Loading...
HomeMy WebLinkAbout2013-029 NC Engineering Zoo Green Pkg CITY OF ATASCADERO e' ixs a m 1s7s1­ \ CAD Contract For North Coast Engineering, Inc. for Atascadero Zoo Green Parking Lot Project Engineering Design Services CONSULTANT SERVICES AGREEMENT FOR TIME CITY OF ATASCADERO NORTH OAST ENGINEERING, INC. THIS CONTRACT is made and entered into between City of Atascadero, a Municipal Corporation ("City") and North Coast Engineering, Inc. ("Consultant"). City and Consultant agree as follows: 1. SCOPE AND STANDARDS: A. CONTRACT. Consultant shall do all work, attend all meetings, produce all reports and carry out all activities necessary to complete the services described in the SCOPE OF WORK AND STANDARDS FOR SERVICES, attached hereto and incorporated herein by this reference as Exhibit A, as requested by the City. This Contract and its exhibits shall be known as the "Contract Documents." Terms set forth in any Contract Document shall be deemed to be incorporated in all Contract Documents as if set forth in full therein. 2. EMPLOYMENT STATUS OF PERSONNEL: A. INDEPENDENT CONTRACTOR; EMPLOYEES OF CONSULTANT. Consultant enters into this Contract as, and shall at all times remain as to the City, an independent contractor and not as an employee of the City. Nothing in this Contract shall be construed to be inconsistent with this relationship or status. Any persons employed by Consultant for the performance of services pursuant to this Contract shall remain employees of Consultant, shall at all times be under the direction and control of Consultant, and shall not be considered employees of City. All persons employed by Consultant to perform services pursuant to this Contract shall be entitled solely to the right and privileges afforded to Consultant employees and shall not be entitled, as a result of providing services hereunder, to any additional rights or privileges that may be afforded to City employees. rev 5/1/06 1 792119.3 City of Atascaderoair North Coast Engineering, Inc. B. INDEPENDENT INVESTIGATION. The Consultant agrees and hereby represents it has satisfied itself by its own investigation and research regarding the conditions affecting the work to be done and labor and materials needed, and that its decision to execute this Contract is based on such independent investigation and research. C. COMPLIANCE WITH EMPLOYMENT LAWS. The Consultant shall keep itself fully informed of, shall observe and comply with, and shall cause any and all persons, firms or corporations employed by it or under its control to observe and comply with, applicable federal, state, county and municipal laws, ordinances, regulations, orders and decrees which in any manner affect those engaged or employed on the work described by this Contract or the materials used or which in any way affect the conduct of the work, D. UNLAWFUL DISCRIMINATION PROHIBITED. Consultant shall not engage in unlawful employment discrimination. Such unlawful employment discrimination includes, but is not limited to, employment discrimination based upon a person's race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, gender, citizenship or sexual orientation. 3. TIME OF PERFORMANCE: The services of Consultant are to commence upon execution of this Contract by City, and shall be undertaken and completed in a prompt and timely manner, in accordance with the Scope of Work referenced in Exhibit A. Except as provided in Sections 6 and 19 below, this Contract shall terminate no later than June 1, 2014 unless extended by the mutual agreement of both parties. 4. COMPENSATION: A. TERMS. Compensation to the Consultant shall be as set forth in Exhibit B attached hereto and made a part hereof. B. NO PAY FOR ADDITIONAL SERVICES WITHOUT WRITING. Consultant shall not be compensated for any services rendered in connection with its performance of this Contract, which are in addition to those set forth herein or listed in Exhibit A, unless such additional services are authorized in advance and in writing by the City Manager or the City Manager's designee (hereinafter "City Manager" shall include the City Manager's designee). Consultant shall be compensated for any additional services in the amounts and in the manner as agreed to by City and Consultant at the time City's express written authorization signed by the City Manager is given to Consultant for the performance of said services. rev 511106 792119.3 -�"'sc+neits City of Atascadero North Coast Engineering, Inc. 5, SUPERVISION, LABOR AGREEMENTS AND PERSONNEL: A. CONSULTANT SUPERVISES PERSONNEL. The Consultant shall have the responsibility for supervising the services provided under this Contract, hiring of personnel, establishing standards of performance, assignment of personnel, determining and affecting discipline, determining required training, maintaining personnel files, and other matters relating to the performance of services and control of personnel. The City Manager may use any reasonable means to monitor performance and the Consultant shall comply with the City Manager's request to monitor performance. B. PERFORMANCE NOT SUBJECT TO EMPLOYMENT AGREEMENTS. The City acknowledges that the Consultant may be obligated to comply with bargaining agreements and/or other agreements with employees and that the Consultant is legally obligated to comply with these Contracts. It is expressly the intent of the parties and it is agreed by the parties that the Consultant's performance shall not in any manner be subject to any bargaining agreement(s) or any other agreement(s) the Consultant may have covering and/or with is employees. C. APPROVAL OF STAFF MEMBERS. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant's staff assigned to perform the services required under this Contract. Consultant shall notify City of any changes in Consultant's staff to be assigned to perform the services required under this Contract and shall obtain the approval of the City Manager of a list of all proposed staff members who are to be assigned to perform services under this Contract prior to any such performance. G. TERMINATION: A. 30 DAYS NOTICE. The City, upon thirty (30) days written notice, may terminate this Contract, without cause, at any time. In the event of such termination, Consultant shall be compensated for non-disputed fees under the terms of this Contract up to the date of termination. B. OBLIGATIONS SURVIVE TERMINATION. Notwithstanding any termination of this Contract, Consultant shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of this Contract by Consultant, and the City may withhold any payments due to Consultant until such time as the exact amount of damages, if any, due the City from Consultant is determined. All of the indemnification, defense and hold harmless obligations in this Contract shall survive termination. rev 5/1/06 3 79211.9.3 -i'SL- ; City of Atascadero North Coast Engineering, Inc. 7. CHANGES: The City or Consultant may, from time to time, request changes in the scope of the services of Consultant to be performed hereunder. Such changes, including any increase or decrease in the amount of Consultant's compensation and/or changes in the schedule must be authorized in advance by both Parties in writing. Mutually agreed changes shall be incorporated in written amendments to this Contract. Any increase in the amount of Consultant's compensation and/or changes in Exhibit A and or Exhibit B must be authorized in advance by the City Manager. S. PROPERTY OF CITY: A. MATERIALS PREPARED EXCLUSIVE PROPERTY OF CITY. It is mutually agreed that all materials prepared by the Consultant under this Contract are upon creation and shall be at all times the exclusive property of the City, and the Consultant shall have no property right therein whatsoever. City agrees that Consultant shall bear no responsibility for any reuse of the materials prepared by the Consultant if used for purposes other than those expressly set forth in the Intended Use of Consultant's Products and Materials section of this Contract. Consultant shall not disseminate any information or reports gathered or created pursuant to this Contract without the prior written approval of City including without limitation information or reports required by government agencies to enable Consultant to perform its duties under this Contract and as may be required under the California Public Records Act excepting therefrom as may be provided by court order. Consultant will be allowed to retain copies of all deliverables. B. CONSULTANT TO DELIVER CITY PROPERTY. Immediately upon termination, or upon the request by the City, the City shall be entitled to, and the Consultant shall deliver to the City, all data, drawings, specifications, reports, estimates, summaries and other such materials and property of the City as may have been prepared or accumulated to date by the Consultant in performing this Contract. Consultant will be allowed to retain copies of all deliverables to the City. 9. CONFLICTS OF INTEREST: A. CONSULTANT covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Consultant's performance of services under this Contract. Consultant further covenants that in the performance of this Contract, Consultant shall take reasonable care to ensure that no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the City Manager. Consultant agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Contract. Consultant agrees to include language similar to this Section 9(A) in all contracts with subcontractors and agents for the work contemplated herein. rev 5/I/06 4 7921 19.3 \amu TSRQ.i City of Atascadero North Coast Engineering, Inc. 10. CONFIDENTIAL INFORMATION: A. ALL INFORMATION KEPT IN CONFIDENCE. All materials prepared or assembled by Consultant pursuant to performance of this Contract are confidential and Consultant agrees that they shall not be made available to any individual or organization without the prior written approval of the City, except by court order. B. REIMBURSEMENT FOR UNAUTHORIZED RELEASE. If Consultant or any of its officers, employees, or subcontractors does voluntarily provide information in violation of this Contract, the City has the right to reimbursement and indemnity from party releasing such information for any damages caused by the releasing party's, including the non-releasing party's attorney's fees and disbursements, including without limitation expert's fees and disbursements. C. COOPERATION. City and Consultant shall promptly notify the other party should Consultant or City, its officers, employees, agents, or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Contract and the work performed thereunder or with respect to any project or property located within the City. City and Consultant each retains the right, but has no obligation, to represent the other party and/or be present at any deposition, hearing or similar proceeding. Consultant and City agree to cooperate fully with the other party and to provide the other party with the opportunity to review any response to discovery requests provided by Consultant or City. However, City and Consultant's right to review any such response does not imply or mean the right by the other party to control, direct, or rewrite said response. 11. PROVISION OF LABOR, EQUIPMENT AND SUPPLIES: A. CONSULTANT PROPERTY. Consultant shall furnish all necessary labor, supervision, equipment, communications facilities, and supplies necessary to perform the services required by this Contract. City acknowledges that all equipment and other tangible assets used by Consultant in providing these services are the property of Consultant and shall remain the property of Consultant upon termination of this Contract. B. SPECIAL SUPPLIES. City shall be responsible for supplying any special supplies, stationary, notices, forms or similar items that it requires to be issued with a City logo. All such items shall be approved by the City Manager and shall be provided at City's sole cost and expense. rev 5/1/06 5 7921 I9.3 City of Atascadero North Coast Engineering, Inc. 12. COMPLIANCE WITH LAW: A. COMPLIANCE REQUIRED. Consultant shall keep itself informed of applicable local, state, and federal laws and regulations which may affect those employed by it or in any way affect the performance of its services pursuant to this Contract. Consultant shall observe and comply with all applicable laws, ordinances, regulations and codes of federal, state and local governments, and shall commit no trespass on any public or private property in performing any of the work authorized by this Contract. Consultant shall at all times hold a valid contractor's license if performing any function or activity for which a license is required pursuant to Chapter 9 (commencing with section 7000) of Division 3 of the California Business and Professions Code, and Consultant shall provide a copy of the license(s) upon the request of the City. The City, its officials, officers, elected officials, appointed officials and employees shall not be liable at law or in equity as a result of any failure of consultant to comply with this section. B. PREVAILING WAGES. In the event it is determined that the Consultant is required to pay prevailing wages for the work performed under this Agreement, the Consultant shall pay all penalties and wages as required by applicable law. 13. SUBCONTRACTING: None of the services covered by this Contract shall be subcontracted without the prior written consent of the City Manager. Consultant shall be as fully responsible to the City for the negligent acts and omissions of its contractors and subcontractors, and of persons either directly or indirectly employed by them, as it is for the negligent acts and omissions of persons directly employed by Consultant. 14. ASSIGNABILITY: Consultant shall not assign or transfer any interest in this Contract whether by assignment or notation. However, claims for money due or to become due Consultant from the City under this Contract may be assigned to a financial institution, but only with prior written consent of the City Manager. Notice of any assignment or transfer whether voluntary or involuntary shall be furnished promptly to the City. The rights and benefits under this agreement are for the sole and exclusive benefit of the City and this Contract shall not be construed that any third party has an interest in the Contract. 15. LIABILITY OF CONSULTANT: Consultant shall be responsible for performing the work under this Contract in a manner which is consistent with the generally accepted standards of Consultant's profession and shall be liable for its own negligence and the negligent acts of its employees, agents, contractors and subcontractors. The City shall have no right of control over the manner in which the work is to be done but only as to its outcome, and shall not be charged with the responsibility of preventing risk to Consultant or its employees, agents, contractors or subcontractors. rev 5/1/06 6 792119.3 J i ryv� City of Atascadero ` °` 7 North Coast Engineering, Inc. 16. INDEMNIFICATION,- A. NDEMNIFICATION:A. INDEMNIFICATION FOR PROFESSIONAL LIABILITY. When the law establishes a professional standard of care for Consultant's Services, to the fullest extent permitted by law, Consultant shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including reasonable attorney's fees and costs to the extent same are caused by any negligence or wrongful act, error or omission of Consultant, willful misconduct, or recklessness of its officers, agents, employees or subconsultants (or any entity or individual that Consultant shall bear the legal liability thereof) in the performance of professional services under this agreement as determined by a court of competent jurisdiction. B. INDEMNIFICATION FOR OTHER THAN PROFESSIONAL LIABILITY. Other than in the performance of professional services and to the full extent permitted by law, Consultant shall indemnify, defend and hold harmless City, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including reasonable attorney's fees and costs, court costs, interest, defense costs, and expert witness fees), where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Consultant or by any individual or entity for which consultant is legally liable, including but not limited to officers, agents, employees or subconsultants of Consultant. C. GENERAL INDEMNIFICATION PROVISIONS. Consultant agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section for each and every subconsultant or any other person or entity involved by, for, with or on behalf of Consultant in the performance of this agreement. In the event consultant fails to obtain such indemnity obligations from others as required here, Consultant agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successor, assigns or heirs of Consultant and shall survive the termination of this agreement or this section. D. INDEMNITY PROVISIONS FOR CONTACTS RELATED TO CONSTRUCTION. Without affecting the rights of City under any provision of this agreement, Consultant shall not be required to indemnify and hold harmless City of liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of consultant will be only for that portion or percentage of liability attributable to the active negligence of Consultant, or anyone for whom the consultant is legally liable. rev 5/1/06 7 792119.3 9.J'!N. v c.'@ City of Atascadero North Coast Engineering, Inc. 17. INSURANCE: Consultant shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit E attached to and part of this agreement. 18. RECORDS: Consultant shall maintain complete and accurate records with respect to labor costs, material expenses, parcels abated or serviced and other such information required by City that relates to the performance of services under this Contract. Consultant shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible and in a form acceptable to the City, which the City may specify and change from time to time. Consultant shall provide free access to the representatives of City or its designees, at reasonable times, to such books and records, shall give City the right to examine and audit said books and records, shall permit City to make transcripts therefrom as necessary, and shall allow inspection of all work, data, documents, proceedings, and activities related to this Contract. Such records, together with supporting documents, shall be maintained for a period of three (3) years after receipt of final payment. 19. MISCELLANEOUS PROVISIONS: A. ASSIGNMENT OR SUBSTITUTION. City has a NONDISCRIMINATION / NONPREFERENTIAL TREATMENT STATEMENT In performing this Contract, the parties shall not discriminate or grant preferential treatment on the basis of race, sex, color, age, religion, sexual orientation, disability, ethnicity, or national origin, and shall comply to the fullest extent allowed by law, with all applicable local, state, and federal laws relating to nondiscrimination. B. UNAUTHORIZED ALIENS. Consultant hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act (8 U.S.C.A. & 1101 et seq.), as amended; and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of work and/or services covered by this contract, and should the Federal Government impose sanctions against the City for such use of unauthorized aliens, Consultant hereby agrees to, and shall, reimburse City for the cost of all such sanctions imposed, together with any and all costs, including attorneys' fees, incurred by the City in connection therewith. rev 5/1/06 8 7921 193 City of Atascadero North Coast Engineering, Inc. C. GOVERNING LAW. The City and Consultant understand and agree that the laws of the State of California shall govern the rights, obligations, duties, and liabilities of the parties to this Contract and also govern the interpretation of this Contract. Any litigation concerning this Contract shall take place in the San Luis Obispo Superior Court, federal diversity jurisdiction being expressly waived. D. City has an interest in the qualifications of and capability of the persons and entities that will fulfill the duties and obligations imposed upon Consultant by this Contract. In recognition of that interest, neither any complete nor partial assignment of this Contract, may be made by Consultant nor changed, substituted for, deleted, or added to without the prior written consent of City which consent shall not be unreasonably withheld. Any attempted assignment or substitution shall be ineffective, null, and void, and constitute a material breach of this Contract entitling City to any and all remedies at law or in equity, including summary termination of this Contract. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Contract. E. ENTIRE CONTRACT. This Contract constitutes the entire Contract and understanding between the parties relative to the services specified herein and there are no understandings, agreements, conditions, representations, warranties or promises, with respect to this Contract, except those contained in or referred to in this Contract and this Contract supersedes all prior understandings, agreements, courses of conduct, prior dealings among the parties and documentation of any kind without limitation. F. AMENDMENTS. This Contract may be modified or amended, or any of its provisions waived, only by a subsequent written agreement executed by each of the parties. The parties agree that this requirement for written modifications cannot be waived and any attempted waiver shall be void. G. CONSTRUCTION AND INTERPRETATION. Consultant and City agree and acknowledge that the provisions of this Contract have been arrived at through negotiation and that each party has had a full and fair opportunity revise the provisions of this Contract and to have such provisions reviewed by legal counsel. Therefore, any ambiguities in construing or interpreting this Contract shall not be resolved against the drafting party. The titles of the various sections are merely informational and shall not be construed as a substantive portion of this Contract. H. WAIVER. The waiver at any time by any party of any of its rights with respect to a default or other matter arising in connection with this Contract shall not be deemed a wavier with respect to any subsequent default or other matter. rev 5/1/06 9 792119.3 City of Atascadero North Coast Engineering, Inc. I. SEVERABILITY. The invalidity, illegality or unenforceability, of any provision of this Contract shall not render the other provisions invalid, illegal or unenforceable. J. NOTICES. All invoices, payments, notices, demands, requests, comments, or approvals that are required to be given by one party to the other under this Contract shall be in writing and shall be deemed to have been given if delivered personally or enclosed in a properly addressed envelope and deposited in a United States Post Office for delivery by registered or certified mail addressed to the parties (deemed to have been received three (3) business days after deposit in the U.S. Mail) at the following addresses: City: City of Atascadero Department of Public Works 6907 EI Camino Real Atascadero, CA 93422 Consultant: North Coast Engineering, Inc. 725 Creston Rd, Suite B Paso Robles, CA 93446 Each party may change the address at which it gives notice by giving ten (10) days advance, written notice to the other party. K. AUTHORITY TO EXECUTE. The person or persons executing this Contract on behalf of Consultant warrant and represent that they have the authority to execute this Contract on behalf of their agency and further warrant and represent that they have the authority to bind Consultant to the performance of its obligations hereunder. AGREED to this 15th day of May, 2013 by the parties as follows, North Coast Engineering, Inc. By: 614�9/t�l 14 Christv G ler, PE #64821 Vice Pre 'dent Approved as to form: City of Atascadero By: &V. Brian Pt&k, Agency Attorney Wade McKinney, City Man ger rev 5/1/06 IO 74211.9.3 z, City of Atascadero North Coast Engineering, Inc. CERTIFICATE OF COMPLIANCE WITH LABOR CODE § 3700 1 am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and l have complied or will comply with such provisions before commencing the performance of the work of this contract. (Cal. Labor C. §§1860, 1861.) CONSULTANT V1 f0jeeSIPE&Y Christy G ler, Senior Civil Engineer North Coast Engineering, Inc. rev 511(06 792119.3 City of Atascadero ' North Coast Engineering, Inc. CONTRACTOR ACKNOWLEDGEMENT OF LABOR CODE REQUIREMENTS Contractor acknowledges that under California Labor Code sections 1810 and following, 8 hours of labor constitutes a legal day's work. Contractor will forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this Contract by Contractor or any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Labor Code section 1810. (Labor Code § 1813.) Attention is given to the fact that both Federal (Davis-Bacon) and State of California prevailing wage rate requirements apply to this project. Not less than the greater of the Federal Davis-Bacon wage rates or the general prevailing wage rate of per diem wages and the Federal prevailing rates for holiday and overtime must be paid on this project. State of California prevailing wage rates are available online at www.dir.ca.gov/dlsr/pwd/southern.htmi. Contractor shall post at the work site, or if there is no regular work site then at its principal office, for the duration of the Contract, a copy of the determination by the Director of the Department of Industrial Relations of the specified prevailing rate of per diem wages. (Labor Code § 1773.2.) Contractor, and any subcontractor engaged by Contractor, shall pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of the contract. (labor code § 1774.) Contractor is responsible for compliance with Labor Code section 1776 relative to the retention and inspection of payroll records. Contractor shall comply with all provisions of Labor Code section 1775. Under section 1775, Contractor may forfeit as a penalty to city up to $50.00 for each worker employed in the execution of the Contract by Contractor or any subcontractor for each calendar day, or portion thereof, in which the worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof, for which each worker was paid less than the prevailing wage rate. Nothing in this Contract prevents Contractor or any subcontractor from employing properly registered apprentices in the execution of the contract. Contractor is responsible for compliance with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and subcontractors must submit contract award information to the applicable joint apprenticeship committee, must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of apprentice's work for every five hours of labor performed by a journeyman (unless an exception is granted under§ 1777,5), must contribute to the fund or funds in each craft or trade or a like amount to the California Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise qualified employees as apprentices solely on the ground of sex, race, religion, creed, national origin, ancestry or color. Only apprentices defined in Labor Code sections 3077, who are in training under apprenticeship standards and who have written apprentice contracts, may be employed on public works in apprenticeable occupations. Consultant 6&w,t A Christy G ler, Senior Civil Engineer t/' rveiipiwr rev 5/1/06 12 792119.3 EXHIBIT A Scope of Work Consultant to prepare preliminary and final design plans, complete all necessary construction documents and construction specifications for the construction the Atascadero Zoo Green Parking Lot project. Construction documents and specifications to be complete and delivered to the City by July 2, 2013. The Atascadero Zoo Green Parking Lot project will be designed based on the City Urban Greening Grant Requirements and the attached modified Conceptual Drainage Plan, Exhibit G. The modified Exhibit G shows major design elements and areas to be designed. The Grant required design elements include: • Pervious pavers for parking spaces • Bioswales • Approximately 5,000 square feet of mulch • Parking lot of asphalt and concrete • Educational signage • Energy efficient lighting • Landscaping including 20 trees and 100 plants (this is in addition to that identified as part of the Passive Stormwater and active Bioretention Areas). • Use of recycled materials • Picnic and bench seating • Decreased irrigation needs FIXED FEE I Task 1 - Project Kick-Off Meeting $795.00 A. Meeting #1 (3 hrs) i. Discuss project scope and assess situation in field with City staff to determine areas of concern and goals. ii. Define project schedule dates. iii. Obtain documents and information from City as outlined in "City Responsibilities" section. iv. Collect surveying, soils and or other data for design purposes, as needed. 658615.1 DRAFT 06/4/01433 PM A-1 City of Atascadero r ~ ,� `R, North Coast Engineering, Inc. II Task 2 - Design_Devel2pMesnt $5,344.00 A. Develop Site Plan: Develop a refined, scaled, preliminary site plan based on the Zoo Green Parking Lot Conceptual Drainage Plan prepared by the Low Impact Development Initiative (LIDI). Coordinate with LIDI staff on design element selection. B. Drainage Analysis: prepare a drainage analysis, based on the site's existing characteristics, in order to adequately size the project low impact development features. C. Coordinate with Landscape Architect D. Coordinate with Electrical Consultant E. Meeting #2 (2 hrs): coordinate with City and LIDI staff III Task 3 - Con Docs (General) A. Consultant shall prepare and submit four (4) sets of all construction documents at 75% and 95% completion. The 95% construction documents shall also include the bid list. B. The design and construction documents shall be for review by City and LIDI staff, and consultant shall include time to make typical plan check modifications at each stage to address City concerns. The 100% submittal shall include the itemized "bid list" of itemized units of the project, with references to the specification work descriptions. C. Upon submittal of design and construction documents, the consultant shall make revisions as required and reproduce all contract documents until plans are approved by the City, appropriate agencies, and approvals are obtained to acquire building permits. D. Electrical sub-consultant shall be required to process and obtain a PG&E "hand-out package" for parking lot lighting and charging station, if needed. E. An accurate Engineer's Opinion of Probable Cost at each submittal (75%, 95% and 100%). F. Recommendations and other support for reducing the project scope to meet budget constraints. G. Bid Process: Consultant shall clarify any questions in the contract documents during the competitive bid process. H. Provide all construction/project documents as PDF and in AutoCAD. L Provide as-built construction documents after construction is complete. rev 5/1/06 A-2 7921 19.3 City of Atascadero 54-1 ~t North Coast Engineering, Inc. - SN Task 3.1 - 75% Con Doc Development $3,295.00 A. Plans 1. Internal Quality Control/Assurance B. Engineer's Estimate of probably cost C. Meeting #3 with City and LIDI staff (1 hr) D. 75% Plans Submittal E. City & LIDI Review of 75% Plans Task 3.2 - 95% Con Doc Development $11,139.00 A. Plans B. Engineer's Estimate of probably cost C. Detailed Bid List for project elements. D. Specifications (Section 10 construction specifications only) E. Meeting #4 with City and LIDI staff (1 hr) F. SWPPP / NOI (if one acre or greater is disturbed) G. 95% Submittal H. City & LIDI Review of 95% plans I. Meeting #5 with City and LIDI staff (1 hr) Task 3.3 - FINAL Con Doc Development $4,093.00 A. Plans B. Engineer's Estimate C. Detailed Bid List for project elements D. 100% Specifications (Section 10 construction specification: E. FINAL Plans Submittal (100%) Reimbursable Expenses $ 500.00 rev 5/1/06 A-3 792119.3 City of AtascaderoI rz�- North Coast Engineering, Inc. Sub-Consultants are the responsibility of North Coast Engineering. The Sub-consultants scopes are included for clarification. CJP Productions $ 6,667.00 Thoma Engineering- $ 6,475.00 Mid-Coast Geotechnical: $ 3,080.00 TOTAL FIXED FEE: $ 46,388.00 All materials prepared by the Consultant under contract are upon creation and shall be at all times the exclusive property of the City, and the Consultant shall have no property right therein whatsoever. City agrees that Consultant shall bear no responsibility for any reuse of the materials prepared by the Consultant if used for purposes other than those expressly set forth in the Intended Use of Consultant's Products and Materials section of this Contract. All design plans, project specifications and other pertinent design reports/materials/files developed under the contract shall be delivered to the City on CDROM at project design completion, and prior to release of the final payment. Design plans shall be provided in AutoCAD 2007 DWG Format and pdf- Specifications and other reports shall be provided in PDR and Word 2010 format and the cost estimate shall be provided in Microsoft Excel format and pdf. rev 5/1106 A- 4 792119.3 EXHIBIT B Compensation and Method of Payment TOTAL COST OF CONTRACT NOT TO EXCEED $46,388.00 W1 THO UT PRIOR WRI TTEN A UTHORIZA TION Services will be conducted on a fixed fee basis not to exceed the contractual amount of $46,388.00.'D@ 1. All reimbursables will be covered to a maximum amount of $500.00 for the duration of the contract. The reimbursable allowance of $500.00 is included in the total contract amount of $46,388.00. Any additional services authorized by the City of Atascadero, not included in the scope of services as defined by this contract, must be approved in the form of a City of Atascadero Change Order prior to performing additional work. Payment will be made within 30 days after receipt and approval of invoice. Payments to the contractor in excess of the contract amount of $46,388,00 will not be made unless written authorization is executed prior to the date of the additional requested work. Any charges incurred outside of these contract terms will not be authorized for payment. North Coast Engineering, Inc. Christy C-6bler, Senior Civil Engineer 658615.1 DRAFT 06/4M 4:33 PM, 13-1 EXHIBIT E Compensation and Method of Payment FEE SCHEDULE January 1, 2011 CLASSIFICATION HOURLY RATE 0 Principal Engineer $174.00 F Principal $162.00 F Principal Surveyor $133.00 1 Senior Civil Engineer $147.00 C Civil Engineer $130.00 E Registered Land Surveyor $110.00 Project Engineer $118.00 Assistant Engineer $ 99.00 Senior Engineering Technician $ 87.00 Engineering Technician $ 68.00 Engineering Intern $ 55.00 Secretarial/Clerical $ 50.00 F I Construction Inspector $100.00 I Construction Inspector--Prevailing Wage $110.00 E Resident Engineer $110.00 L Resident Engineer—Prevailing Wage $121.00 D Two-Man Survey Crew $175.00 Two-Man Survey Crew—Prevailing Wage $225.00 One Man GPS/Robotic Crew $175.00 One Man GPS/Robotic Crew—Prevailing Wage $200.00 Two-Man GPS Crew $210.00 Two-Man GPS Crew—Prevailing Wage $260.00 658615.1 DRAFT 06/4/01 4:33 PM B-2 EXHIBIT C Items Provided by City ® Provide copies of available plans and existing documentation on file in the Public Works Department for consultant's reference. (Topographic drawing of the facility, 30% design drawing). • Designating a staff person as a contact for the project and forming a City staff committee to attend and provide input at Meetings. ® Acting as a liaison with the appropriate decision making bodies (City Council) • Coordinating plan checking and making approvals, when necessary. 658615.1 DRAFT 06/4101.4;33 PM. C-'I ie ''P u _ ngia �. .:.:: a,�.'a- ': is:yr• t' Y. ....-......... .. w r r ,. .r.... .....�.. •X....::.:.. .:- .Yf:.-'&''may," .�•�!.JJyy.^ r �:: ....: ... �e,is•.:.. - P :. _ .. _.p>... ... .. .:.. .. ., . . ..�.�:� :;'sem•. .c r. _.rte.; •-�,r:::.:.:_:'.:-. ': '. :::.,. ..:'.:.�'.:=' - Xr - - - � f� a f EXHIBIT E Insurance Requirements The Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents,representatives,employees,or subconsultants. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form.CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers'Compensation insurance as required by the State of California and.Employer's Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 per occurrence. Deductibles and Self-Insured Retentions. Any deductibles or self--insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain,the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered.as insureds as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed operations of the Consultant; premises owned, occupied or used by the Consultant; or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 658615.1 DRAFT 06/4/014:33 PM. E-1 Insurance Requirements 2. For any claims related to this project, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 3. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANII. Additional Insured. The City of Atascadero will to be added to the policy as Additional. Insured by endorsement, adding the City's name to the Certificate of Insurance is not sufficient and will not be accepted. Verification of Coverage. Consultant shall fiarnish. the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized.by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. 658615.1 DRAFT 0614/014:33 PM E-2 EXHIBIT F Schedule Mi g LZ i~ ( a<:.frs 'J�"o..imo:.'�ixv:..:.�Swww.�+:ay.:m......-ww. �".S.S.•.v�. w.w.ww..w.�5 r�_:.�:�i�� .1Hr.. .......w..�u Ix�'s rV . a A ro �. 4. c�. W; �i S• +n+a�w�•wwwenixwwmww Sr :M yFa+•i:Rn !M;M.i�:;�:S_N:M;M�M::M i^?M M;[n M:K M MM M':M.^;t� :i��_w "+. yy '::Sa L-d'a v:;r{ �; - ,';���i•u: �5a u.s - �.L�.! ..,'� I :. ,�, yy'� .: .✓ti. �.�' s �;,L�';� ':•-.��5'y'i:£ ` �f:+ .iS::'-S`1';C=:!h�:i"'.f• 1 '�Ir^'-�1`-��.��' �i�i� '7.�1a<F:lu�7 a7, ai r, �1:<d '�a"3•'3 '�a;+xs�;ni:im:: i,"''--:! i T `a3.f .�..- '::�'� ".:fj-1 iC:t a' `.= ] i �'i�.:v:,' xl— �'I�'ru—_ 5 •pit i`G j i �a�•�.j,�y�-;.4„� �:v..,C. w..�t.,._.,....;�....,;;..:m;,.,.,� M;c_.::::_..:::,..;.:...��.....i' -.:.j.--� ..f:.�-use..:...-_:.;" �I' ;+y,t��sti.le� r�;er9�r�:M,rf•'Ni.'i.M._Ni:.M_:f+s'w_S:M.iin,+�'!in`ks�s:i�;�rv4:"Fy;':�:+7.s,.�rYi,.'M.7i+'�,Ns:i'��!i+i. �r5:ii '.'.�,'',t?i .=:€^ irt•7."'-! {:_ j^ %y`�{ '[3:��•?:I <�'�I�� .tea: :i�, :�.��r �� Ni��vv :{u4.��x'�t ��" �. �v '�j .�`-.f: 1'-�.i ru"i"i�. x"SSnii .e-��:s"3i��'p���i£a'�ie'+:�a`a:`:a"3:o�a'�.!c`5; ';s3':ao:iaitii. im:.�:ra�rv:.: `C`.i•CiW'!`_1•C,i•r;..G'{?C-'a� j 'tv.;v.��:l=..�:I�'3:i.o:a:•�I'c;ip .� i� P' �''.m'�i� - 9. U� 'If` e9,.�`'7•'- (: PP. r. =��N:ctrr ':�. �'{6f':.••' .!?�._ j !c. fes': I _ iQ - . i •,65: !.r: ':. d5':i{{d �pp V. :. ;u9 �_] .�_" N'x�F�:�L"}:i yy a7 if3�: F✓i . :-.NJ :�a' ..c"s:��'}:�.� 3�: .Fv:� +.i;c,� r"Ln.:�:u' �f,.:�.,wn';:ti't�':.tn:cn I::F`o;,�< a isu:foSr�n'�:,'[•�;�'`st:molts s�.�.,e;�.�ei: -'$I-F •, ni +J':!W!'.C6.il`:: '�'4. :.Cd:'M. F j,,._.�.....�. i 658615.1 DRAFT 06/4/014:33 PM F-1 EXHIBIT G t, C-1i Is- ca F F j 01- L K �S mr, 0 C tgz < ji ii 658615.1 DRAFT 06/4/014:33 PM G-1