Loading...
HomeMy WebLinkAboutNV5 Inc; 2015-02-19; TRAN1173TRAN1173 RATIFICATION OF AMENDMENT NO. 1 TO EXTEND AND AMEND AGREEMENT FOR LAND SURVEYING AND ENGINEERING DESIGN SERVICES FOR REPAIR OF RIP- RAP REVETMENT ADJACENT TO CARLSBAD BOULEVARD NV5, INC _.Z/Y/) }1is Ratification of Amendment No. 1 is entered into as of the day of .L (l fvC q/ , 2016 , but effective as of the 19th day of February, 2016, extending and amending the agreement dated February 19, 2015 (the "Agreement") by and between the City of Carlsbad, a municipal corporation , ("City"), and NV5, Inc., a California corporation, ("Contractor") (collectively, the "Parties") for land surveying and engineering services required as part of the rip-rap repairs and 2015 emergency rip-rap repairs adjacent to Carlsbad Boulevard and Encinas Creek. RECITALS A. The Agreement, as amended from time to time expired on February 19, 2016 and Contractor continued to work on the services specified therein without the benefit of an agreement; and B. The Parties desire to alter the scope of work of the Agreement to perform additional surveying and engineering design services for the rip-rap revetment failure areas north of Encinas creek; and C. The Parties desire to extend the Agreement for a period of one (1) year; and D. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of Services and Fee; and E. The Parties desire to add prevailing wage language to the Agreement per the requirement of the Director of Industrial Relations (DIR). NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The retroactive extension and amendment of the Agreement is ratified. 2. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". With this ratification to extend and amend, the total annual Agreement amount shall not exceed twenty thousand dollars ($20,000.00). 4. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed twenty thousand dollars ($20,000.00). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. City Attorney Approved Version 1/30/13 TRAN1173 5. Contractor will complete all work described in Exhibit "A" by February 19,2017. 6. The following prevailing wage language is added to the Agreement as paragraph number 6 and subsequent paragraphs renumbered chronologically. "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. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the contract." 7. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 1/30/13 2 TRAN1173 EXHIBIT "A" SCOPE OF SERVICES AND FEE 1) Perform additional engineering and land surveying work for the rip-rap revetment failures north of Encinas creek. Additional services may include preparation of plans, surveying of the revetment, preparation of agency permit applications, or construction staking. Any additional work requested shall be done on a time and material basis. City Attorney Approved Version 1/30/13 4 Office: Exh ibit 'A' NV S, Inc. NV 5 Engineering Aide/Planning Aide ............................................................................................................................... $72.00 /hour Project Assistant ............................................................................................................................................................. $98.00/hour Project Administrator .................................................................................................................................................. $122.00/hour CADD Technician I .................................................................................................................................................... $107.00/hour CADD Technician II .................................................................................................................................................. $133.00/hour CADD Technician III ................................................................................................................................................. $139.00/hour Senior CADD Technician/Designer ........................................................................................................................ $148.00/hour Design Supervisor ........................................................................................................................................................ $173.00 /hour Junior Engineer/Planner/Surveyor .......................................................................................................................... $128.00/hour Assistant Engineer/Planner/Surveyor ..................................................................................................................... $148.00 /hour Associate Engineer/Planner/Surveyor .................................................................................................................... $168.00/hour Senior Engineer/Planner/Surveyor .......................................................................................................................... $180.00 /hour Manager ......................................................................................................................................................................... $203.00/hour Structural Engineer ...................................................................................................................................................... $180.00/ hour Associate ........................................................................................................................................................................ $225.00 /hour PrincipaL ....................................................................................................................................................................... $260.00 /hour Field: 1-Person Survey Crew (GPS)(Robotic) ................................................................................................................... $164.00/hour 1-Person Survey Crew ................................................................................................................................................. $129.00/hour 2-Person Survey Crew ................................................................................................................................................. $257.00/hour Survey Manager ........................................................................................................................................................... $199.00/hour Expenses: Plotting and In-house Reproduction ............................................................................................................................ 1.15 x Cost Subsistence ........................................................................................................................................................................ 1.15 x Cost Other Expenses -Including Subconsultants & Purchased Settees through Subcontracts .................................. 1.15 x Cost Mileage -Outside local area ......................................................................................................................... Per accepted IRS rate Field surveying rates are based on "Prevailing Wage" as determined by Project and County per California law. These rates are effective through December 31, 2016. If the contract assignment extends beyond that date, a new rate schedule will added to the contract. Litigation support will be billed at $300.00 per hour. Effective 1 /1 /16 TRAN 1173 AGREEMENT FOR LAND SURVEYING AND ENGINEERING DESIGN SERVICES FOR REPAIR OF RIP-RAP REVETMENT ADJACENT TO CARLSBAD BOULEVARD NVS, INC. ^ THIS AGREEMENT is made and entered into as of the jay of y-A/hr-ji/\/ , 2015, by and between the CITY OF CARLSBAD, a municipal corporation7( City;;^and NVS, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a land surveying and engineering firm that is experienced in surveying and engineering design. B. Contractor has the necessary experience in providing professional services and advice related to coastal land surveying and engineering design. C. Contractor 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" and included in the proposal from NVS, Inc., dated January 7, 2015, attached and incorporated by this reference in accordance with the terms and conditions set forth in this Agreement. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. 4. TIME IS OF THE ESSENCE Time is ofthe essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed will be made on a fime and material basis for an amount not to exceed fifteen thousand dollars ($15,000). No other compensafion 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." Incremental payments, if applicable, should be made as oufiined in attached Exhibit "A". City Attorney Approved Version 1/30/13 TRAN 1173 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensafion insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribufion, social security, overtime payment, unemployment payment or wori<ers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election. City may deduct the indemnificafion amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relafionship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right tp employ other Contractors in connection with the Services. 9. 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 attorneys 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 secfion, and that this section will survive the expirafion or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representafives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:Vir'. OR with a surplus City Attorney Approved Version 1/30/13 TRAN 1173 line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coveraqes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amounL These minimum amounts of coverage will not consfitute any limitafions or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation thatthe limits ofthe insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such addifional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liabilitv. (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensafion and Emplover's Liabilitv. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stafing this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. I I If box is checked, Professional Liability City's Initials Contractor's Initials Insurance requirement is waived. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Nofice provisions of this Agreement. 10.3 Providinq Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coveraqe. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase City Attorney Approved Version 1/30/13 TRAN 1173 replacement insurance or pay the premiums that are due on exisfing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.S Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspecfion of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written nofice on behalf of City and on behalf of Contractor under this Agreement. For Citv For Contractor Name John Maashoff Name Jack Abcarius Title PW Superintendent Title Associate Engineering Manager Department Transportation Address 15070 Avenue of Science, Ste 100 City of Carlsbad San Diego, CA 92128 Address 405 Oak Avenue Phone No. 858 385 0500 Carlsbad, CA 92008 Email iack.abcarius(a)nv5.com Phone No. 760 434 2856 Each party will notify the other immediately of any changes of address that would require any nofice or delivery to be directed to another address. City Attorney Approved Version 1/30/13 TRAN1173 16. 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 four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulafions. Contractor will be aware ofthe requirements ofthe Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulafions prohibiting discriminafion and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representafive receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolufion thus obtained is unsafisfactory to the aggrieved party, a letter oufiining the disputes will be fonwarded to the City Manager. The City Manager will consider the facts and solufions recommended by each party and may then opt to direct a solufion to the problem. In such cases, the acfion of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformanca by notifying Contractor by certified mail of the terminafion. If City decides to abandon or indeflnitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notificafion of terminafion. Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and ofthe percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment ofthe Agreement. Either party upon tendering thirty (30) days written nofice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the terminafion date; however, the total will not exceed the lump sum fee payable City Attorney Approved Version 1/30/13 TRAN 1173 under this Agreement. City will make the final determinafion as to the portions of tasks completed and the compensafion to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other considerafion confingent upon, or resulting from, the award or making of this Agreement. For breach or violafion of this warranty, City will have the right to annul this Agreement without liability, or, in its discrefion, to deduct from the Agreement price or considerafion, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or confingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anficipafion of lifigafion or in conjuncfion with litigafion. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code secfions 12650 et seq.. the False Claims Act applies to this Agreement and, provides for civil penalfies where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdicfion is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any acfion at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdicfion in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respecfive successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a wrifing signed by both parties. /// /// City Attorney Approved Version 1/30/13 TRAN 1173 26. AUTHORITY The individuals execufing 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 condifions of this Agreement. CONTRACTOR NVS, INC., a California corporafion By: (sign here) Carmen Kasner - Regional Chief Executive (print name/title) Maryjo O'Brien - Corporate Secretary (print name/title) CITY OF CARLSBAD, a municipal corporafion ofthe State of California City Manager Of'Division Director as authorized by the City Manager Patrick Thomas If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporafion, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, 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 City Attorney Approved Version 1/30/13 CALiFORNiA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California Q County of v^G.v^ On ^Vo Hj2^/C before me, l^v-^ W SJT) i A^P-j^ H-y ?0 b 11C Date ' Here lnsert<^me and Title of the Officer / T personally appeared Oo rmH/A K(>LS>YMir Our\ol {Y)Oiry^hi O'fineK Name(s) of Signer(s) AmwypiMeoroilNrannrcompletlnitMi eNtilicM«««t$aniyli»idanlltyoftt« |MNdMlwiwii|n«itiMdoaiinMt,lDwhldilMi WIIBti>iliaUK>itdL»iiJnottlwlni»WMlnw» MIVdOMV CMMniNiM# 2010619 NMvyPuMic-CiNteniia SMDitgeCmMity | who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herAheir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature:, OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General RIGHT THUMBPRINT OF SIGNER • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing:. Top of thumb here Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thunnb here S 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) NiVI5 NVS, INC. CORPORATE RESOLUTION The undersigned, MaryJo O'Brien, does hereby certify, on behalf of NVS, Inc., a Califomia corporation (the "Corporation"), that: 1) She is an officer ofthe Corporation and is duly authorized to respond on behalf of the Corporation; and 2) She is familiar with the corporate structure of the Corporation and its affiliates; 3) She is appointed as Secretary of the Corporation by NVS, Inc. 4) She is duly authorizing Carmen Kasner, Regional Chief Executive for NVS, Inc., to act on the behalf of the Corporation for the purpose of executing contracts with the City of Carlsbad up to a contract value of $S00,000. IN WITNESS WHEREOF, the undersigned has affixed her signature this 4* day of February, 2015. MaryJo O'BriMl, Secretary TRAN1173 EXHIBIT "A" SCOPE OF SERVICES 1) Contractor shall provide all services necessary to identify, survey, locate and stake the Army Corps of Engineers jurisdictional boundary at the project site. All work necessary to stake the jurisdicfional boundaries shall be done on a time and material basis, not to exceed $5,500.00, in accordance with the hourly rates set forth in the attached rate schedule. 2) Perform additional engineering and land surveying work as may be requested by the city during the durafion of the agreement. Additional services may include preparafion of plans, surveying of the revetment, preparafion of agency permit applicafions, or construcfion staking. Any addifional work requested shall be done on a fime and material basis, not to exceed $9,500.00, in accordance with the houriy rates set forth in the attached rate schedule. City Attorney Approved Version 1/30/13 NIV5 BEYOND ENGINEERING Exhibit "A" January 7, 2015 Mr. John Maashoff City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Via E-mail: john.maashoff@carlsbadca.gov SUBJECT: Blow-Out of Revetment along Carlsbad Blvd, Carlsbad, CA Dear John: Per your discussions with Jack Abcarius and myself, please find our proposal to provide professional surveying services adjacent to the recent "Blow-Out" of a revetment that is located approxmiately 460' southerly ofthe Encinas Creek Bridge, along Carlsbad Blvd. For the estimated cost, as shown below, we propose to perform the following: • Work with City of Carlsbad staff, their consultants, and other agencies, as needed, to determine what elevations shall be set. • Set 2 to 5 stakes in the area westerly of die blow-out at an elevation, as directed, for viewing purposes. As you are aware, the elevations along the beach are subject to change and variations over a short period of time. Tlie stakes we set shall have an approximate vertical tolerance of +1- 0.10 feet; however, because the material (probably sand) that the stakes are set into is unstable, the elevation of the stake itself could change. The Benchmark used for this project has an elevation in terms of National Geodetic Vertical Datum of 1929 (NGVD 29). To translate NGVD 29 elevations to MLLW elevations, we shall rely on "San Diego Regional Drawing M-12 (Datums)" which shows a difference of 2.88 feet between MLLW and NGVD 29 elevations of'0.00'. (See Construction Notes A & B and Note 1 on Sheet 3 of the Improvement Plans for Las Encinas Creek Bridge, Project No. 3919) Because of the shifting nature of the coastline, the stakes will only indicate the elevation at the time that they are set and may not represent actual jurisdictional boundaries or any Tidal/Water Levels. The above work shall be done on a time and materials basis, not to exceed $5,500.00, in accordance with the hourly rates set forth in the attached Exhibit A. Any work or reports outside of the above scope shall be in accordance with Exhibit A upon written or email authorization. OFFtCES NAliO(4W!CE I5070 AVENUE OF SCIENCE. STE lOO | SAN DIEOO. CA 92128 | WWW.NV5,COM 1 OFRCE 858.385.0500 | FAX 858.385.0400 CONSTRUCTION OUOLITT ASSUBANCE • INFRASTHUCTURE ENGINEERIHO MUNICIPAL OUTSOURCING - ASSET MANAGEMENT - ENVIRONMENTAL SERVICES Work for the above can be completed within 3-5 working days of authorization to proceed, weather permitting. Please feel free to contact me if you have any questions regarding this proposal. We look forward to working with you on this phase of the project. joel Paulson, Senior Surveyor OFFICES IJATU JrJAiDE I5070 AVENUE OF SCIENCE. STE too | SAN DIEGO. CA 92128 | WWW.NV5.COM | OFFICE 858.385.0500 | FAX 858.385.0400 CONSTRUCTION OUALITI ASSURANCE - INFRASTRUCTURE ENGINEERING - MUNICIPAC OUTSOURCING - ASSET MANAGEMENT - ENVIRONMENTAL SERVICES EXHIBIT 'A' NVS, INC. Southern California 2015 Cliarge Rates Schedule Office: Technical Services Er^ineering Aide/Plannir^ Aide $70.00/hour Project Assistant $96.0Q/hour Project Administrator $120.00/hour GADD Technician I $105.00/hour CADD Technician II $130.00/hour CADD Technician m $136.00/hour Senior C/\DD Technician/Designer $145.00/hour Design Supervisor $170.00/hour Professional Junior Engineer/Planner/Surveyor $125.00/hour Assistant Engineer/Planner/Surveyor $145.00/hour Associate Er^ineer/Planner/Surveyor $165.00/hour Senior Engineer/Planner/Surveyor $176.0C/hour Manager $199.00/hour Structural Engineer $176.00/hour Associate $221.00/hour Principal $255.00/hour Field: Construction Management Junior Field Engineer $118.00/hour Assistant Field Engineer $140.00/hour Associate Field Engineer $152.00/hour Senior Field Engineer $159.00/hour Constmction Manager $174.00/hour Surveying 1-PeKon Survey Crew (GPS) (Robotic) $161.00/hour 1- Pereon Survey Crew $126.00/hour 2- Peison Survey Crew $252.00/hour Survey Manager $199.00/hour Expenses: Plottii^ and In-house Reproduction 1.15 x Cost Subsistence 1.15 x Cost Other Expenses - Including Subconsultants & Purchased Services through Subcontracts.. 1.15 x Cost Mileage - Outside local area Per accepted IRS rate Rates are effeaive through December 31,2015. If contract assignment extends beyond that date, a new rate schedule will be added to the contract. Litigation suppon will be billed at $300.00 per hour. Rates based on "Prevailing Wage" for Constmaion Management and Surveying will be determined by Projea and County per Califomia law. Effective 1/1/15 N:\sdb044900\Doc\Proposal\Exhibit Al.doc COUNTY OF SAN DtEGO cmr OF SAN DIEGO U^.C. & 6. (LAND) U.S.G.S. STAFF PORT OF SAN DIEOO U.S.C. & G. (BAY CHART) S— 6.12 HIGHESrin)E MEAN mm WATER- MEAN mi WATER- MEAN SEA LEVEL- 4.91 5— 0- MEAN LOWER LOW WATER ~ LOWEST TOE- 2.88 5.06 - 9.00 7.79 • 5.61- 4.89 • 2.88 2.18 LEGEND U.S.C. & G. = United States Coast and Geodetic Survey. U.S.G.S. = United States Geological Survey. MEAN HIGH WATER = Mean of oil high water in San Diego Bay. MEAN HK^ER WATER = Mean of all higher water in San Diego Bay. Boy charts and topography up to the mean high tide based on zero at the mean lower low woter. SOURCE Doto based on U.S.C. & G. "Sea level Dotum of 1929". OLD OTY OF sm OCGO STAFF (PRIOR TO MARCH 1963) -0 -1.21 •3.39 •4.11 •6.12 -9.00 -11.18 Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Add Matric T. Stanton 03/03 DATUMS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Reviewed T. Stanton 04/06 DATUMS Ch3nj£on R.C.E. 19246 Date Delete Metric 0. Gerachoffsi 05/12 DATUMS DRAWING M fo NUMBER DATUMS DRAWING M fo NUMBER