HomeMy WebLinkAboutContracts & Agreements_23-2006_CCv0001.pdf AGREEMENT TO FURNISH CONSTRUCTION INSPECTION AND
TESTING SERVICES FOR THE
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE REPLACEMENT PROJECT
This Agreement is made and entered into this 7th da of February,ry, 006 by and between
the City of Redlands, a municipal corporation (hereinafter"City") and Hilltop Geotechnical, Inc.,
hereinafter("Consultant"),
In consideration of the mutual promises hereinafter set forth, City and Consultant agree as
follows:
ARTICLE 1 - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant to perform construction inspection and testing services
for the Tate Water Treatment Plant Effluent 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 "Scope of Services," which is attached hereto and incorporated herein by this
reference.
2.2 Consultant shall comply with all applicable Federal, State and local laws and regulations
in the performance of this Agreement including, but not limited to, all applicable Labor
Code and prevailing wage laws commencing at Labor Code section 1770 et seq., and non-
discrimination laws including the Americans with Disabilities Act and the Fair
Employment and Housing Act.
2.3 Consultant further understands that if it violates the provisions of the Labor Code relating
to prevailing wage, that City may enforce the Labor Code by notice of the withholding of
contract payments to Consultant or its subcontractors pursuant to Labor Code sections
1726, 1727 and 1771.6.
2.4 Consultant agrees that if it executes an agreement with a subcontractor to perform any of
the Services, that Consultant shall comply with Labor Code sections 1775 and 1777.7 by
providing the subcontractor with copies of the provisions of Sections 1771, 1775, 1776,
1777.5, 1813 and 11'15 of the Labor Code. Consultant acknowledges that the statutory
provisions for penalties for 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
K
1813.
ARTICLE 3 - RESPONSIBILITIES OF CITY
3.1 City shall make available to Consultant information in its possession that is pertinent to
the performance of Services.
3.2 City will make provisions for Consultant to enter upon City-owned property as required
by Consultant to perform the Services.
3.3 City designates Wen Huang 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."
ARTICLE,,5 - PAYMENTS TO THE CONSULTANT
5.1 The total compensation for Consultant's performance of the Services shall not exceed the
amount of$3,590. City shall pay Consultant on a time and materials basis up to the not
to exceed amount, in accordance with Exhibit "'C," entitled "Project Fee," and based upon
the hourly rates shown in Exhibit "D," entitled "Rate Schedule."
5.2 Consultant shall bill City within ten days following the close of each month by submitting
an invoice indicating the portion of the Services performed, who performed the Services
and the detailed cost of all Services, including backup documentation. Payments by City
to Consultant shall be made within thirty (30) days after City's receipt and approval of
Consultant's invoice, by warrant payable to Consultant.
5.3 All notices shall be made in writing and may be given by personal delivery or by mail.
Notices, sent by mail shall be addressed as follows:
Citly Consultant
Wen Huang Mark Hulett, President
Municipal Utilities Department Hilltop Geotechnical, Inc.
City of Redlands 768 South Gifford Avenue
35 Cajon Street, Suite 15A San Bernardino, CA 92408
PO Box 3005 (mailing)
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 who notices and payments are
to be given by giving notice pursuant to this section.
ARTICLE_6 - INSURANCE AND INDEMNIFICATION
6.1 Consultant's Insurance to be Primary
All insurance required by this Agreement shall be maintained by Consultant for the duration of
this Agreement and shall be primary with respect to City and non-contributing to any insurance
or self-insurance maintained by City. 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 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, employees and volunteers for losses arising from work perfonned 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 negligence of City, its agents and
employees. 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 is valid and enforceable only to
the extent of the negligence of Consultant, its officers, agents and employees.
6.3 Comprehensive General Liability Insurance.
Consultant shall secure and maintain in force throughout the duration of this Agreement
comprehensive general liability insurance with 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 Liabilitv Insurance.
Consultant shall secure and maintain professional liability insurance throughout the duration of
this Agreement 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 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 express prior
written consent of City. In the event of mutual agreement between parties to assign a portion of
the Services, Consultant shall add the assignee as an additional insured and provide City with the
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 under this Agreement; but excluding such actions, claims, demands,
lawsuits and liability for damages to persons or property arising from the negligence or
intentionally wrongful acts of City, its officials, 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, including fees for in-
house counsel of the parties at rates prevailing in San. Bernardino County, California.
7.2 Consultant's key person to perform the Services is Project Manager Mike Carillo.
Consultant agrees that this person shall be made available and assigned to perform the
Services and that he 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 said above described 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 on behalf of City.
7.5 Unless earlier terminated, as provided for below, this Agreement shall terminate upon
completion and acceptance of the Services by City.
7.6 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.
7.7 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.
7.8 Upon receipt of a termination notice, Consultant shall (1) immediately discontinue all
Services, and (2) within five (5) days of the date of said 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 work completed up until notice of termination.
7.9 Consultant shall maintain books and accounts of all payroll costs and expenses related to
the Services. Such books shall be available at all reasonable times for examination by
City at the office of Consultant.
7.10 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 Council of City and signed by City and Consultant.
7.11 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 the City and Consultant
have signed in confirmation of this Agreement.
City of Redlands Hilltop Geotechnical, Inc.
By:-- BY
ON HARRISON Mark Hulett
Mayor President
Attest;
City Clerk, City, te lands
AGREEMENT TO FURNISH CONSTRUCTION INSPECTION AND
TESTING SERVICES FOR THE TATE NATER TREATMENT PLANT
EFFLUENT PIPELINE REPLACEMENT PROJECT
EXHIBIT "A"
SCOPE OF SERVICES
SCOPE OF SERVICES
Our scope of services will include.
Task I: Field Services
• Full-time/On-call observation and testing of
compacted backfill during efficient pipeline
replacement
• Full-time/On-call observation and testing of street
asphalt paving
• Pick up soils and asphalt samples and transport to
our laboratory
Task 11: Laboratory Testing
• Modified Proctor (ASTM 1557)
• Asphalt Gradation
• Asphalt Extraction
• Hveem Density and Stability
Task III: Project Management and Office Support
• Review field and laboratory tests results
• Submit invoice and daily reports
• Prepare final report
AGREEMENT TO FURNISH CONSTRUCTION INSPECTION AND
TESTING SERVICES FOR THE TATE NATER TREATMENT PLANT
EFFLUENT PIPELINE REPLACEMENT PROJECT
EXHIBIT "B"
PROJECT SCHEDULE
PROJECT SCHEDULE
The timing for services to be provided shall coincide with the duration of the
construction contract, and as otherwise directed by the Project Manager to
accomplish the Project.
The scope of services, under this Agreement will be concluded not later than 12
months from the date of approval without prior written authorization by the
Project Manager.
AGREEMENT TO FURNISH CONSTRUCTION INSPECTION AND
TESTING SERVICES FOR THE TATE NATER TREATMENT PLANT
EFFLUENT PIPELINE REPLACEMENT PROJECT
EXHIBIT "C"
PROJECT FEE
ITEMIZED COST ESTIMATE
PROJECT No. 4-0688
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE REPLACEMENT PROJECT
REDLANDS, CALIFORNIA.
I. SOILS
Compaction Testing during.Trench Backfill
Field Technician - Field Sampling and Compaction Testing
10 - days @ 3 hours/day @ $89.00/hour $2,670.00
11. LABORATORY TESTING
3 - Maximum Density Tests (Cal-Trans Method) @ $140.00/each $420.00
111. FINAL COMPACTION REPORT aN-0.00
TOTAL ESTIMATE $3,590.00
OPTIONAL PAVEMENT INSPECTION
I. ASPHALT PLACEMENT
LornRaction Testing during Paving
Field Technician - Asphalt Sampling
2 - days @ 4 hour/day @ $89.00/hour $712.00
11. LABORATORY TESTING
2 - Asphalt Gradation @ $125.00/each $250-00
2 - Asphalt Extraction @ $170.00/each $340.00
2 - Hveem Density and Stability @ $190.00/each 380.00
TOTAL ESTIMATE FOR OPTIONAL PAVEMENT INSPECTION $1,682.00
HILLTOP GEOTECHNICAL, INC.
AGREEMENT TO FURNISH CONSTRUCTION INSPECTION AND
TESTING SERVICES FOR THE TATE WATER TREATMENT PLANT
EFFLUENT PIPELINE REPLACEMENT PROJECT
EXHIBIT "D"
RATESCHEDULE
2006 SCHEDULE OF FEES
FOR.
THE CITY OF l�E. l)LANDS
PROJECT No. 4-0688
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE REPLACEMENT PROJECT
REDLANDS, CALIFORNIA.
UNIT
JOB CLASSIFICATION RATES
SOIL/TAIATERIALS TECHNICIAN (8-HOUR $89.00
MIN.)
FIELD SUPERVISOR $100.00
FIELD GEOLOGIST (NON-REGISTERED) $105.00
ENGINEERING GEOLOGIST $145.00
SENIOR ENGINEER $145.00
DRAFTING $62.00
CLERICAL $57.00
SANDEQUIVALENT TEST $100.00
MAXIMUM DENSITY $140.00
SOLUBLE SULFATE $60.00
EXPANSION INDEX $125.00
GRADATION $100.00
ASPHALT GRADATION $125.00
ASPHALT EXTRACTION $170.00
BYEE M DENSITY A r fi
Specific pricing for other laboratory tuts not listed can be provided upon your
request.
V-e boll- forward to worl'lngy tv geulier in the near future,
HILLTOP GEOTECHNICAL, INC.