HomeMy WebLinkAbout1996-01-23 - AGENDA REPORTS - WILEYCYN GEOTECHNICAL SERVICE (2)AGENDA REPORT
City Manager Approval
I Ile'
Item to be presented by:
Robert Newman
CONSENT CALENDAR
DATE:. January 23, 1996
SUBJECT: WILEY CANYON ROAD GEOTECHNICAL SERVICE -
PROJECT NO. 95-028
DEPARTMENT: Building and Engineering Services
BACKGROUND
As part of the ongoing roadway alignment study for Wiley Canyon Road between Lyons Avenue
and Calgrove Boulevard, the geotechnical report for the feasibility study of alternative routes
is needed. The report will include stability calculations for the slope between Kerry Robin Drive
and Fourl Road, an assessment of excavation conditions along the proposed alignment of the
new road, and recommendations for temporary and permanent slopes, for fill and backfill
materials. As part of the City conversion to the metric system, all information presented in the
report will be in both metric and English units.
Staff received proposals for professional services from the following seven firms:
Firm Name
Location
Similar Qualifications
Earth Tech
Irvine
Yes
Leighton
Irvine
Yes
MAA Engineering
Los Angeles
Yes
AGRA
Anaheim
Yes
Ningo & Moore
Irvine
Yes
GeoSoils
Van Nuys
No
Zeiser Ming
Costa Mesa
Yes
Based on technical qualifications and methodology for the project, AGRA is the recommended
firm. Funds for this work are available in Account No. 12-5709-227.
RECOMMENDATION
City Council direct the Mayor to execute a contract with AGRA, not to exceed $37,000.
ATTACHMENT
Contract for Geotechnical Services
Vicinity Map
ArVflUl V1 LU Agenda
MC:lkl
mune] \e 95-028..
c�
4R
4
9/1"
eq
WILEY CANYON ROAD
LYONS AVENUE TO CALGROVE BOULEVARD
TOTAL LENGTH 2 MILES
END PROJECT
[ALTERATIVE
NO
I
POWER LINE FOU
TOWERS ('
CANYON ! ��
DEBRIS PL -y
w `\ BASIN ` NO
Lo
-ALTERATIVE
NO 2
>
Z
w
aw
00�
o
'a
WILEY � a
a
N
z
Q
F
O
� u
J
O
�
V
PROJECT
BEGIN
WILEY CANYON ROAD
LYONS AVENUE TO CALGROVE BOULEVARD
TOTAL LENGTH 2 MILES
END PROJECT
[ALTERATIVE
NO
I
POWER LINE FOU
TOWERS ('
CANYON ! ��
DEBRIS PL -y
w `\ BASIN ` NO
Lo
-ALTERATIVE
NO 2
CITY OF SANTA CLARITA
BUILDING AND ENGINEERING SERVICES DEPARTMENT
23920 VALENCIA BOULEVARD, SUITE 300
SANTA CLARITA, CALIFORNIA 91355
CONTRACT FOR GEOTECHNICAL SERVICES
AGREEMENT NO. 1
This Agreement is entered into this day of , 1996, by and
between the City of Santa Clarita, a municipal corporation of the State of California, hereinafter
"City," and AGRA, hereinafter "Contractor."
WHEREAS, City intends to design Project No, 95-028, Wiley Canyon Road; and
WHEREAS, City requires geotechnical services which are integral to the design of this
public works project; and
WHEREAS, Contractor 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 Contractor as follows:
A. Contractor shall provide the services described in Exhibit A, which is attached to
this Agreement and incorporated herein by this reference.
B. Contractor shall ensure that all work is performed by qualified personnel under the
supervision of a licensed or registered Civil or Geotechnical Engineer, and that all documents
submitted by Contractor shall bear the Engineer's seal and certification to that effect.
C. City will compensate Contractor for services in accordance with the Terms and
Conditions contained herein and in accordance with Exhibit A, which is attached to this
Agreement and incorporated herein by this reference.
D. This Agreement is subject to the following Terms and Conditions:
Page 1 of 6
TERMS AND CONDITIONS
1. ENTIRE AGREEMENTi This Agreement supersedes any and all agreements either
oral or written, between the parties hereto with respect to the services by the Contractor for the
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 and signed by the party to be charged,.
2. ASSIGNMENT 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 the contractor
is, and at all times shall be, an independent Contractor and nothing contained herein shall be
construed as making the Contractor, or any individual whose compensation for services is paid
by the Contractor, an agent or employee of the City, or authorizing the Contractor to create or
assume any obligation or liability for or on behalf of the City,
4. CONFLICT OF INTEREST: Contractor represents, warrants, and agrees that
she/he does not presently have, nor will she/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 or 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, 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 DOCUMENT: Drawings, calculations, specifications, printouts,
and other documents, whether in hard copy or machine readable form, are and shall remain the
property of Contractor. City 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 for any use deemed appropriate by the City. City releases Contractor and
agrees to defend, indemnify, and hold Contractor, its partners, employees, and consultants
harmless of, from, and against claims, loss, cost damage or expense of any nature, including
attorneys' fee, arising of, based upon, or relating to use of documents for purposes other than
for design and/or construction of the Project(s) named in this Agreement.
Page 2 of 6
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 arbitrator(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 indemnify, 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 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 Contractor, 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
negligent or 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: 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 reform of compensation, and selection for training.
11. 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.
12. 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 at its sole expense to protect against loss from liability
imposed bylaw 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 under its 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 incurring any legal 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
Page 3 of 6
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. Worker's Compensation Insurance. Contractor shall procure and maintain, at its
sole expense, Worker's Compensation Insurance in such amount as will fully
comply with the laws of the State of California and which shall indemnify, insure,
and provide legal defense for both Contractor and City against any loss, claim, or
damage arising from any injuries or occupational diseases happening to any worker
employed by Contractor in the course of carrying out the within Agreement.
c. Automotive Insurance. Contractor shall procure and maintain, at its sole expense,
throughout the term of this Agreement 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.
If Contractor does not own automobiles, Contractor shall provide a waiver
releasing City from all liability resulting from Contractor's use of personal vehicles
on Project.
d. 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.
e. 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 canceled by the
carrier, for non-payment of premiums otherwise, without 30 days prior written
notice of amendment or cancellation to City. In the event the said insurance is
canceled, Contractor shall, prior to the cancellation date, submit new evidence of
insurance in the amounts heretofore established.
Page 4 of 6
If Contractor, at any time during the term of this Agreement, should fail to secure
or maintain any insurance required under this Agreement, City shall be permitted
to obtain such insurance in Contractor's name and shall be compensated by
Contractor for the cost of the insurance premiums upon receipt of Contractor of
written notice that the premiums have been paid.
The naming of an additional insured shall 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.
13. SCHEDULING OF WORK AND COLLATERAL WORK: City will endeavor to
provide 18 -hours advance notice prior to the time when work will be required to support the
project. There shall be no limit on the number of visits to the project site, however, City will
endeavor to schedule work in eight-hour increments in order to reduce unnecessary travel time.
Upon notice to proceed with an activity; Contractor shall diligently perform work in a timely,
workmanlike, and professional manner. Contractor's compensation shall include all costs
related to advance notice, coordination of result of work with others, and costs necessary to
minimize delays to other contractors performing collateral work on the Project.
14. PROTECTION OF PROPERTY: Contractor shall take all reasonable precautions
to prevent damage to property, visible and concealed, and shall restore the site to the condition
existing prior to Contractor's entry insofar as is practicable.
15. 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.
When Contractor is to be compensated on an hourly rate basis, payment will be
limited to work performed at the project site directly related to the work assignment, and shall
be inclusive of all direct and indirect charges. When Contractor is to be compensated on a unit
price basis, the quantities listed in the Agreement will not govern final payment; payment will
be made only for the actual quantities provided, and shall be inclusive of all direct and indirect
charges. When Contractor is to be compensated on a fixed price basis, such payment shall be
full compensation for the items of work and shall be inclusive of all direct and indirect charges.
Direct and indirect charges include, but are not limited to, direct salaries plus the
cost for mandatory and customary benefits; premium payments for hours worked in excess of
the normal daily or weekly schedule; travel and subsistence expenses; travel time; mileage
expenses; communication costs including delivery charges, express mail and postage, telephone,
and FAX; expenses for reproduction, binding, and delivery of technical reports; insurance;
overhead; field office expenses; report preparation and submittal; and secretarial services.
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.
Page 5 of 6
16. 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.
17. TERMINATION; 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 the advance of such termination. In the event of
termination, Contractor 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.
18. COMPLIANCE WITH FEDERAL REGULATIONS: It is the responsibility of the
Contractor to comply with all Federal overlay requirements, including equal opportunity and
fair housing, affirmative marketing, environmental review, lead-based paint, lobbying, drug-free
workplace, conflict of interest and procurement.
In recognition of the obligation state in this Agreement, the parties have executed this
Agreement on the date indicated above.
ATTEST: CITY OF SANTA CLARITA
City Clerk
Approved as to Form:
City Attorney
AGRA
Earth &Environmental
Address: 1290 North Hancock Street
P.O. Box 19079
Anaheim, CA 92817
Phone: (714) 779-2591
FAX: (714) 779-8377
By:
Name/Title: Bob Dickey, Project Manager
City Manager
ALL SIGNATURES MUST BE WITNESSED BY NOTARY (ATTACH ACKNOWLEDGMENT).
Print Name and Title
MC:lkl
council\ar95-028.mc
Page 6 of 6
EXHIBIT "A'
I. _ SCOPE OF WORK
The City of Santa Clarita proposes to construct roadway improvements on Wiley Canyon
Road from Lyons Avenue to Calgrove Boulevard. The required geotechnical report will
include•
Field study.
- Test borings.
- Geology mapping.
- Laboratory tests (per proposal).
- Slope stability calculations.
- Excavation conditions along the proposed road alignment.
- Recommendations for temporary and permanent slopes for alternative permanent
excavation measures.
- Description of the regional geology.
- Geotechnical recommendations for trenching for utilities, temporary support of trench
walls and support of utility pipes.
- Recommendations for pipe bedding and pipe zone backfill materials and placement
procedures.
- Recommendations for fill and backfill materials and placement and compaction
procedures.
- Recommended flexible pavement structural sections for the new road.
All calculations, charts and plans will be in English and metric units.
II. COST
The contract cost shall not exceed $26,603.
MC:lkl
ao ,U%.,95-028..,