Loading...
HomeMy WebLinkAbout05107 - 2004 CITYWIDE ARHM OVERLAY CP04-01 Page 1 of 1 Kathie Hart From: Carrie Rovney Sent: April 09, 2009 3:43 PM To: Kathie Hart Subject: RE: CP 04-01 —A5107 — Earth Systems Southwest OK to CLOSE Final payment made Tkan i C07 oT�t aT mis x816o From: Kathie Hart Sent: Thursday, April 09, 2009 2:01 PM To: carrie.rovney@palmsprings-ca.gov ol Cc: Jay Thompson Subject: CP 04-01 --A5107 -- Earth Systems Southwest Ok to close this one? Kathie Hart, CMC Chief Deputy City Clerk City of Palm Springs 3200 E. Tahqurtz Canyon Way Palm Springs, CA 92262 `r,-t (760) 323-8206 1 f3 (760) 322-8332 E Kathie.Hart@PalmSpringsCA.gov 04/09/09 Earth Systems Southwest 2004 ARHM Overlay CP#04-01 AGREEMENT #5107 Dept. Head signed, 5-24-05 CITY OF PALM SPRINGS CONTRACT SERVICES AGREEMENT FOR Earth Systems Southwest Testing/Coring on 2004 ARHM Overlay Project Streets, CP#04-01 THIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made and entered into this'dlViiiday of t('\;+.i�. ,(tJ11°�; , by and between the CITY OF PALM SPRINGS, a municipal corporation (herein "City('y) and Earth Svstems Southwest (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. Schedule of Performance to comply with Exhibit "D". 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"C" and incorporated herein by this reference, but not exceeding the maximum contract amount of Three Thousand Six Hundred Eighty Dollars ($3,680) ("Contract Sum"). 2.2 Method of PaVment. Provided that Contractor is not in default under the terms of this Agreement, Contractor shall be paid as outlined in Exhibit "C" "Schedule of Compensation". 3.0 COORDINATION OF WORK 3.1 Representative of Contractor. Mark Houghten 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. Mike Lytar 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 Against Subcontractinq or Assiqnment. Contractor shall not contract with any entity to perform in whole or in part the work or services required hereunder 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 prior written approval of City. Any such prohibited assignment or transfer shall be void. H:\USERS\ENG\Contr.Agreements\Eartli Systems-ARFIM Overlay Evaluation-$3680.wpd 4- OR 0Dti'IL EID AND109 tli o eL( mmc may be assigned or transferred, voluntarily or by operation of law, without the prior written 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 subornation 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 or the 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. H:\USERS\ENG\Contr.Agreements\Earth Systems-ARHM Overlay Evaluation-$3680.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 orclaimed 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, or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees 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 pay anyjudgment 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 or employees 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 Sufficienev 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. H:\USERS\ENG\Contr.Agreements\Earth Systems-ARHM Overlay Evaluation-$3680 wpd -3- 5.2 Termination Prior to Expiration of Term. Either party may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to the other party. 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 Against 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-liability of City Officers and Employees. 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 party 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 Severability. 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. H:\USERS\ENG\Contr.Agreemenis\Eartlt Systems-ARHM Overlay Evaluation-$3680 wpd -4- 6.8 Waiver. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. 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 H:\USERS\ENG\Contr.Agreements\Earth Systems-ARHM Overlay Evaluation-$3680.wpd -5- IN-WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the :- date-fiistwritten above CITY OF PALM SPRINGS ATT _ a municipal corpora ' n ac<a � .d - By: � City Clerk Director of Public Works/City Engineer f. rlY'Ip};(ulV( L))! 6j P uN �6�u UJLl'!_-, - e%•:.Via)+�. �Efi f' ;..`'f,�',,+,1;a`,v ' "�� 1�---�-'�=6, 001 -y�=-ham Corporations require two notarized signatures:One signature must be from the Chairman of Board,President,or any yClt}� y�t. The second signature must be from the Secretary,Assistant b;;ecretary,Treasurer,Assistant Treasurer,or Chief Fi n a 0 icer. ` CONTRACTOR: Check one:—individual_PartnershipYcorporation Earth Systems Southwest 79-811B Country club Drive Indio, CA 92203 r By: � By 611 Signature(notarized) /Signature (notarized) s. /fir// Name: Z�i/ 9/y sfST�IYIS ✓�1//�dJG//Gi5/ Name: � ✓�� �' Title: ��-t S�< Title: (This Agreement must be signed in the above pie- , (This Agreement must be signed in the above space by one of the following: Chairman of the Board,CSident one of the following: Secretary, Assistant Secretary, or any,Vice President.) Treasurer, Assistant Treasurer or Chief Financial /J11��'4//� I Officer.) State of ��%� n f . gJ(,Z'�yS/�L—Iss State County of {y� �y County of Jqn\v+�Q�q�nlss On/i/AAA of �(�%.� / before me, On t,�@y l¢. Q005 before me, (�q�'i//� (/f//�S )�( M(m\e personally appeared '(,491 f/ 'S'lei / personally appeared eln personally known to me r proved to me on the be i f peg; known to me (or proved to me on the basis of satisfactory evidence)to be the personX whose name( is/ satisfactory evidence)to be the person(s)whose name(s)is/are scribed to the within instrument and owledged to me that subscribed to the within instrumen and acknowledge3to me'that he/ 'tF y executed the � a in his/ llpeir authorized he/she/they executed the same in his/her/their authorized capacity(I�Zj, and that by his t signature on the ca�acity(ies), and that by his/her/their sianaaure(s) on the instrument the person(ST or tt}ISSe entity upon behalf of which the irisfument the erson(s), or f e entity upon__bbeFFiialf of which the person(Aacled,execu ed the instrument. person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official se� Notary //p/j i w/ /� �� Op Notary `7Q/� l �Z\ Signature: ,c Si nature.( �/(�A,Cx�tX.�x� l Notary Seal: Notary Seal: a ` CAROLE D.GRAVES EMkE 6MRIE RODRIGUEZ CommWbn#1488015 CgnrnNNon 1461343 Notary Public-COlifomlo �y KIIAC.Cc*fornia Riverside County [ San Luis Obispo Coady My Comm_Expires Jun2_2008I MyCw".ExpintJona, H:\USERS\ENG\Contr.Agreements\Earth Systems-ARHM Overlay Evaluation-$3680.wpd -6- EXHIBIT "A" SCOPE OF WORK ARHM Coring and Laboratory Testing to be performed as follows: Coring locations to be determined in the field. Testing/Coring being performed on the streets included in the 2004 ARHM Overlay Project, CP#04-01. The work in this contract is based on the following criteria: • One trip (one day) of coring • Six locations of three cores each • Unit weight on each core for a combined density for each location • Extraction of asphalt of three combined cores for each location • Work to begin within three days of Notice to Proceed H:\USERS\ENG\Contr.Agreements\Earth Systems-ARHM Overlay Evaluation-$3680.wpd -7- EXHIBIT "B" SPECIAL REQUIREMENTS Business License Requirement: Contractor shall possess a valid City of Palm Springs Business License throughout the term of this agreement. Section 4.3: "Performance Bond" is waived H:\USERS\ENG\Contr.Agreements\Eartli Systems-ARI-IM Overlay Evaluation-$3680.wpd -8- EXHIBIT "C" SCHEDULE OF COMPENSATION ARHM Coring and Laboratory Testing Cost Schedule, based on a Unit Price Basis: Location Quantity Unit Rate Total Overlay Corinq - Senior Technician - Hourly: Coring 6 locations, 3 holes each - 6" diameter 8 hours $ 85 $ 680 Travel 2 hours $ 74 $ 148 Mileage 1 hour $ 42 $ 42 Equipment Fees 4 hours $ 165 660 Subtotal $ 1,530 Laboratory Testinq: Asphalt Extraction with Gradation 6 each $ 232 $ 1,392 Density - Unit Weight 18 each $ 31 $ 558 Report of Evaluation 1 each $ 200 200 Subtotal $ 2,150 TOTAL $ 3,680 H:\USERS\ENG\Contr.Agreemeuts\Eartli Systems-ARHM Overlay Evaluation-$3680,vPd -9- EXHIBIT "D" SCHEDULE OF PERFORMANCE Contract Time: Field and laboratory work to be completed within fifteen (15) working days from date specified in Notice To Proceed. Work Hours: Working hours consist of 7 A.M. to 3:30 P.M. Monday through Friday. No work on the weekends or holidays. H:\USERS\ENG\Coatr.Agreements\Earlb Systems-ARHM Overlay Evaluation-$3680.wpd -10- Client#: 114 101EARTHSYST1 _rw� ACORDTN CERTIFICATE OF LIABILITY INSURANCE 4/05/ 5D/YY) 04/05/O5 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Dealey, Renton 8:Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O.Box 12675 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Oakland,CA 94604-2675 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 510 465-3090 INSURERS AFFORDING COVERAGE INSURED INSURER A' Hartford Fire Ins.Co. Earth Systems Southwest INSURER B American Automobile Ins.Co. 79-811B Country Club Drive Indio, CA 92203 INSURER INSURER D INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(MMIOD/YY) DATE(MMIDD/YY) LIMITS A GENERAL LIABILITY 57CESOA2013 04/01/05 04/01/06 EACH OCCURRENCE $1,000,000 X COM MERGIALGENERALU'AEILITY FIRE DAMAGE(Anyone fire) -°1,ODDD00 CLAIMS MADE OCCUR MED EXP(Any One Person) $10,000 X PDD,d:10,000 PERSONAL B ADV INJURY $1,000,000 X Railroad Cont. GENERAL AGGREGATE Q 00000,000 GEN'L AGGREGATE LIM ITAPPLIES PER' PRODUCTS -COMPIOPAGG $2,000,000 POLICY I T PRO- JECT I X LOC A AUTOMOBILE LIABILITY 57UUNIF9613 04/01/05 04/01/06 COMBINED SINGLE LIMIT X ANY AUTO (Eaace,deot) $1,000,000 ALL OWNED AUTOS BODILY SCHEDULED AUTOS INJURY (Per person) $ er X HIRED AUTOS X NON-OWNED AUTOS BODILY o.1) $ I (Per accdent) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANVAUTO OTHER THAN EA ACC $ AUTO ONLY. qGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR -1 CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ B WORKERS COMPENSATION AND WZP80930145 04/01/05 04/01/06 X WCY LIMIT oTH- TOR LIMITS ER EMPLOYERS'LIABILITY E L.EACH ACCIDENT $1,000,000 EL DISEASE-EA EMPLOYEE $1,000,000 OTHER EL DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS General Liability policy excludes claims arising out of the performance of professional services. RE:The City of Palm Springs is named as an additional insured as respects general&auto(per Ca0001) liability. CERTIFICATE HOLDER ADDITIONALINSURED;INSURERLETTER: CANCELLATION SHOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Palm Springs DATE THEREOF, THE ISSUING INSURER WILL}{KRR)V"XTp MAIL39—DAYS WRITTEN Attn: Engineering NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT,BKrA%X 6XRRRR)MRKA1XXX P.O. Box 2743 WN'XiC7Lx�{y*gnXKX7p7U1KX1fIRR7CEPRJIx71X*�pkx}x Palm Springs,CA 92263 X2PD )1x1D cXx AUTHORIZED REPRESENTATIVE ACORD 25-S(7/97)1 of 1 #M123823 �yG/)� �� DAC © ACORD CORPORATION 1938