Loading...
HomeMy WebLinkAboutResolution - 2856 - Contract - Prewitt & Associates - Archaeological Investigations, LAH Project - 06/09/1988Resolution #2856 June 9, 1988 • Item 16 JWF:dw RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock (as Owner) a contract to be entered into by and between said City and Prewitt & Associates, Inc., consulting archaeologists (as Investigators) related to archaeological investigations to be made in connection with the Lake Alan Henry Project, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 9th day of ATTEST: Ranet a Boyd, City ecretary APPR ED A CONTENT: o a so , Chief Water Uti 'ties Engineer APPR;7 AS TO FORM: . r J. rth Ful ingim, Assistantty Attrney June 1988. B. C. McMINN', MAYOR i Resolution #2856 AGREEMENT FOR CULTURAL RESOURCES INVESTIGATIONS WHEREAS, the City of Lubbock (hereinafter called "City") has completed Phase I cultural resources investigations for the proposed Justiceburg Reservoir Area in Garza and Kent Counties, Texas in connection with a U. S. Army Corps of Engineers permit under Section 404 of the Clean Water Act, application for said permit being prepared for the City by Freese and Nichols, Inc. (hereinafter called "Technical Respresentative"); and WHEREAS, after due consideration, being given by the staff of the City to the recommendations made by the Technical Representative, and the City Council of the City of Lubbock having duly considered the recommendations made to it by the City staff desires that Phase 11 cultural resources investigations in the proposed Justiceburg Reservoir Area proceed in the direct impact zones to be purchased by the City; and WHEREAS, City desires to obtain the expertise of professional archeologists to direct and conduct Phase 11 cultural resources efforts and activities, said expertise to be provided by proposer who is professionally known and is named Prewitt and Associates, Inc., Consulting Archeologists and whose mailing address is Austin, Texas (hereinafter called "Contractor"). NOW THEREFORE, City and Contractor in consideration of the mutual covenants set forth herein contract and mutually agree as follows: The scope of work prepared for Phase 11 by Technical Representative at the request of City and the research design responding thereto prepared by Contractor and accepted by the City are hereby annexed hereto and made a part hereof as if fully copied herein in detail in this place. 0r For and in consideration of services to be rendered by the Contractor, the City agrees to pay based on the daily rates shown on the attached preliminary cost estimate with total fee not to exceed $350,000.00. Partial payment to the Contractor will be made on the basis of monthly statements and work progress reports rendered to and approved by the City; however, under no circumstances shall any monthly statement for services exceed the value of work performed at the time a statement is rendered. The Contractor shall be entitled to a cumulative amount not to exceed 90% of the maximum fee upon completion and submission of the draft report to the City as defined in the scope of work and the research design. The remaining 10% of the maximum fee shall be paid upon submission of the final report. 3 The total compensation to be paid to Contractor, by the City, for this contract shall not exceed $350,000.00 in accordance with monthly estimates furnished to City by the Contractor as the work progresses, provided, however, that such monthly estimates shall be based on a detailed cost estimate which accompanies the research design. This contract addresses the work to be accomplished for the 32 archeological sites suggested in the draft report of survey dated January 1988 by Prewitt and Associates, Inc. The Corps of Engineers may request additions or substitutions for these sites. Requests by the Corps that exceed the level of work outlined shall be covered under the terms of this contract with additions based on per day unit costs. City shall pay monthly on such estimates to the Contractor after being billed by the Contractor by the fifteenth (15th) day of each month for the services of the previous month. Such $350,000.00 amount may be exceeded if the scope of work is enlarged at the request of the Corps of Engineers and authorized by the technical representative of the City. T In the performance of work or services hereunder.. Contractor shall be deemed an independent contractor, and any of its employees performing work required hereunder shall be deemed solely employees of the Contractor or its subcontractors except those employees of the City who may be assigned to work with the Contractor. 5 Before the Contractor begins any work under this Agreement, Contractor agrees to furnish a certificate of insurance reflecting their coverage by workmen's compensation insurance, and public liability insurance for bodily injury and property damage in amounts and with carriers satisfactory to City, and agrees that such coverages shall be maintained during the term of this Agreement. Contractor shall be responsible for determining that its subcontractors, where required, likewise carry and maintain adequate insurance coverage. City shall provide adequate insurance for any City employees or equipment assigned to the project and will indemnify the Contractor with regard to the employees so assigned. C At any time during normal business hours, Contractor shall make available to representatives of the City for examination all of its records with respect to all matters covered by this Agreement, and will permit representatives of the City to audit, examine, and make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls, records or personnel conditions of employment and other data relating to all matters covered by this Agreement, for a period of three (3) years from the date of final settlement or for such other or longer period, if any, as is required by applicable statute or lawful requirement. 7 Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shell include, but not be limited to, the following: employment, upgrading, demotions, or transfers, recruitment or recruitment advertising; layoffs or terminations; selection for training, including apprenticeships; and participation in recreational activities. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. Contractor will, in all solicitations or advertisements for employees placed by or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this Agreement so that such provisions will be binding upon each subcontractor, excepting that the foregoing provisions shall not apply to contracts or subcontracts for standard commercial supplies or raw materials. Contractor shall keep such records and submit such reports concerning the racial and ethnic origin(s) of applicants for employment and employees as the law may require. Contractor agrees to comply with such rules, regulations or guidelines as may be issued to implement these requirements. 0 The parties hereto, without invalidating this Agreement, may alter or amend this Agreement only upon written mutual agreement of the parties as attested by the signatures of the principals to this Agreement. 0 Contractor shall hold the City harmless from and shall promptly pay and defend for the City all claims, demands, lawsuits, awards, and judgments in any manner growing out of the negligence or any manner of torts arising out of the conduct of the services performed by the Contractor, its agents, servants, or representatives under and pursuant to this agreement. 10 Contractor will commence work on the project within five working days following receipt of notice to proceed. The Contractor shall complete the work in accordance with the schedule defined in the scope of work and research design. All fieldwork will be completed and an interim letter report of findings shall be submitted to the technical representative of the City by 1 December 1988. The obligations to provide services under this agreement may be terminated by either party upon 30 days written notice. in the event of any termination, Contractor will be paid for all services rendered and reimburseable expenses incurred to the date of termination and, in addition, all reimburseabie expenses directly attributable to termination. Any noncancellable obligations incurred by Contractor shall be allowable costs. All documents produced by Contractor up to time of termination shall become property of the City. Contractor may retain and use copies of such documents. 12 Originals of all notes, calculations, correspondence, and similar materials will be filed by the Contractor and made available to City on request. With respect to documents related to work performed under the terms of this agreement, Contractor agrees not to assert any right, and not to establish any claims under design patent or copyright law. Contractor shall have the right to retain and use copies of its work product. 13 The Contractor, prior to written or verbal disclosure of project information to the media or any public or private entity, shall obtain written permission from the City for disclosure of such information. The City retains the right to review and edit all written statements prepared by the Contractor concerning the project prior to disclosure of such statements. No site locational information shall be released to any entity without prior written permission of the City. EXECUTED this day of 1988. CITY OF LUBBOCK: V p w BY: MAYOR Date: June 9, 1988 APPROVED AS TO CONTENT: amuel W. Wahl, Director of Water Utilities Date: Z.d APPROV D AS TO FORM: v LJ�4� Ute` Cit torney Date: _A44:j� 1-b. I q $ $ CONTRACTOR: PREWITT AND ASSOCIATES, INC. BY: 9Za'� Linda Nance Foster Secretary -Treasurer Date: 9 2? La� 19 �8 IV. V. JUSTICEBURG RESERVOIR PHASE 11 PRELIMINARY COST ESTIMATE DESCRIPTION QUANTITY UNIT RATE AMOUNT SALARIES AND WAGES A. Prefield Preparation 1. Principal Investigator 2. Project Archeologist 3. Assistant Project Archeologist 4. Project Geomorphologist Subtotal, Prefield Preparation: B. Fieldwork 1. Principal Investigator 2. Project Archeologist 3. Assistant Project Archeologist 4. Archeological Assistants 5. Project Geomorphologist Subtotal, Fieldwork: C. Laboratory Analysis and Report Preparation 1. Principal Investigator 2. Project Archeologist 3. Assistant Project Archeologist 4. Project Geomorphologist 5. Lithic Analyst 6. Laboratory Supervisor 7. Laboratory Assistants 8. Drafter/mustrator 9. Editor 10. Typist Subtotal, Analysis and Reporting: Total Salaries and Wages: EMPLOYEE BENEFITS 159 of Salaries and Wages CONSULTANTS 1. Historian 2. Faunal Analyst 3. Botanist/Palynologist Total Consultants: TRAVEL AND SUBSISTENCE 1. Per Diem 2. Consultant Per Diem Total Travel and Subsistence: OTHER DIRECT COSTS 5 day $144.00 $720.00 20 day $50.00 $1,600.00 10 day $65.00 $680.00 5 day $96.00 $450.00 15 day $144.00 $2,160.00 60 day $80.00 $4,800.00 120 day $65.00 $8,160.00 300 day $60.00 $15,000.00 20 day $96.00 $1,920.00 45 day $144.00 $5,450.00 180 day $80.00 $14,400.00 90 day $65.00 $6,120.00 40 day $96.00 $3,840.00 120 day $65.00 $5,160.00 60 day $68.00 $4,080.00 120 day $60.00 $7,200.00 45 day $84.00 $3,780.00 10 day $120.00 $1,200.00 20 day $72.00 $1,440.00 30 day $120.00 $3,600.00 10 day $120.00 $1,200.00 5 day $120.00 $600.00 515 day $40.00 $20,600.00 10 day $40.00 $400.00 1. Yehicle Rental 150 2. Gasoline, Oil & Maintenance 10,000 3. Field Supplies 60 4. Office Supplies 200 5. Communications 52 6. Copying Services 8,000 7. Reporting 100 8. Radiocarbon Assays 75 9. Pollen/Phytolith Analysis 50 10. Curation Services 20 Total Other Direct Costs: day mile day day week page copy sample sample unit $55.00 $0.30 $5.00 $6.00 $25.00 $0.08 $30.00 $310.00 $50.00 $435.00 $5,250.00 $3,000.00 $480.00 $1,200.00 $1,300.00 $640.00 $3,000.00 $23,250.00 $2,500.00 $8,700.00 TOTALS $3,480.00 $35,040.00 $56,700.00 $95,220.00 $14,283.00 $5,400.00 $21,000.00 $52,320.00 TOTAL DIRECT COSTS: $188,223.00 JUSTICEBURG RESERVOIR PHASE 11 PRELIMINARY COST ESTIMATE Y1. WDItECT COSTS I. Overhead, 95% of Salaries and Wages $90,459.00 2. Profit, 15% of Salaries and Wages $14,283.00 Total Indirect Costs: $104,742.00 TOTAL PROJECT COSTS, PHASE 11: $292,965.00 t CERTIFICATE OF INSURANCE This is to certify that (STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois ❑ STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois has in force forPRMTT 6 ASSOCIATES, INC. 7701 NORTH I.A&4jt SUITE 104 Name of Policyholder AUSTIN, TEXAS, 78752 Address of Policyholder location of operations VARIOUS the following coverages for the periods and limits indicated below. POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD LIMITS OF LIABILITY (eff./exp.) 90-75-6216-6 Ei Comprehensive General General Liability 5aDual Limits for: ILY INJURY SCO, �QQ Each Occurrence $ i�itJ UUU ❑ Manufacturers' and Contractors' Liability Aggregate $ � ❑ Owners', Landlords' and Contractors' Liability18 PRO RTY DAMAGE Each Occurrence $ 0,066 Aggregate' $ s 000 The above insurance includes (applicable if indicated by ®) ❑ PRODUCTS -COMPLETED OPERATIONS ❑ OWNERS' OR CONTRACTORS' PROTECTIVE LIABILITY ❑ CONTRACTUAL LIABILITY ❑ Combined Single Limit for: BODILY INJURY AND ❑ BROAD FORM PROPERTY DAMAGE PROPERTY DAMAGE ❑ BROAD FORM COMPREHENSIVE GENERAL LIABILITY Each Occurrence $ Aggregate $ POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD (eff./exp.) CONTRACTUAL LIABILITY LIMITS (If different than above) BODILY INJURY 83-24-9414-6 Watercraft Liability 12-31-87T012-31-88 Each Occurrence $ AUTO LIABILITY PROPERTY DAMAGE Each Occurrence $ 6923 633 HIRED CAR & N6 HOWNM 7-1-88T01-1log Aggregate $ EXCESS LIABILITY ❑ Combined Single Limit for: BODILY INJURY AND ❑ UMBRELLA PROPERTY DAMAGE ❑ OTHER tach Occurrence $ Aggregate $ Workmen's/Workers' Com - 90 -76-3054 6pensation-Coverage A Pq Employer's Liability 12- 31-87TO12-31-88 Coverage A STA1880$1 0 -Coverage B Coverage B $ s 'Aggregate not applicable if Owners'. Landlords' and Tenants' Liability Insurance excludes structural alterations, new construction or demolition. THE CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED F CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK. TEXAS 79457 a (558) F6-994.7 Printed in U.S.A. Rev. 3/84 W, 8-10-88 JU IJ UvcdAt�4' Signature of Authorized Representative STATE FARM INSURANCE AGENT Title