Loading...
HomeMy WebLinkAboutGHD, Inc. 2012-07-03 ' ' I AGREEMENTFOR , PROFESSIONAL CONSULTING SERVICES �, This Agreement, made and entered into this -� day of L � , 2012 by and between �� the CITY OF UKIAH, CALIFORNIA, hereinafter referred t as City" and GHD, Inc., a corporation, organized and in good standing under the laws of t e st te of California, hereinafter referred to as "ConsultanY'. RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to Orchard Avenue/Perkins Street Signal Timing. 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 I 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 j I 1.0 DESCRIPTION OF PROJECT j 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A"). I, ' 2A SCOPE OF SERVICES I 2.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written I 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 at the Direction of the Director of Public Works. 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. � I 4.0 COMPENSATION FOR SERVICES i ' 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 maximum dollar amount of $2801. Labor charges shall be based upon hourly I 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 . sm r.���s��,ns�����n�m-�o..:�,ne,xo.zoos rncaior� I , I I , all indirect costs and expenses of ever kind or nature, except direct expenses. The Y direct ex enses and the fees to be char ed for same shall be as set forth in Attachment p 9 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 Chanqes. Should changes in compensation be required because of changes to the I�i Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in I 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 Pavment. The use of sub-consultants or other services to perform a i 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 Pavment. 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 Indeqendent 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 I defending against any audit, claim, demand or law suit. I I ti�d VrnRccrAercemcnL kuwmbcr 20.200P VAGIS 3 OF] I _ __ __ - . ____-- _— . . Consultant warrants and represents that it is a properly licensed professional or ' professional organization with a substantial investment in its business and that it I maintains its own offices and staff which it will use in performing under this Agreement. I , , 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 Liabilitv. Without limiting ConsultanYs obligations arising under Paragraph 6.2 I 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 I insurance against claims for injuries to persons or damages to property, which may arise �I from or in connection with its performance under this Agreement. A. Minimum Scooe 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 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 consultanYs 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 Liabilitv: $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 I Insurance or other form with a general aggregate limit is used, the i 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. I 2. Automobile Liabilitv: $1,000,000 combined single limit per accident for bodily injury and property damage. sm r�ors���:ne,«m���-����=mn��zo_zaox rnce i ot r � I 3. Worker's Compensation and Emplovers Liabilitv: 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 liabilitv: $1,000,000 per claim. 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 1. General Liabilitv and Automobile Liabilitv Coveraqes 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 ConsultanYs 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 I City, its officers, officials, employees or volunteers shall be in excess of the ConsultanYs 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 ConsultanYs 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 Liabilitv Coveraqe The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from ConsultanYs performance of the work, pursuant to this Agreement. , tii0 ProlSacz:\¢recmcnb]ovcmber20.?008 VSGI-.i OL] J � 3. Professional Liabilitv Coveraqe If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend for the duration of the work being performed. 4. All Coverapes 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, retum receipt requested, has been given to the City. E. Acceptabilitv of Insurers Insurance is to be placed with admitted California insurers with an A.M. BesYs 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 Coverape 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. I 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 I to require complete, certified copies of all required insurance policies, at any I 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 'I 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 sub'ect to all insurance re uirements set forth in this Para ra h 6.1. 1 4 9 P ifi i n. Notwithstandin the fore oin insurance re uirements and in addition 6.2 Indemn cat o g g g q , 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. Ad VmltiresAyreemem-\orembn20.2008 � rncr,sor� I � i "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 I expenses. References in this paragraph to City or Consultant, indude their officers, employees, agents, and subcontractors. , 7.0 CONTRACT PROVISIONS 7.1 Ownershiq 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 ConsultanYs 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 Governinq 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 Aqreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severabilitv. 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 Assipnment. ConsultanYs 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 � sm r��as�cen�;reo����i.so��n,:�zo.�oox VA(il1 G Of 9 . performed and expenses incurred as of the effective termination date. In such event. as I� 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 I 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 ConsultanYs breach of contract. 7.9 Duqlicate Oriqinals. 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: GTY OF UKIAH GHD INC. DEPT. OF PUBLIC WORKS 2235 MERCURY WAY, SUITE 150 300 SEMINARY AVENUE SANTA ROSA, CA 95407 ' UKIAH, CALIFORNIA 95482-5400 9.0 SIGNATURES IN W ESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSUL�IF j / 1 , / �� � ;� � �LY �v BY: ' � Date PRINT NAME: .(LGL� ��/� IRS IDN Number CITY OF UKIAH `� /L , � BY: � �����c._.� � I Date � �JANE A. CHAMBERS � CITY MANAGER ATTEST , ( I � \ ( � � �� � - j - � �Z ��� , CITY�EL K ,_ � ) Date �� tiia r�niSvc.nNmcn,uni-no�c�n�crxo.z�ne �' rnve�or� I � ^ � _ I � . ,._,;. = � - _ __ . June 13, 2012 Rick Seanor Deputy Director of Public YVorks City of Ukiah 300 Seminary A�ienue Ukiah, CA, 95482-5400 RE: Proposal for Professional Traffic Engineering Services: Orchard Avenue/Perkins Street Signal i Timing Dear Rick: GHD Inc. is pleased to provide this proposal for professional traffic engineering services for the Perkins Street/Orchard Avenue Intersection Improvement project in Ukiah, CA. This proposal is based on our design for the project, mry discussion with you and Tim Eriksen, and the signal timing needs for the modified traffic signal system. It is my understanding that this effort"vill be an amendment to our current professional services contract on this project. Project Understanding This proposal is provided with the foliowing understanding oflhe project. GHD prepared design drawings for the construction of modifications to the traffic signal and widening of the westbound approach at the intersection of Orchard Avenue and Perkins Street. The City and their wntractor are planning for the programming and timing of the signal controller in late June. It is also anticipated that the representative of the wireless vehicle deteciion system�roill be on site on June 25`". In advance of this effort, the Cit� requests modified signal timing charts ror use in programming the coniroiler for the modified signal operation. Subs?aniial completion of the projzci i; anticipat2d in la[e June or�arly July±o meet project funding requiremeni;. Professional Engineering Services Based on the above understanding of ih=project,�nie propose to provide the follotiving professional traffic engineering services: . Task 1.1: Signal Timing: Prepare signal timing charts reflecting the modified signal operaiion?o be used 4y the Contractor and Cibj ir: programming th�signal con?roller. • Task 2.2: Perform one site visit�t the iime of the wireless vehicle detection sysrem representative's site visit to o4serve tne new signal system and controiier and assist in controller programming. Information to be provideci by �9ty 1. E;:isiing signal timing chans (roceived) 2. Exisiing inters2c[ion peak hour turning movemend traffic�iolumzs (ii available) GHD Inc � . _ , . .. . ... � � � . . . .. �II ' I �\ `� General Assumpt�ons/Exclusions This proposal is based on the fiollowing assumptions: 1. Intersection turning movement volume counts are not included in this proposal, but can be provided if requested. Deliverebles 1. Intersection Signal Timing Charts E�gineering Fee GHD proposes to complete this scope of services for the time-and-materials fee not to exceed$2,801 without written aathorization from the City. j Services not included in this proposal�nifll be provfded on a tfine-and-maferials basis per the attached Fee Schedule or by a negotiated fee. We welcome the opportunity to continue working with you on this important project. Should you have any � questions, please do not hesitate to contact us. Sincerely, I GHD Inc. � / /� /. /% � ���' � � / � �� �l - � -Z.f,.l.1_ _ ,, yti���!�i��/',( � � Matt Kennedy " Project Manager � �� Attachments: 1. Project Fee Estimate 2. GHD Standard Fee Schedule I I I - � � I � � 1 ^.�� 1h`E3 Z i .,:.I i >ii.7��^��4��p�i ' �� � � I ' -7� -" �.. � i V� i t � J I i �, .. �'._ � . .. _.___"_ . .._..�.� � �DllT�Y 1�.8t25�. I Piincipal $ 185-260 Senior Project Enginezr 130-195 Project Engine<r 100-130 . St2ff Engineer 95-105 �� Senior Project Scientist 135-165 Project Scientist 90-130 Staff Scientist 85-95 . Senior Planner 110-160 � Staff Planner 90-105 3-Person Suniey Cremi 255-390 2-Person Suroey Crew 170-280 'I-Person Su rvey Creov 85-1 BO Construction Manager 110-185 � Construction Inspector/Observation 85-125 Professional Land Suroeyor 125-160 Staff SurveyodLSIT 95-120 I Technician 70-130 Senior Designer/CADD 80-�25 . DesigneACADD 65-85 Project Administrator 65-125 Word Processor E�Clerical Support 45-95 Employee time will be billed in accordance wiih the fees listed a6ove. These rates are subjeci to � change on a semi annual basis. Por other ihan professional empioyees,time spent o�ier 8 hours per day,time spent on svving shiRs, and time spent on Saturda�s�,vill be charged at 1.5 times the hourly billing rate. VVork on Sundays will be charged at 2.0 times the hourly billing rate and holiday I, work�mill be charged at 2.5 times the hourly billing rate. All field personnel charges 2re portal to ' portal. , Er,penses and oiher similar projecY related costs are billed out at cost plus 15%. The cost of using � equipment and specialized supplies is billed on ihe basis of employee hours dedicated to projects. Our rates 2r2: ,�. Office consumables $ 6.00/hr B. F_nvironmental DepUConstruction Inspector consumables $11.00/hr C. Suroey Field consumables $15.00/hr D. Various Environmental, Construction and Land Surveying Equipmeni At market Payment for work and expens2s is due and payable upon receipt of our imioice. Amounts unpaid thirty � (30)days after the Issue date of our invoice shall be asszssed a service charge of one and one half i (1.5)percent per month. li (�) These rates da noiappl/to forensicrelatetl services,orto work forwhich Prevailing Wage obligatians I exist. It is the respansibilily of ihe client to notify GH�Inc in writing if Prevailing Wage obligations are , applicable,in which case the fees will be atljusietl praportionate to the increase in labor cosl. N W Fee Schedule Aug 2011 . _ _ . ___ . __— . �, ' � GHU-PROJECT FEE ESTIMATING SHEET ProjectName: Omha�tllPerkinsln[ersec[ionSignalTlming CllentCityofOkiah Prepared by: MaH Kennetly Date:June 1J,2D12 Job Number: U2052-11005 LABOR COSTS FEE COMPUTATION LA90RCATEGORV> Job Traff. CAD WP PA TOTAL �OTHER Sub- TOTAL Mgt'. Eny. Oesi9ner HOORS OIRECT con- RATE> §1]U SV5 $115 $90 $90 TBSk/l�ert5 IHr IHr IHr IHr IHr COSTS sW[ant(s) FEE TASK-1.0 Signal Ti�ning 1.iPrepam5i�nalTiminpChails 2 8 1 11 $66 $1,896 12 Site Visil 5 5 $30 $805 SUBTOTALTFSK1.0 2 13 0 0 1 16 $96 $0 $2,801 PROJECTT07AL5 2 1$ 0 0 1 16 g96 $0 $2,8U1 `OTHER DIRCCT GOSTS Inclutle lelephone,mlleage,prin�ing,phoWooPles entl othe�miscellaneous direcl expsnses_ 8/13'L012 I'u��: I