original final project files will also be delivered to the City as well.
Scope of Work
City of Lake Elsinore 1-9
2021 Pavement Management Program
TASK 4.5: Lake Elsinore MyRoads™ PMP Web-Portal
Lake Elsinore MyRoads™ Web-
Portal - Bucknam now provides all
our PMP clients with our unique
and agency driven “MyRoads™”
web-portal that provides
instantaneous access to your
pavement management database.
This “dashboard” allows users to
toggle through individual sections
via GIS map selection or drop-down
queries; select by zone, PCI range,
rank, etc. to review all section
metrics, latest/previous
inspections, work histories
generate filtered PCI reports and
identify potential maintenance
costs based upon your unique
needs.
Bucknam has shown above the
Lake Elsinore MyRoads™ actively
working! This tool will be accessed by City staff simply through a Username/Password webpage
login methodology. As changes are made to the Lake Elsinore PMP database the MyRoads™
dataset is changed to reflect work history edits, PCI inspections, GIS and section changes.
In summary, MyRoads™ allows the user perform the following dynamic functions:
Query for a specific pavement segment to view its inspection PCI, work history and
inspection history on one dashboard;
Filter for pavement sections within a defined zone, PCI range and/or functional class;
Select a pavement section or grouping of section through the on-board GIS tool;
Calculate slurry, overlay and reconstruction cost estimates for preliminary PS&E;
Displays all final GIS project maps (PCI, work history, 5-yr forecasted maintenance, etc.)
Scope of Work
City of Lake Elsinore 1-10
2021 Pavement Management Program
TASK 4.6: Video Recording of Pavement Segmentation
Per the City’s request, Bucknam will utilize high-resolution (4K) imaging to record digital video
data for each unique pavement section. A vehicle mounted camera and recording system will be
utilized to capture all necessary videos along a given pavement sections limits (from-to). The
unique pavement segmentation will be derived from the existing Lake Elsinore PMP data actively
being used by the City. All videos will be edited and linked to the existing Section ID.
Bucknam will provide video hyperlinks within the final PMP spreadsheet and GIS deliverables that
will allow staff to access each individual segment through Excel and/or ESRI GIS Enterprise /
ArcMap application.
TASK 4.7: As-Needed PMP Services
Pavement Management Program Support
With the City implementing a biennial PMP management schedule Bucknam will provide annual
PMP support that will cover data previously submitted by our staff. If additional services outside
the identified scope of work above are requested Bucknam will provide timely and proactive
services to the City. Additional As-Needed services typically include:
Additional budget scenarios, general reporting, deterioration studies
Additional visual inspections above the mileage amount indicated in Task 4.2
Additional pavement management – GIS mapping
Additional MicroPAVER training, operation use
Review of geotechnical, PS&E plan sets or other PMP related studies from outside
agencies;
Also, if requested, Bucknam will assess and review the City’s upcoming maintenance schedule for
that fiscal year. The agreement will continue to include the provision of onsite and telephone
support for the City staff.
Scope of Work
City of Lake Elsinore 1-11
2021 Pavement Management Program
Proposed Fee
Task Items 1 through 4 can be accomplished on a time and materials, not-to-exceed basis in
accordance with the standard hourly rate schedule attached. Our anticipated fee including labor
and reimbursable expenses is projected to be $57,898 for a four-month period.
Should the City desire to increase the service level above the hours outlined above for the Task
items 1 through 4 or require other services not described herein, a fee adjustment would be
negotiated and mutually agreed upon by both parties. We have included our fee schedule below
for the City consideration.
As indicated within our fee, all tasks are negotiable.
Scope of Work
City of Lake Elsinore 1-12
2021 Pavement Management Program
Standard Hourly Rate Schedule
Category Rate
Principal $ 295
Senior Project Manager 215
Senior Engineer / Planner 195
Pavement Management Project Manager 190
Management Analyst 165
Project Engineer / Planner 155
Sr. Engineer / Sr. Technician / GIS Manager / Sr. Inspector 145
Assistant Engineer / Technician / GIS Analyst / Inspector 135
CADD Operator 130
Administrative Assistant 105
Lead Field Technician 96
Field Technician 94
Clerical / Word Processing 80
Forensic Services Quote
Reimbursables
Mileage $0.67/mile
Subconsultant Services Cost + 15%
Reproduction Cost + 15%
Travel & Subsistence Cost + 15%
Fees & Permits Cost + 15%
Computer Services (External) Cost + 15%
Rates Effective 9/1/20