HomeMy WebLinkAboutNV5 Inc; 2015-11-17; CA1288PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1
PROJECT NO. 6620
CA1288
This First Project Task Description and Fee Allotment, is entered into on L"ta.rch 02.S. Q1...0 l b , pursuant to an Agreement between NV5,
INC., a California corpofation , ("Contractor") and the City of Carlsbad, ("City") dated November
17, 2015, (the "Agreement"), the terms of wh ich are incorporated herein by this reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide professional services in accordance with the "Project Engineer's
Manual", 2001 edition, as published by the City's Engineering Department, City
"Standards for Design & Construction of Public Works Improvements in the City of
Carlsbad," and the proposal dated February 23, 2016, ("proposal"), attached as Appendix
"A" for the Storm Drain System Condition Assessment, {the "Project"). The Project
services shall include reviewing existing data, evaluate methods to prioritize maintaining
the storm drain system, develop a ranking system for determining the integrity of the
system , field observations and initiate building the assessment program to evaluate the
storm drain system for rehabilitation or replacement.
2. PROGRESS AND CO MPLETION
Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City
Manager or Director and a Purchase Order from the City's Purchasing Department,
constitutes notification to proceed to the Contractor. Contractor shall begin work within five
(5) working days after receiving this fully executed document and a City Purchase Order.
Contractor shall complete the work within sixty (60) working days thereafter. Working days
are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works
Construction (Green Book). In no event shall Contractor work beyond the term or
authorized compensation of the Agreement, as amended by this Project Task Description
and Fee Allotment.
3. FEES TO BE PAID TO THE CONTRACTOR
Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein.
Fees shall be paid on the bas is of time and materials for each task group shown in Table
1. Progress payments shall be based on time and materials. Appendix "A", attached ,
prepared by Contractor and reviewed by City, shows the parties' intent as to the elements,
scope and extent of the task groups. Contractor acknowledges that performance of any
and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks
are those defined in Appendix "A".
Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the
Contractor only upon authorization of the City through the mechanism of a separate
Project Task Description and Fee Allotment and Purchase Order. In the event that City
directs Contractor to curtail or eliminate all, or portions of the task groups identified in
Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually
performed. The maximum total cost of Contractor's services for this Project Task
Description and Fee Allotment is $33,000 .
City Attorney Approved Version 1/30/1 3
CITY OF CARLSBAD
AS NEEDED STORM DRAIN
I I I I I NV~ I I I I -1 --I ~---..,.-I I I
: • .......
I
NAME: Carlsbad Storm Drain Asset Management Assistance PROJECT NO.: TBD Client PM: Sherri Howard
I
FIRM: NV5, Inc. W.O. NO.: NV5 PM Carmen Kasner 858) 385-2131
I
DESCR: JOB NO: DATE: I 23-Feb-16
l I ~ . : ... •
TASK NO. OF TASK DESCRIPTION A B c D E F G I J
NO. SHEETS .. .. . . .. . ... . ....
·'' . . .. -
$255.00 $175.00 $155.00 $126.00 $105.00 $105.00 $90.00 $80.00 $255.00 SUBCONSUL TANTS
TASK TOTAL $33,000.00
1.0 Data Collection 2 4 6 $1 014.00 3•/c
2.0 Review of Asset management systems 4 8 12 $2 028.00 60fc
3.0 Meetinos 4 4 $102.00 8 $1 626.00 50fc
4.0 Develop rankings 8 80 88 $12 120.00 370fc
5.0 Documentation of export 1 3 4 $633.00 20fc
6.0 Field Testino 3 20 $150.00 23 $3,435.00 100fc
7.0 As Needed Consultation 16 64 80 $12,144.00 370fc
0 $0.00 OOfc
0 $0.00 OOfc
PROJECT LABOR TOTALS 38 0 0 183 0 0 0 0 0 $252.00 221 $33,000.00 100"!.
PERCENTAGES 17.2% 0.0% 0.0% 82.8% 0.0% 0.0% 0.0% 0.0% 0.0%
Carlsbad asset management.xlsx
You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com)
~y ~{(. ; __ ' :
CA1288
MASTER AGREEMENT FOR STORM WATER ENGINEERING SERVICES
NV5, INC.
THIS AGREEMENT is made and entered into as of the \ ttvl day of N 0\rCW\\.eeNZ--, 2015, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and NV5, INC., a California corporation ("Contractor").
RECITALS
A. City requires the professional services of an engineering firm that is experienced
in storm water engineering.
B. The professional services are required on a non-exclusive, project-by-project
basis.
C. Contractor has the necessary experience in providing professional services and
advice related to storm water engineering.
D. 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 attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
Contractor's obligations with respect to any project granted to Contractor under this Agreement
will be as specified in the Task Description for the project (see paragraph 5 below).
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 ofthree (3) years from December 1, 2015,
to November 30, 2018. Extensions will be based upon a satisfactory review of Contractor's
performance, City needs, and appropriation of funds by the City Council. The parties will prepare
a written amendment indicating the effective date and length of the extended Agreement.
4. PROGRESS AND COMPLETION
The work for any project granted to Contractor pursuant to this Agreement will begin within ten
(1 0) days after receipt of notification to proceed by City and be completed within the time specified
in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific
Task Description may be granted if requested by Contractor and agreed to in writing by the City
Manager or the Division Director as authorized by the City Manager ("Director"). The City Manager
or Director will give allowance for documented and substantiated unforeseeable and unavoidable
delays not caused by a lack of foresight on the part of Contractor, or delays caused by City
1 City Attorney Approved Version 6/9/15 \D I
CA1288
inaction or other agencies' lack of timely action. In no event shall a specific Task Description
exceed the term of this Agreement.
5. COMPENSATION
The cumulative total for all projects allowed pursuant to this Agreement will not exceed two
hundred fifty thousand dollars ($250,000) for the term of the agreement. The total amount allowed
per Project Task Description and Fee Allotment will not exceed one hundred thousand dollars
($1 00,000). Fees will be paid on a project-by-project basis and will be based on Contractor's
Schedule of Rates specified in Exhibit "A" for the three year term period. Prior to initiation of any
project work by Contractor, City shall prepare a Project Task Description and Fee Allotment (the
"Task Description") which, upon signature by Contractor and for City, the City Manager or Director,
will be considered a part of this Agreement. The Task Description will include a detailed scope
of services for the particular project being considered and a statement of Contractor's fee to
complete the project in accordance with the specified scope of services. The Task Description
will also include a description of the method of payment and will be based upon an hourly rate,
percentage of project complete, completion of specific project tasks or a combination thereof.
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' compensation 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 contribution, social security, overtime payment, unemployment
payment or workers' 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 indemnification 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
relationship 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 to employ other Contractors in connection with the Services.
2 City Attorney Approved Version 6/9/15
CA1288
1 0.2.1 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 Notice provisions of this Agreement.
10.3 Providing 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 Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing 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.
10.5 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 inspection 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.
4 City Attorney Approved Version 6/9/15
CA1288
15. 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 are:
For City
Name:
Title:
Dept:
Pat Thomas
Public Works Director
Public Works
CITY OF CARLSBAD
Address: 1635 Faraday Avenue
Carlsbad, CA 92008
Phone: 760-602-2730
For Contractor
Name:
Title:
Address:
Phone:
Email:
Jennifer Peterson
Project Manager
15092 Avenue of Science , Ste. 200
San Diego, CA 92128
858-385-0500
jennifer.peterson@nv5.com
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.
16. CONFLICT OF INTEREST
Contractor shall file a Confiict 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.
11. 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 compiy with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the 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 wili comply with all applicable local, state and federal laws and regulations prohibiting
discrimination 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 representative receiving the letter will reply to the letter along with a recommended
method of resolution within ten ( 1 0) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The
City Manager will consider the facts and solutions recommended by each party and may then opt
to direct a solution to the problem. In such cases, the action 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.
5 City Attorney Approved Version 6/9/15
CA1288
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City at the address contained in this Agreement. City will make
a determination of fact based upon the work product delivered to City and of the 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 of the Agreement.
Either party upon tendering thirty (30) days written notice 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 termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation 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 consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion,
to deduct frorn the Agreement price or consideration, or othen.Nise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or contingent 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 anticipation
of litigation or in conjunction with litigation. 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 sections 12650 et seq.,
the False Claims Act applies to this Agreement and provides for civil penalties 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 jurisdiction is
grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action 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 jurisdiction 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.
6 City Attorney Approved Version 6/9/15
\ t
CA1288
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement nor 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 writing signed by both parties.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
!II
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
7 City Attorney Approved Version 6/9/15
CA1288
26. 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.
Executed by Contractor this __ .l_Lf_~ __ day of __ S----'ep'-f<_em __ ~Jey-_____ ,2015
CONTRACTOR,
NV5, INC., a California corporation
By:~-----
(sign here)
CITY OF CARLSBAD, a municipal corporation of
the State of California _d . ~~
By ~4(0~ M~Half ayor
C?wnaco ka.sN!<r: . &_/)/'or Wa.Pr e 51~ ATTEST:
(print n'ame I title)
(] _(' ~UAc!~%lrso~lJLA_4~-v-
city Clerk
Nf\~'13""0 OB~ /(d.'Jt/l.~~ $€Cd.t£1Af...'1
(print name I title)
Proper notarial acknowledgement 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
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.
CITY OF CARLSBAD, a municipal corporation of the State of California
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY: y.b:P£~·
Assista~t City Attorney
j)(f'"-0}
8 City Attorney Approved Version 6/9/15
NV 5
NVS, INC.
CORPORATE RESOLUTION
The undersigned, MaryJo O'Brien, does hereby certify, on behalf of NV5, Inc., a
California corporation (the "Corporation"), that:
1) She is an officer of the 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 NV5, Inc.
4) She is duly authorizing Carmen Kasner, Regional Chief Executive for NV5, 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 $500,000.
IN WITNESS WHEREOF, the undersigned has affixed her signature this 61h day of
February, 2015.
CA1288
EXHIBIT "A"
SCOPE OF SERVICES
Perform a variety of stormwater engineering tasks as outlined in individual Project Task
Description & Fee Allotments (PTD&FA#) related to the following:
1. hydrology and hydraulics studies
2. storm drain design
3. hydro modification, retention and low impact design
4. storm water management plans (SWMP)
5. storm water pollution prevenetion plans (SWPPP)
6. NPDES compliance training
7. plan review for compliance
Requests for work not listed above must be contracted under separate agreement.
9 City Attorney Approved Version 6/9/15
CA1288
Rate Schedule
. "---~--~--~
I £IA~E --~······~~-
~AME IIIU.\: lUl!JBI.l: BAIE
I. Carmen Kasner Principal $255
2. Jennifer Peterson Engineering Manager $175
3. Phil Kern Engineering Manager $175
4. Mark Webb Engineering Manager $175
5. Justin Griffiths Senior Engineer $155
6. Shawna Bennetts Senior Engineer $155
7. Omar Atayee Senior Engineer $155
Assistant Engineer $105
Associate Engineer $126
CADD Technician Ill $115
Senior CADD Designer $145
Design Supervisor $165
EXfE.l'SSES
.UES!.:BII!IIQ~ mSI ~CJ MaBKllf
1. Mileage-Outside Local Area Per Accepted IRS rate 0%
2. Plotting and In-House 1.10 x Cost 10%
Reproduction
'"' Subsistence 1.10 x Cost 10% .J.
10 City Attorney Approved Version 6/9/15 \