HomeMy WebLinkAboutBlair, Church & Flynn - 2016 AgreementAGREEMENT FOR SERVICES
(For design professional contracts over $5,000)
This AGREEMENT made this 18`h day of April, 20A_� between:
CITY: City of Gilroy, having a principal place of business at
7351 Rosanna Street, Gilroy, California
and CONSULTANT: Blair, Church & Flynn Consulting Engineers, having a principal place of
business at 451 Clovis Ave, Suite 200, Clovis, CA 93612.
ARTICLE 1. TERM OF AGREEMENT
This Agreement will become effective on April 18, 2016 and will continue in effect through
August 31, 2017 unless terminated in accordance with the provisions of Article 7 of this
Agreement.
ARTICLE 2. INDEPENDENT CONTRACTOR STATUS
It is the express intention of the parties that CONSULTANT is an independent contractor and not
an employee, agent, joint venturer or partner of CITY. Nothing in this Agreement shall be
interpreted or construed as creating or establishing the relationship of employer and employee
between CITY and CONSULTANT or any employee or agent of CONSULTANT. Both parties
acknowledge that CONSULTANT is not an employee for state or federal tax purposes.
CONSULTANT shall not be entitled to any of the rights or benefits afforded to CITY'S
employees, including, without limitation, disability or unemployment insurance, workers'
compensation, medical insurance, sick leave, retirement benefits or any other employment
benefits. CONSULTANT shall retain the right to perform services for others during the term of
this. Agreement.
ARTICLE 3. SERVICES TO BE PERFORMED BY CONSULTANT
A. Specific Services
CONSULTANT agrees to: perform the services as outlined in Exhibit "A" ( "Specific
Provisions ") and Exhibit "B" ( "Scope of Services ") within the time periods described in and
Exhibit "C" ( "Milestone Schedule ").
B. Method of Performing Services
CONSULTANT shall determine the method, details and means of performing the above -
described services. CITY shall have no right to, and shall not, control the manner or determine
the method of accomplishing CONSULTANT'S services.
4845- 6718- 3385v1
LAC104706083
C. Employment of Assistants
CONSULTANT may, at the CONSULTANT'S own expense, employ such assistants as
CONSULTANT deems necessary to perform the services required of CONSULTANT by this
Agreement, subject to the prohibition against assignment and subcontracting contained in
Article 5 below. CITY may not control, direct, or supervise CONSULTANT'S assistants in the
performance of those services. CONSULTANT assumes full and sole responsibility for the
payment of all compensation and expenses of these assistants and for all state and federal income
tax, unemployment insurance, Social Security, disability insurance and other applicable
withholding.
D. Place of Work
CONSULTANT shall perform the services required by this Agreement at any place or location
and at such times as CONSULTANT shall determine is necessary to properly and timely perform
CONSULTANT'S services.
ARTICLE 4. COMPENSATION
A. Consideration
In consideration for the services to be performed by CONSULTANT, CITY agrees to pay
CONSULTANT the amounts set forth in Exhibit "D ". In no event however shall the total
compensation paid to CONSULTANT exceed $27,300.
B. Invoices
CONSULTANT shall submit invoices for all services rendered.
C. Payment
Payment shall be due according to the payment schedule set forth in Exhibit "D ". No payment
will be made unless CONSULTANT has first provided City with a written receipt of invoice
describing the work performed and any approved direct expenses (as provided for in
Exhibit "A ", Section M incurred during the preceding period. If CITY objects to all or any
portion of any invoice, CITY shall notify CONSULTANT of the objection within thirty (30)
days from receipt of the invoice, give reasons for the objection, and pay that portion of the
invoice not in dispute. It shall not constitute a default or breach of this Agreement for CITY not
to pay any invoiced amounts to which it has objected until the objection has been "resolved by
mutual agreement of the parties.
D. Expenses
CONSULTANT shall be responsible for all costs and expenses incident to the performance of
services for CITY, including but not limited to, all costs of equipment used or provided by
CONSULTANT, all fees, fines, licenses, bonds or taxes required of or imposed against.
CONSULTANT and all other of CONSULTANT'S costs of doing business. CITY shall not be
4845 - 6718- 3385v1 _
LAC104706083 _2
responsible for any expenses incurred by CONSULTANT in performing services for CITY,
except for those expenses constituting "direct expenses" referenced on Exhibit "A."
ARTICLE 5. OBLIGATIONS OF CONSULTANT
A. Tools and Instrumentalities
CONSULTANT shall supply all tools and instrumentalities required to perform the services
under this Agreement at its sole cost and expense. CONSULTANT is not required to purchase
or rent any tools, equipment or services from CITY.
B. Workers' Compensation
CONSULTANT agrees to provide workers' compensation insurance for CONSULTANT'S
employees and agents and agrees to hold harmless, defend with counsel acceptable to CITY and
indemnify CITY, its officers, representatives, agents and employees from and against any and all
claims, suits, damages, costs, fees, demands, causes of action, losses, liabilities and expenses,
including without limitation attorneys' fees, arising out of any injury, disability, or death of any
of CONSULTANT'S employees.
C. Indemnification of Liability, Duty to Defend
1. As to professional liability, to the fullest extent permitted by law,
CONSULTANT shall defend, through counsel approved by CITY (which approval shall not be
unreasonably withheld), indemnify and hold harmless CITY, its officers, representatives, agents
and employees against any and all suits, damages, costs, fees, claims, demands, causes of action,
losses, liabilities and expenses, including without limitation attorneys' fees, to the extent arising
or resulting directly or indirectly from any willful or negligent acts, errors or omissions of
CONSULTANT or CONSULTANT'S assistants, employees or agents, including all claims
relating to the injury or death of any person or damage to any property.
2. As to other liability, to the fullest extent permitted by law, CONSULTANT shall
defend, through counsel approved by CITY (which approval shall not be unreasonably withheld),
indemnify and hold harmless CITY, its officers, representatives, agents and employees against
any and all suits, damages, costs, fees, claims, demands, causes of action, losses, liabilities and
expenses, including without limitation attorneys' fees; arising or resulting directly or indirectly
from any act or omission of CONSULTANT or CONSULTANT'S assistants, employees or
agents, including all claims relating to the injury or death of any person or damage to any
property.
D. Insurance
In addition to any other obligations under this Agreement, CONSULTANT shall, at no cost to
CITY, obtain and maintain throughout the term of this Agreement: (a) Commercial Liability
Insurance on a per occurrence basis, including coverage for owned and non-owned automobiles,
with a minimum combined single limit coverage of $1,000,000 per occurrence for all damages
due to bodily injury, sickness or disease, or death to any person, and damage to property,
including the loss of use thereof, and (b) Professional Liability Insurance (Errors & Omissions)
4845 - 6718- 3385v1
LAC104706083
with a minimum coverage of $1,000,000 per occurrence or claim, and $2,000,000 aggregate;
provided however, Professional Liability Insurance written on a claims made basis must comply
with the requirements set forth below. Professional Liability Insurance written on a claims made
basis (including without limitation the initial policy obtained and all subsequent policies
purchased as renewals or replacements) must show the retroactive date, and the retroactive date
must be before the earlier of the effective date of the contract or the beginning of the contract
work Claims made Professional Liability Insurance must be maintained, and written evidence
of insurance must be provided, for at least five (5) years after the completion of the contract
work If claims made coverage is canceled or non - renewed, and not replaced with another
claims -made policy form with a retroactive date prior to the earlier of the effective date of the
contract or the beginning of the contract work, CONSULTANT must purchase so called
"extended reporting" or "tail" coverage for a minimum of five (5) years after completion of
work, which must also show a retroactive date that is before the earlier of the effective date of
the contract or the beginning of the contract work. As a condition precedent to CITY'S
obligations under this Agreement, CONSULTANT shall furnish written evidence of such
coverage (naming. CITY, its officers and employees as additional insureds on the Comprehensive
Liability insurance policy referred to in (a) immediately above via a specific endorsement) and
requiring thirty (30) days written notice of 'policy lapse or cancellation, or of a material change in
policy terms.
E. Assignment
Notwithstanding any other provision of this Agreement, neither this Agreement nor any duties or
obligations of CONSULTANT under this Agreement may be assigned or subcontracted by
CONSULTANT without the prior written consent of CITY, which CITY may withhold in its
sole and absolute discretion.
F. State and Federal Taxes
As CONSULTANT is not CITY'S employee, CONSULTANT shall be responsible for paying
all required state and federal taxes. Without limiting the foregoing, CONSULTANT
acknowledges and agrees that: _
• CITY will not withhold FICA (Social Security) from CONSULTANT'S
payments;
® CITY will not make state or federal unemployment insurance contributions on
CONSULTANT'S behalf-,
9 CITY will not withhold state or federal income tax from payment to
CONSULTANT;
9 CITY will not make disability insurance contributions on behalf of
CONSULTANT;
9 CITY will not obtain workers' compensation insurance on behalf of
CONSULTANT.
4845- 6718- 3385v1 -¢
LAC104706083
ARTICLE 6. OBLIGATIONS OF CITY
A. Cooperation of City
CITY agrees to respond to all reasonable requests of CONSULTANT and provide access, at
reasonable times following receipt by CITY of reasonable notice, to all documents reasonably
necessary to the performance of CONSULTANT'S duties under this Agreement.
B. Assignment
CITY may assign this Agreement or any duties or obligations thereunder to a successor
governmental entity without the consent of CONSULTANT. Such assignment shall not release
CONSULTANT from any of CONSULTANT'S duties or obligations under this Agreement.
ARTICLE 7. TERMINATION OF AGREEMENT
A. Sale of Consultant's Business/ Death of Consultant.
CONSULTANT shall notify CITY of the proposed sale of CONSULTANT's business no later
than thirty (30) days prior to any such sale. CITY shall have the option of terminating this
Agreement within thirty (30) days after receiving such notice of sale. Any such CITY
termination pursuant to this Article 7.A shall be in writing and sent to the address for notices to
CONSULTANT set forth in Exhibit A, Subsection V.I., no later than thirty (30) days after
CITY' receipt of such notice of sale.
If CONSULTANT is an individual, this Agreement shall be deemed automatically terminated
upon death of CONSULTANT.
B. Termination by City for Default of Consultant
Should CONSULTANT default in the performance of this Agreement or materially breach any
of its provisions, CITY, at CITY'S option, may terminate this Agreement by giving written
notification to CONSULTANT. For the purposes of this section, material breach of this
Agreement shall include, but not be limited to the following:
CONSULTANT'S failure to professionally and/or timely perform any of the
services contemplated by this Agreement.
2. CONSULTANT'S breach of any of its representations, warranties or covenants
contained in this Agreement.
CONSULTANT shall be entitled to payment only for work satisfactorily completed through the
date of the termination notice, as reasonably determined by CITY, provided that such payment
shall not exceed the amounts set forth in this Agreement for the tasks described on Exhibit C"
which have been fully, competently and timely rendered by CONSULTANT. Notwithstanding
the foregoing, if CITY terminates this Agreement due to CONSULTANT'S default in the
performance of this Agreement or material breach by CONSULTANT of any of its provisions,
then in addition to any other rights and remedies CITY may have, CONSULTANT shall
4845 - 6718- 3385v1 _5_
LAQ04706083
reimburse CITY, within ten (10) days after demand, for any and all costs and expenses incurred
by CITY in order to complete the tasks constituting the scope of work as described in this
Agreement, to the extent such costs and expenses exceed the amounts CITY would have been
obligated to pay CONSULTANT for the performance of that task pursuant to this Agreement.
C. Termination for Failure to Make Agreed -Upon Payments
Should CITY fail to pay CONSULTANT all or any part of the compensation set forth in Article
4 of this Agreement on the date due, then if and only if such nonpayment constitutes a default
under this Agreement, CONSULTANT, at the CONSULTANT'S option, may terminate this
Agreement if such default is not remedied by CITY within thirty (30) days after demand for such
payment is given by CONSULTANT to CITY.
D. Transition after Termination
Upon termination, CONSULTANT shall immediately stop work, unless cessation. could
potentially cause any damage or harm to person or property, in which case CONSULTANT shall
cease such work as soon as it is safe to do so. CONSULTANT shall incur no fiarther expenses in
connection with this Agreement. CONSULTANT shall promptly deliver to CITY all work done
toward completion of the services required hereunder, and shall act in such a manner as to
facilitate any the assumption of CONSULTANT's duties by any new consultant hired by the
CITY to complete such services.
ARTICLE 8. GENERAL PROVISIONS
A. Amendment & Modification
No amendments, modifications, alterations or changes to the terms of this Agreement shall be
effective unless and until made in a writing signed by both parties hereto.
B. Americans with Disabilities Act of 1990
Throughout the term of this Agreement, the CONSULTANT shall use due professional care to
comply fully with all applicable provisions of the Americans with Disabilities Act of 1990 ("the
Act ") in its current form and as it may be amended from time to time. CONSULTANT shall
also require such compliance of all subcontractors performing work under this Agreement,
subject to the prohibition against assignment and subcontracting contained in Article 5 above.
The CONSULTANT shall defend with counsel acceptable to CITY, indemnify and hold
harmless the CITY OF GILROY, its officers, employees, agents and representatives from and
against all suits, claims, demands, damages, costs, causes of action, losses, liabilities, expenses
and fees, including without limitation attorneys' fees, that may arise out of any violations of the
Act by the CONSULTANT, its subcontractors, or the officers, employees, agents or
representatives of either.
C. Attorneys' Fees
If any action at law or in equity, including an action for declaratory relief, is brought to enforce
or interpret the provisions of this Agreement, the prevailing party will be entitled to reasonable
4845- 6718- 3385v1
LACX04706083
attorneys' fees, which may be set by the court in the same action or in a separate action brought
for that purpose, in addition to any other relief to which that party may be entitled.
D. Captions
The captions and headings of the various sections, paragraphs and subparagraphs of the
Agreement are for convenience only and shall not be considered nor referred to for resolving
questions of interpretation.
E. Compliance with Laws
The CONSULTANT shall keep itself informed of all State and National laws and all municipal
ordinances and regulations of the CITY which in any manner affect those engaged or employed
in the work, or the materials used in the work, or which in any way affect the conduct of the
work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or
authority over the same. Without limiting the foregoing, CONSULTANT agrees to observe the
provisions of the Municipal Code of the CITY OF GILROY, obligating every contractor or
subcontractor under a contract or subcontract to the CITY OF GILROY for public works or for
goods or services to refrain from discriminatory employment or subcontracting practices on the
basis of the race, color, sex, religious creed, national origin, ancestry of any employee, applicant
for employment, or any potential subcontractor.
F. Conflict of Interest
CONSULTANT certifies that to the best of its knowledge, no CITY employee or office of any
public agency interested in this Agreement has any pecuniary interest in the business of
CONSULTANT and that no person associated with CONSULTANT has any interest that would
constitute a conflict of interest in any manner or degree as to the execution or performance of
this Agreement.
G. Entire Agreement.
This Agreement supersedes any and all prior agreements, whether oral or written, between the
parties hereto with respect to the rendering of services by CONSULTANT for CITY and
contains all the covenants and agreements between the parties with respect to the rendering of
such services in any manner whatsoever. Each party to this Agreement acknowledges that no
representations, inducements, promises or agreements, orally or otherwise, have been made by
any party, or anyone acting on behalf of any party, which are not embodied herein, and that no
other agreement, statement or promise not contained in this Agreement shall be valid or binding.
No other agreements or conversation with any officer, agent or employee of CITY prior to
execution of this Agreement shall affect or modify any of the terms or obligations contained in
any documents comprising this Agreement. Such other agreements or conversations shall be
considered as unofficial information and in no way binding upon CITY.
4845=6718- 3385v1 _7_
LACT4706063
H. Governing Law and Venue
This Agreement shall be governed by and construed in accordance with the laws of the State of
California without regard to the conflict of laws provisions of any jurisdiction. The exclusive
jurisdiction and venue with respect to any and all disputes arising hereunder shall be in state and
federal courts located in Santa Clara County, California.
I. Notices
Any notice to be given hereunder by either parry to the other may be effected either by personal
delivery in writing or by mail, registered or certified, postage prepaid with return receipt
requested. Mailed notices shall be addressed to the parties at the addresses appearing in
Exhibit "A ", Section V.I. but each party may change the address by written notice in
accordance with this paragraph. Notices delivered personally will be deemed delivered as of
actual receipt; mailed notices will be deemed delivered as of three (3) days after mailing.
J. Partial Invalidity
If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void
or unenforceable, the remaining provisions will nevertheless continue in full force without being
impaired or invalidated in any way.
K. Time of the Essence
All dates and times referred to in this Agreement are of the essence.
L. Waiver
CONSULTANT agrees that waiver by CITY of any one or more of the conditions of
performance under this Agreement shall not be construed as waiver(s) of any other condition of
performance under this Agreement.
Executed at Gilroy, California, on the date and year first above written.
CONSULTANT:
Blair, Church & Flynn
Consulting Engineers
By: _
Name:
Title:
Karl E. Kienow
Vice President
Social Security or Taxpayer
Identification Number 94- 1424814
4845 - 6718- 3385v1 -g-
LAC104706083
CITY:
CITY OF
By :\
Nam(
Title:
inistra or
Approved as to Form
City Attorney
4845 - 6718- 3385v1 _9_
LAC104706083
EXHIBIT "A"
SPECIFIC PROVISIONS
I. PROJECT MANAGER
CONSULTANT shall provide the services indicated on the attached Exhibit "B ", Scope of
Services ( "Services "). (All exhibits referenced are incorporated herein by reference.) To
accomplish that end, CONSULTANT agrees to assign Timothy J. Flynn, P.E., who will act in
the capacity of Project Manager, and who will personally direct such Services.
Except as may be specified elsewhere in this Agreement, CONSULTANT shall furnish all
technical and professional services including labor, material, equipment, transportation,
supervision and expertise to perform all operations necessary and required to satisfactorily
complete the Services required herein.
II. NOTICE TO PROCEED /COMPLETION OF SERVICE
A. NOTICE TO PROCEED
CONSULTANT shall commence the Services upon delivery to CONSULTANT of a written
"Notice to Proceed ", which Notice to Proceed shall be in the form of a written communication
from designated City contact person(s). Notice to Proceed may be in the form of e -mail, fax or
letter authorizing commencement of the Services. For purposes of this Agreement, David
Stubchaer, P.E. shall be the designated City contact person(s). Notice to Proceed shall be
deemed to have been delivered upon actual receipt by CONSULTANT or if otherwise delivered
as provided in the Section. V.1. ( "Notices ") of this Exhibit "A ".
B. COMPLETION OF SERVICES
When CITY determines that CONSULTANT has satisfactorily completed all of the Services,
CITY shall give CONSULTANT written Notice of Final Acceptance, and CONSULTANT shall
not incur any further costs hereunder. CONSULTANT may request this determination of
completion when, in its opinion, it has satisfactorily completed all of the Services and, if so
requested, CITY shall make this determination within two (2) weeks of such request, or if CITY
determines that CONSULTANT has not satisfactorily completed all of such Services, CITY
shall so inform CONSULTANT within this two (2) week period.
III. PROGRESS SCHEDULE
The ,schedule for performance and completion of the Services will be as set forth in the attached
Exhibit "C ".
IV. PAYMENT OF FEES AND DIRECT EXPENSES
Payments shall be made to CONSULTANT as provided for in Article 4 of this Agreement.
4845. 6718- 3385v1 _1
LAM04706083
Direct expenses are charges and fees not included in Exhibit "B ". CITY shall be obligated to
pay only for those direct expenses which have been previously approved in writing by CITY.
CONSULTANT shall obtain written approval from CITY prior to incurring or billing of direct
expenses.
Copies of pertinent financial records, including invoices, will be included with the submission of
billing(s) for all direct expenses.
V. OTHER PROVISIONS
A. CONSULTANT'S SERVICES TO BE APPROVED BY A REGISTERED
PROFESSIONAL ENGINEER
All civil (including structural and geotechnical) engineering plans, calculations, specifications
and reports shall be prepared by, or under the responsible charge of, a licensed civil engineer and
shall include his or her name and license number. Interim documents shall include a notation as
to the intended purpose of the document, such as "preliminary" or "for review only." All civil
engineering plans and specifications that are permitted or that are to be released for construction
shall bear the signature and seal of the licensee and the date of signing and sealing or stamping.
All final civil engineering calculations and reports shall bear the signature and seal or stamp of
the licensee, and the date of signing and sealing or stamping.
B. STANDARD OF WORKMANSHIP
CONSULTANT represents and warrants that it has ' the qualifications, skills and licenses
necessary to perform the Services, and its duties and obligations, expressed and implied,
contained herein, and CITY expressly relies upon CONSULTANT'S representations and
warranties regarding its skills, qualifications and licenses. CONSULTANT shall perform such
Services and duties in conformance to and consistent with the standards generally recognized as
being employed by professionals in the same discipline in the State of California.
Any plans, designs, specifications, estimates, calculations, reports and other documents furnished
under this Agreement shall be of a quality acceptable to CITY. The minimum criteria for
acceptance shall be a product of neat appearance, well- organized, technically and grammatically
correct, checked and having the maker and checker identified. The minimum standard of
appearance, organization and content of the drawings shall be that used by CITY for similar
purposes.
C. RESPONSIBILITY OF CONSULTANT
CONSULTANT shall be responsible for the professional quality, technical accuracy, and the
coordination of the Services furnished by it under this Agreement. The CITY'S review,
acceptance or payment for any of the Services shall not be construed to operate as a waiver of
any rights under this Agreement or of any cause of action arising out of the performance of this
Agreement, and CONSULTANT shall be and remain liable to CITY in accordance with
4845- 6718- 3385v1 -2-
LAQ04706083
applicable law for all damages to CITY caused by CONSULTANT'S negligent performance of
any of the services furnished under this Agreement.
D. RIGHT OF CITY TO INSPECT RECORDS OF CONSULTANT
CITY, through its authorized employees, representatives or agents, shall have the right, at any
and all reasonable times, to audit the books and records (including, but not limited to, invoices,
vouchers, canceled checks, time cards, etc.) of CONSULTANT for the purpose of verifying any
and all charges made by CONSULTANT in connection with this Agreement. CONSULTANT
shall maintain for a minimum period of three (3) years (from the date of final payment to
CONSULTANT), or for any longer period required by law, sufficient books and records in
accordance with standard California accounting practices to establish the correctness of all
charges submitted to CITY by CONSULTANT, all of which shall be made available to CITY at
the CITY's offices within five (5) business days after CITY's request.
E. CONFIDENTIALITY OF MATERIAL
All ideas, memoranda, specifications, plans, manufacturing procedures, data (including, but not
limited to, computer data and source code), drawings, descriptions, documents, discussions or
other information developed or received by or for CONSULTANT and all other written and oral
information developed or received by or for CONSULTANT and all other written and oral
information submitted to CONSULTANT in connection with the performance of this Agreement
shall be held confidential by CONSULTANT and shall not, without the prior written consent of
CITY, be used for any purposes other than the performance of the Services, nor be disclosed to
an entity not connected with the performance of the such Services. Nothing furnished to
CONSULTANT which is otherwise known to CONSULTANT or is or becomes generally
known to the related industry (other than that which becomes generally known as the result of
CONSULTANT'S disclosure thereof) shall be deemed confidential. CONSULTANT shall not
use CITY'S name or insignia, or distribute publicity pertaining to the services rendered under
this Agreement in any magazine, trade paper, newspaper or other medium without the express
written consent of CITY.
F. NO PLEDGING OF CITY'S CREDIT.
Under no circumstances shall CONSULTANT have the authority or power to pledge the credit
of CITY or incur any obligation in the name of CITY.
G. OWNERSHIP OF MATERIAL.
All material including, but not limited to, computer information, data and source code, sketches,
tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals, tests, maps,
calculations, photographs, reports and other material developed, collected, prepared (or caused to
be prepared) under this Agreement shall be the property of CITY, but CONSULTANT may
retain and use copies thereof subject to Section V.E of this Exhibit "A ".
CITY shall not be limited in any way in its use of said material at any time for any work,
whether or not associated with the City project for which the Services are performed.
4845 - 6718- 3385v1 _3_
LACT4706083
H. NO THIRD PARTY BENEFICIARY.
This Agreement shall not be construed or deemed to be an agreement for the benefit of any third
party or parties, and no third party or parties shall have any claim or right of action hereunder for
any cause whatsoever.
NOTICES.
Notices are to be sent as follows:
CITY: Rick Smelser, City Engineer
City of Gilroy
7351 Rosanna Street
Gilroy, CA 95020
CONSULTANT: Karl E. Kienow, Vice President
Blair, Church & Flynn Cons_ul_ting Engineers
451 Clovis Ave, Suite 200
Clovis, CA 93612
FEDERAL FUNDING REQUIREMENTS.
❑ If the box to the left of this sentence is checked, this Agreement involves federal
funding and the requirements of this Section V.J. apply.
® If the box to the left of this sentence is checked, this Agreement does not involve
federal funding and the requirements of this Section V.J. do not apply.
DBE _Program
CONSULTANT shall comply with the requirements of Title 49, Part 26, Code of Federal
Regulations (49 CFR 26) and the City- adopted Disadvantaged Business Enterprise programs.
2. Cost Principles
Federal Acquisition Regulations in Title 48, CFR 31, shall be used to determine the allowable
cost for individual items.
3. Covenant against Contingent Fees
The CONSULTANT warrants that he /she has not employed or retained any company or person,
other than a bona fide employee working for the CONSULTANT, to solicit or secure this
Agreement, and that he /she has not paid or agreed to pay any company or person, other than a
bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other
consideration, contingent upon or resulting from the award or formation of this Agreement. For
breach or violation of this warranty, the Local Agency shall have the right to annul this
Agreement without liability or, at its discretion, to deduct from the agreement price or
4845- 6718- 3385v1 _4_
LAC104706083
consideration, or otherwise recover, the full amount of such fee, commission, percentage,
brokerage fee, gift or contingent fee.
4845 - 6718- 3385v1 _5_
LAC104706083
EXHIBIT "B"
SCOPE OF SERVICES
4845 -6718- 3385v1
LAC104706083
Blair,
t &lrcnn
y
'.7N 11.Ii11 N!i ENGINEERS
David Stubchaer
City of Gilroy
Public Works Department
7351 Rosanna Street
Gilroy, CA 95020
EXHIBIT B
Subject: Professional Services Proposal
First Street Sewer Rehabilitation
Dear David,
Karl E. Kienow, PE, Principal .'.UienowCQ- tic(- engyr.com
451 Clrnis Ave, Suite 200 • Clmi. CA 93612 • Tel (559) 326 -1400
April 5, 2016
File No. 216 -0000
Blair, Church & Flynn is pleased to present this engineering services proposal for your First Street
Sewer Rehabilitation project.
Project Understanding
The City of Gilroy desires to rehabilitate approximately 3,000 feet of the existing sewer main in
First Street, generally extending from approximately 170 feet west of Wayland Lane easterly and
downstream to Monterey Road. First Street is also State Route 152, so the existing right -of -way
is Caltrans right -of -way.
Upstream of Hanna Street, the existing sewer is vitrffled Gay pipe (VCP) with appears to be in
reasonably good condition. Downstream of Hanna Street, the existing sewer appears to be non-
reinforced concrete pipe in poor condition. The size of the sewer either ranges from 6 inches to 8
inches in diameter, or is all 8 inches in diameter, depending on the information source.
In some areas, the existing sewer apparently lies in close proximity to existing natural gas mains
ranging in size from 2 inches to 8 inches in diameter. Given the presence of the existing natural
gas mains, it is desirable to accomplish sewer rehabilitation by methods that involve as little open
excavation as possible, and impart as little disturbance as possible to the soils and facilities that
are in close proximity to the existing sewer. It is anticipated that the sewer rehabilitation method
will be cured -in -place pipe (CIPP) lining.
Some or all of the manholes along the existing sewer are expected to also require rehabilitation,
or perhaps replacement. This is particularly so for the older brick manholes along the non -
reinforced concrete pipe portion of the existing sewer. It is anticipated that the manhole
rehabilitation method will be an epoxy coating or a rigid polyurethane coating. Manhole
replacement where necessary will conform to applicable Gilroy standard drawings.
The City of Gilroy plans to.soon begin construction on a water main improvement project in First
Street, from Santa Teresa Boulevard to Monterey Road, which includes the area of the existing
sewer. Following water main construction and sewer rehabilitation, the City hopes to have
Caltrans implement a pavement rehabilitation project or some other type of pavement
improvement project in First Street.
21 B099_PropOt .doc www. hcf -en9 r.com
Professional Services. Proposal EXHIBIT B
First Street Sewer Rehabilitation
Page 2 of 5
Scope of Services
The specific services we propose to provide are summarized as follows:
I. Pre - Design Data Collection and Incorporation.
A. Receive and incorporate topographic survey data and base mapping
B. Receive and incorporate existing utility information
C. Receive and incorporate existing right -of -way information
D. Receive and review sewer inspection video imagery
II. Construction Documents
A. Prepare draft final construction plans
1. Cover and index sheet
2. Plan sheets
3. Construction detail sheets
B. Prepare draft final construction specifications
1. Prepare technical specifications
2. Receive and incorporate "boilerplate" specification content provided by City
C. Prepare draft final construction cost estimate
D. Submit draft final plans, specifications and estimate (PSE) for review
E. Revise PSE to address City review comments
F. Prepare and submit final PSE for approval
1. Provide one complete set of signed original PSE documents
Biddina and Construction Phase
A. Attend pre -bid conference
B. Prepare addenda and clarifications
C. Attend pre - construction conference
D. Review shop drawings and other contractor submittals
E. Respond to requests for information
F. Prepare record drawings
Services Outside of Scope
Services not included under our scope of work, but that may be provided upon request, include
the following:
1. Environmental studies and investigations
Blair,
W.Flnn
Y
216099 Prop0l.doc
Professional Services Proposal EXHIBIT B
First Street Sewer Rehabilitation
Page 3 of 5
2. Preparation of Stormwater Pollution Prevention Plan (SWPPP)
3. Field surveys of any kind
4. Analysis or studies outside those described in the scope of services
5. Application for and acquisition of permits, such as Caltrans encroachment permits
6. Attendance at meetings beyond those described in th e scope of services
7. Daily construction inspection and testing
Assumptions
This proposal is based on the following assumptions.
1. The City possesses and will provide topographic survey data and base mapping, existing
utility information, and existing right -of -way information and accepts responsibility for the
suitability of that information for the intended use.
2. The City possesses and will provide sewer inspection video imagery, and accepts
responsibility for the suitability of the inspection imagery for the intended use.
3. Construction plan sheets will be plan view only, with no profile view required. Plan view
information will include elevation data for the existing sewer manholes to allow the
contractor to ascertain depths of cover.
4. The construction plans will not include plans or diagrams for temporary handling of
wastewater flows. The specifications will require that the contractor prepare, and obtain
approval of, necessary plans or diagrams for temporary handling of wastewater flows.
5. The construction plans will not include traffic control plans. The specifications will require
that the contractor prepare, and obtain approval of, necessary traffic control plans.
6. The City will obtain necessary Caltrans encroachment permits, or will update Caltrans
encroachment permits obtained for the water main project to include the sewer
rehabilitation work. Blair, Church & Flynn will provide support and assistance by
providing relevant project design information to the City.
7. The City will provide overall construction management, materials testing and daily
construction inspection. Blair, Church & Flynn will provide support and assistance by
providing the services described in the scope.
Compensation
Blair, Church & Flynn proposes to provide the engineering services described in the above Scope
of Services for compensation on a lump sum basis, in the amount of $27,300. Additional services
not specified in the Scope of Services are available upon request and can be provided on a time
and materials basis, according to the Fee Schedule shown in Exhibit A.
Blair,
I ynn
216099 Prop0l.doc
Professional Services Proposal EXHIBIT B
First Street Sewer Rehabilitation
Page 4 of 5
Schedule
Blair, Church & Flynn is prepared to start design efforts for this project immediately upon
acceptance of this proposal and receipt of your authorization to proceed. We anticipate being
able to submit draft final PSE within two weeks or less of your authorization to proceed. After
your review of the draft final PSE, we would incorporate your comments and submit final PSE
within one week or less.
Thank you for the opportunity to submit this proposal for your considerations. Please don't
hesitate to contact me of (559) 326-1400 if you have any questions. We greatly appreciate the
opportunity to join your project team and look forward to working with you.
Best regards,
BLAIR, CHURCH & FLYNN CONSULTING ENGINEERS
Karl E. Kienow, PE
Principal
flair,
kjrch
j'FYynn
216099 Prop0l.doc
Professional Services Proposal EXHIBIT B
First Street Sewer Rehabilitation
Page 5 of 5
Exhibit A: Professional Services Fee Schedule
General Consulting 2016
CLASSIFICATION RATE
Principal.......................................................... ............................... ........................
$165.00 /Hour
ProgramManager ........................................... ............................... ........................$160.00
/Hour
Professional Engineer 3 ....................................... ............................... ...................$155.00
/Hour
Professional Engineer 2 .................................. ............................... ........................$145.00
/Hour
Professional Engineer 1 ....................................... ............................... ...................$135.00
/Hour
Assistant Engineer 3 ................................ :......... .....................................................
$110.00 /Hour
Assistant Engineer 2 ....................................... ............................... ........................$105.00
/Hour
AssistantEngineer 1 ............................................. ............................... ....................$97.00 /Hour
Professional Land Surveyor 2 ............................... ............................... ...................$140.00
/Hour
Professional Land Surveyor 1 .............................. ............................... ...................$125.00
/Hour
Assistant Land Surveyor ................................. ............................... ...............:........$105.00
/Hour
Land Services Technician ................................. ............................... ........................$95.00
/Hour
Professional Landscape Architect .................... ............................... .......................$115.00
/Hour
Landscape Designer ......................................................... ............................... ........$90.00
/Hour
Design Technician ................................................ ............................... ...................$100.00
/Hour
CADTechnician 3 ............................................. ............................... ..:.....................$95.00
/Hour
CADTechnician 2 ............................................ ............................... .........................$84.00
/Hour
CAD Technician 1 .......................................................... ............................... ....$68.00 /Hour
Environmental, Health & Safety Officer ................ ............................... ....................$90.00
/Hour
Construction Manager .......................................... ............................... ..........::.......$120.00
/Hour
Construction Inspector ..................................... ............................... .........................100.00
/Hour
Construction Administrator ............................... ............................... .........................$85.00
/Hour
StaffAnalyst ......................................................... ............................... .....................$90.00 /Hour
Administrative Assistant ........................................ ............................... ....................$65.00
/Hour
Engineering Aide ................................................... ............................... ....................$55.00
/Hour
1 -Man Survey Party ........................................ ............................... ........................$105.00
/Hour
2 -Man Survey Party ......................................... ............................... .......................$175.00
/Hour
3-Man Survey Party ........................................ ............................... ........................$220.00
/Hour
UDAR Scanner ............................................... ............................... ........................$200.00
/Hour
Equipment Rental and Associated Expense .............................. ...............................
Cost x 1.10
Materials, Printing, Subconsultant Procurement ........................ ...............................
Cost x 1.10
Mileage......................................................................... ............................... @ Current IRS Rate
Note: Blair, Church & Flynn Consulting Engineers General Engineering Fee Schedule
rates are subject to adjustment annually. Survey party and construction inspector rates
are also subject to adjustment upon change in "Prevailing Rate as determined by the
Director of Industrial Relations, State of Califomia.
lair,
Blrch
lynn
216099 PropOl.doc
EXHIBIT "C"
MILESTONE SCHEDULE
4845 - 8718- 3385v1
LAC104706083
EXHIBIT "C
MILESTONE SCHEDULE
ENGINEERING SERVICES FOR
FIRST STREET SEWER REHABILITATION
Milestone Description-
Date
Notice to Proceed
Aril 18, 2016
Submittal of Draft Final PS &E
May
2, 2016 .
Completion of City Review
May
9, 2016
Submittal of Final PS &E
May
16, 2016.
EC—ity —Approval of Final PS &E
May
19 2016
216248 Exhibit C.xls 41712016 Blair, Church & Flynn Consulting Engineers Page 1 of 1
EXHIBIT "D"
PAYMENT SCHEDULE
4845 - 6718- 3385v1
LAM04706083
EXHIBIT "D"
PAYMENT SCHEDULE
ENGINEERING SERVICES FOR
FIRST STREET SEWER REHABILITATION
Milestone Description
Date
Pre-Design Data Collection and Incorporation
$
2,100
Construction. Documents
$ _
15,200
Bidding and Construction Phase
$
10,000
TOTAL:
27,300
216248—Exhibit D.xls 41712016 Blair, Church & Flynn Consulting Engineers Page 1 of 1
Client#: 1329
BLAIRCHUR
ACORD,. CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
4/07/2016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Dealey, Renton &Associates
CONTACT
NAME: Jo Lusk
FAX
P " °NE 510 465 -3090
ac No, Lt): AJC No): 510 452 -2193
P. O. Box 12675
ADDRESS: jlusk @dealeyrenton.com
Oakland, CA 94604 -2675
510 465 -3090
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: Sentinel Insurance Co, LTD
11000
INSURED
INSURER B: Travelers Property Casualty Co
25674
Blair, Church & Flynn
INSURER C:Travelers Casualty &Surety Co.
31.194
Consulting Engineers, Inc.
INSURER D Hartford Fire Ins. Co.
19 682
451 Clovis Avenue, Suite 200
Clovis, CA 93612
INSURER E:
p E 7
PREMISES EaEo"ccurrehce
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT 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 CONTRACTOR 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTRR
TYPE :OF INSURANCE
IINDSR
y VD
POLICY NUMBER.
MMIDDDY EFF
POLICY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY'
X
X
57SBWBD1178
10/02/2015
10/02/201
EACH OCCURRENCE
$1,000,000
CLAIMS -MADE � OCCUR
p E 7
PREMISES EaEo"ccurrehce
$1 1 000 1 000
MED EXP (Any one person)
$10,000
PERSONAL & ADV INJURY
$1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$2,000,000
POLICY [7X : ECT LOC
PRODUCTS - COMP /OPAGG
$2,000,000
$
OTHER:
D
AUTOMOBILE
LIABILITY
X
X
57UEGVX4735
10/02/2015
10/02/201
(CEO, cclid.",SINGLE LIMIT
1,000,000
X
BODILY INJURY (Per person)
$
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
X
HIRED AUTOS X NON -OWNED
AUTOS
A
X
UMBRELLA LIAR
X
OCCUR
X
X
57SBWBD1178
10/0212015
10/02/2016
EACH OCCURRENCE
$5,000,000
AGGREGATE
$5,000,000
EXCESS LIAR
CLAIMS -MADE
DIED I X RETENTION $10,000
$
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y! N
OFFICER/MEMBER EXCLUDED? FW
(Mandatory in NH)
N / A
X
UB3785T825
10102/2015
10/02/2016
OH
X PER FIR
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000,000
If es
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$1,000,000
C
Professional
105987355
10102/2015
10/02/2016
$2,000,000 per claim
Liability
$2,000,000 annl aggr.
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached It more space Is required)
General Liability policy excludes claims arising out of the performance of professional services.
Re: Sewer Design Services
The City of Gilroy, its officers, elected or appointed officials, employees, agents and volunteers are
named as additional insureds with respects to general and auto Liability, per policy form wording.
Insurance is primary and non - contributory.
City of Gilroy
7351 Rosanna Street
Gilroy, CA 95020
ILWardPla
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S1660126/M1469663 JXL
All riahts reserved
Insured:
Insurer:
Policy Number:
Policy Effective Date
Additional Insured:
Blair, Church & Flynn
Sentinel Insurance Co. LTD
57SBWBD1178
10/02/2015
Service Agreement: Sewer design services performed by BCF Name of additional insured person(s) or
organization(s), cont'd: The City of Gilroy, its officers, elected or appointed officials, employees, agents and
volunteers
EXCERPTS FROM: Hartford Form SS 00 08 04 05
BUSINESS LIABILITY COVERAGE FORM
C. WHO IS AN INSURED
6. Additional, Insureds When Required By Written Contract, Written Agreement Or Permit
The person(s) or organization(s) identified in Paragraphs a. through f. below are additional
insureds when you have agreed, in a written contract, written agreement or because of a permit
issued by a state or political subdivision, that such person or organization be added as an
additional insured on your policy, provided the injury or damage occurs subsequent to the
execution of the contract or agreement, or the issuance of the permit. A person or organization is
an additional insured under this provision only for that period, of time required by the contract,
agreement or permit.
f. Any Other Party
(1) Any other person or organization who is not an insured under Paragraphs a. through e. above,
but only with respect to liability for "bodily injury, "property damage" or."personal and advertising
injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those
acting on your behalf:
(a) In the performance of your ongoing operations;
(b) In connection with your premises owned by or rented to you; or
(c) In connection with "your work" and included within the "products- completed operations
hazard, but only if
(i) The writteh contractor written agreement requires you to provide such coverage to
such additional insured; and.
(ii) This Coverage Part provides coverage for "bodily injury" or "property damage" included
within the "products- completed operations hazard.
(2) With respect to the insurance afforded to these additional insureds, this insurance does not
apply to: "Bodily injury, "property damage" or "personal and advertising injury" arising out of the
rendering of, or the failure to render, any professional architectural, engineering or surveying
services, including: inspection, or engineering
E.5. Separation of Insureds
Except with respect to the Limits of Insurance, and any rights or duties specifically assigned
in this policy to the first Named Insured, this insurance applies:
a. As if each Named Insured were the only Named Insured; and
b. Separately to each insured against whom a claim is made or "suit" is brought.
E.7.b.(7).(b) Primary And Non - Contributory To Other Insurance When Required By
Contract
If you have agreed in a written contract, written agreement or permit that this insurance is primary
and non- contributory with the additional insured's own insurance, this insurance is primary and
we will not seek contribution from that other insurance.
E.8.b. Waiver Of Rights Of Recovery (Waiver Of Subrogation)
If the insured has waived any rights of recovery against any person or organization for all or part
of any payment, including Supplementary Payments, we have made under this Coverage Part,
we also waive that right, provided the insured waived their rights of recovery against such person
or organization in a contract, agreement or permit that was executed prior to the injury or
damage.
EXCERPTS FROM CA 00001 (1001)
HARTFORD BUSINESS AUTO COVERAGE
Insured: Blair, Church & Flynn
Policy Number:57UEGVX4735
Policy Effective Dates: 10/02/2015
Additional Insured:
Service Agreement: Sewer design services performed by BCF Name of additional insured person(s) or organization(s), cont'd:
The City of Gilroy, its officers, elected or appointed officials, employees, agents and volunteers
Additional Insured: SECTION II — LIABILITY COVERAGE
1. WHO IS AN INSURED: The following are "insureds"
c. Anyone liable for the conduct of an "insured"... but only to the extent of that liability.
Primary Insurance: SECTION IV — BUSINESS AUTO CONDITIONS
B. General Conditions - 5. Other Insurance
a. For any covered "auto you own, this Coverage Form provides primary insurance. For any
covered "auto" you don't own, the insurance provide by this Coverage Form is excess over any
other collectible insurance.
c. Regardless of the provisions of paragraph a. above, this Coverage Form's Liability Coverage
is primary for any liability assumed under an "insured contract ".
Cross Liability Clause: SECTION V — DEFINITIONS
G. 'Insured" means any person or organization qualifying as an insured in the Who is An
Insured provision of the applicable coverage. Except with respect to the Limit of Insurance, the
coverage afforded applies separately to each insured who is seeking coverage or against whom
a claim or "suit" is brought.
EXCERPTS FROM HA9916 (0302)
HARTFORD COMMERCIAL AUTOMOBILE BROAD
FORM ENDORSEMENT
15. WAIVER OF SUBROGATION — We waive any right of recovery we may have against any
person or organization with whom you have a written contract that requires such waiver
because of payments we make for damages under this Coverage Form.