Loading...
HomeMy WebLinkAboutNorth Coast Opportunities (NCO) 2018-11-07COU No. 1'(i - Th v AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES [Design Professional] This Agreement, made and entered into this .7 " -day of A•44( -1% -fl '2018 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and NORTH COAST OPPORTUNITIES (NCO), a non-profit 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 the terms of the California Natural Resources Agency (CNRA) "Closing the Gap - Northwestern Pacific Rail Trail Phase 3 Project" identified by the CNRA as Grant Agreement number U29136-0. 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 This project is to construct the final phase of a Class 1 bicycle and pedestrian trail through the City of Ukiah's downtown corridor. This phase includes construction of a bridge over Orr Creek, two pocket parks, bioswales, approximately 62 trees, and a 100 -foot -long natural surface path from the project trail along Orr Creek. Grant -funded elements of the project include: • Approximately 0.3 mile of Class 1 bike trail • Safety enhanced cross walks at Clara Avenue and Ford Street • Bridge over Orr Creek • On-site volunteer workforce training and supervision • Two pocket parks with benches • Approximately two bioswales • Solar powered trail lighting • Interpretive Signage • Funding Acknowledgment Sign The Consultant's responsibilities will include 1) Workforce Development, 2) Landscaping and Planting, 3) Volunteer Recruitment and Oversight, 4) Pocket Park Development, 5) Community Organization, Partnership Development, and Maintenance, 6) Outreach to Disadvantaged Communities, and 7) Project Coordination, Documentation, and Reporting. 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 and submit final invoice for such services by April 1, 2020. Consultant shall complete all work in accordance with grant requirements and 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 $104,448. 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 direct and indirect costs and expenses of every kind or nature. 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 Dcsien — ProfS, csAereement-No, ember 20. 2008 PAGE 2 OF 0 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. 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 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. Design — Prof SvcsAgreement-November 20, 2008 PAGE 3 OF 8 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. 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. 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 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. Design — ProfSacsAgreement-November 20, 2008 PAGE 4 OF 8 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. 3. 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 Consultant shall include all sub -contractors 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 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 arising from the active negligence of the City. Design — ProtSvcsAgreement-November 20, 2008 PAGE 5 OF 8 "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 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 Design — ProfSvcsAgreement-November 20, 2008 PAGE 6 OF 8 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 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 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 Department of Public Works 300 Seminary Avenue Ukiah, CA 95482-5400 9.0 SIGNATURES Patty Bruder North Coast Opportunities 413 North State Street Ukiah, CA 95482 IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY:6;) 44.064_- //r 8 • /S Patty Bru er Date EXECUTIVE DIRECTOR IRS IDN Number 94-1671958 CITY OF UKIAH BY: ,c /- age ngiacomo CITY ANAGER Design — ProfSvcsAgreement-November 20, 2008 PAGE 7 OF 8 Date ATTEST ia12, Ikg CITY CLERK Date APPROVED AS TO FORM BY: I (I 7 (1? apport Date CITY ATTORNEY Design — ProtSvcsAgreement-November 20, 2008 PAGE 8 OF 8 ATTACHMENT "A" Walk & Bike Mendocino is a Program of North Coast Opportunities EIN EIN:94-1671958 *413 N State St Ukiah CA 95482 * 707-467-3220 * walkbike@ncoinc.org * www.walkbikemendo.org Neil Davis, RN PHN Director 707-972-0926 ndavis@ncoinc.org Scope of Work"Closing the Gap" NCO Project Manager Purpose: This scope of work (SOW) describes the work to be completed by the NCO Project Manager as a consultant to the City of Ukiah as part of the CA Natural Resources Agency Urban Greening "Closing the Gap" Grant. The Project Manager will report to the City of Ukiah's City Engineer or his designee. The City Engineer will focus on the planning and construction of a class one bike path and bridge. Under the oversight of the City Engineer, the Project Manager will oversee all other aspects of the project including workforce development, landscaping and planting, volunteer recruitment and oversight, pocket park planning, and "developing partnerships with local community organizations and businesses to strengthen outreach to disadvantaged communities" (Per SB 859). As outlined in the application for the Closing the Gap project, a primary focus for the Project Manager will be on developing and maintaining 3(j) "Economic, social, and health benefits, including, but not limited to, recreational opportunities, workforce education and training, contracting, and job opportunities for disadvantaged communities." All work products, services and documentation shall meet the requirements of the grant program, and the City of Ukiah. Cost Proposal North Coast Opportunities — Project Manager $91,800 Ford Street Project (subconsultant) - Workforce Development Coordinator $12648 Total Not -To -Exceed Cost: $104,448 WALK MENDOCINO Avg Hours/week Task 1 Workforce Development 2 la In coordination with the Ford Street Project Workforce Development Coordinator (WDC) develop a training plan for Native Plant Landscape Worker Development lb Act as liaison with WDC and City Staff lc Provide oversight, collect data, and report WDC activities to City Engineer ld Assist WDC with procurement and delivery of necessary materials le Troubleshoot and assist WDC with unplanned contingencies if Provide communication training and recruit Ford Street Project clients as ambassadors for the project Task 2 Landscaping and Planting 4 2a Review plant list and develop a workplan and timeline for acquiring, preparing, and planting native plants for the entire project 2b Develop landscape plan for trailside planting 2c Arrange for seed/plant propagation sites and volunteer gardeners to propagate local native strains 2d Coordinate activities of Ford Street WDC and Community organizations / volunteers 2e Monitor planting and landscaping activities to ensure quality and maximize plant survival rate 2f Assist volunteers and partner organizations with procurement and delivery of necessary materials, supplies, and tools 29 Move rainwater collection gazebo to new site 2h Troubleshoot and assist volunteers with unplanned contingencies 2i Provide before, during and after photos of landscaped areas, and photos of workforce activities, prepared with dates and descriptions, for grant documentation purposes. Task 3 Volunteer Recruitment and Oversight 4 3a Recruit and assist Subject Matter Experts in the preparation of volunteer trainings to include project ambassador training 3b Recruit volunteers to assist with native grass seed collection and propagation, and native plant propagation. 3c Organize and oversee volunteer preparation of native grasses for planting 3d Ongoing volunteer recruitment and retention activities to include recruitment events 3e Prepare and facilitate volunteer leadership trainings with an emphasis on project sustainability and project ambassador training Task 4 Pocket Park Development 2 4a Prepare designs and obtain approval as appropriate for pocket parks within railroad right-of-way. 4b Manage cessation of unapproved parking activity at southern pocket park location. Task 5 Community Organization Partnership Development and Maintenance 4 5a Recruit Non-Profit/community organizations, and Subject Matter Experts to assist with the planning, planting, and maintenance of native plant gardens along the trail and in pocket parks. 5b Plan and facilitate community meetings to solicit neighborhood input on pocket park plans 5c Identify and preemptively manage neighborhood opposition (i.e., NIMBY, competing interests) as may arise 5d Convene annual volunteer and neighborhood appreciation event Task 6 Outreach to Disadvantaged Communities 2 6a Meet monthly or as needed with neighborhood stakeholders and opinion leaders to maintain communication and reinforce community partnerships. 6b Disadvantaged neighborhood canvassing to solicit project input/feedback 6c Disadvantaged neighborhood canvassing to recruit diverse volunteer participation 6d Coordinate with Native American Community through Red Road to Recovery and Grace Hudson Museum to assure cultural competency of project Task 7 Project Coordination, Documentation and Reporting 2 7a Recruit Closing the Gap Project Leadership team 7b Develop Closing the Gap (Rail Trail) volunteer communication strategy and tools 7c Provide social and traditional media relations 7d Meet monthly and as needed to coordinate community and City Staff efforts 7e Collect project data to include # of plantings, survival rate, volunteer rate, volunteer hours, workforce development reporting, in-kind donations, partner organization involvement rate, pedestrian and bicycle trail use rates, and other measures as may be deemed beneficial 7f Closing the Gap Ribbon Cutting Ceremony ATTACHMENT "B" Walk & Bike Mendocino is a Program of North Coast Opportunities EIN EIN:94-1671958 *413 N State St Ukiah CA 95482 * 707-467-3220 * walkbike@ncoinc.org * www.walkbikemendo.org Neil Davis, RN PHN Director 707-972-0926 ndavis@ncoinc.org NCO Project Manager/Director of Walk & Bike Mendocino Billing Rate = $55/hour &BIKE MENDOCINO