HomeMy WebLinkAbout1994-08-23 - AGENDA REPORTS - CORPORATE YARD PHASE IIAGENDA REPORT
eLAyMana er Approv
Item to be presented by:
Anthony J. Nisich,�O
CONSENT CALENDAR
DATE: August 23, 1994
SUBJECT: CORPORATE YARD, PHASE II - PROJECT 94-009 - REQUEST FOR
ENGINEERING SERVICES
DEPARTMENT: Community Development
The purpose of this project is to design and construct the second phase of a three-phase effort
to remodel the City Yard facility. This phase is intended to work with the City's Transit
Division to modify existing as well as add new office spaces. The project also will upgrade
the vehicle washing station and install new fuel tanks. The total project budget appropriated
in the five-year CIP by City Council is $550,000. The breakdown is as follows: $440,000 of
ISTEA and $110,000 of Proposition C funds.
Based upon the City's request for proposal guidelines, three professional design firms were
invited to submit qualifications and bids for the work. The following are the results:
FIRM
1. Albert C. Martin
2. Combs & Miguel
3. Robinson/Takahashi/Katz
SIMILAR
LOCATION EXPER]
Los Angeles Yes
Sylmar & Santa Clarita Yes
Los Angeles Yes
Robinson/Takahashi/Katz & Associates ranked the highest in this order of priority in
experience and is proposing to accomplish the designated work at the lowest cost. Funds are
available in Account No. 55-94009227.
RECOMMENDATION
1) Award professional design contract to Robinson/Takahashi/Katz in the amount of
$29,300.00.
2) Authorize the City Manager to sign the contract.
ATTACHMENT
Contract for Professional Services of City Yard - Phase H.
omaVpr94-W9.r Adapted
APPROVED
9An_21:
CITY OF SANTA CLARITA
COMMUNITY DEVELOPMENT DEPARTMENT
ENGINEERING DIVISION
23920 VALENCIA BOULEVARD, SUITE 300
SANTA CLARITA, CALIFORNIA 91355
CONTRACT FOR PROFESSIONAL SERVICES
CITY YARD - PHASE II
This agreement is entered into this [ ] day of [ ], 1994, by and
between the City of Santa Clarita, a municipal corporation of the State of California,
hereinafter "City," and Robinson, Takahashi, Katz and Associates, a California Corporation
hereinafter "Consultant."
WHEREAS, City intends to design Project No. 94-009: City Yard Phase II; and
WHEREAS, Consultant represents that it is qualified to perform such services, that it has
carefully examined the work site and that it is willing to perform the services hereinafter
defined.
NOW, THEREFORE, for mutual consideration as provided herein, it is agreed by and
between City and Consultant as follows:
A. Consultant shall perform professional and technical architectural and engineering
services to design the installation of the fuel island area in the yard back lot, remodel
a portion of and provide tenant improvement areas for the City Yard. Consultant shall
prepare construction documents ready for bidding to the satisfaction of the City
Engineer.
B. City agrees to compensate the consultant for services on a lump -sum basis.
C. This agreement is subject to the following terms and conditions:
TERMS AND CONDITIONS
1. ENTIRE AGREEMENT: This agreement supersedes any and all agreements either oral
or written, between the parties hereto with respect to the services by the Consultant for
the City and contains all of the covenants and agreements between the parties with l
respect to the rendering of such services in any manner whatsoever. Each party to this
agreement acknowledges that no representations, inducements, promises, or
agreements, either orally or otherwise, have been made by any part or anyone acting
on behalf of any party, which are not embodies herein, and that no other agreement,
statement, or promise not contained in this agreement shall be valid or binding. Any
modification of this agreement will be effective only if it is in writing signed by the
party to be charged.
2. ASSIGNMENT AGREEMENT: This agreement is personal to Consultant, and shall not
be assigned by either Consultant or City without the prior written consent of the other.
INDEPENDENT CONTRACTOR: It is understood and agreed that the Consultant is,
and at all times shall be, an independent consultant and nothing contained herein shall
be construed as making the Consultant, or any individual whose compensation for
services is paid by the Consultants, an agent or employee of the City, or authorizing the
Consultant to create or assume any obligation or liability for or on behalf of the City.
4. CONFLICT OF INTEREST: Consultant represents, warrants and agrees that he does
not presently have, nor will he acquire during the term of this agreement, any interest,
direct or indirect, by contract, employment, or otherwise or as a partner, joint venture,
or shareholder (other than as a shareholder one percent of less interest in publicly -
traded companies) or affiliated with any business entity, or individual that has entered
into any contract, subcontract or arrangement with the City.
5. PROVISIONS SEVERABLE: City's waiver of any term, condition, or covenant, or
breach of any term, condition, or covenant, shall not constitute the waiver of any other
term, condition, or covenant of this agreement is held by a court of competent
jurisdiction to be invalid, void, or unenforceable, the remaining provisions of this
agreement shall be valid and binding on Consultant and City.
6. GOVERNING LAW: This agreement shall be governed and professional services shall
be performed in compliance with the law of the State of California and applicable
governmental regulations, building codes and ordinances in effect at the date of this
agreement.
7. OWNERSHIP OF DOCUMENT: Drawings, calculations, specifications, printouts and
other documents, whether in hard copy or machine readable form, are and shall remain
the property of the City. Consultant shall be permitted to retain reproducible copies of
all such documents and following completion of the project, the original of all such
documents shall be provided to City.
8. ARBITRATION: Controversies or claims arising out of or relating to this agreement,
or the breach thereof, shall be finally settled by arbitration conducted in Los Angeles,
California, in association with consent given to the full use of discovery proceedings
provided for use in civil actions in the California Code of Civil procedure. No demand
for arbitration shall be made after institution of legal or equitable proceedings would
be barred by the applicable statute of limitations. Judgment upon the award rendered
by the arbitrator(s) may be entered in any court having jurisdiction thereof
CONTRACT FOR PROFESSIONAL SERVICES
CITY YARD - PHASE II
Page 3
9. INDEMNIFICATION: Consultant agrees to indemnify, defend and save the City and
its agents and employees harmless from any and all liability, claims, damages or
injuries to any person, including injury to Consultant's employees, and all claims which
arise from or are connected with the performance of or failure to perform the work or
other obligations of this agreement, or are caused or claim to be caused by the acts or
omissions of consultant, its agents or employees, and all expenses of investigating and
defending against same; providing, however, that this indemnification and hold
harmless shall not include any claim arising from the sole negligence of willful
misconduct of the City, its agents or employees. This indemnification and hold
harmless shall remain in effect and survive the temporary suspension or completion of
the project contemplated under this agreement.
10. EQUAL OPPORTUNITY: Consultant agrees that it will not discriminate against any
employee or applicant for employment because of race, color, religion, sex, national
origin, ancestry, marital status or handicap. Consultant agrees to take affirmative
action to assure that applicants are employed or retained, and that employees are
treated without regard to their race, color, religion, sex, national origin, ancestry,
marital status or handicap. Such action shall include, but not be limited to:
recruitment or recruitment advertising, layoff or termination, rates of pay or other
reform of compensation, and selection for training.
11. WARRANTY: Consultant shall perform services in accordance with generally accepted
principals and practices. Consultant shall use that degree of care and skill ordinarily
exercised under similar circumstances by members of its profession.
12. INSURANCE
a. Consultant shall maintain and submit certificates of all applicable insurance
including, but not limited to, the following and as otherwise required by law. The
terms of the insurance policy or policy issues to provide the above insurance
coverage shall provide that said insurance may not be amended or cancelled by the
carrier, for non-payment of premiums or otherwise, without thirty (30) days prior
written notice of amendment or cancellation to the City. In the event the said
insurance expires or is cancelled, the Consultant shall, prior to the cancellation or
expiration date, submit to the City Clerk new evidence of insurance in the amounts
established. In the event the Consultant fails to keep in effect at all times
insurance coverage as herein provided, the City may, in addition to any other
remedies it, may have, terminate this contract upon occurrence of such event.
CONTRACT FOR PROFESSIONAL SERVICES
CITY YARD - PHASE II
Page 4
The Consultant agrees that provisions of this paragraph as to maintenance of
insurance shall not be construed as limiting in anyway the extent to which the
Consultant may be held responsible for the payment of damages to persons or
property resulting from the Consultant's activities or the activities of any person or
persons, for which the Consultant is otherwise responsible.
Prior to commencement of the work described herein, the Consultant shall procure
and maintain general comprehensive liability insurance with a combined single limit
(CSL) in the amount of $1,000,000 per occurrence.
b. The Certificate of Insurance will provide:
1. That the insurer will not cancel the insured's coverage without thirty (30) days
prior written notice to the City.
2. That the City of Santa Clarita, its elected and appointed officers, employees,
agents and servants are held harmless and included as additional insured, but
only insofar as the operations under this contract are concerned.
3. That the City will not be responsible for any premiums or assessments on the
policy.
c. The Consultant agrees that the bodily injury liability insurance herein provided for
shall be in effect at all times during the term of the agreement and shall not be for
an amount less than one million dollars ($1,000,000) per occurrence. The terms of
the insurance policy or policies issued to provide the above insurance coverage shall
provide that said insurance may not be amended or cancelled by the carrier, for non-
payment of premiums or otherwise, without thirty (30) days prior written notice of
amendment or cancellation to the City. In the event the said insurance expires or
is cancelled, the Consultant shall, prior to the cancellation or expiration date, submit
to the City Clerk new evidence of insurance in the amounts established. In the
event the Consultant fails to keep in effect at all times insurance overages as herein
provided, the City may, in addition to any other remedies it may have, terminate
this agreement upon occurrence of such event.
Such general, public liability and property damage insurance shall also provide for
and protect the City against incurring any legal cost in defending claims for alleged
loss. Such general, public liability and property damage insurance shall be
maintained in full force and effect throughout the term of the agreement.
CONTRACT FOR PROFESSIONAL SERVICES
CITY YARD - PHASE II
Page 5
d. Consultant is not authorized to use his or her personal motor vehicle to perform any
work under the agreement unless Consultant is covered by a policy of motor vehicle
liability insurance in an amount not less than five hundred thousand dollars
($500,000.00) combined single limit.
e. Professional Liability Insurance. Contractor shall maintain professional liability
insurance which provides coverage for negligent professional acts, errors, or
omission for which Contractor is legally liable, in the amount of $1,000,000 per
claim and in aggregate which arise from the performance of professional services by
Contractor under this Agreement. The policy shall provide for coverage of claims
occurring during the term of the policy.
13. COMPENSATION: The City agrees to compensate the Consultant for services on a
lump -sum basis. The payments under the agreement shall not exceed $29,300 without
prior written approval. The City agrees to compensate the Consultant for additional
work not included in this proposal at 1.2 times their actual costs to cover
administration. Consultant shall maintain and submit to City itemized records
substantiating services performed including the dates, times and description of work.
14. TERMINATION: This agreement may be terminated with or without cause by City at
any time. This agreement may be terminated by Consultant only by providing City
with written notice no less than 30 days in the advance of such termination. In the
event of termination, Consultant will be compensated for services performed up to the
point of termination. Compensation of work in progress will be prorated as to the
percentage or progress completed at the date of termination.
15. ATTORNEY 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 attorney fees, which may be set by the court in the
same action or in a separate action for that purpose, in addition to any other relief to
which that party may be entitled.
In recognition of the obligation statement in this agreement, the parties have executed this
agreement on the date indicated above.
ATTEST:
City Clerk
Approved as to form:
City Attorney
CITY OF SANTA CLARITA
City Manager
CONTRACT FOR PROFESSIONAL SERVICES
CITY YARD - PHASE II
Page 6
ROBINSON, TAKAHASHI, KATZ AND ASSOCIATES
Address: 2020 South Robertson Boulevard
Los Angeles, California 90034
Phone: (310) 837-3606
FAX-. (310) 837-6341
Um
Name/Title
RPN:dIs
--rdv \dvy dllj