HomeMy WebLinkAboutGreen Valley Consulting Engineers 2010-07-28AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into this 28A-day of -TuL.Y , 2010 ("Effective
Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and
Green Valley Consulting Engineers, a corporation organized and in good standing under the
laws of the state of California, hereinafter referred to as "Consultant".
RECITALS
This Agreement is predicated on the following facts:
a. City requires consulting services related to design of abutments, pathway transitions,
etc. for a pedestrian rail car bridge, Specification No. 10-14.
b. Consultant represents that it has the qualifications, skills, experience and properly
licensed to provide these services, and is willing to provide them according to the terms
of this Agreement.
C. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto
as Attachment "A", describing contract provisions for the project and setting forth the
completion dates for the various services to be provided pursuant to this Agreement.
TERMS OF AGREEMENT
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A").
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment "A".
2.2. Additional Services. Additional services, if any, shall only proceed upon written
agreement between City and Consultant. The written Agreement shall be in the form of
an.Amendment to this Agreement.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required
by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete
such services within 14 working days from receipt of the Notice to Proceed. Consultant
shall complete the work to the City's reasonable satisfaction, even if contract disputes
arise or Consultant contends it is entitled to further compensation.
4.0 COMPENSATION FOR SERVICES
4.1 Basis for Compensation. For the performance of the professional services of this
Agreement, Consultant shall be compensated on a time and expense basis not to
exceed a guaranteed maximum dollar amount of $7,050. Labor charges shall be based
upon hourly billing rates for the various classifications of personnel employed by
Consultant to perform the Scope of Work as set forth in the attached Attachment B,
Std - ProYSvcsAgreement- November 20, 2008
PAGE 1 OF 7
which shall include all indirect costs and expenses of every kind or nature, except direct
expenses. The direct expenses and the fees to be charged for same shall be as set
forth in Attachment B. Consultant shall complete the Scope of Work for the not-to-
exceed guaranteed maximum, even if actual time and expenses exceed that amount.
4.2 Chanaes. Should changes in compensation be required because of changes to the
Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in
compensation. "Changes to the Scope-of-Work" means different activities than those
described in Attachment "A" and not additional time to complete those activities than the
parties anticipated on the date they entered this Agreement.
4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a
portion of the work of this Agreement shall be approved by City prior to commencement
of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed
amount set forth in Section 4.1.
4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this
contract shall be based upon submission of monthly invoices for the work satisfactorily
performed prior to the date of the invoice less any amount already paid to Consultant,
which amounts shall be due and payable thirty (30) days after receipt by City. The
invoices shall provide a description of each item of work performed, the time expended
to perform each task, the fees charged for that task, and the direct expenses incurred
and billed for. Invoices shall be accompanied by documentation sufficient to enable City
to determine progress made and to support the expenses claimed.
5.0 ASSURANCES OF CONSULTANT
5.1 Independent Contractor. Consultant is an independent contractor and is solely
responsible for its acts or omissions. Consultant (including its agents, servants, and
employees) is not the City's agent, employee, or representative for any purpose.
It is the express intention of the parties hereto that Consultant is an independent
contractor and not an employee, joint venturer, or partner of City for any purpose
whatsoever. City shall have no right to, and shall not control the manner or prescribe the
method of accomplishing those services contracted to and performed by Consultant
under this Agreement, and the general public and all governmental agencies regulating
such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in City have been
inserted solely to achieve compliance with federal and state laws, rules, regulations, and
interpretations thereof. No such provisions and no other provisions of this Agreement
shall be interpreted or construed as creating or establishing the relationship of employer
and employee between Consultant and City.
Consultant shall pay all estimated and actual federal and state income and self-
employment taxes that are due the state and federal government and shall furnish and
pay worker's compensation insurance, unemployment insurance and any other benefits
required by law for himself and his employees, if any. Consultant agrees to indemnify
and hold City and its officers, agents and employees harmless from and against any
claims or demands by federal, state or local government agencies for any such taxes or
benefits due but not paid by Consultant, including the legal costs associated with
defending against any audit, claim, demand or law suit.
Std - ProfSvcsAgreement- November 20, 2008
PAGE 2 OF 7
Consultant warrants and represents that it is a properly licensed professional or
professional organization with a substantial investment in its business and that it
maintains its own offices and staff which it will use in performing under this Agreement.
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely
to City. Consultant has no interest and will not acquire any direct or indirect interest that
would conflict with its performance of the Agreement. Consultant shall not in the
performance of this Agreement employ a person having such an interest. If the City
Manager determines that the Consultant has a disclosure obligation under the City's
local conflict of interest code, the Consultant shall file the required disclosure form with
the City Clerk within 10 days of being notified of the City Manager's determination.
6.0 INDEMNIFICATION
6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2
Consultant shall not begin work under this Agreement until it procures and maintains for
the full period of time allowed by law, surviving the termination of this Agreement
insurance against claims for injuries to persons or damages to property, which may arise
from or in connection with its performance under this Agreement.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office ("ISO) Commercial General Liability Coverage
Form No. CG 20 10 10 01 and Commercial General Liability Coverage -
Completed Operations Form No. CG 20 37 10 01.
2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code
"any auto" or Code 8, 9 if no owned autos and endorsement CA 0025.
3. Worker's Compensation Insurance as required by the Labor Code of the
State of California and Employers Liability Insurance.
4. Errors and Omissions liability insurance appropriate to the consultant's
profession. Architects' and engineers' coverage is to be endorsed to
include contractual liability.
B. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
1. General Liability: $1,000,000 combined single limit per occurrence for
bodily injury, personal injury and property damage including operations,
products and completed operations. If Commercial General Liability
Insurance or other form with a general aggregate limit is used, the
general aggregate limit shall apply separately to the work performed
under this Agreement, or the aggregate limit shall be twice the prescribed
per occurrence limit.
2. Automobile Liability: $1,000,000 combined single limit per accident for
bodily injury and property damage.
Std - ProfSvesAgreement- November 20, 2008
PAGE 3 OF 7
3. Worker's Compensation and Employers Liability: Worker's compensation
limits as required by the Labor Code of the State of California and
Employers Liability limits of $1,000,000 per accident.
4. Errors and Omissions liability: $1,000,000 per occurrence.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions 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 retentions as respects to the City, its officers,
officials, employees and volunteers; or the Consultant shall procure a bond
guaranteeing payment of losses and related investigations, claim administration
and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
General Liability and Automobile Liability Coverages
a. The City, it officers, officials, employees and volunteers are to be
covered as additional insureds as respects; liability arising out of
activities performed by or on behalf of the Consultant, products
and completed operations of the Consultant, premises owned,
occupied or used by the Consultant, or automobiles owned, hired
or borrowed by the Consultant for the full period of time allowed by
law, surviving the termination of this Agreement. The coverage
shall contain no special limitations on the scope-of-protection
afforded to the City, its officers, officials, employees or volunteers.
b. The Consultant's insurance coverage shall be primary insurance
as respects to the City, its officers, officials, employees and
volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees or volunteers shall be in
excess of the Consultant's insurance and shall not contribute with
it.
C. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officers, officials,
employees or volunteers.
d. The Consultant's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer's liability.
2. Worker's Compensation and Emplovers Liability Coverage
The insurer shall agree to waive all rights of subrogation against the City,
its officers, officials, employees and volunteers for losses arising from
Consultant's performance of the work, pursuant to this Agreement.
Std - ProfSvcsAgreement- November 20, 2008
PAGE 4 OF 7
3. Professional Liability Coverage
If written on a claims-made basis, the retroactivity date shall be the
effective date of this Agreement.
4. All Coverages
Each Insurance policy required by this clause shall be endorsed to state
that coverage shall not be suspended, voided, canceled by either party,
reduced in coverage or in limits except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the
City.
E. Acceptability of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's
rating of no less than A- for financial strength, AA for long-term credit rating and
AMB-1 for short-term credit rating.
F. Verification of Coverage
Consultant shall furnish the City with Certificates of Insurance and with original
Endorsements effecting coverage required by this Agreement. The Certificates
and Endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. The Certificates and
Endorsements are to be on forms provided or approved by the City. Where by
statute, the City's Workers' Compensation - related forms cannot be used,
equivalent forms approved by the Insurance Commissioner are to be substituted.
All Certificates and Endorsements are to be received and approved by the City
before Consultant begins the work of this Agreement. The City reserves the right
to require complete, certified copies of all required insurance policies, at any
time. If Consultant fails to provide the coverages required herein, the City shall
have the right, but not the obligation, to purchase any or all of them. In that
event, the cost of insurance becomes part of the compensation due the
contractor after notice to Consultant that City has paid the premium.
G. Subcontractors
Consultant shall include all subcontractors or sub-consultants as insured under
its policies or shall furnish separate certificates and endorsements for each sub-
contractor or sub-consultant. All coverage for sub-contractors or sub-consultants
shall be subject to all insurance requirements set forth in this Paragraph 6.1.
6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition
thereto, Consultant agrees, for the full period of time allowed by law, surviving the
termination of this Agreement, to indemnify the City for any claim, cost or liability that
arises out of, or pertains to, or relates to any negligent act or omission or the willful
misconduct of Consultant in the performance of services under this contract by
Consultant, but this indemnity does not apply to liability for damages for death or bodily
injury to persons, injury to property, or other loss, arising from the sole negligence, willful
misconduct or defects in design by the City, or arising from the active negligence of the
City.
Std - ProfSvcsAgreement- November 20, 2008
PAGE 5 OF 7
"Indemnify," as used herein includes the expenses of defending against a claim and the
payment of any settlement or judgment arising out of the claim. Defense costs include
all costs associated with defending the claim, including, but not limited to, the fees of
attorneys, investigators, consultants, experts and expert witnesses, and litigation
expenses.
References in this paragraph to City or Consultant, include their officers, employees,
agents, and subcontractors.
7.0 CONTRACT PROVISIONS
7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or
reports and supportive data prepared by Consultant under this Agreement are owned
and become the property of the City upon their creation and shall be given to City
immediately upon demand and at the completion of Consultant's services at no
additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A".
All documents produced by Consultant shall be furnished to City in digital format and
hardcopy. Consultant shall produce the digital format, using software and media
approved by City.
7.2 Governing Law. Consultant shall comply with the laws and regulations of the United
States, the State of California, and all local governments having jurisdiction over this
Agreement. The interpretation and enforcement of this Agreement shall be governed by
California law and any action arising under or in connection with this Agreement must be
filed in a Court of competent jurisdiction in Mendocino County.
7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments
set forth the entire understanding between the parties.
7.4 Severability. If any term of this Agreement is held invalid by a court of competent
jurisdiction, the remainder of this Agreement shall remain in effect.
7.5 Modification. No modification of this Agreement is valid unless made with the agreement
of both parties in writing.
7.6 Assignment. Consultant's services are considered unique and personal. Consultant
shall not assign, transfer, or sub-contract its interest or obligation under all or any portion
of this Agreement without City's prior written consent.
7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement
shall be a waiver of any other or subsequent breach of the same or any other covenant,
term or condition or a waiver of the covenant, term or condition itself.
7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of
the Agreement; 2) because funds are no longer available to pay Consultant for services
provided under this Agreement; or 3) City has abandoned and does not wish to complete
the project for which Consultant was retained. A party shall notify the other party of any
alleged breach of the Agreement and of the action required to cure the breach. If the
breaching party fails to cure the breach within the time specified in the notice, the
contract shall be terminated as of that time. If terminated for lack of funds or
abandonment of the project, the contract shall terminate on the date notice of
termination is given to Consultant. City shall pay the Consultant only for services
performed and expenses incurred as of the effective termination date. In such event, as
Std - ProfSvcsAgreement- November 20, 2008
PAGE 6 OF 7
a condition to payment, Consultant shall provide to City all finished or unfinished
documents, data, studies, surveys, drawings, maps, models, photographs and reports
prepared by the Consultant under this Agreement. Consultant shall be entitled to
receive just and equitable compensation for any work satisfactorily completed
hereunder, subject to off-set for any direct or consequential damages City may incur as
a result of Consultant's breach of contract.
7.9 Duplicate Originals. This Agreement may be executed in duplicate originals, each
bearing the original signature of the parties. When so signed, each such document shall
be admissible in administrative or judicial proceedings as proof of the terms of the
Agreement between the parties.
8.0 NOTICES
Any notice given under this Agreement shall be in writing and deemed given when
personally delivered or deposited in the mail (certified or registered) addressed to the
parties as follows:
CITY OF UKIAH GREEN VALLEY CONSULTING ENGINEERS
DEPT. OF PUBLIC WORKS 335 TESCONI CIRCLE
300 SEMINARY AVENUE SANTA ROSA, CA 95401
UKIAH, CALIFORNIA 95482-5400
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULTANT
BY: -R, 1
LI IS
Date
91-1841215
IRS IDN Number
CITY OF UKIAH
B
CHAMB
ERS
I)eIT~
ANAGER
Date
ATTEST
J NNE CURRIE, CITY CLERK
7 ;.8-rv
Date
Std - ProfSvcsAgreement- November 20, 2008
PAGE 7 OF 7
GreenValley
CONSULTING ENGINEERS
Restoring Yesterday creating 'romp, row
July 10, 2010
Mr. Rick Seanor, P.E.
Deputy Director of Public Works
City of Ukiah Public Works Dept.
300 Seminary Avenue
Ukiah, CA 95482
Re: Enaineerina Services Associated with Bridge Abutments at Gibson Creek
Dear Rick:
Municipal engineering
civil engineering
construction management
1,-:jn :Isca f)e architecture
land surveying
Per our understanding of the City's needs for a new bridge abutment located at Gibson Creek, adjacent
to Oak Manor Elementary School, we are providing the following scope of work and associated fees. The
abutments are needed to support an existing steel pedestrian bridge, which will be replacing an aged
timber bridge across the Creek.
Our Understanding
We understand that the City would like to replace an ageing timber bridge in poor repair, and replace it
with a new, "existing" steel bridge and associated abutments. The new abutments will be located out of
the creek embankments to eliminate the need for permitting. The existing bridge span is approximately
38 feet and the new bridge span is approximately 46 feet.
We will work with DH Charles Engineering for the structural engineering component.
Scope of Services
Task 1: Topographic Survey Services
We will prepare topographic mapping to allow for the preparation of a site grading plan that
will be necessary for the placement of the abutments and ultimately the bridge. The mapping
will include the existing bridge and abutments, creek to approximately 25 feet upstream and
downstream of the new bridge alignment and the approximate location of the new bridge
abutments. The map will be prepared at a scale of 1 inch equals 20 feet and vertical contour
interval of 2 feet, and will include:
• Ground elevation contours and features
• Planimetrics (adjacent roads, paths, surface indication of utilities, drainage features)
• Existing bridge, abutments
• Existing trees within mapped area
• Top of bank, toe of bank and flow line of creek bed
• Provide a construction elevation benchmark on site if requested
• Provide a hard copy and AutoCAD 2009 electronic file
The topographic mapping service does not include any easement or boundary research.
Attachment #
335 Tesconi Circle, Santa Rosa, California 95401 * web wwvv,9valley.,rc)m - tel 707,579,0388 « fax 707.579.3877
/000~~
GreenValley
CONSULTING ENGINEERS
Restoring Yesterday Creiil:ing Torn(mrrow
Fee $1,250
Task 2: Design Services
Municipal engineering
civil engineering
construction rnanagernon't
landscape arc;hilecture
land surveying
We will prepare a grading plan and structural plan with associated details to allow for the
construction of new bridge abutments and connection to existing path in the vicinity. The
plans will include: the bridge location, cross sections, profiles, structural details, and necessary
erosion and sediment control measures.
The abutments will be placed such that the span of the new steel bridge allows for them to be
constructed well out of range of top of bank in order to avoid the need for permits. We will
grade the approaches to the bridge to allow for ADA access and will conform to the existing
pathway surfaces, which is understood to be asphalt concrete and native material.
Our work will include structural calculations, which will be conservative, due to the absence of
a geotechnical investigation. We have not allowed time for the preparation of specifications
as we understand the work will be under force account with a Contractor currently under
contract to the City of Ukiah. Any necessary information will be included on the plans for the
Contractor and inspector's use.
Construction documents will be prepared in accordance with the City of Ukiah Design and Construction
Standards. The final cost estimate will updated to incorporate current bid results.
Structural Plans $4,150
Gradina Plans S1,650
Total $7,050
Permitting, permitting fees, geotechnical engineering, and environmental services are not
included.
If you have any questions regarding the scope of work required for this project or estimated
fee, please feel free to contact me at 707.579.0388 or via email at: willd@avalley.com. We are
able to begin work immediately and estimate we can have plans ready for the Contractor's
use by July 21, 2010.
Sincerely,
Will Dawson,
Operations Manager
335 7'esconi Circle, Santa R050, California 95401 a wel) vvwvv,9valleyrconi a tei 707S/9.0388 e fax 707.579.3377
FEE SCHEDULE
GREEN VALLEY CONSULTING ENGINEERS
Hourly Rates
(Effective January 2010)
Principal
$185
Project Manager
$135-$185
Project Engineer
$125-$160
Landscape Architect
$120
Staff Engineer
$120-$140
Survey Crew
$180-$215
Professional Land Surveyor
$135
Construction Manager
$105
Construction Inspector 1
$105
Construction Inspector 11
$95
Field Personnel
$95
CAD Technician
$95-$120
Administration/Word Processing
$65
Use of Company-Owned Equipment and Specialized Supplies
The cost of using company-owned equipment and specialized supplies is included in
the hourly rates billed to our projects. These costs have either already been incurred
as the cost of equipment purchases necessary for us to efficiently perform our tasks
or represent a minor incidental cost that we feel should be considered as included in
the preparation of professional documents.
Miscellaneous External Expenditures
Miscellaneous external expenditures, such as those costs associated with
subconsultants, blueprints, and reproduction of originals will be billed at the actual
cost. Mileage will be billed at $0.50 per mile.
Construction Inspection and Construction Management Vehicle Rates
Hourly Rate (up to 8 hours)
Daily Rate (8 or more hours)
$10.00/hour
$96.00/day