Loading...
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