HomeMy WebLinkAbout05129 - CHJ INC PALM CANYON WASH FLOODWALLS WX
File Fdit ylew Insert Format Tools Actions help
,%Eeply .-3R6plytoAll ji=oFon2yard G]-] 1I'� 1 r 11] IIs] X 1I .a . .+ . A' I
From Cwrle Royney Pnnl IHF ...Z d160 PCLBI Sent Fri ej1I20079:36,�h 1
To- Cindy Berardi _ �ui1r,✓�
Cc. Marcus Fuller
Subject RED CH]Inc.A5129
. nluaNuwk
Contract was paid in full and PO was closed 07722ro5 II
Yes,you can close this contract.
From:Cindy Berardi
Sent:Friday,bine 01,2007 B 46 AM -I�{
To:Carrie Rovney. +x
subject:cril trc,as129
dlk
.fi
:I
Can we close out the contract file for this company? The expiration was 12al CS and it,woo for Palm Canyon Wash Floodwalls CP 90,06.
Cindy 5&rardi
Doputy Ciey Clerk I
Office of the City Cleric 'a �
w la
City Of palm,Spr,rV a�
P O.po><zl,y I
Palm,SP ras+"in CA 9zzdz :=:�a
_
- ..... tY
(760)Su-65 s 7
it
- :II
r t._ � p �I Inbo . JRF: . HIU I�f3e �I J ao �;J ...__ caC� �ot-op
�I��5tatt � � Ip s... C1... � Fas.. RE: :.
i
Eile F_dit View insert Format Tools Actions }Yelp
,reply I,7�Replytondl IrvForpyard I � -j II-4 I l3 s� )c �I r . , . A' p le,
Fron, Cindy Berardi sent: Fri 611120078.46 AM
To, Carrie Rovney
Cc
sublec6 CM71nc A9129
Can we close out the contract file for this,company7 The expiration was 12131 M5 and it was for Palm Canyon Wash Floodwalls CP 917-06. [;a
-ii
Cindy 15....d,
p.puty C,t.,Cl.rk
(Df i,..{thy Cicy Cl.rk
City of P+Im5pringy :li
P O.I50.z743 ."
Palm Sprin&,Cq 1zz6Z,
(760)
C,mdu 6ar.rdi7rpSmaanee9-�+�es-
------------
I
i
J
�, se I StartJi�,.l.�-. iL� Q � `' RE:. �H.1... ii 8® �IC.1,.. li Fas.. CHa;�I, k :5 d t 1 AM�i,„ it
UHJ, Inc.
Palm Canyon Wash Flood-
walls
AGREEMENT #5129
CM signed, 7-13-05
CITY OF PALM SPRINGS
CONTRACT SERVICES AGREEMENT FOR
Palm Canyon Wash Floodwalls, Citv Project 90-06
(SHORT FORM)
THIS COMRACT SERVICES AGREEMENT (herein "Agreement') is made and
entered into this - day of by and between the CITY OF PALM
SPRINGS, a municipal corporation (he'rein "City") and CHJ Incorporated (herein "Contractor").
NOW, THEREFORE, the parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all of the terms and conditions of this
Agreement, the Contractor shall perform the work or services set forth in the"Scope of Services"
attached hereto as Exhibit"A" and incorporated herein by reference. Contractor warrants that all
work and services set forth in the Scope of Services will be performed in a competent, professional
and satisfactory manner.
1.2 Compliance With Law. All work and services rendered hereunder shall be
provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City
and any Federal, State or local governmental agency of competent jurisdiction.
1.3 Licenses, Permits,Fees and Assessments. Contractor shall obtain at its sole
cost and expense such licenses, permits and approvals as may be required by law for the
performance of the services required by this Agreement.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement,
Contractor shall be compensated in accordance with the "Schedule of Compensation" attached
hereto as Exhibit "B" and incorporated herein by this reference, but not exceeding the maximum
contract amount of Seven Thousand Five Hundred Sixtv and No/100 Dollars($7,560.00)("Contract
Sum").
2.2 Method of Payment. Provided that Contractor is not in default under the
terms of this Agreement, Contractor shall be paid as outlined in Exhibit "B" Schedule of
Compensation.
3.0 COORDINATION OF WORK
3.1 Representative of Contractor. Jay Martin is hereby designated as being the
principal and representative of Contractor authorized to act in its behalf with respect to the work
and services specified herein and make all decisions in connection therewith.
3.2 Contract Officer. Marcus Fuller is hereby designated as being the
representative the City authorized to act in its behalf with respect to the work and services specified
herein and make all decisions in connection therewith ("Contract Officer"). The City Manager of
City shall have the right to designate another Contract Officer by providing written notice to
Contractor.
3.3 Prohibition Aqainst Subcontractinq or Assiqnment. Contractor shall not
contract with any entity to perform in whole or in part the work or services required hereunder
F:\Uscrs\Jay\Eudora\attach\CJH Inca eements.w d ".� G�'�0}t� BID - ,�
Y gr P 06't� G;"
without the express written approval of the City. Neither this Agreement nor any interest herein
may be assigned or transferred,voluntarily or by operation of law,without the priorwritten approval
of City. Any such prohibited assignment or transfer shall be void.
3.4 Independent Contractor. Neither the City nor any of its employees shall have
any control over the manner, mode or means by which Contractor, its agents or employees,
perform the services required herein, except as otherwise set forth. Contractor shall perform all
services required herein as an independent contractor of City and shall remain under only such
obligations as are consistent with that role. Contractor shall not at any time or in any manner
represent that it, or any of its agents or employees, are agents or employees of City.
4.0 INSURANCE, INDEMNIFICATION AND BONDS
4.1 Insurance. The Contractor shall procure and maintain,at its sole cost and
expense, in a form and content satisfactory to City, during the entire term of this Agreement
including any extension thereof, the following policies of insurance:
(a) Commercial General Liability Insurance. A policy of commercial general
liability insurance written on a per occurrence basis with a combined single limit of at least
$1,000,000 bodily injury and property damage including coverages for contractual liability,
personal injury, independent contractors, broad form property damage, products and
completed operations.The Commercial General Liability Policy shall name the City of Palm
Springs as an additional insured in accordance with standard ISO additional insured
endorsement form CG2010(1185) or equivalent language.
(b) Worker's Compensation Insurance. A policy of worker's
compensation insurance in an amount which fully complies with the statutory requirements
of the State of California and which includes $1,000,000 employer's liability.
(c) Business Automobile Insurance. A policy of business automobile
liability insurance written on a per occurrence basis with a single limit liability in the amount
of $1,000,000 bodily injury and property damage. Said policy shall include coverage for
owned, non-owned, leased and hired cars.
(d) Additional Insurance. Additional limits and coverages, which may
include professional liability insurance, will be specified in Exhibit B.
All of the above policies of insurance shall be primary insurance. (Reference Section 4.4
regarding sufficiency.) The insurer shall waive all rights of subrogation and contribution it may have
against the City, its officers, employees and agents,and their respective insurers. In the event any
of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date,
submit new evidence of insurance in conformance with this Section 4.1 to the Contract Officer. No
work or services under this Agreement shall commence until the Contractor has provided the City
with Certificates of Insurance, endorsements or appropriate insurance binders evidencing the
above insurance coverages and said Certificates of Insurance, endorsements, or binders are
approved by the City.
The contractor agrees that the provisions of this Section 4.1 shall not be construed as
limiting in any way the extent to which the Contractor may be held responsible for the payment of
damages to any persons or property resulting from the Contractor's activities orthe activities of any
person or persons for which the Contractor is otherwise responsible.
In the event the Contractor subcontracts any portion of the work in compliance with Section
3.3 of this Agreement the contract between the Contractor and such subcontractor shall require
the subcontractor to maintain the same polices of insurance that the Contractor is required to
maintain pursuant to this Section.
F.\Users\Jay\Eudora\attach\CJH Inc agreements.wpd
-2-
4.2 Indemnification. Contractor agrees to indemnify the City, its officers,agents
and employees against, and will hold and save them and each of them harmless from, any and all
actions,suits, claims,damages to persons or property, losses,costs, penalties,obligations,errors,
omissions or liabilities,(herein"claims or liabilities")that may be asserted or claimed by any person,
firm or entity arising out of or in connection with the negligent performance of the work, operations
or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein,
or arising from the negligent acts or omissions of Contractor hereunder,orarising from Contractor's
negligent performance of or failure to perform any term, provision, covenant or condition of this
Agreement, but excluding such claims or liabilities arising from the sole negligence or willful
misconduct of the City, its officers, agents or employees, who are directly responsible to the City,
and in connection therewith:
(a) Contractor will defend any action or actions filed in connection with
any of said claims or liabilities and will pay all costs and expenses, including legal costs and
attorneys' fees incurred in connection therewith;
(b) Contractorwill promptly payanyjudgment rendered againstthe City,
its officers, agents or employees for any such claims or liabilities arising out of or in connection with
-the negligent performance of or failure to perform such work, operations or activities of Contractor
hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees
harmless therefrom;
(c) In the event the City,its officers,agents oremployees is made a party
to any action or proceeding filed or prosecuted against Contractor for such damages or other
claims arising out of or in connection with the negligent performance of or failure to perform the
work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its
officers, agents or employees, any and all costs and expenses incurred by the City, its officers,
agents or employees in such action or proceeding, including but not limited to, legal costs and
attorneys' fees.
4.3 Performance Bond. Concurrently with execution of this Agreement,
Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement,
in the form provided by the City,which secures the faithful performance of this Agreement, unless
such requirement is waived by the Contract Officer. The bond shall contain the original notarized
signature of an authorized officer of the surety and affixed thereto shall be a certified and current
copy of his power of attorney. The bond shall be unconditional and remain in force during the
entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully
performs all terms and conditions of this Agreement.
4.4 SufficiencV of Insurer or Surety. Insurance or bonds required by this
Agreement shall be satisfactory only if issued by companies qualified to do business in California,
rated"A"or better in the most recent edition of Best's Key Rating Guide or in the Federal Register,
unless such requirements are waived by the City Manager or designee of the City Manager due
to unique circumstances. In the event the City Manager determines that the work or services to
be performed under this Agreement creates an increased or decreased risk of loss to the City, the
Contractor agrees that the minimum limits of the insurance policies and the performance bond
required by this Section 4 may be changed accordingly upon receipt of written notice from the City
Manager or designee; provided that the Contractor shall have the right to appeal a determination
of increased coverage by the City Manager to the City Council of City within ten (10)days of receipt
of notice from the City Manager.
5.0 TERM 5.1 Term. Unless earlier terminated in accordance with Section
5..2 below, this Agreement shall continue in full force until December 31, 2005.
5.2 Termination Prior to Expiration of Term. Either party may terminate this
Agreement at any time,with orwithout cause, upon thirty(30)days written notice to the other party.
F:\Users\Jay\Eudora\attach\CJH Inc agreements.wpd
-3-
Upon receipt of the notice of termination, the Contractor shall immediately cease all work or
services hereunder except as may be specifically approved by the Contract Officer. In the event
of termination by the City, Contractor shall be entitled to compensation for all services rendered
prior to the effectiveness of the notice of termination and for such additional services specifically
authorized by the Contract Officer and City shall be entitled to reimbursement for any
compensation paid in excess of the services rendered.
6.0 MISCELLANEOUS
6.1 Covenant Aqainst Discrimination. Contractor covenants that, by and for
itself, its heirs, executors, assigns and all persons claiming under or through them, that there shall
be no discrimination against or segregation of, any person or group of persons on account of race,
color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this
Agreement. Contractor shall take affirmative action to ensure that applicants are employed and
that employees are treated during employment without regard to their race, color, creed, religion,
sex, marital status, national origin or ancestry.
6.2 Non-liabilitV of City Officers and Emplovees. No officer or employee of the
City shall be personally liable to the Contractor, or any successor in interest, in the event of any
default or breach by the City or for any amount which may become due to the Contractor or to its
successor, or for breach of any obligation of the terms of this Agreement.
6.3 Conflict of Interest. No officer or employee of the City shall have any
financial interest, direct or indirect, in this Agreement nor shall any such officer or employee
participate in any decision relating to the Agreement which effects his financial interest or the
financial interest of any corporation, partnership or association in which he is, directly or indirectly
interested, in violation of any State statute or regulation. The Contractor warrants that it has not
paid or given and will not pay or give any third party any money or other consideration for obtaining
this Agreement.
6.4 Notice. Any notice, demand, request, document, consent, approval, or
communication either party desires or is required to give to the other party or any other person shall
be in writing and either served personally or sent by prepaid,first-class mail, in the case of the City,
to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O.
Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the
address designated on the execution page of this Agreement.
6.5 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or against either
pairty by reason of the authorship of this Agreement or any other rule of construction which might
otherwise apply.
6.6 Integration;Amendment. It is understood that there are no oral agreements
between the parties hereto affecting this Agreement and this Agreement supersedes and cancels
any and all previous negotiations,arrangements,agreements and understandings, if any, between
the parties,and none shall be used to interpret this Agreement. This Agreement may be amended
at any time by the mutual consent of the parties by an instrument in writing.
6.7 SeverabilitV. In the event that part of this Agreement shall be declared invalid
or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity
or unenforceability shall not affect any of the remaining portions of this Agreement which are
hereby declared as severable and shall be interpreted to carry out the intent of the parties
hereunder unless the invalid provision is so material that its invalidity deprives either party of the
basic benefit of their bargain or renders this Agreement meaningless.
6.8 Waiver. No delay or omission in the exercise of any right or remedy by a
nondefaulting party on any default shall impair such right or remedy or be construed as a waiver.
F:\Users\Jay\Eudora\attach\CJH Inc agreements.wpd
-4-
A party's consent to or approval of any act by the other party requiring the party's consent or
approval shall not be deemed to waive or render unnecessary the other party's consent to or
approval of any subsequent act. Any waiver by either party of any default must be in writing and
shall not be a waiver of any other default concerning the same or any other provision of this
Agreement.
6.9 Attorneys' Fees. If either party to this Agreement is required to initiate or
defend or made a party to any action or proceeding in any way connected with this Agreement,the
prevailing party in such action or proceeding, in addition to any other relief which may be granted,
whether legal or equitable,shall be entitled to reasonable attorney's fees,whether or not the matter
proceeds to judgment.
6.10 Corporate Authority. The persons executing this Agreement on behalf of the
parties hereto warrant that(i)such party is duly organized and existing, (ii)they are duly authorized
to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement,
such party is formally bound to the provisions of this Agreement, and (iv) the entering into this
Agreement does not violate any provision of any other Agreement to which said party is bound.
SIGNATURES ON NEXT PAGE
F:\Users\Jay\Eudora\attach\CJH Inc agreements.wpd
-5-
IN WITNESS-WHEREOF, the parties have executed and entered into this Agreement as of the
date first written above
CITY OF PALM SPRINGS
ATTEST: _ a municipal corporation
- �• City CI
cCHi Incorporated APPROVED BY CITY MANAGER
CONTRACTOR: Check one:_Individual_Partnership_ orporationl.\ ,Q x l 00
By: C \1 '\ By: P17iL'}ij�lr � . / ' jf `
Siqat e (notarized) ✓ Si nature(notarized)
Name:,9�J� r" Name:
Title: 'Rkg.,kok;;,� Title: I!>( V—r�qA: Y,
(This Agreement must be signed in the above space by one of This Agreement must be signed in the above space by one of
the following:Chairman of the Board,President or any Vice the following Secretary,Chief Financial Officer or any
President) Assistant Treasurer)
rp � II l
State of( �fco r iicd 'kS State of CG I rt G✓1154 ,l
County of�trl11ypyfwr9;hLss County ot`yb/l I'yPHAo✓c%h�s
On 5-C,-GS befinenl GaVrl Yr`\J�tI 5'7-G� before me, IG.GnYNy L. t.a.'.
personally appeared ILNpi??f 4- -_�(7Y1�+'h personally appeared 1� e (-
personally,known to me(pr-prmued-ta-me-en-£he-bassrofsaiisfaeForty— personally known to me(�gtv on-the-1 asis-of-saGsfacter}
•ev*idenee)to be the personM whose name')islara subscribed to the eeuicnrM to be the personN whose name( isFare subscribed to the
within instrument and acknowledged ro me thathe4hekhey executed within mstrumentand acknowledged to me that he/shekhey execute,d the
the same in hrs/herAheir authorized capacity and that by same in hrs/he tdieirauthonzed capacityd))yO,and that by his/her/4-their
lus/Jter`drm. signature on the instrument the personQi),or the entity signaturegl an the instrument thepersonA or the entity upon beh�lfof
upon behalf of which the person acted,executed the instrument. which the persouN acted,executed the instrument.
WITNESS my hand and official seal. WITNESS my hand and official seal p ,
Notary Signature: r"" '^ '")'LoCsJ t� Notary Signature?4'l-tJl^�.t �1� eJ`--- --®
Notary Seal: l� Notary Seal: !V\
I — _
�� TAMMY L. WALKER TAMMY L. WALKER
,. .� Commission it 1466021 .� Commission A 1466021
Notary Public-California Notary Public-California
I1I Son Bernardino County L 0 Son Bernardino County [
11 My Comm. Expires Jan 27,2008E ' My Comm_Expires Jan 27_2008I
NNP i
Agreement ex-tr*z7nder $15,00 !
F\Users\Jay\Eudora\attach\CJH Inc agreements.wpd TZevicwed and approved by
-6- Procurement & Contracting
FLitaals A7/rcLR-- D ite '5/2 6; 0S
P.O. Number
EXHIBIT "A"
SCOPE OF WORK
Perform a limited geotechnical investigation forthe proposed Palm Canyon Wash Floodwalls,which
includes the construction of approximately 4,100lineal feet offloodwalla long the southern levee and
approximately 3,200 lineal feet of floodwall along the northern levee of the Palm Canyon Wash,
between Palm Canyon Drive and the Gene Autry Trail bridge. The proposed floodwalls are to be
approximately 3 feet in height.
The: purpose of the investigation is to explore and sample the subsurface soil conditions to a depth
of approximately 10 feet from the levee surface, and to provide appropriate geotehnical
recommendations for design and construction of the proposed floodwalls. The investigation is
intended to determine the geotechnical design parameters needed for wall construction only, and
will not include an evaluation of the overall geotechnical hazards to the levees, such as settlement
of the levee fill or the underlying native materials. The investigation and report also assume that the
levee fills,as constructed,meet FEMA and Flood Control standards and were properly prepared and
compacted. If unusual or hazardous conditions are found, we will discuss them in our report and
make recommendations for further investigation, if warranted.
The limited geotechnical investigation will be performed utilizing a truck-mounted drill rig. Nine
exploratory borings to depth of 10± feet are proposed at approximately 750 foot intervals, five on
the south levee and four on the north levee.
Prior to initiating the field investigation, the boring locations will be marked in the field and
Underground Service Alert will be notified. All necessary permits will be obtained for access to the
site. During the field investigation, a continuous log of the subsurface soil conditions, as
encountered within each exploratory boring will be recorded by a staff geologist, who will direct the
field investigation. A split-spoon ring sampler or standard penetration test (SPT) sampler will be
driven ahead of the borings at approximate 3 to 5 foot intervals, to the full depth of the boring.
Equivalent SPT blowcounts will be recorded at each sample depth. Undisturbed, as well as bulk
samples of the soils encountered will be placed in sealed containers and returned to the laboratory
for testing and evaluation.
Upon completion of the field investigation, testing will be performed on samples returned to the
laboratory in order to determine the engineering characteristics of the on-site materials. Laboratory
testing will include, but not necessarily be limited to, moisture content determinations, optimum
moisture - maximum density relationships, direct shear strength, corrosion potential, and sieve
analysis.
Following completion of the field and laboratory investigations, a report will be prepared defining the
scope and procedures involved in the investigation. This report will discuss the engineering
characteristics of the subsurface soils with respect to the planned improvements. The report will
include recommendations for foundation design, as well as recommendations to mitigate any
unusual soil conditions encountered, such as corrosion potential.
The investigation can begin within 3 working days of written authorization to proceed. The final
report will be issued within approximately 2 weeks following completion of the field investigation. Six
copies of the limited geotechnical investigation will be provided to the City.
Special Notes:
Section 4.3, Performance Bond, is waived.
In accordance with Section 4.1 (d),a policy of$1,000,000 of professional liability insurance shall be
provided.
F:\Users\Jay\Eudora\attach\CJH Inc agreements.wpd
-7- y
EXHIBIT "B"
SCHEDULE OF COMPENSATION
Upon completion of all services required, and the delivery of the limited geotechnical investigation,
payment of a lump sum fee of$7,560 shall be made.
F.\1Jsers\Jay\Eudora\attach\CJH Inc agreements.wpd
-8-
M E M O R A N D U M
TO: Public Works/Engineering
FROM: Kathie Hart, CIVIC
Chief Deputy City Clerk
DATE: July 14, 2005
SUBJECT: CHJ —A5129
cc: File
Attached are two copies of the above referenced agreement, fully executed. We have kept the
originals for our files.
Please feel free to contact me if there are any questions, ext. 8206.
/kdh
attach.