HomeMy WebLinkAboutContracts & Agreements_37-2006_CCv0001.pdf AGREEMENT TO FURNISH PROFESSIONAL SURVEYING SERVICES FOR THE
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE REPLACEMENT PROJECT
This Agreement is made and entered into this 21"day of February,2006 by and between the
City of Redlands,a municipal corporation(hereinafter"City")and O'Bryant Surveying,hereinafter
("Consultant").
In consideration of the mutual promises hereinafter set forth, City and Consultant agree as
follows:
ARTICLE I - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant to perform surveying 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 1815 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
by
prevailing wages may be enforced City pursuant to Labor Code sections 1775 and 1813.
Z__ I
ARTICLE 3 - RESPONSIBILITIES OF CITY
3.I 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 be in the amount
of$1,820.00.
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:
City Consultant
Wen Huang
Municipal Utilities Department Michael O'Bn-,ant. Owner
City of Redlands O'Bryant Surveying
35 Cajon Street, Suite 15A 821 W. Colton Avenue
PO Box 3005 (mailing) Redlands, CA 92373
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 Prima1y
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 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 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 Liability 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
($2.1000,000) 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 Michael O'Bryant.
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 O'Bryant Surveying
B
r ,-
By.
.ION HARRISON MICHAEL O'BRY` „,T
Mayer Owner
Attest:
Clay C rk, City of e lads
AGREEMENT TO FURNISH PROFESSIONAL SURVEYING SERVICES
FOR THE TATE WATER TREATMENT PLANT PIPELINE
REPLACEMENT PROJECT
EXHIBIT "A"
SCOPE OF SERVICES
Exhibit "A'#
Scope of Work
1. Control Surveys
a. Recover control monuments previously set by owner.
b. Verify horizontal and vertical position of existing control monuments.
C. Augment existing control monuments as necessary for construction
staking.
2. Pipeline Staking
One set of offset stakes placed at 50 foot intervals per Approved Plans. Includes
staking of angle points, grade breaks and appurtenances for the 24 inch line.
3. Pre-construction Meeting
Attend a pre-construction meeting at a time and place to be determined by the
City's representative.
4. Potholes
As directed by the City's representative, locate those existing utilities exposed by
potholing.
5. Additional Reports
Preparation of any additional reports, documents or exhibits not specifically
listed in the Scope of Work.
6. Additional Meetings
Attend any additional meetings requested by the City's representative.
7. Restaking and Extra Work
Restaking is considered to be any staking required to replace the first set of
construction stakes. Extra work is any function not listed in the Scope of Work.
Conditions
1 A minimum of three working days notice shall be provided prior to dispatching
field crews.
2. Copies of the cut sheets shall be available on the day following the performance
of the work.
3. In the event of the discovery of an error in the plans, the responsible engineer
shall correct the plans and provide the surveyor with a revised copy of their
plans.
4. Any invoice outstanding for more than 60 days will cause the suspension of all
work until the account is brought current.
5. Items 1 through 3 of the Scope of Work are to be performed on a fixed fee basis,
and will be billed based on the percentage completed. Any additional work
required by the City will be invoiced on a time and materials basis at the rate set
forth in Exhibit "D".
6. A minimum of 682 lineal feet of pipeline shall be staked per survey request.
7. The surveyor shall be permitted to work under the contractor's encroachment
permit as issued by CalTrans.
8. Only those items of work specifically listed in the Scope of Work are covered by
this agreement
Exhibit "A"
Exclusions
I. As-built plans
2. Staking of staging areas
3. Reproduction costs
4. Agency fees
5. Perpetuation of existing survey monuments.
AGREEMENT TO FURNISH PROFESSIONAL SURVEYING SERVICES
FOR THE TATE WATER TREATMENT PLANT PIPELINE
REPLACEMENT PROJECT
EXHIBIT "B"
PROJECT SCHEDULE
Exhibit "B"
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 PROFESSIONAL SURVEYING SERVICES
FOR THE TATE WATER TREATMENT PLANT PIPELINE
REPLACEMENT PROJECT
EXHIBIT "C"
PROJECT FEE
Exhibit "C"
Fees
1. Control Surveys $ 640.00
2. Pipeline Staking 960.00
3. Pre-construction Meeting 220.00
Total Proposed Fee $ 1,820.00
4. Potholes Time and Materials
5. Additional Reports Time and Materials
6. Additional Meetings Time and Materials
7. Restaking and Extra Work Time and Materials
AGREEMENT TO FURNISH PROFESSIONAL SURVEYING SERVICES
FOR THE TATE WATER TREATMENT PLANT PIPELINE
REPLACEMENT PROJECT
EXHIBIT "D"
RATESCHEDULE
Exhibit "D"
Standard Hourly Rates
Licensed Personnel $ 88.00
Computer Aided Drafting $ 76.00
Senior Survey Technician $ 66.00
Junior Survey Technician $ 52.00
Secretarial Services $ 34.00
One-Man Field Crew $ 116.00
Two-Man Field Crew $ 160.00
Three-Man Field Crew $ 204.00
Overtime:
Overtime will be charged at 135 percent of the hourly rate except that Sundays,
holidays, and hours in excess of 11 per day will be charged at 165 percent of the
standard hourly rates.
Reimbursable Expenses
Mileage $ 0.42 per mile
Subsistence $94.00 per day per employee
Printing and Reproduction Cost plus 10 percent
Agency Fees Cost plus 10 percent
Schedule Duration
This fee schedule shall remain in effect until December 31, 2006