Loading...
HomeMy WebLinkAbout03997 - EARTH SYSTEMS CONSUT DEMUTH PARK Earth Systems Consultants • Southern California Demuth Park Monitoring Wells AGREEMENT #3997 CM Signed, 6-30-98 CITY OF PALM SPRINGS - -- - --- — -- --- Engineering Division CONTRACT :iERVICES AGREEMENT FOR DEMUTH PARK MONITORING WELLS City Project No. 97-19 THIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made and entered into this day of , 191.A , by and between the CITY OF PALM SPRINGS,U a municipal corporation (herein "City") and Earth Systems Consultants Southern California (herein "Contractor") . (The term Contractor includes professionals performing in a consulting capacity) . 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 Stun. 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 Three Thousand One Hundred Dollars ($3,100.00) ("Contract Sum") . OPfQC;9fV;L 01,'Jfrb FS2\276\099999-3000\2022693.2 .00/22/95 2 .2 Method of Payment. Provided that Contractor is not in default under the terms of this Agreement, Contractor shall be paid in accordance with Exhibit B of this contract. 3 .0 COORDINATION OF WORK 3 . 1 Representative of Contractor. Craig S. Hill 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. Tom Cartwright 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 Subcontracting or Assignment. 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. 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 AND INDEMNIFICATION 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) Comprehensive General Liability Insurance. A policy of comprehensive general liability insurance written on a per occurrence basis in an amount not less than either (i) a combined single limit of $500, 000. 00 or (ii) bodily injury FS2\276\099999-3000\2022693.2 mCB/22/95 -2- limits of $250, 000. 00 per person, $500, 000 . 00 per occurrence and $500, 000. 00 products and completed operations and property damage limits of $100, 000. 00 per occurrence and $100, 000. 00 in the aggregate. (b) Worker' s Compensation Insurance. A policy of worker' s compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either (i) bodily injury liability limits of $250, 000. 00 per person and $500, 000. 00 per occurrence and property damage liability limits of $100, 000. 00 per occurrence and $250, 000. 00 in the aggregate or (ii) combined single limit liability of $500, 000 .00 . Said policy shall include coverage for owned, non-owned, leased and hired cars . All of the above policies of insurance shall be primary insurance and shall name the City, its officers, employees and agents as additional insureds . 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 . A11 of said policies of insurance shall provide that said insurance may not be amended or canceled without providing thirty (30) days prior written notice by registered mail to the City. 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 or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance 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. The insurance required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, FS2\276\099999-3000\2022693.2 .08/22/95 -3- • • rated "A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the Director of Administrative Services or designee of the City due to unique circumstances . 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, including paying any legal costs, attorneys fees, or paying any judgment (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 or services 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, but excluding such claims or liabilities to the extent caused by the negligence or willful misconduct of the City. 5.0 TERM 5. 1 Term. Unless earlier terminated in accordance with Section 5.2 below, this Agreement shall continue in full force and effect until December 31, 1,998. 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. F52\296\099999-3000\2022693.2 .08/22/95 -4- 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 FS2\296\099999-3000\2022693.2 m00/22/95 -5- 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 . 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. 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. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. FS2\276\099999-3000\2022693.2 m06/22/95 -6- CITY CI Y OF PALM SPRI G a mun' ci co on City a ager ATTEST: Cit Clerk APPROVED AS TO FORM: City Attor ey [SIGNATURES CONTINUED ON NEXT PAGE] FS2\276\099999-3000\2022693.2 m08/22/95 -7- CONTRACTOR: EARTH SYSTEMS CONSULTANTS SO. CALIFORNIA By: Name : Craig S. Hill Title: Exec. Vice-President Address : 79-811b Country Club Drive Bermuda Dunes, CA 92201 [END OF SIGNATURES] FS2\276\099999-3000\2022693.2 mOO/22/95 -8- EXHIBIT "A" SCOPE OF SERVICES Earth Systems Consultants Southern California, Contractor, shall provide technical review and consultation services to the City of Palm Springs for the Demuth Park Monitoring Wells project, located at 4375 Mesquite Avenue Palm Springs, as follows: 1 . Review the bidding documents and provide comments regarding the technical portions of the project specifications prior to bidding. 2 . Assist the City with technical questions that may come up during the bidding process. 3. Assist the City with inspection and review of Construction Contractor' s submittals, such as drawings . EXHIBIT "A" FS2\276\099999-3000\2022693.2 m08 22 95 EXHIBIT "B" SCHEDULE OF COMPENSATION Contractor's compensation for work described on attached Exhibit "A" will be on a time-and-materials, not-to-exceed basis in accordance with Contractor' s standard fee schedule . Fees to the three tasks listed on said Exhibit "A" are as follows : 1 . Review and provide comments (assumes 10 hours) $1, 000. 00 2 . Assist with technical questions (assumes 5 hours) $ 500. 00 3 . Assist with construction contractor' s submittals (assumes 16 hours) $1, 600. 00 TOTAL: $3, 100.00 Contractor agrees to begin work upon receipt of an executed copy of this agreement and at the City' s request. Contractor will notify the City of any major change in the Scope of Work as described above prior to executing such a change. Fees for additional services as requested and authorized by City will be charged at the hourly rates in effect at the time the services are requested. EXHIBIT "B" F52\296\099999-3000\2022693.2 m00 22 95 EXHIBIT "B-1" Earth Systems Consultants Southern California 79411B Country club Drive Bermuda Dunes,CA 92201 Fee Schedule January 1, 1998 CONSULTING SOIL ENGINEERING, ENGINEERING GEOLOGY, AND ENVIRONMENTAL ASSESSMENT SERVICES Ceotechnical Engineering Studies Distress Foundation Evaluations Geologic Hazard Studies Seismic Hazard Studies Phase 1 Site Assessments Site Characterizations Observations and Field Testing Groundwater Studies Percolation Testing Pile Driving and Caisson Observation Paving Design Drilling Services/Monitoring Wclls Analysis of Slope Stability Data Evaluation Consultation Report Preparation Moisture-Density Testing Related Services Non-technical Assistant............................................................................................ $32.00/hour Technical Word Processor........................................................................................ $40.00/ltour Technician (plus cost of test performed).................................................................. $46.00/hour Technician (hourly rate only).................................................................................. $58.00/hour Drafter..................................................................................................................... $58.00/hour TechnicalResearch ................................................................................................. $63.00/hour SeniorTechnician ................................................................................................... $69.00/hour SupervisingTechnician............................................................................................ $74.00/hour Staff Engineer, Geologist or Environmental Assessor............................................. . $82.00/hour Project Engineer, Geologist or Environmental Assessor............................................ $88.00/hour Senior Engineer, Geologist or Environmental Assessor............................................ $100 00/hour Associate......................................................................................... ....................... $115.00/hour Principalor Consultant............................................................................................ $160.00/hour Expert Witness (4 hour minimum)........................................................................... $210.00/hour Field Density Test (in addition to above hourly rates).............................................. $ 6.00/test Field Density Test (when billed separately).............................................................. $44.00/test LaboratoryRates..................................................................................................... $65.00/hour Hazardous Materials Disposal.................................................................................. Cost+20% AnalyticalLab Testing............................................................................................. Cost+20% Observation and testing services are billed portal to portal, in accordance with the following minimum charges: ---Two hour minimum charge. ---Travel/Zone Charges (based on radius from our office, see exceptions below): mileae Sample Pickup* Zone (0-10 miles)............................................ 8 $52.00 Zone (11-20 miles).......................................... 16 S83.00 Zone C (21-30 miles).......................................... 24 S109.00 Zone (31-4U miles).......................................... 32 $135,00 Zone (41-50 miles).......................................... 40 $166.00 Zone (51-75 miles)............................4............. 60 $238.00 ZoneG (76-100 miles).............4,.......I..............,...80 $310.00 --- Travel charges to remote or difficult areas will be billed at$0.40 per mile plus travel time. * Tncludes mileage charges, assume;; 1/2 hour on-site, for pickup and processing. Time in excess of 1/2 hour on-site will be billed at hourly rates. EXHIBIT "B-1" CONTRACT SERVICES AGREEMENT JUL-14-98 TUE 02:04 PH FAX NO. 06�dlj P. 01/01 a e� e?—1� HiSVEDAIF(MMIDD IYV) kw R. S �Fl 7,114 afi THI 10.00'j , -A -1_5 'k6a ftgkfoemt-ft AS A MATT 9 OF INFORMAT ON-0 Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLPER, THIS CERTIFICATE Ucaley , Rohton h Assoc iatcs DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE P.O. Box 12675 POLICIES BELOW, Oakland.CA 94004-2675 6(:); COMPANIES AFFORDING COVERAGE Atth I E. 132rroW 510-465-3090 COWANY A LETTER A Not anal SurotV Cq_Lpe[alien LEITEV BThn American InLtiranen Co. Earth Systems Consultants 0coMPpNY Southern California LETTER 79-811 Country Club Dr . ,*4 COURANY Bermuda Uvnos , CA 92201 LETTER COWA14Y LETTER THISIS TOCERTIFY THAT THrPOLIDES OFINSUflANCE LISTEL)FIELOWHAVEBEENISSILIFID TO I HE INSURED NMAO)ABOVE FOR IHEPOLICYPERIOD INDICATED.NOT WITHSTANOMG ANY REOUPPMENT,TERM ORCONDIT[ONOF ANY CONTRACT DRQTHERQOCM1ENT WITHRES175cl TO WHICH THH' CERTIFICATE MAY BE ISSUED ORMAY PERTAIN,THE INSURANCE AFFORDED ay THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM , EXCLU$10t,J5 AND CONDITIONS C)FSUChIPOLICIE5 LIMITS SHOWOJMAY HAVE BEEN AEDVCEU nY PAID CLAFjS CO TYPEOF FISMANCE POLICYNNVIDER P9 D1,1DYfFFECTIVE POL015XI'tRATIC0, LIMITS (VU1D0JYV) I N ATE DATE(1441DDIVY) qFNIERALLIABILITY UENLRAL AGGREGATE 2,000,70-0 A X COIAMERCIAL 6ENOAI LIABILITY MZX60690722 4/01/98 4/01/99 0qjEL Z000 CLAIMS MCC _] OCCUR PERSONAI, & ACV. INJURY 1 1 .000 Gal) X OWNER'S N CONTRACTOR'S TROT EACH OCCURRENCE 1 000 Ono X Co n tj,�LcAual $10 ,000 DEDUCTIBLE FIM PLIVAA 4y T,c I'm) 1 .000 .000 MFO YHL EXP[NSF(A CW ..� UNIED SINGLE A X ANY AUTO MZXU0598722 4/01/98 4101199 "I'll 1 '000 000_ AIL OWNED AU103 8ODKY INJURY 3 (Per puto"I 1000 ADIOS X HIRED A91OS DQUILY INJURY X NON-OWNED AUTOS Iry nddcA) GARAGE LIABILITY PHU!'Eftly DAIAGE EYCEZZLIAUHUYY EACH OCCURRENCE UNNIRILLA FORId OTHER PIAN UMORE11A NORM WORKER 5=MPENS6TION A; Ony JIM115 AND WC80750106 4/01/90 4/01199 EACH ACCIDENT t 1 .000.000 CI5fA5t-POLICY LIMIT 1 non ono UISEASE-EACH EMPLOYEE E1 .000000 OTHER D"MAPTION!OF OPKNATIMCILOCATMNSiVEHICIANINPEOIAL ITEM9 A[ I Opo r at I ont. The City of Palm SID r 1 ngs 1 ts off I COTS , emp I oyocs & agents are addi t ionzi Insureds to general & auto I izbi 1 1 ty. Waiver of Subrogation ;ippl ics cenera I auto worknrs 'comoo sot [on. Insurance is nrimarv. Fav (760 1 322-0325 CE - I SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CA CELI EOBEFORETHE EXPIRATION LIAIE THEPEOr. TNT1 $SUIND COMPANY WILL MAIL 30 DAY SWRITTENTJOTICE TO T1 IECEPTIFIQA TE HOLDERNAMEOTO THE Ci ty of Pw III Springs Attn: Margot DvNros itirs Engineering F.O. Box 2143 114616000 Palm Springs, CA 92263