Loading...
HomeMy WebLinkAboutWinzler & Kelly 2010-10-19AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES [Design Professional] This Agreement, made and entered into this , day of r m , 2010 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Winzler & Kelly, 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 preparation of a Letter of Map Revision to FEMA to modify the floodway on Doolin Creek at South State Street and Talmage Road. 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 as particularly described in CONSULTANT'S PROPOSAL 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 Consultant proposal dated September 7, 2010 and 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 the time frame established in the Scope of Services. 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 Design - ProfSvcsAgreement-November 20, 2008 W&K LOMB- Doolin Creek PAGE 1 OF 7 maximum dollar amount of $37,860. 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, 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 Changes. 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 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 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 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 Design - ProNvuAgreement-November 20, 2008 W&K LOMIt - Doolin Creek PAGE 2 OF 7 Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. 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 duration 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: Insurance Services Office ("ISO") Commercial General Liability Coverage Form No. CG 00 01 11 85. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "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: General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. 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. Design -ProfSvesAgreement-November 20, 2008 W&K LOMB - Doolin Creek 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. 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. 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 Employers 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. Design - ProfBvcsAgreement-November 20, 2008 W&K LOMR - Doolin Creek 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. The policy period shall extend to three years after the City's final approval of the contract documents. 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. 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, after notice to Consultant that City has paid the premium, the cost of insurance may be deducted from the compensation otherwise due the contractor under the terms of this Contract. G. Subcontractors If consultant uses subcontractors or sub-consultants, it shall cover them under its policies or require them to separately comply with the insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees to indemnify the City for any claim, demand, cost, damages or liability that arises out of, or pertains to, or relates to the negligence, recklessness or willful misconduct of Consultant and its agents in the performance of services under this contract, 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 to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the negligence or willful misconduct of anyone who is not a party to this agreement or an agent or subcontractor to the Consultant. "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 Design - ProfSvcsAgreement-November 20, 2008 W&K LOMB- Doolin Creek PAGE 5 OF 7 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 Documents and 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 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, Design - ProfSvcsAgreement-November 20, 2008 W&K LOMR - Doolin Creek PAGE 6 OF 7 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: TIM ERIKSEN CITY OF UKIAH, DPW 300 SEMINARY AVENUE UKIAH, CALIFORNIA 95482-5400 9.0 CON BY PRINT NAME: ALEX CULICK 68-0274914 IRS IDN Number CITY OF U BY: JANE CHAMBERS fo\t-CITY MANAGER ATTEST 0 JOANNE CURRIE CITY CLERK SIGNATURES ALEX CULICK WINZLER & KELLY 495 TESCONI CIRCLE SANTA ROSA, CA 95401-4696 have executed this Agreement the Effective Date: /Z 1 Date 10 l9 1-20 1 Date /o - 17-/ Date Design - ProfSvoAgreement-November 20, 2008 W &K LOMK - Doolin Creek PAGE 7 OF 7 WINZLER&-x-KELLY Ref. P32000000 September 7, 2010 Tim Eriksen, Director of Public Works/City Engineer City of Ukiah Department of Public Works 300 Seminary Avenue Ukiah, CA 95482 Re: Engineering Services to Prepare Letter of Map Revision (LOMR) to FEMA to modify Floodway on Doolin Creek at State Street and Talmage Avenue Dear Tim, Per your request; Winzler & Kelly (W&K) is please to provide the City of Ukiah (City) with a cost proposal to prepare a Letter of Map Revision (LOMR) package to be submitted to FEMA to modify the floodway on Doolin Creek near the intersection of State Street and Talmage Avenue to reduce or eliminate impacts to certain private property on State Street: AP # 003-530-11 (Siderakis); AP # 003-530- 16 (Rong) located on the west side of State Street and AP # 003-140-33 ((Tesoro); AP # 003-140-46 (Vanalyea) located on the east side of State Street. As discussed at the project pre-proposal coordination meeting on August 26, 2010, this assignment will be further defined as the investigation is completed. Until we get into the analysis, it is unclear if we can be successful in changing the floodway; however, based upon a recent field visit with Rick Seanor, Assistant Public Works Director, the floodway appears to be in error as State Street slopes northerly for a long distance and the floodway cannot exist as currently shown (as though it is a flooded low point). In short, our proposal is predicated upon this fiindamental assumption and the anticipated scope is provided below for your approval. The level of effort to complete the assignment could be more or less depending upon FEMA requirements and findings. SCOPE OF SERVICES Task i - Obtain most updated model and mapping from FEMA (Michael Baker): W&K will draft a letter under City letterhead requesting this information. This will include existing LOMRs that have been completed previously and will include not only the models developed but the work maps and topography used in developing the models. There. should be no cost from FEMA since this is a request from the City. Task 2 - Conduct Surveys to supplement FEMA cross sections for the project reach: W&K will conduct surveys to develop additional cross sections for the FEMA model. Our initial site review indicates that the topography does not necessarily support the FEMA mapping as illustrated in the most recent LOMB. Task 3: Prepare mapping and conduct discussions with FEMA/Michael Baker regarding our survey findings and the existing LOMR to see if the LOMR could be modified based on revised topography without additional modeling: W&K will prepare mapping with the LOMR floodplain/floodway superimposed on it. We will forward to FEMA and have a discussion with them about the results to see if changes can be assumed without additional modeling. ♦ 495 Tesconi Circle, Santa Rosa, CA 95401.4696 tel 707.523.1010 fax 707.527.8679 www.w-and-k.com ♦0 Mr. Tim Eriksen September 7, 2010 Page 2 Task 4: Develop models necessary for a LOMR submittal package. To meet FEMA LOMB requirements, W&K will develop the following models either in HEC-2 or HEC-RAS: Duplicate Effective Model; Corrected Effective Model; Existing Conditions Model and Revised Conditions Model. Task 5: Prepare LOMR Submittal Package to FEMA W&K will prepare a LOMB package for submittal by the City Task 6: Respond to FEMA Review Comments and Resubmit Package: W&K will respond to FEMA review comments and prepare one (1) re-submittal package to be submitted by the City. Task 7: Project Management Services: W&K will perform typical project management services including monthly invoicing, coordination with team and City, teleconferences and quality assurance/quality control reviews (QA/QC) Assumptions: 1. A revised Conditions Model can be developed that does not impact the Floodplain/Floodway water surface elevations. 2. If there is any increase in water surface due to the proposed changes, approval letters from surrounding property owners will be required. In our proposal, we are assuming no increased water surface elevation and that letters will not be required. 3. Only topographic surveys will be completed. It is assumed no boundary surveys will be required and all ROW/property boundary information will be supplied by the City. 4. City will provided data from most recent FEMA mapping revisions (Rau and Associates) We propose to complete the work for an estimated time and materials total fee of $37,860; our fee was developed based upon the attached Project Fee Estimating Sheet. If you have any questions, please do not hesitate to contact me. Sincerely, WINZLER & KELLY Rick Jorgensen, P.E. Project Engineer Id Attachment t to .Y O O G N V ti W IL E W . Z Q ~ r r r w W W U. ui a J W Y ~ ca c o 0 N W J ~ 0 N 4 - Z 0 m d ~W C a ~ ~w U r', z z Ql i. Z 'o m z a ` C a a C4 a Z p t- c J F- w tCS ~ N ~ ~ 6s o o ~ M . b3 ER d► LL a V W W f0 a N O yy M N M 000N0 N 2 CtDp ~A w y EA ER , vT Efl EFJ T 611. W 0 Q ~ 'd' r (O ZV el' co O CO N LO qQ CO O CO Q 0 C14 C14 It 04 O CL to TT G ` u 00 o co 00 ' p c3 = Q T V ~ o 0 ~ U) c ~ m M j, to V :f _ c-4 Nz O m t0 c0 N Jd N ~ ` T O 01 N . O d O N N r C = 0. Lu . It Cp --t o co co N Cq ~ bf eo = l a N ~ ef3 A n J' 0 g w ~ LL a V 3 c c (D L, g .0 a v o co U ~ o > o r E a w c , 3 05 E c W a Z o ~ m w 7 ~ N E _ 0 _ Q C L .G .0 O ' a p N C G 2 C > 4) 0) O U 0 ILL W IL to CG r- Y Y Y Y Y Y Y ca m O 0 N . W INZL F_R4 ,7 KELLY FEE SCHEDULE - NORTHWEST (Effective February 2010) Hourly Rates r> Principal $ 180-260 Senior Project Engineer 130-190 Project Engineer 105-135 Staff Engineer 95-105 Senior Project Scientist 135-160 Project Scientist 90-125 Staff Scientist 70-100 Senior Planner 115-160 Staff Planner 90-100 3-Person Survey Crew 255-390 2-Person Survey Crew 170-270 1-Person Survey Crew 85-175 Construction Manager 100-170 Construction Inspector 85-125 Professional Land Surveyor 145-160 Staff Surveyor/LSIT 95-115 Technician 60-100 Designer 80-120 CADD 45-90 Project Administrator 65-125 Word Processor & Clerical Support 45-90 Employee time will be billed in accordance with the fees listed above. These rates are subject to change on a semi-annual basis. For other than professional employees, time spent over 8 hours per day, time spent on swing shifts, and time spent on Saturdays will be charged at 1.5 times the hourly billing rate. Work on Sundays will be charged at 2.0 times the hourly billing rate and holiday work will be charged at 2.5 times the hourly billing rate. All field personnel charges are portal to portal. Professional employees will not be charged out at premium charge rates for overtime work. Expenses and other similar project related costs are billed out at cost plus 15%. The cost of using equipment and specialized supplies is billed on the basis of employee hours dedicated to projects. Our rates are: A. Office consumables $6.00/hr B. Environmental Dept/Construction Inspector consumables $11.00/hr C. Survey Field consumables $14.00/hr D. Various Environmental, Construction and Land Surveying Equipment At market Payment for work and expenses is due and payable upon receipt of our invoice. Amounts unpaid thirty (30) days after the issue date of our invoice shall be assessed a service charge of one and one half (1.5) percent per month. t*~ These rates do not apply to forensic-related services, or to work for which Prevailing Wage obligations exist, It is the responsibility of the client to notify Winzler & Kelly in writing if Prevailing Wage obligations are applicable, in which case the fees will be adjusted proportionate to the increase in labor cost. NW Fee Schedule Feb 2010