HomeMy WebLinkAboutContracts & Agreements_173-2006_CCv0001.pdf AGREEMENT TO FURNISH PROFESSIONAL SURVEYING SERVICES FOR THE
CAPITAL IMPROVEMENT PROGRAM SEWER PIPELINE REPLACEMENT PROJECT
This agreement for professional surveying services("Agreement") is made and entered into
this 18'h day of July, 2006 ("Effective Date"), by and between the City of Redlands, a municipal
corporation("City")and Aero Tech Surveys("Consultant")who are sometimes individually referred
to herein as a"Party" and together, as the "Parties."
In consideration of the mutual promises contained herein, City and Consultant agree as
follows:
ARTICLE I - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant to perform professional surveying services in connection with
City's Capital Improvement Program Sewer Pipeline Replacement Project(the"Services"),
1.2 The Services shall be performed by Consultant in a professional manner, and Consultant
represents that it has the skill and the professional expertise necessary to provide the Services
to City at a level of competency presently maintained by other practicing professional
consultants in the industry providing like and similar types of Services.
ARTICLE 2 - SERVICES OF CONSULTANT
2.1 The Services which Consultant shall perform are more particularly described in Exhibit"A,"
entitled "Specific Services," which is attached hereto and incorporated herein by this
reference.
2.2 Consultant shall comp'ly with all applicable Federal, State and local laws and regulations in the
performance of this Agreement including, but not limited to,the Americans with Disabilities
Act, the Fair Employment and Housing Act and prevailing wage laws commencing at Labor
Code section 1770 et seq. and non-discrimination laws including the Americans with
Disabilities Act. Pursuant to Labor Code section 1773,2, copies of the prevailing rates of per
them wages as determined by the Director of the California Department of Industrial
Relations for each craft, classification, or type of worker associated with the performance of
the Services are on file at the City of Redlands office of the Municipal Utilities Department,
Civic Center, 35 Cajon Street, Suite 15A (P.O. Box 3005 mailing), Redlands, California
92373.
23 Consultant acknowledges that if it violates the Labor Code provisions relating to prevailing
wage, that City may enforce those provisions by issuing a notice of the withholding of
contract payments to Consultant pursuant to Labor Code section 1771.6.
2.4 If Consultant executes an agreement with a subcontractor to perform any of the Services,
Consultant shall comply with Labor Code sections 1775 and 1777.7, and shall provide the
subcontractor with'copies of the provisions of Labor Code sections 1771, 1775, 1776,
1777.5, 1813 and 1815. Consultant acknowledges that the statutory provisions imposing
penalties for the failure to comply with state wage and hour laws and to pay prevailing wages
may be enforced by City pursuant to Labor Code sections 1775 and 1813.
2.5 Consultant and its subcontractors shall comply with the provisions of Labor Code section
1776 regarding payroll records' maintenance, certifications, retention and inspection.
2.6 Consultant acknowledges that eight (8) hours constitutes a legal day's work pursuant to
Labor Code section 1810.
2.7 If applicable, Consultant shall comply with the provisions of Labor Code section 1777,5
relating to apprenticeships, and Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and
1815.
ARTICLE 3 -RESPONSIBILITIES OF CITY
3.1 City shall make available to Consultant information in its possession that may assist
Consultant in performing the Services.
3.2 City will make reasonable provision for Consultant to enter upon City-owned property, as
required by Consultant, to perform the Services.
3.3 City designates Wen Huang as City's representative with respect to performance of the
Services, and such person shall have the authority to transmit instructions, receive
information,interpret and define City's policies and decisions with respect to performance of
the Services.
ARTICLE 4-- PERFORMANCE OF SERVICES
4.1 Consultant shall perform the Services in a prompt and diligent manner and in accordance with
the schedule set forth in Exhibit"B," entitled"Performance Schedule."
4.2 At any time during the term of this Agreement, City may request that Consultant perform
Extra Services. As used herein, "Extra Services" means any work which is determined
necessary by City for the proper completion of the project or work for which the Services are
being performed, but which the Parties did not reasonably anticipate would be necessary at
the time of execution of this Agreement. Provided the Extra Work does not exceed twenty
percent (20%) of the compensation to be paid by City to Consultant for the Services, such
Extra Work may be agreed to by the Parties, by written amendment to this Agreement,
executed by City's City Manager. Consultant shall not perform, nor be compensated for,
Extra Work without such written authorization from City.
2
ARTICLE 5 - PAYMENTS TO CONSULTANT
5,1 The total compensation for Consultants performance of the Services shall not exceed the
amount of Eight Thousand Six Hundred and Seventy-Five Dollars ($8,675). City shall pay
Consultant on a time and materials basis up to the not to exceed amount, in accordance with
Exhibit"C" entitled"Payment Schedule," and based upon the hourly rates shown in Exhibit
"D," entitled "Rate Schedule." Both Exhibits "C" and "D" are attached hereto and
incorporated herein by this reference.
5.2 Consultant shall submit monthly invoices to City describing the work performed during the
preceding month. Consultant's invoices shall include a brief description of the Services
performed, the dates the Services were performed, the number of hours spent and by whom,
and a description of reimbursable expenses, if any. City shall pay Consultant no later than
thirty (30) days after receipt and approval by City of Consultants invoice, provided the
Services reflected in the invoice were performed to the reasonable satisfaction of City in
accordance with the terms of this Agreement, provided that the number of hours of Services
set forth in the invoice reflect the amount of time ordinarily expended for such Services by
members of the profession currently practicing in the same locality under similar conditions,
and provided further that all expenses, rates and other information set forth in the invoice are
consistent with the terms and conditions of the Agreement,
5.3 All notices shall be given in writing by personal delivery or by mail. Notices sent by mail
should be addressed as follows:
CqY
Wen B. Huang
Municipal Utilities Department
City of Redlands
35 Cajon Street, Suite 15A
PO Box 3005 (mailing)
Redlands, CA 92373
Consultant
William F Schmidt
Aero Tech Surveys
6810 Airport Drive
Riverside, CA 92504
When so addressed, such notices shall be deemed given upon deposit in the United States
Mail. Changes may be made in the names and addresses of the person to who notices and
payments are to be given by giving notice pursuant to this section 5.3,
3
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6.1 All insurance required by this Agreement shall be maintained by Consultant for the duration of
its performance of the Services. Consultant shall not perform any Services unless and until all
required insurance listed below is obtained by Consultant. Consultant shall provide City with
certificates of insurance and endorsements evidencing such insurance prior to commencement
of the Services. All insurance policies shall include a provision prohibiting cancellation of the
policy except upon thirty (30) days prior written notice to City.
6.2 Workers' Compensation and Employer's Liability.
A. Consultant shall secure and maintain Workers' Compensation and Employer's
Liability insurance throughout the duration of this Agreement in accordance with the
laws of the State of California, with an insurance carrier acceptable to City.
B. Consultant expressly waives all rights to subrogation against City, its elected officials,
officers and employees for losses arising from work performed by Consultant for City
by expressly waiving Consultant's immunity for injuries to Consultant's employees
and agrees that the obligation to indemnify,defend and hold harmless provided for in
this Agreement extends to any claim brought by or on behalf of any employee of
Consultant. This waiver is mutually negotiated by the Parties. This waiver shall not
apply to any damage resulting from the sole negligence of City, its employees or
agents. To the extent any of the damages referenced herein were caused by or
resulted from the concurrent negligence of City, its agents or employees, the
obligations provided herein to indemnify, defend and hold harmless are valid and
enforceable only to the extent of the negligence of Consultant, its officers, agents and
employees.
6.3 Hold Harmless and Indemnification. Consultant shall defend, indemnify and hold harmless
City and its elected officials,employees and agents from and against any and all claims,losses
or liability, including attorneys fees, arising from injury or death to persons or damage to
property occasioned by Consultant's and its officers', employees' and agents' sole negligent
acts or omissions in performing the Services.
6.4 Assignment. Consultant is expressly prohibited from assigning any of the Services without
the express prior written consent of City. In the event of agreement by the Parties to assign a
portion of the Services, Consultant shall add the assignee as an additional insured and provide
City with the insurance endorsements required by this Agreement prior to the performance of
any Services by the assignee. Assignment does not include printing or other customary
reimbursable expenses that may be provided for in this Agreement.
6.5 Comprehensive General Liability Insurance, Consultant shall secure and maintain in force
throughout the term of this Agreement comprehensive general liability insurance with carriers
acceptable to City. Minimum coverage of One Million Dollars($1,000,000)per occurrence
4
and Two Million Dollars ($2,000,000) aggregate for public liability, property damage and
personal injury is required. City shall be named as an additional insured. Such insurance shall
be primary and non-contributing to any insurance or self-insurance maintained by City,
6,6 Professional Liability Insurance. Consultant shall secure and maintain professional liability
insurance throughout the term of this Agreement in the amount of One Million Dollars
($1,000,000) per claim made.
6.7 Business Auto Liability Insurance. Consultant shall have business auto liability coverage,with
minimum limits of One Million Dollars($1,000,000)per occurrence,combined single limit for
bodily injury liability and property damage liability. This coverage shall include all Consultant
owned vehicles used in connection with Consultant's provision of the Services,hired and non-
owned vehicles, and employee non-ownership vehicles. Such insurance shall be primary and
non-contributing to any insurance or self insurance maintained by City. City shall be named as
an additional insured.
ARTICLE 7 - CONFLICTS OF INTEREST
7.1 Consultant covenants and represents that it does not have any investment or interest in real
property and shall not acquire any interest, direct or indirect, in the geographical 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. 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.
7.2 Consultant agrees it is not*a designated employee within the meaning of the Political Reform
Act because Consultant:
A. Does not make or participate in:
(i) the making or any governmental decisions regarding approval of a rate,rule or
regulation, or the adoption or enforcement of laws;
(ii) the issuance, denial, suspension or revocation of permits, licenses,
applications, certifications, approvals, orders or similar authorizations or
entitlements;
(iii) authorizing City to enter into, modify or renew a contract;
(iv) granting City approval to a contract that requires City approval and to which
City is a party, or to the specifications for such a.contract'.
(v) granting City approval to a plan, design, report, study or similar item,
5
(vi) adopting, or granting City approval of, policies, standards or guidelines for
City or for any subdivision thereof.
B. Does not serve in a staff capacity with City and in that capacity participate in making
a governmental decision or otherwise perform the same or substantially all the same
duties for City that would otherwise be performed by an individual holding a position
specified in City's Conflict of Interest Code under Government Code section 87302.
7.3 In the event City officially determines that Consultant must disclose its financial interests by
completing and filing a Fair Political Practices Commission Form 700, Statement of Economic
Interests, Consultant shall file the subject Form 700 with the City Clerk's office pursuant to
the written instructions provided by the Office of the City Clerk,
ARTICLE 8 - GENERAL CONSIDERATIONS
8.1 Attorneys' Fees. In the event any action is commenced to enforce or interpret any of the
terms or conditions of this Agreement the prevailing Party shall, in addition to any costs and
other relief,be entitled to the recovery of its reasonable attorneys'fees, including fees for the
use of in-house counsel of the Parties at rates prevailing in San Bernardino County,
California.
8.2 Prohibition against Assignment. Consultant shall not assign any of the Services, except with
the prior written approval of City and in strict compliance with the terms, and conditions of
this Agreement.
8.3 Documents and Records, All documents, records, drawings, designs, cost estimates,
electronic data files, databases and other documents developed by Consultant in connection
with its performance of the Services, and any copyright interest in such documents, shall
become the property of City and shall be delivered to City upon completion of the Services,
or upon the request of City. Any reuse of such documents, and any use of incomplete
documents, shall be at City's sole risk.
8.4 Independent Contractor Status, Consultant is for all purposes under this Agreement an
independent contractor and should perform the Services as an independent contractor.
Neither City nor any of its agents shall have control over the conduct of Consultant or any of
Consultant's employees, except as herein set forth. Consultant shall supply all tools and
instrumentalities required to perform the Services. All personnel employed by Consultant are
for its account only, and in no event shall Consultant or any personnel retained by it be
deemed to have been employed by City or engaged by City for the account of, or on behalf of
City. Consultant shall have no authority, express or implied, to act on behalf of City in any
capacity whatsoever as an agent, nor shall Consultant have any authority, express or implied,
to bind City to any obligation.
6
8.5 Termination.
A.. Unless earlier terminated, as provided for below,this Agreement shall terminate upon
completion and acceptance of the Services by City.
B. This Agreement may be terminated by City, in Its sole discretion, by providing five(5)
business days prior written notice to Consultant (delivered by certified mail, return
receipt requested) of City's intent to terminate.
C. If this Agreement is terminated by City, an adjustment to Consultant's compensation
shall be made, but (1) no amount shall be allowed for anticipated profit or
unperformed services, and(2)any payment due Consultant at the time of termination
may be adjusted to the extent of any additional costs to City occasioned by any default
by Consultant.
D. Upon receipt of a termination notice, Consultant shall immediately discontinue its
provisions of the Services and, within five (5) days of the date of the termination
notice, deliver or otherwise make available to City, copies (in both hard copy and
electronic form, where applicable) of any data, design calculations, drawings,
specifications, reports, estimates, summaries and such other information and materials
as may have been accumulated by Consultant in performing the Services. Consultant
shall be compensated on a pro-rata basis for Services completed up to the date of
termination.
8.6 Books and Records. Consultant shall maintain any and all books, ledgers, invoices, accounts
and all other records and documents evidencing costs and expenses related to the Services for
a period of three (3) years, or for any longer period required by law, from the date of final
payment to Consultant pursuant to this Agreement. Such books shall be available at all
reasonable times for examination by City at the office of Consultant.
8.7 Entire Agreement/Amendment. This Agreement, including the Exhibits incorporated herein
by reference,represents the entire agreement and understanding between the Parties as to the
matters contained herein;and any prior negotiations,written proposals or verbal agreements
relating to such matters are superseded by this Agreement. Any amendment to this
Agreement shall be in writing, approved by City and signed by City and Consultant.
8.8 Governing Law. This Agreement shall be governed by and construed in accordance with the
laws of the State of California.
8.9 Severability. If one or more of the sentences, clauses, paragraphs or sections contained in this
Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction,the
same shall be deemed severable from the remainder of this Agreement and shall not affect,
impair or invalidate any of the remaining sentences, clauses,paragraphs or sections contained
7
herein, unless to do so would deprive a PartN of a materia! benefit of its bargain tin-der tMs
Agreement.
IN WITNESS WHIEREOF, duty mithoori zed representatives ofthe City and'Consultant have
signed In confirmation of this Agreement.
CITY OF REDLANDS AEROTECH SURVEYS
By: C�L
Harrison, Mayor William F. Schmidt, President
Attesv
AGREEMENT TO FURNISH PROFESSIONAL SURVEYING SERVICES
FOR
THE CAPITAL IMPROVEMENT PROGRAM
SEWER PIPELINE REPLACEMENT PROJECT
EXHIBIT A
SPECIFIC SERVICES
A G
T M
EXHIBIT"A"
Swific Services
City of Redlands—Project No. 2-0723
CAPITAL IMPROVEMENT PROGRAM
Sewer Pipeline Replacement Project
Scope of Work: Provide horizontal alignment construction staking per section 6.0 "Construction
Staking" of the Bid Proposal, Contract Documents and Specifications.
Cost Estimate: Project#1: Clay St. from Lugonia to Western:
Project#lb: Washington St. from Delaware to Western:
Project#2: Alley South of Sun from Webster to Columbia:
Project#3: Alley West of Post from Union to Colton:
Project#4: Alley N/of College from Church to Alley:
Project#5: Alley W/of Univ. from Campus to College:
We will verify existing invert elevations at downstream and upstream ends prior to staking. As-staked grade
shots will be provided including (if any)differences in field conditions vs. design plans.
Surveying services beyond those listed above will be billed out at prevailing wage X net multiplier of 2.25.
AGREEMENT TO FURNISH PROFESSIONAL SURVEYING SERVICES
FOR
THE CAPITAL IMPROVEMENT PROGRAM
SEWER PIPELINE REPLACEMENT PROJECT
EXHIBIT B
PERFORMANCE SCHEDULE
A G
T M
fM
EXHIBIT "B"
Performance Schedule
City of Redlands—Project No. 2-0723
CAPITAL IMPROVEMENT PROGRAM
Sewer Pipeline Replacement Project
The estimated time frame is based on a 2-man crew and includes office calculations for each
project.
Project Number: Time Frame:
Project#1: Clay St. from Lugonia to Western: 10 Hours
Project#Ib: Washington St. from Delaware to Western: 19 Hours
Project#2: Alley South of Sun from Webster to Columbia: 9 Hours
Project#3: Alley West of Post from Union to Colton: I I Hours
Project#4: Alley N/of College from Church to Alley: 19 Hours
Project#5: Alley W/of Univ. from Campus to College: 9 Hours
Our cost includes verifying that centerline monuments have tie sheets. In the event a tie sheet
does not exist in the City records for existing survey monuments at intersections, PI's, PC's,
PT's, etc. associated with the water main project, we will prepare a comer record for the
monument at a cost of$440.00 per record.
Surveying services beyond those listed above will be billed out at prevailing wage X net
multiplier of 2.5.
AGREEMENT TO FURNISH PROFESSIONAL SURVEYING SERVICES
FOR
THE CAPITAL IMPROVEMENT PROGRAM
SEWER PIPELINE REPLACEMENT PROJECT
EXHIBIT C
PAYMENT SCHEDULE
A G
T U
M
4;q-�l
EXHIBIT I U
Payment Schedule
City of Redlands—Project No. 2_0723
CAPITAL IMPROVEMENT PROGRAM
Sewer Pipeline Replacement Project
Cost Estimate: Project#1: Clay St. from Lugonia to Western: $1,400.00
Project#1b: Washington St. from Delaware to Western: $2,640.00
Project#2: Alley South of Sun from Webster to Columbia: $ 840.00
Project#3: Alley West of Post from Union to Colton: $1,515.00
Project#4: Alley N/of College from Church to Alley: $2,805.00
Project#5: Alley W/of Univ. from Campus to College: 1-29-0-00
Total: $8,675.00
Our cost includes verifying that centerline monuments have tie sheets. In the event a tie sheet does not exist in
the City records for existing survey monuments at intersections, PI's, PC's, PT's, etc. associated with the water
main project, we will prepare a comer record for the monument at a cost of$440.00 per record.
Surveying services beyond those listed above will be billed out at prevailing wage X net multiplier of 2.25.
AGREEMENT TO FURNISH PROFESSIONAL SURVEYING SERVICES
FOR
THE CAPITAL IMPROVEMENT PROGRAM
SEWER PIPELINE REPLACEMENT PROJECT
EXHIBIT D
RATE SCHEDULE
A G
T MfM
EXHIBIT"D"
AERO TECH SURVEYS
A SCF[MIDT Geornatic Mapping Corporation
6810 Airport Drive,Riverside,CA 92504
(951)785-0160 Tele,(951)785-0554 Fax
Rate Schedule
City of Redlands—Project Na. 1-0722
CAPITAL IMPROVEMENT PROGRAM WATER PIPELINE
Master Plan and Replacement Project
Schedule of Fees (2006 Fiscal Year)
CEO—Professional Services, PLS $1 10.00/hr
PLS: Deposition/Trial $220.00/hr
Photogrammetric Compilation $ 75.00/hr
Project Manager $ 85.00/hr
Draftsman $ 65.00/hr
Secretarial $ 65.00/hr
Two man Survey Crew* $165.00/hr
Three man Survey Crew* $225.00/hr
Four man Survey Crew* $285.00/hr
Materials at cost plus 15%
Per Diem $200/day/person
Public Works Projects:
Survey Crew (at Prevailing Wage x Net Multiplier of 2.5 per person)
*We reserve the right to determine the appropriate crew for the job. The determination will be
based upon the scope of work, equipment used, time frame, availability and safety.