HomeMy WebLinkAboutContracts & Agreements_148-2004_CCv0001.pdf AGREEMENT TO FURNISH CONSULTING SERVICES
FOR ALABAMA STREET AND ORANGE STREET BRIDGE PROJECT RIGHT OF WAY
ACQUISITION AND CONSTRUCT ABILITY REVIEW
This Agreement is made and entered into this 5th day of October, 2004 by and between
the City of Redlands, a municipal corporation (hereinafter "City") and CALTROP hereinafter
("Consultant").
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 engineering services which is more
particularly described in Attachment "A" attached hereto and incorporated herein by this
reference (the "Services") for right of way acquisition and certification and construct
ability review.
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 similar types of services.
ARTICLE 2 - SERVICES OF CONSULTANT
2.1 The specific Services which Consultant shall perform are more particularly described in
Exhibit "A," which is attached hereto and incorporated herein by this reference.
2.2 Consultant shall comply with all applicable Federal, State and local laws in its
performance of the Services including, but not limited to, all California Labor Code
requirements and non-discrimination laws including the Federal Americans with
Disabilities Act and the state's Fair Employment and Housing Act.
2.3 Consultant acknowledges and agrees that if it violates the provisions of the California
Labor Code relating to prevailing wage that City may withhold payments to Consultant
pursuant to Labor Code sections 1726, 1.727 and 1771.6.
ARTICLE 3 --RESPONSIBILITIES OF CITY
3.1 City shall make available to Consultant information in City's possession that is relevant
to the performance of Consultant's Services.
3.2 City will make provision for Consultant to enter upon City-owned property to perform
J11jCC\C'auto
the Services.
3.3 City designates William B. Hernsley to act as its representative with respect to the
Services to be performed under this Agreement.
ARTICLE 4 - PERIOD OF SERVICE
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 "Project Schedule," which is attached
hereto and incorporated herein by this reference. The Services may commence on
October 6, 2004 and shall end on April 15, 2005, unless an extension is approved by City.
ARTICLE 5 - PAYMENTS TO CONSULTANT
5.1 The total compensation for Consultant's performance of the Services shall not exceed the
amount of 510,000 for Orange Street and $40,000 for Alabama Street in accordance with
the schedule as set forth in Exhibit "C," which is attached hereto and incorporated herein
by reference.
5.2 Within ten days following the end of each month Consultant shall submit an invoice to
City indicating the portion of the Services performed, who performed the Services,
indirect costs, and the detailed cost of all Services including backup documentation.
Payments by City to Consultant shall be made within 30 days after receipt and approval
of Consultant's invoice,by warrant payable to Consultant.
5.3 All notices, bills and payments shall be made in writing and may be given by personal
delivery or by mail. Notices, bills and payments sent by mail shall be addressed as
follows:
Cite Consultant
William B. Hernsley Michael Tahan
City of Redlands Caltrop Corporation
Public Works Dept. 1037 w. Ninth Street
PO Box 3005 Upland, CA 91.786
Redlands, CA 92373
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 whom notices
and payments are to be given by giving notice pursuant to this section.
5.4 Consultant agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal
Acquisition Regulations System, Chapter I. Part 31 et seq, shall be used to determine the
allow ability of individual items of cost.
PUCC%caltrop
2
5.5 Consultant shall comply with Federal procedures in accordance with 49 CFR, Part 18,
Uniform Administrative Requirements for Grants and Cooperative Agreements to State and
Local Governments.
5.6 Any costs for which payment has been made to Consultant that are determined by
subsequent audit to be unallowable under 48 CFR, Federal Acquisition Regulations
System, Chapter 1, Part 31 et sew. or 49 CFR, Part 18, Uniform Administrative
Requirements for Grants and Cooperative Agreements to State and Local Governments, are
subject to repayment by Consultant to the State.
5.7 Any subcontract in excess of$25,000 entered into by Consultant in connection with the
Services to be performed under this Agreement shall contain all the provisions of Article 5
of this Agreement.
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6.1 Consultant's Insurance to be Primary
All insurance required by this Agreement shall be maintained by Consultant during its
performance of the Services and shall be primary with respect to City and non-contributing to
any insurance or self-insurance maintained by City. Consultant shall not commence the
Services unless and until all required insurance listed below is obtained by Consultant and
Certificates of Insurance and endorsements evidencing such insurance are presented to City.
All insurance policies shall include a provision prohibiting cancellation, 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 its performance of the Services in amounts which meet statutory
requirements with an insurance carrier acceptable to City.
B. Consultant expressly waives all rights to subrogation against City, its elected officials and
employees for losses arising from work performed by Consultant for City by expressly
waiving Consultant's immunity for injuries to Consultant's employees. Consultant agrees
that its obligation to indemnify, defend and hold harmless provided for in this Agreement
extends to any claim brought by or in behalf of any employee of Consultant. This waiver is
mutually negotiated by the parties. This section shall not apply to any damage resulting
from the sole 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 Comprehensive "eneral Liability Insurance. Consultant shall secure and maintain in force
throughout its performance of the Services comprehensive general liability insurance with
3
carriers acceptable to City. Minimum coverage of one million dollars ($1,000,000) per
occurrence and two million dollars ($2,000.000) aggregate for public liability, property
damage and personal injury is required. Consultant shall obtain an endorsement that City
shall be named as an additional insured.
6.4 Professional Liability Insurance. Consultant shall secure and maintain professional liability
insurance throughout its performance of the Services in the amount of one million dollars
($1,000,000) per occurrence and two million dollars ($2,000,000) annual aggregate.
6.5 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 its performance of the Services,
hired and non-owned vehicles, and employee non-ownership vehicles. Consultant shall
obtain an endorsement that City shall be named as an additional insured.
6.6 Assignment and Insurance Requirements. Consultant is expressly prohibited from
assigning any of the Services without the prior written consent of City. In the event of
mutual agreement between the parties to sublet or assign a portion of the Services,
Consultant shall add the assignee as an additional insured to Consultant's insurance policies
and provide City with insurance endorsements prior to any Services being, performed by the
assignee. Assignment does not include printing or other customary reimbursable expenses
that may be provided in this Agreement.
6.7 Hold Harmless and Indemnification. Consultant shall defend, indemnify and hold harmless
City, its elected officials, officers, employees and agents from and against any and all
actions, claims, demands, lawsuits, losses and liability for damages to persons or property,
including costs and attorney fees, that may be asserted or claimed by any person, firm,
entity, corporation, political subdivision or other organization arising out of or in
connection with Consultant's negligent and/or intentionally wrongful acts or omissions in
performing the Services; but excluding such actions, claims, demands, lawsuits and
liability for damages to persons or property arising from the sole negligence or
intentionally wrongful acts of City, its officers, employees or agents.
ARTICLE 7 - GENERAL CONSIDERATIONS
7.1 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.
7.2 Consultant's key personnel for the Project are:
Michael Tahan, - Project Director Bijan Salar - Structure Representative
Ivan Benavidez - Project Manager Chris Ramer- Construction Inspector
4
Consultant agrees that these key people shall be made available and assigned to perform
4:1
the Services and that they shall not be replaced without concurrence from City.
7.3 All documents, records, drawings, designs, cost estimates, electronic data files, databases
and other documents developed by Consultant pursuant to this Agreement 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 will be at City's sole risk.
7.4 Consultant is for all purposes an independent contractor. Consultant shall supply all tools
and instrumentalities required to perform the Services described in this Agreement. 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 in behalf of City.
7.4 Unless earlier terminated, as provided for below, this Agreement shall terminate upon
completion and acceptance of the Services by City.
7.5 This Agreement may be terminated by City, without cause, by providing five (5) days prior
written notice to Consultant (delivered by certified mail, return receipt requested) of intent
to terminate.
7.6 If this Agreement is terminated by City, an adjustment to Consultant's compensation shall
be made,but no amount shall be allowed for anticipated profit or unperformed Services,
and 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.
7.7 Upon receipt of a termination notice, Consultant shall immediately discontinue all Services,
and 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 work completed up until notice of termination.
7.8 Consultant shall maintain books and accounts of all payroll costs and expenses incurred in
performing the Services. Such books shall be available at all reasonable times for
examination by City at the office of Consultant.
7.9 This Agreement, including the attachments 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 agreements with regard to the subject
matter hereof between City and Consultant are superseded by this Agreement. Any
amendment to this Agreement shall be in writing, approved by City Council of City and
5
signed by City and Consultant.
7.10 This Agreement shall be governed by and construed in accordance with the laws of the
State of California.
IN WITNESS WHEREOF, duly authorized representatives of City and Consultant have
signed in confirmation of this Agreement.
CITY OF REDLANDS CALTROP CORPORATION
By: By:
S SAN PEPP David Saber, P.E.
Mayor Vice President
altr C rporatio
By:
Michael Tahan
Vice President
Caltrop Corporation
Attest: Attest:
City Cl Linda Mar ez '�x
City of edlands Corporate Secretary
Caltrop Corporation
s
�I
6
EXHIBIT A
CALTROP
SCOPE OF WORK
fior
THE REPLACEMENT OF ORANGE STREET AND ALABAMA STREET BRIDGES
AT THE SANTA ANA RIVER
ENGINEERING SERVICES
October 5, 2004
PROJECT LOCATION & DESCRIPTION
This project consists of two bridges, one on Orange Street and the other on Alabama Street,
located approximately 1.5 miles apart along the Santa Ana River in the City Redlands, California.
In general, the project consists of the 90 percent review of the construction documents and
obtaining right of way certification for needed right of way.
SCOPE OF WORK
Constructability Review of the Construction Drawings and Specifications and Cost Analysis
The Consultant shall review the 90 percent complete bid documents for the Alabama Bridge only.
The Consultant shall check for potential conflicts and inconsistencies among documents including
plans, specifications and pay items, USFWS requirements, California Department of Fish and
Game requirements, California Regional Water Quality Control Department requirements City of
Redlands standards, California State Law requirements, Federal Law requirements, verify that
the existing conditions are properly represented, verify that references within the plans are
correct, and conduct any other verification process to ensure that the bid package is ready for bid
and will not result in unnecessary expenses. The Consultant shall conduct a review and separate
analysis of the cost estimate to verify that it reflects the most recent market values for bridge
construction.
The Consultant shall hire LAN to conduct the 65 percent constructability review of the bridge
drawings to ensure that the plans have no discreptancies.
Right of Way Certification
The consultant shall provide an appraisal of the additional property needed for a temporary
construction easement and any necessary permanent easements as shown on the survey drawings
provided by TYLIN. The consultant shall prepare a letter of offer to the San Bernardino County
Flood Control District for the property. The consultant shall prepare the latest edition of the right
of way certification form and work with Caltrans, and request that an expedited review be
conducted. The Consultant shall meet all the state and federal requirements with full
documentation to obtain the necessary right of way for the project.
EXHIBIT�x,}y( y■ B
�' LT��yr�nOP
SCHEDULE
fb
THE REPLACEMENT OF ORANGE STREET AND ALABAMA STREET BRIDGES
AT THE SANTA ANA RIVER
ENGINEERING SERVICES
October 5, 2004
Task Description Be in Date End Date
LAN Alabama 65% 10/7/04 10/28/04
Constructability Review
CALTROP ROW Certification— 10/7;104 1/21/05
Alabama&Gran e,Street
CALTROP Alabama 90% 12/6/04 1/10105
Constructabilit Review
EXHIBIT C
CALTROP
COST
for
THE REPLACEMENT OF ORANGE STREET AND ALABAMA STREET BRIDES
AT THE SANTA ANA RIVER
ENGINEERING SERVICES
October 5, 2004
Task Description Cost—Not to Exceed �
LAN Alabama 65%Constructability Review S10,000
CALTROP ROW Certification—Alabama Street i $10,000
CALTROP ROW Certification—Orange Street $10,000
CALTROP Alabama 90%Constructability Review I $20,000
ORA��IGE Total: $10,000
ALABAMA Total: 540,000