Loading...
HomeMy WebLinkAboutUtility Design Services 2025-08-26COU No. 2526-102 PAGE 1 OF 7 AGREEMENT FOR PROFESSIONAL SERVICES This Agreement, made and entered into this 26th day of August, 2025 (“Effective Date”), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Utility Design Services, LLC, a limited liability company 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 Aerial Inspection and Fiber Optic Engineering Support for the Ukiah Gigabit Fiber Project. 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 by June 1, 2026 . 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 $337,275. 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 A, COU No. 2526-102 PAGE 2 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 A. 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 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. COU No. 2526-102 PAGE 3 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 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: 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. COU No. 2526-102 PAGE 4 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: 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. 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. COU No. 2526-102 PAGE 5 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 one (1) year from the date of final approved invoice. 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. COU No. 2526-102 PAGE 6 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 09/04/2025 Kristine Lawler (Sep 4, 2025 08:37:05 PDT)Kristine Lawler 09/04/2025 Utility Design Services, LLC 619 W Pine Street Lodi, CA 95240 Proposal for Aerial Inspection and Fiber Optic Engineering Support for the Ukiah Gigabit Fiber Project Project Overview The City of Ukiah has initiated the Ukiah Gigabit Fiber Project, which involves the design and installation of a comprehensive fiber optic system. This project aims to enhance connectivity across the city, providing high-speed fiber service to residential and commercial properties. The fiber optic installation will consist of both aerial and underground components, ensuring robust infrastructure for future growth. Project Timeline • Design and Construction Period: Immediate commencement upon contract award. • Expected Completion Date: December 2026. Background and Project Understanding The design engineering firm has developed a thorough understanding of the project requirements and the responsibilities of the awarded contractor. This section outlines the anticipated scope of work, which is not included in the design engineering firm's proposal but serves to clarify the context and expectations for the project. Engineering Tasks 1.Design Review: Conduct a thorough and timely review of the fiber optic network design, providing detailed comments on design specifications. Ensure compliance with City Standards and minimize impacts on existing facilities. (Assume 60 hours) 2.OCalc Pole Modeling: Complete Ocalc modeling for all utility poles impacted by the fiber optic installation, verifying existing conditions and making structural determinations on pole adequacy for aerial attachments. (Assume up to 680 poles) 3.Solution Proposals: Propose engineering solutions for sections of the network where design modifications are necessary, including small redesigns or route changes. (Assume 50 hours) Attachment A 4.Submittal Review and Approvals: Review and approve all contractor submittals for materials and equipment, ensuring compliance with industry standards. Evaluate and approve construction subcontractors for installation. (Assume 40 hours) 5.Documentation Review: Review the accuracy of all deliverables, including red-line drawings and splicing records, ensuring compliance for project closeout and future maintenance. (Assume 40 hours) Inspection Tasks 6.Pole Replacements: Oversee and manage the replacement of utility poles that fail to meet requirements for fiber optic attachments, ensuring compliance with safety standards. (Assume 120 poles) 7.Attend Job Walk: Participate in job walk meetings to assess the project site and provide technical assistance regarding fiber optic systems integration. (Assume 24 hours) 8.Aerial Inspection: Provide real-time, on-site inspection of installations, ensuring compliance with project specifications and best practices. Conduct continuous quality control and verify proper tensioning, spacing, and grounding of attachments. (Assume 1000 hours) •Anticipated Inspection Schedule: •Full-time first 4-weeks: 160 hours •4 days per week for 2 months: 256 hours •3 days per week for 3 months: 288 hours •2 days per week for 3 months: 192 hours •Total: 896 hours + 15% margin of error = 1030.4 hours (Assume 1000 hours) 9.Quality Assurance: Confirm the accuracy of material quantities and oversee installation quality for adherence to industry best practices. 10. Safety and Traffic Compliance Review: Conduct inspections to verify compliance with safety standards, including traffic control and environmental regulations. 11. Fiber Optic Testing Supervision: Oversee testing of installed fiber optics, ensuring compliance with performance standards. 12. Onsite Assessment of Installed Quantities: Verify that installed quantities match project design specifications. 13. Standards Compliance Review: Ensure compliance with the National Electric Safety Code (NESC), General Order 95 (GO95), and General Order 128 (GO128). 14. Field-Level Decision Making: Provide real-time decision-making to minimize crew downtime and optimize project workflow. Oversight and Quality Assurance – Utility Design Services LLC Utility Design Services LLC will provide comprehensive oversight and support throughout the project lifecycle: • Design Review: Evaluate proposed fiber system design and recommend adjustments as necessary. • Work Order Preparation: Develop plan and specify requirements for pole replacements and collaborate with City staff on bid specifications. • Installation Oversight: Supervise installation of both overhead and underground fiber systems. • Safety and Compliance Monitoring: Advise the contractor on any violations of safe work practices and ensure safety protocols are followed. Schedule Ukiah Gigabit Fiber Project - Proposed Timeline Design Review Sept 15 to Dec 1 2025 Submittal Reviews Oct 15 to Nov 1 2025 OCalc Verification Oct 1 to Nov 30 2025 Pole Replacement Oct 1 to Dec 30 2025 Aerial Inspection Dec 1 to June 1 2026 Conclusion This proposal outlines a detailed plan for the aerial inspection and engineering support for the Ukiah Gigabit Fiber Project. By adhering to the outlined responsibilities and ensuring compliance with all relevant standards, we aim to deliver a successful project that enhances connectivity and meets the needs of the community, while protecting existing City infrastructure. We look forward to the opportunity to collaborate on this important project. Please see the attached Cost Proposal and for the services detailed above, along with a resume for Al Smatsky, owner of Utility Design Services, LLC, demonstrating qualifications to perform the proposed scope of work. Utility Design Services REVISED 8/23/25 Projected Hours and Wage Associated with Fiber Optics Project, Ukiah CA 2025/26 8/14/2025 Associate Designer Billing Rate ($125/hr) Associate Designer Billing Rate ($125/hr) Albert Smatsky Billing Rate ($165/hr) Associate Designer Billing Rate ($/hr) Albert Smatsky Billing Rate ($125/hr) Albert Smatsky Billing Rate ($187.50/hr) Associate Designer Billing Rate ($125/hr) Associate Designer Billing Rate ($/hr) TOTAL HOURS TOTAL DOLLARS Task Engineering Design Review 60 60 $9,900 *O'Calc Pole Modeling 125 125 50 300 $39,500 Solution Proposals 50 50 $8,250 Submittal Review & Approval 30 30 $4,950 Safety & Traffic Compliane Review Attend Job Walk **** Pole Replacement Design Plans and Specifications 200 200 65 NA NA 525 $60,725 Inspection **Aerial Inspection ST 1056 1035 $129,375 ***Aerial Inspection OT 264 50 $9,375 Quality Assurance 10 10 $1,250 Safety & Testing Compliance Review 25 25 $3,125 Fiber Optic Testing Oversight 100 100 $12,500 Assessment Installed Quantities 20 20 $2,500 Standards Compliance Review 10 10 $1,250 Field Level Decision Making NA NA Document Review 25 25 $3,125 Lodging @ $200/n 132 132 $26,400 Mileage Federal 2025/26 Rate $8,550 Meal Allowance @ $120/d 132 132 $16,500 2240 $337,275 *Hours based on 700 poles ** Hours based on 8 months of on-site inspection, as discussed *** Overtime rate of pay to be paid at: $187.50/hr (Inspection Only) **** Hours based on 110 pole replacements NOTE: Travel and Subsistence cost are to be paid per DIR 11.00 Federal mileage 2025/26 @ $0.70 per mile ENGINEERING TASKS INSPECTION TASKS