Loading...
HomeMy WebLinkAboutDownstream Services Inc; 2018-11-27; PSA19-664UTILPSA19-664UTIL City Attorney Approved Version 6/12/18 1 AGREEMENT FOR CCTV CONDITION ASSESSMENT OF THE NAHI SEWER TRUNK LINE DOWNSTREAM SERVICES, INC. THIS AGREEMENT is made and entered into as of the ______________ day of ___________________, 2018, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and DOWNSTREAM SERVICES, INC., a California corporation, ("Contractor”). RECITALS City requires the professional services of a consultant that is experienced in sewer trunk line condition assessment. Contractor has the necessary experience in providing these professional services, has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the “Services”) that are defined in Exhibit “A”, attached and incorporated by this reference in accordance with the terms and conditions set forth in this Agreement. 2. TERM This Agreement will be effective for a period of (25) twenty-five working days from the date first above written. 3. COMPENSATION The total fee payable for the Services to be performed are not to exceed ten thousand dollars ($10,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or the Services specified in Exhibit “A.” 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. DocuSign Envelope ID: B4A5EDDB-14C4-4066-A713-261AE6927E5A November 27th PSA19-664UTIL City Attorney Approved Version 6/12/18 2 5. STATUS OF CONTRACTOR Contractor will perform the Services as an independent contractor and in pursuit of Contractor’s independent calling, and not as an employee of City. Contractor will be under the control of City only as to the results to be accomplished. 6. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 7. INSURANCE Contractor will obtain and maintain policies of commercial general liability insurance, automobile liability insurance, a combined policy of workers' compensation, employers liability insurance, and professional liability insurance from an insurance company authorized to transact the business of insurance in the State of California which has a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non- admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report, in an amount of not less than one million dollars ($1,000,000) each, unless otherwise authorized and approved by the Risk Manager or the City Manager. Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims- made coverage. The insurance will be in force during the life of this Agreement and will not be canceled without thirty (30) days prior written notice to the City by certified mail. City will be named as an additional insured on General Liability which shall provide primary coverage to the City. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. Contractor will furnish certificates of insurance to the Contract Department, with endorsements to City prior to City’s execution of this Agreement. 8. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Don Wasko Name Robert Carr Title Utilities Manager Title Project Manager Department Public Works Address 2855 Progress Place City of Carlsbad Escondido, CA 92029 Address 5950 El Camino Real Phone No. 760-975-5686 Carlsbad, CA 92008 Email RobertC@downstreamservices.com Phone No. 760-438-2722 x7138 DocuSign Envelope ID: B4A5EDDB-14C4-4066-A713-261AE6927E5A PSA19-664UTIL City Attorney Approved Version 6/12/18 3 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 9. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes No 10. COMPLIANCE WITH LAWS Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment and will obtain and maintain a City of Carlsbad Business License for the term of this Agreement. 11. TERMINATION City or Contractor may terminate this Agreement at any time after a discussion, and written notice to the other party. City will pay Contractor's costs for services delivered up to the time of termination, if the services have been delivered in accordance with the Agreement. 12. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of false claims as set forth in the California False Claims Act, Government Code sections 12650, et seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to terminate this Agreement. 13. JURISDICTIONS AND VENUE Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the State Superior Court, San Diego County, California. 14. ASSIGNMENT Contractor may assign neither this Agreement nor any part of it, nor any monies due or to become due under it, without the prior written consent of City. 15. AMENDMENTS This Agreement may be amended by mutual consent of City and Contractor. Any amendment will be in writing, signed by both parties, with a statement of estimated changes in charges or time schedule. /// /// /// /// /// DocuSign Envelope ID: B4A5EDDB-14C4-4066-A713-261AE6927E5A PSA19-664UTIL City Attorney Approved Version 6/12/18 4 16. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR DOWNSTREAM SERVICES, INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Vicki V. Quiram, Utilities Director Wilma Roberts, President (print name/title) By: (sign here) Wilma Roberts, Secretary (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A. Group B. Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney By: Assistant City Attorney DocuSign Envelope ID: B4A5EDDB-14C4-4066-A713-261AE6927E5A PSA19-664UTIL City Attorney Approved Version 6/12/18 5 EXHIBIT “A” SCOPE OF SERVICES Contractor to provide CCTV inspection for a 24” sewer trunk line +/- 4,000 ft. A three-man crew and/or night work may be necessary if the amount of flow causes issues with the conventional CCTV equipment. No traffic control required. City will provide clear and unobstructed access. Confined space entries are not anticipated. A three man crew and/or night work may be necessary if the amount of flow causes issues with the conventional CCTV equipment. Any contingency work will be charged per the attached rate sheet. 5% increase on work performed between 5 p.m. and 5 a.m. JOB QUOTATION ITEM NO. UNIT UNIT PRICE QTY DESCRIPTION PRICE 1 Hourly $339 16 CCTV Crew & Equipment (4 hour minimum) $5,424 2 Hourly $108 16 Additional CCTV Assistant (4 hour minimum) $1,728 3 LS Contingency $2,848 TOTAL* $10,000 *Not to exceed DocuSign Envelope ID: B4A5EDDB-14C4-4066-A713-261AE6927E5A  Rev. April 2017    Page 1 of 2  HOURLY EQUIPMENT AND LABOR RATES (PREVAILING WAGE)   Company:     Project Name:  Work Requested:     Contact:    Contract Number:   Phone:    Email/Fax: PO Number:     The following is a list of equipment and labor which may be necessary for this project. All equipment and  labor is scheduled for a FOUR (4) HOUR ONSITE MINIMUM. Any additional time required on the project  beyond the four (4) hour minimum will be charged at the quoted rate. Hours over eight (8) per day are paid  at overtime rates (regular rate as listed plus 35%) and hours over twelve (12) per day are paid at double time  rates (regular rate as listed plus 50%). Overtime rates apply to Saturday work and double time rates apply to  Sunday work.    These rates are based on State and Federal Prevailing Wages. If your project is Non‐Prevailing Wage please  contact our office for Regular/Non‐Prevailing Wage pricing.    State Prevailing Wage    Federal Davis Bacon  Federal SCA Prevailing Wage    Operated and Maintained Equipment:    Item 1 Camel 9 cubic yard Combo Jet/Vacuum Truck $244.00/hour  Item 2 800 Gallon Combo Catch Basin Cleaning Truck, #71, #75, and #77 $175.00/hour  Item 3 Super Jet Vacuum (150 gallons per minute), Truck #95                            $269.00/hour  Item 4 DSI Skid Vacuum (fills 55 gallon drum), Truck #509  $169.00/hour  Item 5 Camel 5 cubic yard Combo Jet/Vacuum Truck, Truck #50 $231.00/hour  Item 6 Jetter Trailer (4,000 psi), #68 and #72 $162.00/hour  Item 7 CCTV Inspection Truck $231.00/hour  Item 8 Multi‐Tool Excavator 50,000 lbs $194.00/hour  Item 9 Multi‐Tool Excavator 20,000 lbs $163.00/hour  Item 10 Skid Steer $135.00/hour  Item 11 WA 250 Wheel Loader 3 cubic yard $156.00/hour  Item 12 Case 590‐L 4 x 4 Backhoe  $148.00/hour  Item 13 Water Truck (2,500 gallons) $131.00/hour  Item 14 3 Axle Roll‐Off Truck  $144.00/hour  Item 15 2 Axle “Flatbed” 3 Ton Knuckle Boom Crane, Truck #66 $138.00/hour  Item 16 3 Axle “Flatbed” 17 Ton Hydraulic Crane, Truck #62 $163.00/hour  Item 17 Traffic Control Truck with Arrow Board & 1 Technician  (includes 6 Signs and Cones) $156.00/hour  Item 18 4 Axle Pumper Truck (4,500 gallons), Truck #61 $180.00/hour  Item 19 Bucket Cleaning Machine [Pair] (3‐Man Crew) $450.00/hour  Item 20 Pull‐Plate System (3‐Man Crew) $450.00/hour    Non‐Operated Equipment:    Item 21 2‐inch Submersible Pump $75.00/day  Item 22 4‐inch Trash Pump $100.00/day  Item 23 Hydraulic Pump 4‐inch with Power Unit  Hydraulic Pump 6‐inch with Power Unit  $425.00/day $525.00/day  Item 24 6‐inch Bypass Trailer System with Vacuum Assist Pump $750.00/day            CA Tax ID:  #80‐0011534    CA Contractors Lic:   807953   A, C31, Haz  Exp. 5/31/2018    DIR Public Works  Contractor No:  1000004632    CA HAZ Materials  Transportation Lic:   134172    U.S. Department of  Transportation HAZ  Materials Cert:  090916 550 085YA    U.S. EPA No:  #CAR000040808    U.S. Department of  Toxic Substances  Control HAZ Waste  Transporter No:  4481          EM‐385 40 Hour  Certified      OSHA 30 Hour  Certified      NASSCO Certified      CQM Certified      CSE and SCBA  Certified      Fall Protection  Certified      Traffic Control and  Flagger Certified      CPR and First Aid  Certified  DocuSign Envelope ID: B4A5EDDB-14C4-4066-A713-261AE6927E5A  Rev. April 2017    Page 2 of 2  HOURLY EQUIPMENT AND LABOR RATES (PREVAILING WAGE)   Non‐Operated Equipment Continued:     Item 25 Specialty Cleaning Nozzle (chain cutter, chain flail, etc.) $5.00/hour  Item 26 Hoses (example: 2‐inch x $0.25 = $0.50/in/ft/day) $0.25/in/ft/day  Item 27 16 cubic yard Dewatering Bin $70.00/day  Item 28 5,000 gallon Rinse Tank $30.00/day  Item 29 Pickup Truck $12.00/hour  Item 30 Tamper/Compactor $125.00/day  Item 31 SCBA Equipment (in use)* $28.00/hour    Labor:    Item 32 Offsite Project Manager $100.00/hour  Item 33 Foreman and Crew Truck $135.00/hour  Item 34 Instrumentation Technician (includes service vehicle and test  equipment) $128.00/hour  Item 35 Equipment Operator $125.00/hour  Item 36 Pipe Layer $110.00/hour  Item 37 Assistant $108.00/hour  Item 38 Traffic Control Technician $105.00/hour    To comply with state and federal laws, clients will be charged for travel time at the listed rates for Operated and  Maintained Equipment and Labor.   Delivery charges will apply to all heavy equipment, bins, tanks, transports, and specialty equipment. Prices will be  quoted on a per project basis.   Per Diem charges of $150.00/day per man may apply and will be charged to cover overnight stays.   All managed extra work will be billed at time and materials plus 20% overhead.   A 5% increase will apply to the above rates for work between 5 PM and 5 AM.   Confined Space Entry (Permit or Non‐Permit) Equipment Fee ‐ $450.00/day/unit.   *SCBA Equipment Fee ‐ $250.00/day/unit.   Emergency Response Call Out Fee ‐ $250.00/1‐2 Man Crew. An emergency is considered a spill response and shall  be charged at an increase of 35% of the above rates, travel to and from jobsite, and 20% overhead on cost of  materials and/or outside subcontractors and equipment rental.   Disposal Services ‐ Prices will be quoted on a per project basis.   Cancellation/Assumptions/Exclusions/Terms and Conditions ‐ DSI requires a twelve (12) hour cancellation notice.  Any cancellations received in less than twelve (12) hours will result in a $350.00 cancellation fee. Cancellation of a  project within four (4) hours of onsite time will result in a four (4) or six (6) hour minimum charge for the crew at the  listed rate.   Insurance Coverage ‐ Includes a blanket additional insured endorsement.  There will be additional charges if a customized  endorsement is required. Notify Downstream Services, Inc. if additional coverage is necessary.    Please notify Downstream Services, Inc. IMMEDIATELY if you have any questions, or need any clarifications regarding the  TERMS AND CONDITONS for this requested work. Please sign this form and return to Downstream Services, Inc. or give to  onsite representative.    I have read the above and to the best of my knowledge it is true and correct and I agree to pay these charges. I agree to  notify Downstream Services, Inc. in writing of any disputes within thirty (30) days of the date the work was performed.  Otherwise such disputes are considered negligible. In the event a suit is instigated to enforce payment, the  vendor/contractor/owner agrees to pay reasonable attorney and collection fees together with legal interest and cost of  suits. Payment terms are NET 30 days. All past due accounts are subject to 1½% per month service charge. THIS FORM  MUST BE SIGNED AND RETURNED TO DSI BY 12:00PM THE DAY PRIOR TO WORK BEING PERFORMED.       Name and Title: Date:    DSI carries the  following policies:      Valley Forge  Insurance Company    General Liability  $1,000,000        Continental  Insurance Corp.    Automobile Liability  $1,000,000        ACE American  Insurance Company    Worker’s  Compensation  & Employers Liability  $2,000,000        Valley Forge  Insurance Company    Umbrella/Excess  Liability  $10,000,000                                           DocuSign Envelope ID: B4A5EDDB-14C4-4066-A713-261AE6927E5A