Loading...
HomeMy WebLinkAboutContract 1635-1 a - I 4°' 0`,1 SUBCONTRACTOR SERVICES AGREEMENT � In furtherance of that certain Intergovernmental Memorandum of Understanding By and Between the Agua Caliente Band of Cahuilla Indians and the City of Cathedral City Regarding Project Contributions for the Ramon Road Bridge Widening and Vista Chino Roadway Resurfacing Projects, dated December 9, 2015, this Subcontractor Services Agreement ("AGREEMENT") is made and entered into this 29 day of N1nrcL 2016, by and between Agua Caliente Band of Cahuilla Indians, a federally-recognized sovereign Indian Tribal Government ("TRIBAL GOVERNMENT"), with offices at 5401 Dinah Shore Drive, Palm Springs, California, 92264, and the City of Cathedral City ("SUBCONTRACTOR"), a municipal corporation, with offices at 68700 Avenida Lalo Guerrero, Cathedral City, CA 92234. The TRIBAL GOVERNMENT and SUBCONTRACTOR are sometimes referred to hereinafter individually as a "Party" and collectively as the "Parties." 1. Scope of Work 1.1 SUBCONTRACTOR is to furnish services as outlined in Exhibit "A," attached hereto and incorporated herein by reference, to the TRIBAL GOVERNMENT. 1.2 SUBCONTRACTOR shall perform all services as an independent contractor and shall be responsible for the manner, means, methods, materials, licenses, permits, fees, employer's and other taxes, royalties, health and safety precautions, workers' compensation insurance, and other conditions and qualifications necessary to perform the services and achieve the results required to professionally and competently furnish and complete the services outlined in Exhibit "A" hereto. SUBCONTRACTOR shall not be deemed an agent for, or engaged in a joint venture with, the TRIBAL GOVERNMENT, and shall have no authority to bind the TRIBAL GOVERNMENT. 2. Performance Standards and Other Conditions 2.1 All work performed by SUBCONTRACTOR shall be performed in accordance with generally recognized industry practices and professional standards for similar professional services. SUBCONTRACTOR agrees that it will, at SUBCONTRACTOR'S expense, retain the services of all personnel reasonably necessary to timely and competently perform the services required by this AGREEMENT. All work performed hereunder, shall be performed by fully qualified personnel and such personnel shall be authorized and properly licensed under applicable Tribal, federal and state laws to perform such work. 2.2 In addition to personnel employed directly by SUBCONTRACTOR, SUBCONTRACTOR shall have the right to engage such subcontractors as it may deem appropriate, qualified and reasonably necessary to the performance 1 of SUBCONTRACTOR'S obligations hereunder with the prior written approval of the TRIBAL GOVERNMENT, which shall not be unreasonably withheld. 2.3 SUBCONTRACTOR shall schedule and perform its work with diligence and in character, sequence and timing so that SUBCONTRACTOR'S work will be coordinated with that of the TRIBAL GOVERNMENT. 2.4 SUBCONTRACTOR shall not be liable for delays or other non-performance resulting from circumstances or causes beyond its reasonable control, including without limitation, fire or other casualty, Acts of God, strikes or labor disputes, war or other violence, acts of third parties, or any applicable law, order, or requirement of any governmental agency or authority. 3. Compensation 3.1 SUBCONTRACTOR shall be fully compensated for SUBCONTRACTOR'S and • its subcontractors' services provided under this AGREEMENT by the payment of the sums set forth in Exhibit "A" hereto. 3.2 The compensation paid to SUBCONTRACTOR shall be considered payment in full for the services provided to TRIBAL GOVERNMENT under this AGREEMENT. 4. Payments 4.1 SUBCONTRACTOR shall submit invoices to the TRIBAL GOVERNMENT for payment of services provided. 4.2 Invoices for services are subject to approval of and full audit by the TRIBAL GOVERNMENT. 4.3 The TRIBAL GOVERNMENT will pay the undisputed portions of SUBCONTRACOR'S proper invoices within 30 days of receipt, and will promptly consult with SUBCONTRATOR to resolve any portions that may be in dispute. 5. Additional Work 5.1 From time to time, by written amendment to this AGREEMENT in accordance with the provisions of Section 12.1 of this AGREEMENT, the TRIBAL GOVERNMENT may change, alter or modify the scope of work to be performed by SUBCONTRACTOR under this AGREEMENT, provided that SUBCONTRACTOR has been compensated for all work invoiced prior to the alteration or modification of the Scope of Work. 2 6. Term and Termination 6.1 This AGREEMENT shall remain in effect until such time as the services outlined in Exhibit "A" are completed, or until September 30, 2019, whichever is sooner, unless sooner terminated in accordance with the terms hereof. 6.2 Either the TRIBAL GOVERNMENT or SUBCONTRACTOR may terminate this AGREEMENT at any time for convenience, or upon breach of this AGREEMENT by the non-terminating Party, provided that the terminating Party provides the other Party at least thirty (30) days written notice of such termination and the non-terminating Party fails to cure the breach during that period. 6.3 In the event of such termination, the TRIBAL GOVERNMENT's sole liability will be to pay SUBCONTRACTOR for work performed up to the date of termination in accordance with the terms of this AGREEMENT. 6.4 In the event of such termination, the SUBCONTRACTOR shall immediately deliver all completed work and all work-in-progress to the TRIBAL GOVERNMENT. No closeout payments shall be payable to SUBCONTRACTOR until all such deliveries are completed. 6.5 In the event of termination, there shall be no liability on the part of either Party hereto for lost revenues or lost profit for unperformed services. 7. Special Provisions 7.1 SUBCONTRACTOR shall be responsible for complying with all applicable Tribal Transportation Program (TTP) and Federal Acquisition Regulations including, but not limited to, Davis Bacon Act provisions. 8. Records 8.1 Records of SUBCONTRACTOR'S direct and indirect labor costs, payroll costs, and each reimbursable expense pertaining to work performed hereunder will be kept by SUBCONTRACTOR in a generally recognized accounting format, copies of which shall be forwarded as supporting documentation for all invoices submitted to the TRIBAL GOVERNMENT. 8.2 SUBCONTRACTOR shall maintain all records pertaining to the Scope of Work in legible and useable form for a period of not less than three (3) years. Original records shall be retained by SUBCONTRACTOR or forwarded to the TRIBAL GOVERNMENT in accordance with any applicable Tribal, state and federal guidelines. 8.3 All designs, as-built drawings, specifications, notes, and other work developed in the performance of this AGREEMENT shall be and remain the joint property of 3 the TRIBAL GOVERNMENT and SUBCONTRACTOR and may be used on any other work without additional compensation under this AGREEMENT. The TRIBAL GOVERNMENT and SUBCONTRACTOR reserve a royalty-free, nonexclusive, and irrevocable license to produce, publish, or otherwise use, for general purposes, the copyright or any other intellectual property right in any work developed under this AGREEMENT, or pursuant to a subcontract under this AGREEMENT, and any rights of copyright or any other intellectual property right which the SUBCONTRACTOR, or its subcontractors, purchases to facilitate its work under this AGREEMENT. 8.4 SUBCONTRACTOR shall provide a report to the TRIBAL GOVERNMENT on a Quarterly Basis, not later than five (5) days after the end of each calendar quarter, which contains the following information: 8.4.1 the total amount of funds received from the TRIBAL GOVERNMENT; and 8.4.2 a detailed list of all activities for which TTP funds were expended, including: the name of the activity, a description of the activity, an evaluation of the completion status of the services outlined in Exhibit "A." 9. Insurance 9.1 After the execution of this AGREEMENT, SUBCONTRACTOR, and/or any subcontractor of the SUBCONTRACTOR, shall furnish the TRIBAL GOVERNMENT with copies of certificates of insurance, and shall maintain such insurance in the amounts and of the types specified in Exhibit "B" hereto, which is incorporated by this reference, for the term of the AGREEMENT. 10. Indemnification 10.1 SUBCONTRACTOR hereby agrees to fully defend, indemnify and hold the TRIBAL GOVERNMENT harmless from and against any and all claims, suits, actions, liens, damages, loss, liability or costs of every nature or description (including reasonable attorney fees) arising from, or in any way attributable to or related to the negligence or willful misconduct of SUBCONTRACTOR hereunder, including SUBCONTRACTOR'S officers, employees, agents, principals, shareholders, directors, and subcontractors. 10.2 TRIBAL GOVERNMENT hereby agrees to fully defend, indemnify and hold the SUBCONTRACTOR harmless from and against any and all claims, suits, actions, liens, damages, loss, liability or costs of every nature or description (including reasonable attorney fees) arising from, or in any way attributable to or related to the negligence or willful misconduct of the TRIBAL GOVERNMENT hereunder, including the TRIBAL GOVERNMENT'S officers, employees, agents, principals, shareholders, and directors. 4 11. Successors and Assigns 11.1 SUBCONTRACTOR hereby binds itself, its successors, executors, administrators, assigns and legal representatives to this AGREEMENT with respect to all covenants and obligations of SUBCONTRACTOR under this AGREEMENT. 11.2 Except as set forth in this AGREEMENT, SUBCONTRACTOR shall not assign, sublet, or transfer any rights or obligations under, or interest in, this AGREEMENT without the prior written consent of the TRIBAL GOVERNMENT, which consent shall not be unreasonably withheld or delayed. 12. Entirety 12.1 This AGREEMENT and the Exhibits attached hereto constitute the entire AGREEMENT between the Parties hereto with respect to the subject matter hereof. No amendment or modification to this AGREEMENT shall be effective unless in writing and executed by both Parties. 13. Damages 13.1 Except as set forth in this AGREEMENT, neither Party shall be liable to the other, in any event, for any special or incidental damages arising out of the work performed hereunder, whether arising in contract, tort, California statutes or otherwise. 14. Default and Enforcement 14.1 This AGREEMENT is to be governed by federal law. 14.2 Except as stated in Section 2.4, failure or delay by any Party to this AGREEMENT to perform any material term or provision of this AGREEMENT shall constitute a default under this AGREEMENT; provided however, that if the Party who is otherwise claimed to be in default commences to cure, correct or remedy the alleged default within fifteen (15) calendar days after receipt of written notice specifying such default and shall diligently complete such cure, correction or remedy, such Party shall not be deemed to be in default hereunder. 14.3 The Party claiming that a default has occurred shall give written notice of default to the Party in default, specifying the alleged default. Delay in giving such notice shall not constitute a waiver of any default nor shall it change the time of default; provided, however, that the non-defaulting Party shall have no right to exercise any remedy for a default hereunder without delivering the written default notice, as specified herein. 5 14.4 Any failure or delay by a Party in asserting any of its rights or remedies as to any default shall not operate as a waiver of that or any future default, or of any rights or remedies associated with a default. 14.5 In the event that a default of either Party to this AGREEMENT remains uncured for more than thirty (30) calendar days following written notice, as provided above, a "breach" shall be deemed to have occurred. In the event of a breach, the non-breaching Party shall be entitled to seek any appropriate remedy or damages by initiating legal proceedings. 15. Miscellaneous 15.1 Whenever notice is required to be given herein, such notice shall be deemed given when mailed to the Party to be notified via certified mail, return receipt requested, or by overnight delivery, at the address first written above, or at such other address as the Party may, by written notice, provide to the other. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 6 IN WITNESS WHEREOF, the Parties hereto have caused this AGREEMENT to be executed as of the date first written above. AGUA CALIENTE BAND OF CAHUILLA INDIANS AP"O`D : • Thom:s J. Davis, Chief Planning & Development Officer APPROVED AS TO FO 'f� L John T."lata, General Counsel CITY OF PALM SPRINGS APPRO ED BY: I Charlie McClendon, City Manager ATTESTED BY: Gary How-II, City ti-rk APPROVED AS Eric S. Vail, City Attorney 7 EXHIBIT "A" SCOPE OF WORK Cathedral City will complete the design and construct the Ramon Road Bridge Widening Improvements, City CIP Project No. 2500 and the Vista Chino Pavement Resurfacing Projects, City CIP Project Nos. 8659 and 8660. The Ramon Road Bridge Widening Project: This project will widen Ramon Road to provide three lanes in each direction from San Luis Rey Drive to Landau Boulevard, including the Ramon Road Bridge at the Whitewater River. The proposed bridge rehabilitation will involve removal of a portion of the existing structure, bridge widening, repairing and sealing the existing bridge deck, seismic retrofitting, channel work, and approach roadway improvements. The proposed work will resolve structural deficiencies and, at the same time, improve traffic safety and traffic flow on the existing narrow river crossing and nearby congested street intersections. The Visa Chino Pavement Resurfacing Projects: These projects will rehabilitate pavement, construct median curb, drainage improvements, sidewalks, wheelchair ramps, and traffic striping, on Vista Chino from Landau Boulevard to Date Palm Drive and from Landau Boulevard to the west city limits at the Whitewater River. The reconstructed roadway is approximately two miles in length. The existing pavement will be pulverized in place, graded and compacted and new asphalt concrete pavement installed. No deep excavations are anticipated and all work will be within the existing right of way. All work on the above projects will be performed in accordance with the final plans and specifications approved by the City. The construction contracts will be publicly bid in accordance with local and state requirements. The City will manage the construction contracts, and will provide construction engineering (survey, inspection, materials testing and oversight) for the projects. The City may retain various qualified firms to provide construction engineering services. COMPENSATION The maximum funds available for reimbursement pursuant to this Agreement are $2,150,000.00 TERM The term of this AGREEMENT shall commence upon its execution and shall extend through completion of the construction phase of the projects. The following schedule is the estimated time for completion of these projects, which is subject to change: Ramon Road Bridge Widening Project: Final Design: December 2016 Contract Negotiation: May 2017 Contract Award: July 2017 Start Construction: September 2017 1 End Construction: August 2019 Project Close-Out: October 2019 Vista Chino Resurfacing Projects: Final Design: June 2016 Contract Negotiation: August 2016 Contract Award: September 2016 Start Construction: September 2016 End Construction: November 2016 Project Close-Out: January 2017 2 EXHIBIT B INSURANCE 1.1 Overview. In an effort to standardize the insurance program of the TRIBAL GOVERNMENT and coordinate the insurance of subcontractors with the TRIBAL GOVERNMENT's own program, the following are the requirements for subcontractor insurance coverages. 1.1.1 Liability Coverage. SUBCONTRACTOR, and/or any subcontractor of the SUBCONTRACTOR, at the SUBCONTRACTOR'S/subcontractor's sole expense, shall obtain and pay for, and at all times maintain in full force and effect a One Million Dollar ($1,000,000) combined single limit per occurrence, and a One Million Dollar ($1,000,000) combined single limit aggregate, Commercial General Liability policy. Such policy shall insure against any and all losses arising out of, or in connection with the operations of the SUBCONTRACTOR. Such coverage shall also provide products and completed operations coverage. 1.1.2 Automobile Insurance. SUBCONTRACTOR, and/or any subcontractor of the SUBCONTRACTOR, at the SUBCONTRACTOR'S/subcontractor's sole expense, shall obtain and pay for, and at all times maintain in full force and effect a One Million Dollar ($1,000,000) combined single limit per occurrence automobile liability policy. Such policy shall include coverage for non-owned and hired car coverage. 1.1.3 Worker's Compensation. SUBCONTRACTOR, and/or any subcontractor of the SUBCONTRACTOR, at the SUBCONTRACTOR'S/subcontractor's sole expense, shall obtain and pay for, and at all times maintain in full force and effect, a worker's compensation policy in the statutory amount. Such coverage shall provide employer's liability of at least One Million Dollars ($1,000,000) and include a waiver of subrogation in favor of the Agua Caliente Band of Cahuilla Indians. 1.1.4 Professional Liability. SUBCONTRACTOR, and/or any subcontractor of the SUBCONTRACTOR, at the SUBCONTRACTOR'S/subcontractor's sole expense shall obtain and pay for, and at all times maintain in full force and effect a policy of Professional Liability (Errors and Omissions) in an amount of not less than One Million Dollars ($1,000,000) per claim and in the aggregate with respect to loss arising from the actions of the SUBCONTRACTOR performing professional services which include those to be performed on behalf of the Agua Caliente Band of Cahuilla Indians. 1.2 Common Provisions. 1.2.1 Certificates. Certificates of insurance shall be provided to the TRIBAL GOVERNMENT's Risk Manager at the following address: Agua Caliente Band of Cahuilla Indians c/o F.T. Kieley III, Risk Management Consultant P.O.Box 3275 Palm Springs, CA 92263-3275 Voice: (760) 327-9160 Fax: (760) 327-6450 1 1.2.2 Additional Named Insured Endorsements. The policies (other than professional liability) shall name the Agua Caliente Band of Cahuilla Indians, its employees and agents as additional named insureds. 1.2.3 Cancellation Provisions. Policies shall not be canceled or modified without at least thirty (30) days prior written notice. 1.2.4 Suitability of Companies. All such coverage shall be written by admitted carrier in the State of California with a "Best's" insurance rating of A, Class X or better. 1.2.5 Primacy. All such coverage shall be primary insurance, and any insurance or self insurance programs of the Agua Caliente Band of Cahuilla Indians shall be non-contributing. 2