Loading...
HomeMy WebLinkAboutCC # 5CITY OE ^ LADE LSIIYOKE DREAM EXTREME, REPORT TO CITY COUNCIL TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: GRANT M. YATES CITY MANAGER DATE: AUGUST 27, 2013 SUBJECT: CONSTRUCTION CONTRACT AWARDS ELM STREET PROJECT NO. 4385 -2 Recommendations 1. Award the construction of Elm Street to Marathon General, Inc., in the amount of $208,665.00 with a 10% contingency of $20,800 to be used for construction. 2. Authorize the City Manager to execute the contract with Marathon General, Inc. 3. Award the Construction Geotechnical and Materials testing Services to GeoMat Testing Laboratories, Inc., in the amount of $18,640.00 4. Authorize the City Manager to execute the contract with GeoMat Testing Laboratories, Inc. 5. Award the Construction Survey Services to TKE Engineering, Inc., in the amount of $9,480.00 6. Authorize the City Manager to execute the contract with TKE Engineering, Inc. Background As a condition of approval for the Vista Del Lago /Broadstone Riversedge project, D.R. Horton constructed a portion of Elm Street, starting where it intersects with Lakeshore Drive and proceeding 290 feet westerly towards the lake, leaving the remaining portion of Elm Street unimproved. To preserve the integrity of the AGENDA ITEM NO. 5 Page 1 of 72 Award Construction Contracts August 27, 2013 Page 2 of 3 existing improvements and address the issues that go along with a partially improved street, Council directed staff to complete the paving of Elm Street. Elm Street paving is phase II of the CIP project which included the paving of Diamond Circle that was completed earlier this calendar year. The Elm Street design was completed at the end of June; put out to bid in July, with the bid opening scheduled for early August. Discussion The bids were opened publicly on August 8, 2013 at 2:00 p.m. The City received 10 bids from qualified contractors and they are as follows: 1. Marathon General, Inc. Escondido $208,665.00 2. Vance Corporation Rialto $209,805.00 3. S.C. Services, Inc. Lakeside $219,350.00 4. Lee and Stires, Inc. Ontario $221,414.95 5. Landmark Site Contractors Corona $229,748.10 6. Hillcrest Contracting Corona $231,118.00 7. R.J. Noble Orange $254,153.00 8. All American Asphalt Corona $270,000.00 9. NPG Corporation Perris $281,398.25 10. Hardy & Harper, Inc. Santa Ana $288,000.00 The low bid, Marathon General, Inc. came in $125,265 under the engineer's estimate of $333,930. Concurrent to the construction bid, requests for qualifications and proposal for geotechnical construction services were sent to five select consultants. Staff is recommending the City enter into a professional services agreement with GeoMat Testing Laboratories, Inc. Staff also requested proposals for construction survey were also sent to three select consultants and is recommending the City enter into a professional services contract with TKE Engineering, Inc. Page 2 of 72 Award Construction Contracts August 27, 2013 Page 3 of 3 Fiscal Impact The Elm Street project budget is $333,930 and is fully funded through AQMD and Fund 105, General /Miscellaneous. Estimated Project Budget: Marathon General, Inc. $208,665.00 Construction Contingency $ 20,800.00 GeoMat Testing Laboratories, Inc. $ 18,640.00 TKE Engineering, Inc. $ 10,125.00 Inspection and Contract Administration $ 20,000.00 $278,230.00 Prepared by: Peter Ramey A., Project Manager Rita Thompson kr Senior Engineering Technician Ken A. Seumalo Director of Public Works Approved by James Riley(4j Director of AdhAnistrative Services Department Approved by: Grant Yates, City Manager Attachments: Vicinity Map Agreement for Construction Services Agreement for Geotechnical Construction Services Agreement for Construction Survey Services Page 3 of 72 Page 4 of 72 Vicinity Map Elm Street Page 5 of 72 Page 6 of 72 Agreement AGREEMENT PROJECT NO. 4385 -2 ELM STREET PAVING This Contract Agreement, made and entered into as of the date signed by the Mayor, by and between the City of Lake Elsinore, a municipal corporation, County of Riverside, State of California, hereinafter called the "City" and Marathon General, Inc. hereinafter called the "Contractor." That the City and the Contractor for the consideration hereinafter named, agree as follows: 1. The complete Contract includes all of the Contract documents as if set forth in full herein, to wit, the Contract Agreement, any and all Contract Change Orders issued afterthe execution of the Contract Agreement, Addenda No(s). 0 issued prior to the opening of the Bids, the Special Provisions (which includes the General Provisions and Technical Provisions), the Project Plans, the Standard Plans, the Standard Specification, reference Specifications, the Bidder's Proposal, the Notice Inviting Bids, the Non - Collusion Affidavit, the Faithful Performance Bond, the Labor and Materials Payment Bond and insurance, all of which are essential parts of this Contract and made a part of this Contract Agreement. In the event of any conflict in the provisions thereof, the terms of said Contract documents as set forth above shall control, each over the other, in the order provided. 2. The Contractor shall furnish all materials, tools, equipment and labor, except as otherwise provided in the Plans or Special Provisions, and will perform all the work which is necessary to complete in a good, workmanlike and substantial manner the above said project in accordance with the Contract documents for this project, the Contract documents which are hereby specifically referred to and by such reference made a part hereof. 3. The City will pay the Contractor and the Contractor agrees to receive and accept the prices set forth in the Bid Schedule as full compensation for the work required under the bid items awarded by the City, to wit, the Base Bid Item(s) and Additive Bid Item(s) in the sum total amount of $ 208,665.00 subject to additions or reductions of the quantities of the various bid items at the unit prices bid, for furnishing all materials and for doing all the work contemplated and embraced under this Contract Agreement; for all loss or damages arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work, until the work is accepted by the City Council; for all expenses incurred by or in consequence of the suspension or discontinuance of work; and for well and faithfully completing the work, the whole thereof, in the manner and in accordance with the Contract documents therefore and the requirements of the Engineer under them. 4. The Contractor hereby agrees to commence work pursuant to this Contract within fourteen (14) calendar days after the date of authorization specified in the Notice to Proceed. The Contractor agrees to diligently prosecute the contracted work, including corrective items of work, day to day thereafter, to completion, within Thirty (30) working days after said date in the "Notice to Proceed with Construction," except as adjusted by subsequent Contract Change Order(s). 5. The City and Contractor hereby agree that in case all construction called for under the Contract is not completed within the time hereinabove specified, including City caused delays or extensions, damages will be sustained by the City and that, it is and will be impracticable or extremely difficult to ascertain and determine the actual amount of damages the City will sustain in the event of, and by reason of, such delay. It is, therefore, agreed that such damages shall be presumed to be in the amount of $250.00 per calendar day, Page 7 of 72 and that the Contractor will pay to the City, or City may retain from amounts otherwise payable to Contractor, said amount for each calendar day by which the Contractor fails to complete the work, including corrective items of work, under this Contract Agreement within the time hereinabove specified and as adjusted by Contract Change Order(s). The Contractor will not be assessed liquidated damages for delay(s) occasioned by the failure of the City or of the owner of a utility to provide for the removal or relocation of utility facilities. 6. The Contractor shall name as additional insured, the City of Lake Elsinore, the Community Redevelopment Agency of the City of Lake Elsinore (RDA), Riverside County, California Department of Transportation, and shall furnish the City with a certificate of insurance evidencing liability insurance policy or policies which shall provide coverage for owned and non -owned automobiles; manufacturers and Contractor's liability; broad form property damage in any case where the Contractor has any property belonging to the City in his care, custody or control; owners and Contractor's protective liability; blanket contractual liability; products and completed operations coverage; coverage for collapse, explosion, and where any excavation, digging or trenching is done with power equipment; and shall bear an endorsement containing the following Provisions: Solely as respect to work done by or on behalf of the named insured for the City of Lake Elsinore, it is agreed that the City of Lake Elsinore, the Community Redevelopment Agency of the City of Lake Elsinore (RDA), Riverside County, California Department of Transportation, its officers, employees and agents, are added as additional insured under this policy and the coverage provided hereunder shall be primary insurance and not contributing with any other insurance available to the City of Lake Elsinore, the Community Redevelopment Agency of the City of Lake Elsinore, and the County of Riverside, its officers, employees and agents; under any third party liability policy. It is further agreed that the other insurance provision(s) of the policy are amended to conform therewith. The endorsements shall be signed by a person authorized by the insurer to bind coverage on its behalf. Insurance companies providing insurance here under shall be rated (A minus: VII - Admitted) or better in Best's Insurance Rating Guide and shall be legally licensed and qualified to conduct insurance business in the State of California. The terms of the insurance policy or policies issued to provide the below insurance coverage(s) shall not be amended or canceled by the carrier without thirty (30) days prior written notice by certified or registered mail of amendments or cancellation to the City, except that cancellation for non - payment of premium shall require (10) days prior written notice by certified or registered mail. In the event the said insurance is canceled, the Contractor shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. All liability insurance policies shall bear an endorsement or shall have an attached rider which provides that the City of Lake Elsinore will be notified by certified or registered mail at least 30 days prior to the effective date of cancellation, non - renewal, or material alteration of such policy. All liability insurance shall cover comprehensive general liability for both bodily injury (including death) and property damage, including but not limited to aggregate products, aggregate operations, aggregate protective and aggregate contractual with the following minimum limits: �pdilYIiijWry $500,000.00 $1,000,000.00 ( $2,000,000.00 1 $1,000,000.00 1 $2,000,000.00 A combined single limit for Bodily Injury Liability and Property Damage Liability of $2,000,000.00 for each occurrence will be considered equivalent to the above minimum limits for Comprehensive General Liability. Page 8 of 72 Property Damage Insurance shall cover full replacement value for damages to any property caused directly or indirectly by or from acts or activities of the Contractor or its sub - contractors or any person acting for the Contractor or under its control or direction. The Contractor shall procure and maintain, at its sole expense, and throughout the term of this Contract Agreement and any extension thereof, Public Liability and Property Damage Insurance coverage for owned and non -owned automotive equipment operated. Such coverage limits shall not be less than $1,000,000 combined single limit. Any deductibles or self- insured retention must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self- insured retention as respects the City, its officers, officials, employees and volunteers; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration, and defense expenses. The Contractor shall also furnish the City with a certificate evidencing Worker's Compensation Insurance with limits as established by the State of California. The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 7. The Contractor hereby agrees to provide and maintain in effect two (2) good and sufficient Surety Bonds for one hundred percent (100 %) each of the contract price. The bonds shall be a "Faithful Performance Bond" which shall guarantee the faithful performance of all work and a "Labor and Materials Payment Bond" which shall secure the payment of the claims of labor, mechanics, or materialmen for all work under the Contract pursuant to Section 3247 of the Civil Code. 8. The Contractor, the Contractor's heirs, executors, administrators, successors, or assigns guarantee that all work performed under this Contract fully meets the requirements thereof as to quality of workmanship and materials furnished. If any defects in materials or workmanship become evident within a period of one year from the date of the acceptance of the work by the City Council, the Contractor shall, at his or her own expense, make any repair(s) or replacement(s) necessary to restore the work to full compliance with the Plans and Specifications. 9. The Contractor and any agents or subcontractors of the Contractor shall pay the prevailing rates of per diem wages established by the California Department of Industrial Relations. The Contractor and any agents or subcontractors of the Contractor shall also adhere to the California Labor Code, Division 2, Part 7, "Public Works and Public Agencies," and the California Administrative Code, Title 8, Group 3, "Payment of Prevailing Wages upon Public Works," all of which are made a part of the Contract documents. 10. The Contractor agrees that he or she and its subcontractors shall maintain and keep books, payrolls, invoices of materials, records on a current basis, and recording all transactions pertaining to this Agreement in a form in accordance with generally acceptable accounting principles. Said books and records shall be made available to the City of Lake Elsinore, County, the State of California, and the Federal Government and to any authorized representative thereof for purposes of audit and inspection at all reasonable times and places. All such books, payrolls, invoices of materials, and records shall be retained for such periods of time as required by law, provided, however, notwithstanding any shorter period of retention, all books, records, and supporting detail shall be retained for a period of at least three years after expiration of the term of this Agreement. 11. Pursuant to California Public Contract Code Section 22300, the Contractor will be permitted the substitution of securities for any monies withheld by the City of Lake Elsinore to ensure performance under Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City of Lake Elsinore, or with a state or federally chartered bank as the escrow agent, who 3 Page 9 of 72 shall pay such monies to the Contractor. Securities eligible for substitution under this section shall include those listed in Section 16430 of the Government Code, bank or savings and loan certificates of deposit, interest - bearing demand deposit accounts, and standby letters of credit. The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any dividends or interest thereon. The Contractor shall give the City written notice within thirty (30) days after the Contract is awarded that it desires to substitute securities for money that would ordinarily be withheld. If the substituted securities are deposited into an escrow, the escrow shall be governed by a written escrow Contract Agreement in a form which is substantially similar to the Contract Agreement set forth in Section 22300, of the Public Contract Code. 12. The Contractor agrees to indemnify, defend, and save the City of Lake Elsinore, the Community Redevelopment Agency of the City of Lake Elsinore (RDA), its officers, agents, and employees harmless from any and all liability, claims, damages or injuries to any person, including injury to the Contractor's employees and all claims which arise from or are connected with the negligent performance of or failure to perform the work or other obligations of this Contract Agreement, or are caused or claimed to be caused by the negligent acts of the Contractor its officers, agents, employees, sub- contractors or suppliers, and all expenses of investigating and defending against the same; provided, however, that this indemnification and hold harmless shall not include any claims arising from the sole negligence or willful misconduct of the City, RDA, its officers, agents, or employees. The obligation to indemnify, defend and hold harmless set forth herein shall include, without limitation, any and all attorney's fees incurred by the party to be indemnified, defended, or held harmless, whether in a judicial or administrative action or in arbitration, and whether the issue is between the parties or involves one or more third parties. 13. The parties do for themselves, their heirs, executors, administrators, successors and assigns agree to the full performance of all of the provisions herein contained. The Contractor may not, either voluntarily or by action of law, assign any obligation assumed by the Contractor hereunder without prior written consent of the City. 14. Should either party bring any legal or equitable action for the purpose of protecting or enforcing its rights under this Contract Agreement, the prevailing party in such action shall recover in addition to all other relief, its reasonable attorney's fees and court costs to be fixed by the court. In addition to the foregoing award of attorney's fees, the prevailing party shall be entitled to its attorneys' fees incurred in any post judgment proceedings to enforce any judgments in connection with this Contract Agreement. The Provision is separate and several and shall survive the merge of this Provision into any judgment. 15. By my signature hereunder, as Contractor, I certify that I am aware of the Provisions of Section 3700, of the Labor Code which require every employer to be insured against liability for Workers' Compensation or to undertake self- insurance in accordance with the Provisions of that code, and 1 will comply with such Provisions before commencing the performance of the work of this Contract. 16. The effective date of this Contract Agreement shall be the date of the Award of Contract by the City of Lake Elsinore. 17. Contractors are required by law to be licensed and regulated by the Contractors' State License Board. Any questions concerning a Contractor may be referred to the Registrar, Contractors' State License Board, 3132 Bradshaw Road, Sacramento, CA 95826. Mailing address: P.O. Box 26000, Sacramento, CA 95826. SIGNATURE PAGE FOLLOWS Page 10 of 72 City of Lake Elsinore, Municipal Corporation L3 ' Grant M. Yates Manager DATE: INTERNAL USE ONLY ATTEST: City Clerk (only needed if Mayor signs) APPROVED AS TO LEGAL FORM: City Attorney Date RECOMMENDED FOR APPROVAL: Department Head (if contract exceeds $15,000) Date SIGNING INSTRUCTION TO THE CONTRACTOR: Marathon General, Inc 2317 Auto Parkway Escondido, CA 92029 License No./ Classification: 551314 Expiration Date: 4/30/2015 Federal I.D. No.: 33- 0311206 PRINT NAME: SIGNATURE: TITLE: DATE: Date PRINT NAME: SIGNATURE: TITLE: DATE: Date All signatures on the Contract Agreement on behalf of the Contractor must be acknowledged before a notary public. General Partners must sign on behalf of the partnership. In the event that the contracting firm is a corporation, two (2) corporate officer's having authority from the corporation MUST sign (two (2) signatures total). If the corporation has a corporate resolution stating that one person is authorized to sign on behalf of all officers, attach corporate resolution immediately following the notary certificates. Corporate Seal may be affixed hereto. + Page 11 of 72 Page 12 of 72 AGREEMENT FOR PROFESSIONAL SERVICES This Agreement for Professional Services (the "Agreement ") is made and entered into as of the _ day of 2013, by and between the City of Lake Elsinore, a municipal corporation ( "City ") and GeoMat Testing Laboratories, Inc. ( "Consultant "). RECITALS A. Consultant is specially trained, experienced and competent to perform the special services which will be required by this Agreement. B. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement on the terms and conditions described herein. C. City desires to retain Consultant to render professional consulting services and related work as set forth in this Agreement. AGREEMENT 1. Scope of Services. Consultant shall perform the services described in Exhibit A which is attached hereto and incorporated herein by reference. Consultant shall provide said services at the time, place, and in the manner specified in Exhibit A, subject to the direction of the City through its staff that it may provide from time to time. 2. Time of Performance, The services of Consultant are to commence upon execution of this Agreement and shall continue for a period of one (1) year or the completion of the project. 3. Compensation. Compensation to be paid to Consultant shall be in accordance with the Schedule of Charges set forth in Exhibit B, which is attached hereto and incorporated herein by reference. In no event shall Consultant's compensation exceed $ 18,640.00 without additional authorization from the City. Payment by City under this Agreement shall not be deemed a waiver of defects, even if such defects were known to the City at the time of payment. 4. Method of Payment. Consultant shall submit monthly billings to City describing the work performed during the preceding month. Consultant's bills shall include a brief description of the services performed, the date the services were performed, the number of hours spent and by whom, and a description of any reimbursable expenditures. City shall pay Consultant no later than 30 days after approval of the monthly invoice by City staff. When payments made by City equal 90% of the maximum fee provided for in this Agreement, no further payments shall be made until the final work under this Agreement has been accepted by City. 5. Extra Work. At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City. Extra work will be invoiced separately from services performed in accordance with the Scope of Services. Page 13 of 72 6. Termination. This Agreement may be terminated by the City immediately for cause or by either party without cause upon thirty (30) days' written notice of termination. Upon termination, Consultant shall be entitled to compensation for services performed up to the effective date of termination. 7. Ownership of Documents. All plans, studies, documents and other writings prepared by and for Consultant, its officers, employees and agents and subcontractors in the course of implementing this Agreement, except working notepad internal documents, shall become the property of the City upon payment to Consultant for such work, and the City shall have the sole right to use such materials in its discretion without further compensation to Consultant or to any other party. Consultant shall, at Consultant's expense, provide such reports, plans, studies, documents and other writings to City upon written request. City acknowledges that any use of such materials in a manner beyond the intended purpose as set forth herein shall be at the sole risk of the City. City further agrees to defend, indemnify and hold harmless Consultant, its officers, officials, agents, employees and volunteers from any claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including any and all costs and expenses in connection therein), arising out of the City's use of such materials in a manner beyond the intended purpose as set forth herein. a. Licensing of Intellectual Property. This Agreement creates a nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ( "Documents & Data "). Consultant shall require that all subcontractors agree in writing that City is granted a nonexclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. b. Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents & Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the services under this Agreement. Nor shall such materials be disclosed to any person or entity not connected with the performance of the services under this Agreement. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs relating to project for which Consultant's services are rendered, or any publicity pertaining to the Consultant's services under this Agreement in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 2 Page 14 of 72 8. Consultant's Books and Records a. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services, or expenditures and disbursements charged to City for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant to this Agreement. b. Consultant shall maintain all documents and records which demonstrate performance under this Agreement for a minimum period of three (3) years, or for any longer period required by law, from the date of termination or completion of this Agreement. c. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit, at any time during regular business hours, upon written request by the City Manager, City Attorney, City Auditor or a designated representative of these officers. Copies of such documents shall be provided to the City for inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at Consultant's address indicated for receipt of notices in this Agreement. d. Where City has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of Consultant's business, City may, by written request by any of the above -named officers, require that custody of the records be given to the City and that the records and documents be maintained in City Hall. Access to such records and documents shall be granted to any party authorized by Consultant, Consultant's representatives, or Consultant's successor -in- interest. 9. Independent Contractor. It is understood that Consultant, in the performance of the work and services agreed to be performed, shall act as and be an independent contractor and shall not act as an agent or employee of the City. Consultant shall obtain no rights to retirement benefits or other benefits which accrue to City's employees, and Consultant hereby expressly waives any claim it may have to any such rights. 10. Interests of Consultant. Consultant (including principals, associates and professional employees) covenants and represents that it does not now have any investment or interest in real property and shall not acquire any interest, direct or indirect, in the area covered by this Agreement or any other source of income, interest in real property or investment which would be affected in any manner or degree by the performance of Consultant's services hereunder. Consultant further covenants and represents that in the performance of its duties hereunder no person having any such interest shall perform any services under this Agreement. Consultant is not a designated employee within the meaning of the Political Reform Act because Consultant: a. will conduct research and arrive at conclusions with respect to his /her rendition of information, advice, recommendation or counsel independent of the control and direction of the City or of any City official, other than normal agreement monitoring; and b. possesses no authority with respect to any City decision beyond rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(a) (2).) Page 15 of 72 11. Professional Ability of Consultant. City has relied upon the professional training and ability of Consultant to perform the services hereunder as a material inducement to enter into this Agreement. Consultant shall therefore provide properly skilled professional and technical personnel to perform all services under this Agreement. All work performed by Consultant under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent professionals in Consultant's field of expertise. 12. Compliance with Laws. Consultant shall use the standard of care in its profession to comply with all applicable federal, state and local laws, codes, ordinances and regulations. 13. Licenses. Consultant represents and warrants to City that it has the licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Consultant to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Consultant to practice its profession. 14. Indemnity. Consultant agrees to defend, indemnify and hold harmless the City, its officers, officials, agents, employees and volunteers from and against any and all claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including any and all costs and expenses in connection therein), arising out of the performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement, except for any such claim arising out of the sole negligence or willful misconduct of the City, its officers, agents, employees or volunteers. 15. Insurance Requirements. a. Insurance. Consultant, at Consultant's own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies. i. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his /her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. In the event that Consultant is exempt from Workers' Compensation Insurance and Employer's Liability Insurance for his /her employees in accordance with the laws of the State of California, Consultant shall complete and submit to the City a Certificate of Exemption from Workers Compensation Insurance in the form attached hereto as Exhibit C. 0 Page 16 of 72 ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non -owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Liability Coverage. Consultant shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors or omissions which may arise from Consultant's operations under this Agreement, whether such operations by the Consultant or by its employees, subcontractors, or subconsultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims -made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general liability and automobile liability insurance policy shall be with insurers possessing an AM Best rating of no less than A: VII and shall be endorsed with the following specific language: i The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured's with respect to liability arising out of work performed by or on behalf of the Consultant, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self- insured retention the City may have shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. Page 17 of 72 vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. C. Deductibles and Self- Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City. At the City's option, Consultant shall demonstrate financial capability for payment of such deductibles or self- insured retentions. d. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 16. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 If to Consultant: GeoMat Testing Laboratories, Inc. 9980 Indiana Avenue, Suite 14 Riverside, CA 92503 17. Entire Agreement. This Agreement constitutes the complete and exclusive statement of Agreement between the City and Consultant. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 18. Amendments. This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 19. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant and the subcontractors listed in Exhibit A. 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 A 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. M Page 18 of 72 20. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 21. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 22. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 23, Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys' fees. 24. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS /ENDISPUTE ( "JAMS ") or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 25. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. 26. Authority to Enter Agreement. Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. 27. Prohibited Interests. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising there from. Page 19 of 72 28. Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non - discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. IN WITNESS WHEREOF the parties have caused this Agreement to be executed on the date first written above. CITY OF LAKE ELSINORE: CONSULTANT: ATTEST: Virginia A. Bloom, City Clerk APPROVED AS TO FORM: City Attorney E:] Page 20 of 72 EXHIBIT "A" SCOPE OF SERVICES GEOMAT Testing Laboratories, Inc. Page 21 of 72 EXHIBIT A =Ge 7 '444-1 Mat,- GeoMat Testing Laboratories, Inc. Soil Engineering, Environmental Engineering, Materials Testing, Geology July 23, 2013 Project No. 13084 -01 Caltrans Certified, Lab No. 562 City of Los Angeles Certified, Lab No. 10217 AASHTO and ASTM Certified TO: City of Lake Elsinore Engineering Division 130 South Main Street Lake Elsinore, California 92530 ATTENTION: Mr. Peter Ramey SUBJECT: Response to RFP and Fee for Professional Construction Geotechnical Services, Elm Street Improvements, City Project No. 4385 -2 GeoMat Testing Laboratories, Inc. appreciates the opportunity to provide the City of Lake Elsinore with complete geotechnicai and material testing and inspection services per the subject RFP. We are committed to providing the City of Lake Elsinore with high quality services in a timely and cost efficient manner. As a team member, we will be committed to provide all the resources to perform necessary soil sampling per Caltrans Construction Manual and 2012 Green Book, soil testing, aggregate testing, asphalt mix testing, testing of pipe bedding material, and compaction testing in accordance with the scope of work assigned to us to the highest professional standards and in a manner reasonably satisfactory to the department. Our firm is fully staffed ' and carries professional /general liability insurance, auto, and workman compensation insurance. Our certified laboratory and well qualified local professional and technical staff will assure that an exceptional level of service is provided to the project team. With our vast experience, local presence, and low overhead you can expect quality service at reasonable rate. Our capabilities, project experience, resumes, and references are attached for you review: Mr. Haytham Nabilsi, P.E. is the project manager and contact at GeoMat Testing Laboratories, Inc.. His contact information is as follows: Email Havtham(cDgeomatlabs.com Phone (951) 688 -5400 or (951) 534 -1618 We look forward to work with you on this important contract. Should you have any questions or need further information, please do not hesitate to call this office. Submitted for GeoMat Testing Laboratories, Inc. Haytham Nabilsi, GE 2375 Principal Engineer Distribution: [1[ Addressee 9980 Indiana Avenue • Suite 14 • Riverside • California • 92503 • Ph (951) 688 -5400 • Fax (951) 688.5200 www.geomatlabs.com,_email: info @geomatiabs.com Page 22 of 72 V I Ol m co I ON 0 0 :3 x CL ui Page 23 of 72 ee I W." x m LL I LJO m 9 hL 0 AM City of Riverside, Victoria Avenue Valve Replacement Prolect City of Riverside Public Utilities Department, 3750 University Avenue, Riverside, CA 92501, Leonardo Ferrando (951) 826 -5694 Completion Date: July 2013, GeoMat conducted soil compaction, and material testing services during street rehabilitation. Material testing included soil, aggregate, and asphalt. City of Riverside Coonen Drive Water Main Replacement Prolect City of Riverside Public Utilities Department, 3750 University A venue, Riverside, CA 92501, Tamrat Seyoum (951) 826 -5672 Completion Date: July 2013, GeoMat conducted soil compaction, and material testing services during street rehabilitation. Material testing included soil, aggregate, and asphalt City of Riverside Public Works Pavement Rehabilitation Pavement Coring City of Riverside, 3900 Main Street, Riverside CA 92522, Tsang Huang, (951) 826 -2375 Completion Date: June 2013 GeoMat provided geotechnical and material testing for City of Riverside. Tasks included pavement coring, at 58 locations, sampling of material, R -value testing, and delineation of distressed pavement sections. We have used a CME 45 mobile drill rig to obtain access to the cross section of pavement material. We provided borehole logging, observations, sampling, and measurement of existing street conditions. The asphalt concrete and base thicknesses were measured to provide contractors with necessary information about the pavement prior to milling and/or grinding. City of Riverside Public Works Pavement Rehabilitation, Pavement Coring City of Riverside, 3900 Main Street Riverside CA 92522, Ryan O'Connell, (951) 826 -5799 Completion Date: April 2013 GeoMat provided geotechnical and material testing for City of Riverside. Tasks included pavement coring at 109 locations, sampling of material, R -value testing, measurement of existing concrete curb depth, and delineation of distressed pavement sections. We have utilized a CME 45 mobile drill rig to obtain access to the cross section of pavement material. We provided borehole logging, observations, sampling, and measurement of existing street condition. The asphalt concrete and base thicknesses were measured to provide contractors with necessary information about the pavement prior to milling and /or grinding. City of Riverside Water Main Replacements in Wells Hedrick Jones Wavfield, Middleton Avenue City of Riverside, 3750 University Avenue, Riverside CA 92501, Kevin Munns (951) 826 -5820 Completion Date: June 2013 Conducted geotechnicai investigation for the water main lines. Field work included soil sampling to obtain in -place densities. Earth pressures and allowable soil bearing value was developed for the use in shoring design. Provided recommendations for the stability of trench excavation, maximum safe vertical cut, sloping trench sides, dewatering, excavatability, suitability of excavated soil for pipe bedding, backfill specifications, shoring options, trench repair pavement section, and soil chemical reaction to concrete and steel. 9980 Indiana Avenue • Suite 14 • Riverside • California • 92503 • Ph (951) 688.5400 • Fax (951) 6885200 w .oeomattabs.com, email: info@geoma6abs.com Page 24 of 72 City of Riverside Water Main Replacements in Park and Grove Avenue City of Riverside City of Riverside, 3750 University Avenue, Riverside CA 92501, Kevin Munns (951) 826 -5820 Completion Date: June 2013 Conducted geotechnical investigation for the water main lines. Field work included traffic control, drilling at 11 locations, soil sampling to obtain in -place densities. Earth pressures and allowable soil bearing value was developed for the use in shoring design. Provided recommendations for the stability of trench excavation, maximum safe vertical cut, sloping trench sides, dewatering, excavatability, suitability of excavated soil for pipe bedding, backfill specifications, shoring options, trench repair pavement section, and soil chemical reaction to concrete and steel. City of Riverside Public Works La Sierra Market and Jackson Avenue, Pavement Rehabilitation City of Riverside, 3900 Main Street, Riverside CA 92522, Ryan O'Connell, (951) 826 -5799 Completion Date: April 2013 GeoMat provided geotechnical and material testing for City of Riverside. Task included pavement coring at 33 locations in Arterial Streets, sampling of material, R -value testing, and delineation of distressed pavement sections. We have used a CME 45 mobile drill rig to obtain access to the cross section of pavement material. We provided borehole logging, observations, sampling, and measurement of existing street conditions. The asphalt concrete and base thicknesses were measured to provide contractors with necessary information about the pavement prior to milling and/or grinding. 92522, Ryan O'Connell, (951) 826 -5799 Completion Date: April 2013 GeoMat provided geotechnical and material testing for City of Riverside. Task included pavement coring at 24 locations in Arterial Streets, sampling of material, R -value testing, and delineation of distressed pavement sections. We have used a CME 45 mobile drill rig to obtain access to the cross section of pavement material. We provided borehole logging, observations, sampling, and measurement of existing street conditions. The asphalt concrete and base thicknesses were measured to provide contractors with necessary information about the pavement prior to milling and /or grinding. 9980 Indiana Avenue • Suite 14 • Riverside • California • 92503 • Ph (951) 688.5400 • Fax (951) 688 -5200 www.geomatiabs.com, email: lnfo@geomatiabs.com Page 25 of 72 Page 26 of 72 EXHIBIT "B" SCHEDULE Or CHARGES GEOMAT Testing Laboratories, Inc Page 27 of 72 EXHIBIT B GEOMAT Testing Laboratories, Inc. 9980 Indiana Avenue, Suite 14, Riverside, California 92503 Phone(951)688 -5400 Fax (951) 688 -5200 2013 CITY OF LAKE ELSINORE PROFESSIONAL FEE SCHEDULE GEOTECHNICAL,INSPECTION,AND ENVIRONMENTAL SERVICES Geophysics /Hydrology /Environmental equipment and monitoring devices mll be invoiced as arranged. LABORATORY UNIT PRICES Soli Moisture Content Moisture /Density- ring sample Maximum Dry Density /Optimum Moisture Content Maximum Dry Density - checkpoint Maximum Dry Density - Caltrans Sieve Analysis 200 Wash Hydrometer Analysis Sieve and Hydrometer Analysis Specific Gravity - fine aggregate Specific Gravity - coarse aggregate Attedrerg Limits Sand Equivalent Expansion Index Direct Shear- remolded Direct Shear • undisturbed Consolidation (w /o time rate) Consolidation (wltime rate), add per load R -value - untreated R- value - treated HVEEM Test AC Extraction and Gradtion Sulfate Content Ph Resistivity and Ph Concrete Compression Test Invoices are payable upon receipt- A retainer of 500/. of the fee is required for project with a total fee of $2,000.00 or less. The balance for these projects must be paid at the time the report is released to the client. For field investigations, mobilization and equipment costs vdll be Invoiced immediately on authorization. Cost proposals $ 20.00 are valid for 30 days. 25.00 180.00 When personnel man -hour rates or test rates are part of 100.00 a not -to- exceed or lump sum contract, man -hour rates for 300.00 cancellations without adequate notice, additional man - 100.00 hour charges for slow work progress or stand -by time, 65.00 overtime, costs for travel and lodging, retests due to 105.00 failed tests or additional tests for clients convenience or 200.00 Inspectors shall be considered additions to the contract. 75.00 75.00 DISCLOSURE - 105.00 95.00 Client agrees to provide all information in ClienCs 120.00 possession pertinent to actual or possible presence of 175.00 hazardous materials on the site, and agrees to 150.00 compensate SID Geotechnical, Inc. for all costs 200.00 associated with the unanticipated discovery of hazardous 50.00 materials. 325.00 575.00 420.00 290.00 65.00 65.00 160.00 35.00 NOTES Tdaxlal testing, residual shear tests, permeability, abmslon and other testing will be charged by arrangement Laboratory samples will be maintained for 30 days from date of report. A storage fee will be assessed if longer storage Is required by the client. Expert witness testimony will be charged. at 150.00 per hour; minimum charge of 600.00. . Page 28 of 72 REIMBURSABLE EXPENSES Principal Engineer /Geologist $ 115.00 Per Hour Project Engineer /Geologist 100.00 Per Hour Overtime for geld personnel will be charged at the basic Senior Engineer /Geologist 95.00 Per Hour rate plus 20.00 per hour. Overtime is the time in excess Staff Engineer /Geologist 90.00 Per Hour of 8- hours per day and all Saturdays, Sundays and Field Supervisor 90.00 Per Hour Holidays. Technician (Fletd,Laboralory) 85.00 Per Hour Draftsperson 65.00 Per Hour Heavy equipment, supplemental insurance, travel, Clerical 65.00 Per Hour shipping, reproduction and other reimbursable expenses will be invoiced at coal plus 15 %, unless billed directly lo, ENGINEERING FIELD EQUIPMENT and paid by, client. Nuclear Soil Gauge 5.00 Per Hour Per diem charges of 40.00 per day plus lodging will be Vehicle Use 0.70 Per Mile charged when the project required an overnight stay. SPECIAL FIELD EQUIPMENT - TERMS OF PAYMENT Geophysics /Hydrology /Environmental equipment and monitoring devices mll be invoiced as arranged. LABORATORY UNIT PRICES Soli Moisture Content Moisture /Density- ring sample Maximum Dry Density /Optimum Moisture Content Maximum Dry Density - checkpoint Maximum Dry Density - Caltrans Sieve Analysis 200 Wash Hydrometer Analysis Sieve and Hydrometer Analysis Specific Gravity - fine aggregate Specific Gravity - coarse aggregate Attedrerg Limits Sand Equivalent Expansion Index Direct Shear- remolded Direct Shear • undisturbed Consolidation (w /o time rate) Consolidation (wltime rate), add per load R -value - untreated R- value - treated HVEEM Test AC Extraction and Gradtion Sulfate Content Ph Resistivity and Ph Concrete Compression Test Invoices are payable upon receipt- A retainer of 500/. of the fee is required for project with a total fee of $2,000.00 or less. The balance for these projects must be paid at the time the report is released to the client. For field investigations, mobilization and equipment costs vdll be Invoiced immediately on authorization. Cost proposals $ 20.00 are valid for 30 days. 25.00 180.00 When personnel man -hour rates or test rates are part of 100.00 a not -to- exceed or lump sum contract, man -hour rates for 300.00 cancellations without adequate notice, additional man - 100.00 hour charges for slow work progress or stand -by time, 65.00 overtime, costs for travel and lodging, retests due to 105.00 failed tests or additional tests for clients convenience or 200.00 Inspectors shall be considered additions to the contract. 75.00 75.00 DISCLOSURE - 105.00 95.00 Client agrees to provide all information in ClienCs 120.00 possession pertinent to actual or possible presence of 175.00 hazardous materials on the site, and agrees to 150.00 compensate SID Geotechnical, Inc. for all costs 200.00 associated with the unanticipated discovery of hazardous 50.00 materials. 325.00 575.00 420.00 290.00 65.00 65.00 160.00 35.00 NOTES Tdaxlal testing, residual shear tests, permeability, abmslon and other testing will be charged by arrangement Laboratory samples will be maintained for 30 days from date of report. A storage fee will be assessed if longer storage Is required by the client. Expert witness testimony will be charged. at 150.00 per hour; minimum charge of 600.00. . Page 28 of 72 EXHIBIT "C" INSURANCE REQUIREMENTS GEOMAT Testing Laboratories, Inc Page 29 of 72 CERTIFI E OF EXEMPTION FROM WO I hereby certify tha " the performance of t into, I shall not employ any pers n any IT Compensation Laws of the State of rni N/A Executed on this day of California. 1 EXHIBIT C RKERS COMP ATION INSURANCE he work which this Agreement Is entered so aW become subject to the Workers' X2013 at Page 30 of 72 AGREEMENT FOR PROFESSIONAL SERVICES This Agreement for Professional Services (the "Agreement ") is made and entered into as of the _ day of , 2013, by and between the City of Lake Elsinore, a municipal corporation ( "City') and TKE Engineering, Inc. ( "Consultant "). RECITALS A. Consultant is specially trained, experienced and competent to perform the special services which will be required by this Agreement. B. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement on the terms and conditions described herein. C. City desires to retain Consultant to render professional consulting services and related work as set forth in this Agreement. AGREEMENT 1. Scope of Services. Consultant shall perform the services described in Exhibit A which is attached hereto and incorporated herein by reference. Consultant shall provide said services at the time, place, and in the manner specified in Exhibit A, subject to the direction of the City through its staff that it may provide from time to time. 2. Time of Performance. The services of Consultant are to commence upon execution of this Agreement and shall continue for a period of one (1) year or the completion of the project. 3. Compensation. Compensation to be paid to Consultant shall be in accordance with the Schedule of Charges set forth in Exhibit B, which is attached hereto and incorporated herein by reference. In no event shall Consultant's compensation exceed $ 18,640.00 without additional authorization from the City. Payment by City under this Agreement shall not be deemed a waiver of defects, even if such defects were known to the City at the time of payment. 4. Method of Payment. Consultant shall submit monthly billings to City describing the work performed during the preceding month. Consultant's bills shall include a brief description of the services performed, the date the services were performed, the number of hours spent and by whom, and a description of any reimbursable expenditures. City shall pay Consultant no later than 30 days after approval of the monthly invoice by City staff. When payments made by City equal 90% of the maximum fee provided for in this Agreement, no further payments shall be made until the final work under this Agreement has been accepted by City. 5. Extra Work. At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City. Extra work will be invoiced separately from services performed in accordance with the Scope of Services. Page 31 of'72 6. Termination. This Agreement may be terminated by the City immediately for cause or by either party without cause upon thirty (30) days' written notice of termination. Upon termination, Consultant shall be entitled to compensation for services performed up to the effective date of termination. 7. Ownership of Documents. All plans, studies, documents and other writings prepared by and for Consultant, its officers, employees and agents and subcontractors in the course of implementing this Agreement, except working notepad internal documents, shall become the property of the City upon payment to Consultant for such work, and the City shall have the sole right to use such materials in its discretion without further compensation to Consultant or to any other party. Consultant shall, at Consultant's expense, provide such reports, plans, studies, documents and other writings to City upon written request. City acknowledges that any use of such materials in a manner beyond the intended purpose as set forth herein shall be at the sole risk of the City. City further agrees to defend, indemnify and hold harmless Consultant, its officers, officials, agents, employees and volunteers from any claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including any and all costs and expenses in connection therein), arising out of the City's use of such materials in a manner beyond the intended purpose as set forth herein. a. Licensing of Intellectual Property. This Agreement creates a nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ( "Documents & Data "). Consultant shall require that all subcontractors agree in writing that City is granted a nonexclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. b. Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents & Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the services under this Agreement. Nor shall such materials be disclosed to any person or entity not connected with the performance of the services under this Agreement. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs relating to project for which Consultant's services are rendered, or any publicity pertaining to the Consultant's services under this Agreement in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 2 Page 32 of 72 8. Consultant's Books and Records a. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services, or expenditures and disbursements charged to City for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant to this Agreement. b. Consultant shall maintain all documents and records which demonstrate performance under this Agreement for a minimum period of three (3) years, or for any longer period required by law, from the date of termination or completion of this Agreement. c. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit, at any time during regular business hours, upon written request by the City Manager, City Attorney, City Auditor or a designated representative of these officers. Copies of such documents shall be provided to the City for inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at Consultant's address indicated for receipt of notices in this Agreement. d. Where City has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of Consultant's business, City may, by written request by any of the above -named officers, require that custody of the records be given to the City and that the records and documents be maintained in City Hall. Access to such records and documents shall be granted to any party authorized by Consultant, Consultant's representatives, or Consultant's successor -in- interest. 9. Independent Contractor. It is understood that Consultant, in the performance of the work and services agreed to be performed, shall act as and be an independent contractor and shall not act as an agent or employee of the City. Consultant shall obtain no rights to retirement benefits or other benefits which accrue to City's employees, and Consultant hereby expressly waives any claim it may have to any such rights. 10. Interests of Consultant. Consultant (including principals, associates and professional employees) covenants and represents that it does not now have any investment or interest in real property and shall not acquire any interest, direct or indirect, in the area covered by this Agreement or any other source of income, interest in real property or investment which would be affected in any manner or degree by the performance of Consultant's services hereunder. Consultant further covenants and represents that in the performance of its duties hereunder no person having any such interest shall perform any services under this Agreement. Consultant is not a designated employee within the meaning of the Political Reform Act because Consultant: a. will conduct research and arrive at conclusions with respect to his /her rendition of information, advice, recommendation or counsel independent of the control and direction of the City or of any City official, other than normal agreement monitoring; and b. possesses no authority with respect to any City decision beyond rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(a) (2).) 3 Page 33 of 72 11. Professional Ability of Consultant. City has relied upon the professional training and ability of Consultant to perform the services hereunder as a material inducement to enter into this Agreement. Consultant shall therefore provide properly skilled professional and technical personnel to perform all services under this Agreement. All work performed by Consultant under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent professionals in Consultant's field of expertise. 12. Compliance with Laws. Consultant shall use the standard of care in its profession to comply with all applicable federal, state and local laws, codes, ordinances and regulations. 13. Licenses. Consultant represents and warrants to City that it has the licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Consultant to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Consultant to practice its profession. 14. Indemnity. Consultant agrees to defend, indemnify and hold harmless the City, its officers, officials, agents, employees and volunteers from and against any and all claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including any and all costs and expenses in connection therein), arising out of the performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement, except for any such claim arising out of the sole negligence or willful misconduct of the City, its officers, agents, employees or volunteers. 15. Insurance Requirements. a. Insurance. Consultant, at Consultant's own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies. i. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his /her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. In the event that Consultant is exempt from Workers' Compensation Insurance and Employer's Liability Insurance for his /her employees in accordance with the laws of the State of California, Consultant shall complete and submit to the City a Certificate of Exemption from Workers Compensation Insurance in the form attached hereto as Exhibit C. 0 Page 34 of 72 ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non -owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Liability Coverage. Consultant shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors or omissions which may arise from Consultant's operations under this Agreement, whether such operations by the Consultant or by its employees, subcontractors, or subconsultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims -made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general liability and automobile liability insurance policy shall be with insurers possessing an AM Best rating of no less than A: VII and shall be endorsed with the following specific language: i The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured's with respect to liability arising out of work performed by or on behalf of the Consultant, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self- insured retention the City may have shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. 5 Page 35 of 72 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. G. Deductibles and Self- Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City. At the City's option, Consultant shall demonstrate financial capability for payment of such deductibles or self- insured retentions. d. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 16. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 If to Consultant: TKE Engineering, Inc. 2305 Chicago Avenue Riverside, CA 92507 17. Entire Agreement. This Agreement constitutes the complete and exclusive statement of Agreement between the City and Consultant. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 18. Amendments. This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 19. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant and the subcontractors listed in Exhibit A. 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 A 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. H Page 36 of 72 20. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 21. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 22. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 23, Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys' fees. 24. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS /ENDISPUTE ( "JAMS ") or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 25. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. 26. Authority to Enter Agreement. Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. 27. Prohibited Interests. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising there from. 7 Page 37 of 72 28. Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non - discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. IN WITNESS WHEREOF the parties have caused this Agreement to be executed on the date first written above. CITY OF LAKE ELSINORE: CONSULTANT: ATTEST: Virginia A. Bloom, City Clerk APPROVED AS TO FORM: City Attorney 0 Page 38 of 72 EXHIBIT "A" SCOPE OF SERVICES TKE Engineering, Inc Page 39 of 72 Professional Construction Survey Services Elm Street Improvements Project Number 4385 -2 for Crry or LAAKE >,5 °VPRIAM IiOWMP City of Lake Elsinore Engineering Division 130 South Main Street Lake Elsinore, CA 92530 Prepared By: W W W I k e e to �.i .. - N I ,I O - I y 'I' Page 40 of 72 Section 1: Table of Contents Section 2: Project Understanding Section 3: Approach Section 4: Scope of Services Section 5: Team Organization Section 6: Qualifications/ Experience Section 7: Resumes Section 8: Client References Section 9: City General Requirements ATTACHMENTS ATTACHMENT 'A .............SAMPLE CUT SHEET ATTACHMENT 1B'............ EXPERIENCE ATTACHMENT 1C'............ CITY FORMS ATTACHMENT 'D'............ ELEMENTS OF COMPENSATION Prepared for the: cnv o,i �% I�1 -1]�L �� 11`IC>IZI City of Lake Elsinore Engineering Department 130 South Main Street Lake Elsinore, CA 92530 Contact: Peter Ramey, P.E. Phone: (951) 674 -3124 x246 Prepared by: TKE Engineering, Inc. 2305 Chicago Avenue Riverside, CA 92507 Contact: Michael P. Thornton Phone: (951) 680 -0440 e -mail: mthornton @tkeengineering.com City of Lake Elsinore — Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 41 of 72 PROJECT UNDERSTANDING; The City of Lake Elsinore (City) desires to retain a professional survey consultant to provide all construction staking required to completely construct the curb, gutter, sidewalk and asphalt pavement improvements for the project including tie out all existing street survey monuments, re- establish destroyed monuments and set street intersection monuments that currently exist. The City desires to construct new PCC curb, gutter and sidewalk, asphalt concrete dike, drainage facilities and asphalt concrete pavement improvements on Elm Street. The project will include minor grading along the sidewalk locations and drain facility locations. In order to complete the project, the City requires a consultant to establish survey control, perform construction staking, locate and tie out all existing monumentation, reset monumentation upon completion of construction, file all appropriate corner records and restake lost or damaged stakes during construction. TKE Engineering, Inc. (TKE), was established in 2000, and in the last twelve years has developed into one of Southern California's premier full service consulting A /E /C firms. TKE was established with the goal of providing turnkey service for municipal projects in order to benefit our community. As a result of the focus of the firm on this mission, TKE has earned a reputation for thoroughness, rapid turnaround, cost efficiency and overall quality of work. We are a highly motivated, dynamic firm with the goal of being your preferred consultant. City of Lake Elsinore — .Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 42 of 72 Successful project delivery is our goal. Our definition of successful project delivery is: • Project completion that meets all project requirements • Project completion on schedule • Project completion within budget We have developed this project approach in order to maintain an expertise in our core business of smaller projects with tight budgetary constraints. Our approach to your surveying projects, recognizing that both schedule and budget are of primary concern, dictates that services must be provided both efficiently and carefully. When this is coupled with the various constraints present with any project, it is critical that the City choose a consultant with a proven track record of delivering. With a familiar team of senior level surveying professionals, TKE is the right choice for this panel. With surveying projects, our experience tells us that there must be a proactive approach to completing the work in order to maintain cost constraint and stay on schedule. This approach includes early identification of critical surveying elements together with review of project schedule and tasks. Project Management TKE takes pride in our reputation for thoroughness, rapid turnaround, cost efficiency and overall quality of work, and believes that a high level of quality is needed on all surveying services including preparation or review of legal descriptions and associated plats, design surveys, construction surveys, survey control point establishment and monument preservation. High quality surveying project management yields the following tangible results: • Smoother processing • Efficient map processing • Foundation for effective design • Minimized construction changes • Reduced claims and dispute resolution costs TKE believes that the most successful project management program is one that is applied inherently throughout the entire design process and all design activities. This program requires not only formal procedures for checking, but encourages the conscientious effort of experienced people to always "create quality" in every task performed throughout. This program has become a natural element in all aspects of TKE's management activities, and will guide our work on this contract: • Staff training and development • Assignment of experienced staff • Continuity of staffing • Project- specific work plan • Schedule compliance • Comprehensive field review and compilation of site data Established checking procedures, including independent in -house QA /QC review Dual (independent) quantity estimates This Project Management program is in place to ensure that surveying services provided by TKE continue to exceed the standards of our clients and that we will deliver the project on schedule and within budget. City of Lake Elsinore — Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 43 of 72 Based upon a field visit and preliminary project research, we have prepared the following Scope of Professional Services that will lead to the City successfully completing the construction of the subject project. Herein we identify and describe each task required for project completion and provide a list of deliverables where it applies. TKE will research existing survey documents and identify all potential monumentation. We will then perform a project site survey to establish horizontal and vertical control points to be used throughout construction. All vertical control points will be established based on City benchmarks. TKE will set construction stakes at the offset requested by the Contractor along proposed street alignment for drainage and erosion control facilities, ac dike, curb and gutter, sidewalk, residential drive approaches, and pavement subgrade. Stakes will placed at 25 -foot intervals and at all vertical curves, grade breaks, B.C.R.'s, E.C.R.'s, center of driveway and curb returns. i E...1'�e-s se d'F ^ € "f'h`7�it' Out snW Once comprehensive records have been assembled, TKE will perform a monument tie verification survey. For each intersection, TKE will locate and occupy the centerline monument and measure angles and distances to each tie and adjacent monument along improvement alignments. If ties could potentially be disturbed during construction, TKE will establish new ties at safe locations. All data accumulated will be documented by field survey notes. Copies of the survey notes will be provided to the City. TKE will prepare pre - project Corner Records forms, in accordance with Assembly Bill 1414 requirements, for each intersection. We will utilize County required forms. Prior to submission of the forms to the County, TKE will submit them to the City for review. Upon City authorization, TKE will submit them to the County Surveyor for review and filing. After construction is complete, TKE will survey each intersection to determine if monuments have been disturbed. TKE assumes the contractor will be responsible for setting the monument well cap per Lake Elsinore Standard 601a. For each lost or disturbed monument, TKE will re- establish its position based on tie or record data and verify its location based on measurements to adjacent monuments. All data accumulated will be documented by field survey notes. TKE will prepare post - project Corner Records and City Tie forms, in accordance with Assembly Bill 1414 and City Standards 601c and 601d requirements, for each intersection. Again, we will utilize County required forms for Corner Records and file them only after the City has completed its review. ,' TKE will provide six trips of restaking time to reset any stakes that were damaged or lost by the Contractor prior to constructing the required item. The restaking costs have been separated as an additive cost as requested by the City. TKE will prepare cut sheets for all stakes place in the field. The cut sheet will identify station, offset, point number, proposed grade, hub elevation, cut or fill required and remarks for each stake set. Three copies of the cut sheets will be submitted to the City for distribution to the Contractor, Inspector and all other required parties. A blank sample of TKE's cut sheet has been provided in Attachment'A'. of Lake Elsinore — Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 44 of 72 Project Team TKE fully recognizes the City's concern for high quality, timely performance, and precise communication when utilizing the services of a consultant. Each project conducted by TKE is managed and staffed by a project team assembled to meet the specific needs of the project. TKE has assembled a highly qualified and experienced project team, which we believe will best serve your needs. Resumes of each team member can be found in Section 7: Resumes. City of Lake Elsinore — Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 45 of 72 Mr. Thornton, TKE's President, is in charge of all TKE projects. He has over 25 years of experience in engineering planning, design, land surveying and construction management for public works projects. He has worked on a variety of public works engineering projects including street improvements, park improvements, bike trail improvements, drainage improvements, and reclaimed water system improvements projects. Mr. Thornton has been responsible for managing including funding administration, planning, evaluating, and designing these projects and has provided construction engineering and surveying services for many of these same projects Mr. Renner, is the Vice President of TKE and has over 12 years experience in civil engineering infrastructure projects, including sewer and water improvements, transportation improvements, drainage improvements, facilities improvements and recreation improvements. He has managed numerous projects and has delivered projects for the Counties of Riverside and San Bernardino as well as the cities of Fontana, Rialto, Upland, Riverside, Redlands, El Monte, Moreno Valley, Colton and Corona. As a project manager, Mr. Renner has been responsible for survey and design production, supervising a staff of surveyors, engineers and drafters, coordinating work between the production team and the client, and for submitting all deliverables in a timely manner. He has successfully delivered a wide variety of complex and challenging projects and is dedicated to ensuring that the plans produced by TKE continue to exceed industry standards. Mr. Musser has over 45 years of experience in performing field and office surveying services for public and private projects including roadway and highway projects. Prior to joining TKE Engineering, Inc., Mr. Musser worked as a Partner in an engineering and surveying firm and supervised the mapping department providing mapping and calculations support for the firm's projects. He has prepared records of survey, parcel maps and tract maps in San Bernardino County, Riverside County, San Diego County, Orange County and Los Angeles County. He has performed boundary, topographic, ALTA, and precise level surveys as well as Global Positioning Surveys. City of Lake Elsinore — Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 46 of 72 QUALIFICATIONS AND EXPERIENCE TKE has extensive experience with an excellent reputation in both the design of and construction support of civil engineering and surveying projects. Our survey design experience is shown in Attachment 'B'. Throughout our history of twelve years serving the Inland Empire region, we have provided multi- disciplinary design and construction support services for large and small projects. We have successfully completed complex and challenging projects for a variety of municipal agencies who have continued to request that we partner with them in delivering much needed infrastructure to their communities. We are sure that the successful results of our past performance in the delivery of projects, along with our firm's proven ability to utilize our experience for a complete and well engineered project, will provide a valuable resource to the City of Lake Elsinore. City of Lake Elsinore — Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 47 of 72 Project Role City Liaison Education MS, Civil Engineering, California State University, Long Beach BS, Civil Engineering, California State Polytechnic University, Pomona Registration Registered Civil Engineer, PE 44226 (CA) Professional Land Surveyor, LS 6867 (CA) Affiliations Riverside -San Bernardino Counties Branch, American Society of Civil Engineers American Water Works Association California Rural Water Association Mr. Michael Thornton, P.E., P.L.S., M.S. Mr. Thornton, TKE's President, is in charge of all TKE projects. He has over 25 years of experience in engineering planning, design, land surveying and construction management for public works projects. He has worked on a variety of public works engineering projects including street improvements, park improvements, bike trail improvements, drainage improvements, and reclaimed water system improvements projects. Mr. Thornton has been responsible for managing including funding administration, planning, evaluating, and designing these projects and has provided construction engineering and surveying services for many of these same projects. Related Experience ® Fontana Civic Center Parking Improvement Project, City of Fontana, CA - This project consists of the design and reconstruction of 10 parking lots across the 26 acre site to create additional parking space for City Staff, Police and visitors of the civic center area. The project includes relocation of existing storm drain lines and catch basins, pedestrian and vehicular access to all buildings within the civic center area and themed landscaping and lighting scenarios. The project will provide more than 200 new parking spaces and increase parking lot efficiency. • Upland Fire Station Rehabilitation Project, City of Upland, CA - This project included the demolition, seismic retrofit and reconstruction of a portion of the existing early 1900's era masonry fire station to incorporate a museum and to facilitate the preservation of the original historic Fire Station. The exterior of the building was completely renovated including removal of lead base paint and restoration of outdoor lighting, inclusion of ADA access, construction of a patio area in the rear of the building and other site improvements. • San Bernardino Avenue /Etiwanda Avenue Force Main, Inland Empire Utilities Agency, City of Fontana, CA - Mr. Thornton served as Principal in Charge for this project, which provided 8,360 linear feet of 24 -inch and 30 -inch parallel DIP force mains and PVC electrical and fiber optic conduits. City of Lake Elsinore - Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 48 of 72 Project Role Project Manager QA /QC Education BS, Civil Engineering, California State Polytechnic University, Pomona Registration Registered Civil Engineer, PE 69984 (CA) Affiliations Riverside -San Bernardino Counties Branch, American Society of Civil Engineers Mr. Terry Renner, P.E. Mr. Renner is the Vice President of TKE and has considerable experience in civil engineering infrastructure projects, including sewer and water improvements, transportation improvements, drainage improvements, facilities improvements and recreation improvements. He has managed numerous projects and has delivered projects for the City of Rialto as well as the cities of Fontana, Upland, Riverside, Redlands, and Corona. As a project manager, Mr. Renner has been responsible for design production, supervising a staff of engineers and drafters, coordinating work between the production team and the client, and for submitting all deliverables in a timely manner. He has successfully delivered a wide variety of complex and challenging projects and is dedicated to ensuring that the plans produced by TKE continue to exceed industry standards. Related Experience ® San Bernardino Avenue Street Improvements, County of San Bernardino, CA - Mr. Renner is the Project and Construction Manager for this 8,800 linear feet of street median, sidewalk, and storm drain improvements. This project involves coordination with Union Pacific Railroad, the City of Fontana and compliance with requirements of a wide variety of funding sources. ® Crestmore Avenue Water System Improvements, Rubidoux Community Services District, Rubidoux, CA - Terry was the Project and Construction Manager for this project, which provided 1,950 linear feet of 24 -inch CML &C transmission main improvements to increase flows from an existing well site. • San Bernardino Avenue /Etiwanda Avenue Force Main, Inland Empire Utilities Agency, City of Fontana, CA - Mr. Renner was Project and Construction Manager for this project, which provided 8,360 linear feet of 24 -inch and 30 -inch parallel DIP force mains and PVC electrical and fiber optic conduits. • Rialto Channel - Two Crossings Improvement Project, City of Rialto, CA - Mr. Renner was Project and Construction Manager for this project, which included construction of two RCB structures with wingwalls at Rosewood Street and Second Street, in conjunction with reconstruction of the upstream and downstream transitions made up of 1/2 -ton loose riprap. City of Lake Elsinore - Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 49 of 72 Project Role Survey Education University of California, Riverside Registration Professional Land Surveyor, LS 4230 (CA) Affiliations American Council of Engineering Consultants (ACEC) Mr. Ron Musser, P.L.S. Mr. Musser has over 45 years of experience in performing field and office surveying services for public and private projects including roadway and highway projects. Prior to joining TKE Engineering, Inc., Mr. Musser worked as a Partner in an engineering and surveying firm and supervised the mapping department providing mapping and calculations support for the firm's projects. He has prepared records of survey, parcel maps and tract maps in San Bernardino County, Riverside County, San Diego County, Orange County and Los Angeles County. He has performed boundary, topographic, ALTA, and precise level surveys as well as Global Positioning Surveys. Related Experience Fontana Civic Center Parking Improvement Project, City of Fontana, CA - This project consists of the design and reconstruction of 10 parking lots across the 26 acre site to create additional parking space for City Staff, Police and visitors of the civic center area. The project includes relocation of existing storm drain lines and catch basins, pedestrian and vehicular access to all buildings within the civic center area and themed landscaping and lighting scenarios. The project will provide more than 200 new parking spaces and increase parking lot efficiency. Upland Fire Station Rehabilitation Project, City of Upland, CA - This project included the demolition, seismic retrofit and reconstruction of a portion of the existing early 1900's era masonry fire station to incorporate a museum and to facilitate the preservation of the original historic Fire Station. The exterior of the building was completely renovated including removal of lead base paint and restoration of outdoor lighting, inclusion of ADA access, construction of a patio area in the rear of the building and other site improvements. San Bernardino Avenue /Etiwanda Avenue Force Main, Inland Empire Utilities Agency, City of Fontana, CA - Mr. Musser served as Project Surveyor for this project, which provided 8,360 linear feet of 24 -inch and 30 -inch parallel DIP force mains and PVC electrical and fiber optic conduits. City of Lake Elsinore - Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 50 of 72 Please see Table 1. above for a small, but representative list of agencies who have and continue to request TKE Engineering and Planning (TKE) assist them in delivering valuable projects to their communities. We respectfully request that you verify our qualifications with the above listed references. City of Lake Elsinore - Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 51 of 72 DATES SERVICES PROVIDED AGENCY CONTACT NAME PHONE NUMBER (FROM /THROUGH) CITY OF FONTANA - PUBLIC MR. CHUCK HAYS, DIRECTOR (909) 350- 6530�� 2002 PRESENT WORKS DEPARTMENT OF PUBLIC WORKS CITY OF EL MONTE MR. CESAR ROLDAN, SENIOR (626) 580 -2087 2008 - PRESENT ENGINEER CITY OF UPLAND ROSEMARY HOERNING, (909) 291 -2931 2002 - PRESENT �MS. PUBLIC WORKS DIRECTOR _.__ N_ A ENGINEERING MR. NOEL CASTILLO, SENIOR ( 909 ) 350 -7632 2002 - PRESENT ENGINEER SAN BERNARDINO MR. STEVEN LEDBETTER, (909) 384 -7225 2002 -PRESENT MUNICIPAL WATER WATER UTILITY DEPARTMENT CONSTRUCTION PROJECTS MANAGER _.__....._- --- - - Table 1. References Please see Table 1. above for a small, but representative list of agencies who have and continue to request TKE Engineering and Planning (TKE) assist them in delivering valuable projects to their communities. We respectfully request that you verify our qualifications with the above listed references. City of Lake Elsinore - Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 51 of 72 Standard Form of Agreement TKE has reviewed the City's standard form of agreement and takes no exception to the requirements of the standard contract. TKE currently holds all insurance requirements requested in the RFP and will provide the City with proof of coverage upon selection. All required City forms have been completed and are included in Attachment 'C'. TKE is not exempt from Workers' Compensation Insurance and therefore did not attach the exemption form. City of Lake Elsinore — Request for Proposal for Construction Survey Services Elm Street Improvements, Project No. 4385 -2 Page 52 of 72 qf� Page 53 of 72 TKE ENGINEERING "Anagemon't PROjECI NAME Of: SI'IREE-1 OR IMPROVEMEWS GRADES HEFT NO. OF DA" Page 54 of 72 Page 55 of 72 MO U N cu CL x LU ui LU M 41 wV O 41 E 0 CL E M 6 r C', 0 E Go 00 ID FA 0 C) 0 0 0 0 10 0 0 0 C� Ci 0 0 C� 0 0 0 ic 0 0 0 C5 0 0 0 C IN t'4 C 'A IiH ul 'A . ..... . .... 0) 0, v CP m Z Zc ENY Ln ELY M E (mn 2- LA V) -le Lr) (A m 4) m W m c tm 62 m m -1 11 01 -� M a, 61 mu) I my ) M(n CLn C '0 0 0 r r W 0 0 m N C5, t W t 0 o u 2 i! o t a I n 'Z c I c w w LO w w w w LU Lu C a Uj C 12 c a c c c 0 'co 0 c co a co 'col C 0 u .21 U .0) U "U mu U u 0 U C 0 10 w c W 0 W C 0) a! Unm Om unm 4unmou Om Om cm Om! - - - - - - - - - - - 0 Ec- 4J v > 0 -� a u W 0 E E 'Di 0 m :L 0 4) Ili C > W = I 0 0 r, ;U > ca 'T > E 4) , 0 �ca> IOC 0-00DW, E2 W CL 2 W U W 00 '2 E W 2 0 < E U) of �T E a U) 0 M a X 0 C 0.2 - W'O 0 W W > E E m c 0 0 0) C W w 0 C 0) 0 0 '5� Ln w 2 > w W CD W iy t m E w 0 0 t TC) W M a a) , t W a) Ln a� W C Ln Ind E ca 0 cm 0 0 � 1 49 W W 4L > :E 2 , W U) 0 , < �O 4� CL m m w W W W 0 rl ccoc-E,2 0 EO c !b m m � � E E E �,2 E 0 w W 0 W W (n c Ln LA W � W W 0 U�� O=>>'S.E>�> '0 > > 0 0 M cnt 0 2 W .2 g m u: 0 0 c) 2 0:6 c 27 LQ an E 0 c -vi 0'a "a w " 0 am 0 W 0 2 0 1 M W 2 0 E 0 w E E Ow mB 'E' Lm6 E q (w:�t om� k�6 mc Em mc Cc 1: N 0 m .. . .......... .. . ... . C� > > lm W 0 I a a) r a c E o a E.2 c m 2 0 E > m E > m E�(A E iF E E >E Wi 0) E > >1 W > - > E c > 0 > 0 0 -W 0 2 cn 2 2 E� (D M rn Cl 0 W Ln a m > 2 E (A < E .2 E E u U) U) w N1 0 fiPC C 0 0 a 0 D 0 0 i 0 0 0 O 0 0 :L u u U u U Page 56 of 72 m m 0. C) 0 C 0 c 0 IC) 0 0 0 0 10 C) 0 0 0 0 10 0 0 C 0 0 I i 0 C� C� C 0 Ln 0 U) C� 0 t > cr C 'a E (23 �2 c c a > a m tm m m m 0) m m m a m a k E u) #A M t 0 w m 0) U) c M.- [a's as Cs 0,:2 M:R O�y 01y 01y Ot'y 5 u Ch U m (f) U) V) (f) U-) V) W V) U,) >,� 5�� 0 t j� c W c , 2: 0 Q) 0 w 0 Vi b c U Cs 5 2 5.2 =5.2 5.2 5 .2 =2 S 2 5.2 ,,0 0) LU u rd IV) t V) t 0 (n t Ln t v) t U) t Ln t E t Lu 0 LLJ 0) m 2) t 0 UU 2)t 2 2) t� W U vi 9 0 c NC m a m c we 0 0 0 W , W 0 w a 4) 0 a) 0 Wa w 0 0) 0 W c UO MIDU 0 0 u 0 u a 0 u 0 u 0 u C 1 =may U 0 m Ivy v v cu va w u E 0 -0 m 0 cu 0 0 0 a 2E a) Cc= �4 (On 10 Q) u u u ix E u u E U E u m W U4) CL 0 W > 0) 40 �O 4VJ 2: w t Q) t > t 0) kn 0)p a � u M = 0 u m — = 121- W� Om CL M� 0 a — CL 0 a 0 0 E I : R: O q E < Ei 00 tD < < w 4) w < re, NI N > V E > 0 10) 00 0 0 0 t a i., 0 w 01 m M 0 w E t 6 , 0 a 12 0 0 w 0 Q); �6 � � E (D m I IL E a t 0 0 t i V) 2� < W C, (V CL 0 U 2 a � C� 0 O.Y t a C, ,;B= N 0, Ili a n m I t i � < CL 00 m ke FL a cl E $O BE2 m 00. < N , I Lt) C 0 s- to >: Wl o w w 00 p I E Al 0 ;uj 3: BEN E E El t LT E >1 > 0 a � U E ca D w 01 j2 4) Qc�lm TIw 0 M a a>' c — u aj > El E E 1.4 NI t t t t M m JTO 0 M LA �.Ln C c 0 3: c 0 c 4) 0 VIE X 1 0 x x 0 (n :6 M ElU V) M E E = = a t Q) u w a 0 u U t 0 E Ll 0 E Y t 0 IU �O E 0 0 m E Y 0 0 0 0 M, M, E 2 E 0 m :3 E Z E 21 m 0 w cc z 0 w u (n 0� u U) u lu cu K u LO u co 2: 0 0� U (n, U Page 57 of 72 O (D E 0 CL E M 0 41 .j M 6 0 L. c 0 E CL of E r 0 C, 10 C) co 0 M C, 'N i0 40 EO€u 10 lu ED k 0 c 0 c 0 0 0 0 0 C, 0 C 0 C C 0 o 0 in o in 0 Ln > -0 SE s BE Ctl Ln E rn m m, (n Y Z� n :E (A m (D (D U) Cie Cl c CL c a M .� C 0, (A X V) 2.2 t r uj 4) 0 C �8 W V) 0 0. 0 =.O 0200 CA w UJ Iw 0 Mu 0 M�) C, c O)U 0 (V MU viv 0 [W c 0 0 0 0 o. Lu U U am am O 10muu E 0 Y 0 U) 0 CL - > c � r w w u 0� u v .2 c 10 0 4; CL CL 0 �d 0 0 V co E E 0 C 100 C 0 K t 0 cc E > > LL m = > 2 2 2 10 2 c m E E E E E kD x a 0 Ln _T cc 0 0 m io M .0 l u C m a IT U o M 0 m a t 0 E , = 2 0 2j o c 0:) c '0 _u _m E m. in. m �O M_ m-6 cL v (D Q L a (-n UO O) N � CL 1: > V-) E a m a u "M u 2: 10 0 0 Ln .... . ...... ...... 0 LO U Q) ed me cc 0 co oicn M c c i:E > 0 a X 0 4, > 0 ti Z) w u E 0 >, o ' a E E 2: . . .......... > m E E m < E cm 112 0 T 0 AU EE 0 m M 0 miam� 0 0 0 0 0 0 U O ko C 0 c u N m I c m "a c 2 c T E o E > Z) D 0' 0— U 0 0 0 0 > u Q) ce w 0 Fj 0 L. c 0 E CL of E r 0 co 0 M C, 'N i0 40 C, ED 0 0 c 0 0 C� C 0 C) lio C) 0 C, 0 C 0 C C 0 0 0 0 C, j LQ Ln (U -0 SE s BE Ctl E rn m m, tM w M M(A 0 C 0, (A X V) W U) W q) '- t Q) .0 LU In - 2 t w 2 (M 0 0 00 M M, 6)2 00 CA w t uj c Iw 2 2. c 0 j 0 C 01 (V MU viv uu AM Mui �W,, 'cc 0 0 o. Lu U U 0 0 0 0 U ul W c m 0 0 Q) a UU0 m 0 M, E 0 0 U) 0 CL - c � r w w u 0� 0 V E .2 C� ,� a - 0 CL 0 w U N - — = 0 < u W V co > 2 0 C 100 C 10 cu cc E O LL m = m w E J � C U a E E E 4) i" 0 kD x a 0 Ln _T cc 0 m co > C 0 a M > 0 0 C)� a IT E M a , a t 0 E , = 2 0 2j o m LD t t 0 C 0 u Ci 21= -E L a (-n UO O) N � 0 0 0 a UO <u V-) E 0 Ln 0 LO U Q) ed me cc 0 co oicn M c c i:E > 0 a X x •00 ti Z) w . . .......... - -- — -------- 112 0 T 0 0 0 0 0 0 U Page 58 of 72 Page 59 of 72 DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: g] a. Contract ® a. Bid /offer /application ® a. Initial filing b. Grant b. Initial award b. Material change c. Cooperative agreement G. Post -award For Material Change Only; d. Loan Year_ Quarter e. Loan guarantee Date of last report I. Loan Insurance 4. Name and Address of Reporting, Entity: S. If Reporting Entity in No. 4 is Subawardee. Enter Name Q Prime DSubawardee and Address of Prime: Ttt6 Engineering, inc. Tier , if known 2305 Chicago Avenue Riverside, CA 92507 Congressional District, if known: Congressional District, if known: 6. Federal DepartmentfAgency: 7. Federal Program NamelDescription: NOT APPLICABLE CFDANumber,ifapplicable 8. Federal Action Number, if known: 9. Award Amount, if known: $ -0- 10. Name and Address of Lobbying Entity b. Individuals Performing Services (including address if (!f individual, last name, first name, M!): different from No. 10a) (Last name, first name, Ml): NOT APPLICABLE 11. Information requested through this form is authorized by Title Signature: 31 U.S.C. Section 1362. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by Print Name: Michael P. Thornton the tier above when this transaction was made or entered into, This disclosure is required pursuant to 31 U.S.C. 1352. This Title: President information will be reported to the Congress semi- annually and will be available for public inspection. Any person who fails to file the 957 -6 sO- 044 8 / 1 / 2 013 Telephone No.:__bate. required disclosure shall be subject to a civil penalty of not less _ than $10,000 and not more than $100,000 for each such failure. '. y; Authorized for Local Reproduction Standard corm -LLL (Rev. 7 -97) Standard Form LLL Rev, 06 -04 -90 P:\PROJECTS\TEMESCAL CANYON ROAD \Request for Proposal Temescal Bridge 2009.doo Page 60 of 72 LIST OF SUBCONSULTANTS PROJECT NAME: Elm Street Improvements PROJECT NO: 4385-2 CONSULTANT NAME: TKE Engineering, Inc. NAME TELEPHONE ADDRESS CITY, STATE ZIP Duplicate this form as necessary to report all subconsultant(s) 1 Page 61 of 72 Certification for Contracts Grants Loans and Cooperative Agreements (Federal Fiscal Year I, hereby certify on behalf of (Name and title of Grantee official) The CitVof Lake Elsinore, that (Name of Grantee) IR (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, of cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying ", in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subgrants, and contracts and subcontracts under grants, subgrants, loans, an cooperative agreements) which exceed $100,000, and that all such subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Executed this 1st of August 2013 By: (Signatu o authorized official) Terry Renner, Vice President (Title of authorized official) 3 Page 62 of 72 EXHIBIT "C" CERTIFICATE OF EXEMPTION FROM WORKERS COMPENSATION INSURANCE I hereby certify that in the performance of the work for which this Agreement is entered into, I shall not employ any person in any manner so as to become subject to the Workers' Compensation Laws of the State of California Executed on this 1st day of August 2013 at Riverside California. Consultant PQ' �G QQ o"\ Page 63 of 72 wwrw�ffl Zm NIU A OiLM11"T � � 1, 1 Page 64 of 72 For the satisfactory performance and completion of the Services under this agreement, the City will pay the Consultant compensation as set forth herein. The total compensation for this service shall not exceed ( INSERT WRITTEN DOLLAR AMOUNT ) ($ INSERT NUMERICAL DOLLAR AMOUNT ) without written approval of City's City Manager (or applicable position) ("Total Compensation ") ELEMENTS OF COMPENSATION Compensation for the services will be comprised of the following elements: 1.1 Direct Labor Costs; 1.2 Fixed Fee, and; 1.3 Additional Direct Costs. 1.1 DIRECT LABOR COSTS Direct Labor Costs shall be paid in an amount equal to the product of the Direct Salary Costs and the Multiplier, which are defined as follows: 1.1.1 Direct Salary Costs Direct Salary Costs are the base salaries and wages actually paid to the Consultant's personnel directly engaged in performance of the Services under the Agreement. (The range of hourly rates paid to the Consultant's personnel appears in Section 2 below) 1.1.2 Multiplier The multiplier to be applied to the Direct Salary Costs to determine the Direct Labor Costs Is 2 . 7 0 , and is the sum of the following components: 1.1.2.1 Direct Salary Costs: 1.0 1.1.2.2 Payroll Additives 0.52 The decimal ratio of Payroll Additives to Direct Salary Costs. Payroll Additives include all employee benefits, allowances for vacation, sick leave, and holidays, and company portion of employee insurance and social and retirement benefits, all federal and state payroll taxes, premiums for insurance which are measured by payroll costs, and other contributions and benefits imposed by applicable laws and regulations. 1.1.2.3 Overhead Costs 1.18 The decimal ratio of allowable Overhead Costs to the Consultant firm's total direct salary costs. Allowable Overhead Costs include general, administrative and overhead costs of maintaining and operating established offices, and consistent with established firm policies, and as defined in the Federal Acquisitions Regulations, Part 31.2. Total Multiplier 2.70 (Sum of 1.1.2.1, 1.1.2.2, and 1.1.2.3) Page 65 of 72 1.2 FIXED FEE 1.2.1 The fixed fee (Not to Exceed) is $ 8, 400 . 0 0 1.2.2 A pro -rata share of the Fixed Fee shall be applied to the total Direct Labor Costs expended for services each month, and shall be included on each monthly invoice. 1.3 ADDITIONAL DIRECT COSTS Additional Direct Costs directly identifiable to the performance of the services of this Agreement shall be reimbursed at the rates below, or at actual invoiced cost. Rates for identified Additional Direct Costs are as follows: Item Reimbursement Rate (insert charges) Per Diem $60.00 /day Car mileage $0.60 /mile Travel $N /A /trip Computer Charges $10.00 /hour Photocopies $0.05 /copy Blueline $1.20 /sheet LD Telephone $N /A /call Fax $0.05 /sheet Photographs $1.00 /sheet Travel by air and travel in excess of 100 miles from the Consultant's office nearest to the City's office must have the City's prior written approval to be reimbursed under this agreement. 2. DIRECT SALARY RATES Direct Salary Rates, which are the range of hourly rates to be used in determining Direct Salary Costs in Section 1.1.1 above, are given below and are subject to the following: 2.1 Direct Salary Rates shall be applicable to both straight time and overtime work, unless payment of a premium for overtime work is required by law, regulation or craft agreement, or is otherwise specified in this Agreement. In such event, the premium portion of Direct Salary Costs will not be subject to the Multiplier defined in Paragraph 1.1.2 above. 2.2 Direct Safary Rates shown herein are in effect for one year following the effective date of the Agreement. Thereafter, they may be adjusted annually to reflect the Consultant's adjustment to individual compensation. The Consultant shall notify the City in writing prior to a change in the range of rates included herein, and prior to each subsequent change. pq Page 66 of 72 3. POSITION or CLASSIFICATION (Sample) Principal Project Manager Sr. Engineer/ Planner Project Engineer / Planner Assoc. Engineer/ Planner Technician Drafter / CADD Operator Word Processor RANGE OF HOURLY RATES $120.00 $110.00 $110.00 $100.00 $100.00 $50.00 $90.00 $55.00 2.3 The above rates are for the Consultant only. All rates for subconsultants to the Consultant will be in accordance with the Consultant's cost proposal. INVOICING 3.1 Each month the Consultant shall submit an invoice for Services performed during the proceeding month. The original invoice shall be submitted to the City's Executive Director with two (2) copies to the City's Project Coordinator. 3.2 Charges shall be billed in accordance with the terms and rates included herein, unless otherwise agreed in writing by the City's Representative. 3.3 Base Work and Extra Work shall be charged separately. The charges for each task and Milestone in the Scope of Services shall be listed separately. The charges for each individual assigned by the Consultant under this Agreement shall be listed separately on an attachment to the invoice. 3.4 A charge of $500 or more for any one item of Additional Direct Costs shall be accompanied by substantiating documentation satisfactory to the City such as invoices telephone logs, etc. 3.5 Each copy of each invoice shall be accompanied by a Monthly Progress Report and spreadsheets showing hours expended by task for each month and total project to date. 3.6 Each invoice shall indicate payments to DBE subconsultants or supplies by dollar amount and as a percentage of the total invoice. 3.7 Each invoice shall include a certification signed by the Consultant's Representative or an officer of the firm, which reads as follows: I hereby certify that the hours and salary charged in this invoice are the Actual hours and rates worked and paid to the employees listed. Signed Title Date Invoice No. Purchase Order No. Page 67 of 72 4. PAYMENT 4.1 The City shall pay the Consultant within four to six weeks after receipt by the City of an original invoice. Should the City contest any portion of an invoice, that portion shall be held for resolution, without interest, but the uncontested balance shall be paid. 4.2 The final payment for Services under this Agreement will be made only after the Consultant has executed a Release and Certification of Final Payment. 0 Page 68 of 72 EXHIBIT "B" SCHEDULE OF CHARGES TKE Engineering, Inc. Page 69 of 72 m F m x x w d O _y W d I�1 0 I y: U' I V C d d W �l J Page 70 of 72 0 0 0 0 0 oro P ^ g O cs w w cs � vi w •n w va o a N M N 3 v o 8 g ti C p 1 a a 0 0 0 V�pn p xi N N V O O O O �» y m .S C C W o a V x g w A w Q % O O 8 Ip N �aF E p N y N N P N W w w Vi X F q �i O 2 � �n V V C d d W �l J Page 70 of 72 EXHIBIT "C" INSURANCE REQUIREMENTS TKE Engineering, Inc. Page 71 of 72 '---_-_----_-`---_.--__� ' ......... -�'�'-�-_~_-..--__ | �^ | ��A|�lT�, � �~/u//��`.~^ CERTIFICATE Of EXEMPTION FROM WORKERS COMPENSATION INSURANCE |heby certify that in the performance nfd1evmorkforvvhiuhthioAgnaenaan1ioentened into, | shall not employ any person in any manner 8nautn become subject tu the Workers' Compensation Laws n[ the State ufCalifornia Em:vUhsdunUhia lat day of August 2013 at Riverside California. ' Consultant ' - "r +r ` ~° Page 72 of 72