HomeMy WebLinkAbout1993-10-26 - AGENDA REPORTS - CAPITAL PROJ PGM MGMT CONTR (2)AGENDA REPORT
City Manager Approval
Item to be
Lynn M. HarrispV4�t�
CONSENT CALENDAR
DATE: October 26; 1993
SUBJECT: APPROVAL OF CAPITAL PROJECTS PROGRAM MANAGER CONTRACT
DEPARTMENT: Community Development
BACKGROUND
The Community Development Department's Capital Projects program budget for the next two years
totals $33 million. This Is an unusually large budget for the City's annual capital project program.
Given funding constraints at the state and federal levels, staff does not anticipate that the
magnitude of this year's program will continue Into the future.
Given the number, price, and profile of this year's capital Improvement program, current staffing
may not be sufficient to carry It out. Staff suggested that enlisting the help of an experienced
capital projects engineer, to oversee the entire program, might be prudent. An engineer capable
of filling the gap has been Identified, Mr. Stanley E. Scholl, P.E..
Mr. Scholl has recently retired from service with the City of Santa Monica as their Director of
General Services (Public Works, Engineering, Utilities) and has extensive hands-on experience with
municipal capital projects. Mr. Scholl worked in Santa Monica for 16 years. Mr. Scholl is also a
past President of both the Los Angeles County City and County Engineers Associations and Public
Works Officers of the League of California Cities. See attached resume for more detail.
An extensive recruitment process was conducted to Identify an adequate candidate for this
position. The League of California Cities' resources were also tapped during the recruitment.
Mr. Scholl was determined to be the most experienced person available.
The support provided by Mr. Scholl will most likely be needed through the end of the fiscal year and
possibly Into next year. The contract does not specify an ending date. Mr. Scholl has agreed to
a compensation equaling $55 per hour for 32 hours per week. Given this rate, the total cost for the
support should not exceed $70,000. Mr. Scholl will be located in the 2nd floor engineering offices.
Approval of a contract will allow Implementation of the Capital Improvement Program adopted by
the City Council for the 1993-94 fiscal year. All projects will be under construction or will be
completed by the end of the fiscal year.
RECOMMENDATION
Authorize the City Manager to enter Into,a contract for the services of a Capital Projects Program
Manager. The cost of this service is currently budgeted in the capital project contract services
accounts. Individual capital projects will be charged based on the amount of time the contractor
spends managing the project. No General Fund money will be used.
cwm1rWp.ah'.. .... AM 10 VED
Agenda item:
Curriculum Vitae
STANLEY E. SCHOLL
Civil Engineer
2411 Third St. Suite J
Santa Monica, Ca. 90405
310 458-8221 714 494-4244
Education:
BSCE University of Illinois 1958
MSCE University of Illinois 1959
M Public Administration USC 1973
Experience
Structural Engineer- Robt. Hoffman & Assoc., Dixon, III.. designed
roads, bridges and also many other types of structures.
Asst. Prof. of Civil Engineering- Cal Poly Univ. Pomona, Ca
Civil/Structural Engineer, Portland Cement Association, Los Angeles
1966-69 Advised Engineers and Architects on proper use of
concrete on streets, highways, buildings and bridges.
City Engineer, City of Glendora 1969-73 .
Supervised design and construction of all public facilities
including streets; .flood control facilities and water system.
City Engineer/Director of Municipal Services, City of Laguna Beach
1973-1977 Supervised 75 in design, .construction and
maintenance of all City facilities.
Director of General Services, City of Santa Monica 1977-1993
Supervise 320 in design, construction and maintenance of
all City buildings, streets, bridges and most other facilities
including the water and sewer utilities.
REGISTERED PROFESSIONAL ENGINEER California 14527 Civil
Illinois 2645 Structural
AFFILIATIONS
Past President - Los Angeles .City and County Engineers Association
Past President - Public Works Officers of State'. of California
Fellow - American Society of Civil Engineers
Member - American Public Works Association
Board of Directors- Santa Monica YMCA
Board of Directors- Santa Monica Kiwanis
AWARDS
"Most Responsive. Public Official" - Oceap Park Community, Santa Monica
Twice nominated as one of Top Ten P 11c Works .Directors in the U.S.
"Outstanding Contribution to the Beauty of Laguna Beach"
RECEIVED
OCT 0 5 1993
ENGINEEii!
CITY OF SAt to
CITY OF SANTA CLARITA
COMMUNITY'DEVELOPMENT DEPARTMENT
ENGINEERING DIVISION
23920 VALENCIA BOULEVARD, SUITE 300
SANTA CLARITA, CALIFORNIA 91355
CONTRACT FOR PROFESSIONAL SERVICES
CAPITAL IMPROVEMENT PROGRAM MANAGER
This Agreement is entered into this ( Sr day of Oer 1993, by and between
the City of Santa Clarita, a municipal corporation of the State of California, hereinafter "City," and
Stanley E. Scholl, hereinafter "Contractor."
WHEREAS, City requires the special services of Contractor; and
WHEREAS, Contractor represents that It Is qualified to perforin such services, 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 Contractor as follows:
A. Contractor shall provide services as a Capital Improvement Program Manager.
B. City will compensate Contractor for services performed on an hourly rate basis of $55 per hour.
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 Contractor for City and
contains all of 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, either 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. Any modification of this Agreement will be
effective only if It is in writing signed by the party to be charged.
2. ASSIGNMENT OF AGREEMENT: This Agreement is personal to Contractor, and shall not
be assigned by either Contractor or City without the prior written consent of the other.
3. INDEPENDENT CONTRACTOR: It is understood and agreed that Contractor is, and at all
times shall be, an Independent contractor and nothing contained herein shall be construed
as making Contractor, or any individual whose compensation for services is paid by
Contractor, an agent or employee of City, or authorizing Contractor to create or assume any
obligation orliabilityfor or on behalf of City.
Page 1 of 5
GONTRACT FOR PROFESSIONAL SERVICES
CAPITAL IMPROVEMENT PROGRAM MANAGER
4. CONFLICT OF INTEREST: Contractor 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 holding 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 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 tens,
condition, or covenant, or breach of any other term, condition; or covenant. If any 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 Contractor 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 DOCUMENTS: Drawings, calculations, specifications, printouts, and other
documents, whether in hard. copy or machine readable form, are and shall remain the
property of City. Contractor shall be permitted to retain reproducible copies of all such
documents and following termination of this Agreement, the original of all such documents
shall remain with the 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 accordance with the Construction Industry Arbitration Rules of the American Arbitration
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. The arbftrator(s) shall not vary, modify, or alter the terms and
provisions of this Agreement. Judgment upon the award rendered by the arbitrator(s) may
be entered In any court having jurisdiction thereof.
9. INDEMNIFICATION: Contractor agrees to Indemnity, defend and save City and Its agents
and employees harmless from any and all liability, claims, damages or Injuries to any
person, Including Injury to Contractor's 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 negligent or willful misconduct of City, its
.agents or employees. This Indemnification and hold harmless shall remain in effect and
survive the temporary suspension or completion of services contemplated under this
Agreement.
10. INDEMNIFICATION: City agrees to Indemnify, defend and save Contractor and Its agents
and employees harmless from any and all liability, claims, damages or Injuries to any
person, Including Injury to City's 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 negligent or willful misconduct of Contractor,
Its agents or employees. This Indemnification and hold harmless shall remain in effect and
survive the temporary suspension or completion of services contemplated under this
Agreement.
Page 2 of 5
CONTRACT FOR PROFESSIONAL SERVICES
CAPITAL IMPROVEMENT PROGRAM MANAGER
11. EQUAL OPPORTUNITY: Contractor 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. Contractor 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 form of compensation, and selection for training.
12. WARRANTY: Contractor shall perform services in accordance with generally accepted
principles and practices. Contractor shall use that degree of care and skill ordinarily
exercised under similar circumstances by members of its profession.
13. INSURANCE:
a. General Liability and Property Damage Insurance. During the entire term of this
agreement, Contractor agrees to procure and maintain general liability and property
damage Insurance to protect against loss from liability Imposed by law for damages on
account of bodily Injury, Including death therefrom, suffered or alleged to be suffered
by any person or persons whomsoever, resulting directly from any act or activities of
City or Contractor, Its subcontractors or any person acting for City, or Contractor or
control or direction, and also to protect against loss from liability imposed. by law for
damages to any property of any person caused directly or indirectly by or from acts or
activities of City, or Contractor, or its subcontractors, or any person acting for City or
Contractor, or under Its control or direction. Such public liability and property damage
Insurance shall also provide for and protect City against liability and property damage
Insurance shall also provide for and protect City against Incurring cost in defending
claims for alleged loss. Such general liability and property damage Insurance shall be
maintained in full force and effect throughout the term of the Agreement and any
extension thereof in the following minimum limits: A combined single limit policy with
coverage limits In the amount of $1,000,000 per occurrence will be considered
equivalent to the required minimum limits.
All of such Insurance shall be primary Insurance and shall name City of Santa Clarita
as an additional Insured. If the operation under this Agreement results in an Increased
or decreased risk in the opinion of the City Manager, then Contractor agrees that the
minimum limits herein above designated shall be changed accordingly upon request by
the City Manager.
Contractor agrees that provisions of this paragraph as to maintenance of insurance
shall not be construed as limiting In any way the extent to which Contractor may be
held responsible for the payment of damages to persons or property resulting from
Contractor's activities, the activities of its subcontractors, or the activities of any person
or persons for which Contractor Is otherwise responsible.
b. Automotive Insurance. Contractor shall procure and maintain, throughout the term of
this Agreement and any extension thereof public liability and property damage
Insurance coverage for automotive equipment with coverage limits of not less $500,000
combined single limit. All such insurance shall be primary Insurance and shall name
City of Santa Clarita as an additional Insured.
Page 3 of 5
CONTRACT FOR PROFESSIONAL SERVICES
CAPITAL IMPROVEMENT PROGRAM MANAGER
c. Miscellaneous Insurance Requirement. A Certificate of Insurance, or an appropriate
insurance binder, evidencing the above Insurance coverage with a company acceptable
to the City's Risk Management Officer shall be submitted to City prior to execution of
this Agreement on behalf of the City.
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 30 days prior written notice
of amendment or cancellation to City. In the event the said Insurance Is cancelled,
Contractor shall, prior to the cancellation date, submit new evidence of insurance In the
amounts heretofore established.
The naming of an additional Insured shalt not affect any recovery to which such
additional Insured would be entitled under the policy If not named as an additional
insured, and an additional Insured shall not be held liable for any premium or expense
of any nature on the policy or any extension thereof solely because they are as
additional insured thereon.
14. COMPENSATION: City agrees to pay Contractor for services performed pursuant to this
Agreement. Contractor shall maintain and submit to City itemized records substantiating
services performed including the dates, times, and description of work.
Invoices shall be submitted monthly for work performed, and compensation for that portion
of the work which is undisputed will normally be made within 30 days upon receipt of
Invoice. If payment for undisputed work is not received within 30 days upon receipt by City
of invoice, Contractor may suspend all work until payment Is received, or terminate the
unperformed portion of this Agreement.
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.
16. TERMINATION. City makes no guarantee as to a minimum amount of work to be performed
by Contractor. This Agreement may be terminated with or without cause by City at any
time. This Agreement may be terminated by Contractor only by providing City with written
notice no less than 30 days in advance of such termination. In the event of termination,
Contractor will be compensated for services performed up to the point of termination.
In recognition of the obligations stated in this Agreement, the parties have executed this Agreement
on the date Indicated above.
Page 4 of 5
CONTRACT FOR PROFESSIONAL SERVICES
CAPITAL IMPROVEMENT PROGRAM MANAGER
Approved as to Form:
Ag,5�-.City Attorney
STANLEY E. SCHOLL
Address: 161 McKnight Drive
Laguna. Beach, CA 92651
Phone: (714) 494.4244
FAX: ami. �P SAQME
By: d L
Stanley E. Scholl
AJN:hds
nldchN ehN1Ajn
Page 5 of 5