Loading...
HomeMy WebLinkAboutCoast Property Services; 2015-08-03; PEM1238PEM1238 AGREEMENT FOR FACILITIES CONSULTING SERVICES COAST PROPERTY SERVICES day of AuaO^^ , 2015, by and between the CITY OF CARLSBAD, a municipal corporation,J("City"), and COAST PROPERTY SERVICES, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a facilities consultant that is experienced in general construction and facility repair. B. Contractor has the necessary experience in providing professional services and advice related to professional construction consulting. 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 attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 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 two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional hwo (2) year periods or parts thereof. 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. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5 COMPENSATION The total fee payable for the Services to be performed during the initial Agreement two (2) year term shall not exceed sixty thousand dollars ($60,000) at a not to exceed thirty thousand dollars ($30,000) per year based on time and materials. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed thirty thousand dollars ($30,000) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicabie, should be made as outlined in attached Exhibit "A". City Attorney Approved Version 4/1/15 1 PEM 1238 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 Sen/ices 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 vy^ll 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. 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 attorney's fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 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, representatives, 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 line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating City Attomey Approved Version 4/1/15 PEM 1238 in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the 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 additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liabilitv Insurance. $2,000,000 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 Liability, (if the use ofan 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' Compensation and Employer's Liability. 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 stating this. 10.1.4 Professional Liability. 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. 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 ofthe 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. City Attorney Approved Version 4/1/15 PEM 1238 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carisbad 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 ofthree (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 ofthe persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Bob Richardson Name Noel Leverenz Title PW Supervisor Title Owner Department Public Works - Facilities Address 1265 Carisbad Village Dr. City of Carisbad Carisbad, CA 92008 Address 405 Oak Ave. Phone No. 949-922-0989 Carisbad, CA 92008 Email noel(gcoastpropertysvcs.com Phone No. 760-434-5144 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 Conflict of Interest Statement with the City Cleri( in accordance with the requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. City Attorney Approved Version 4/1/15 PEM 1238 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 regulations. 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 locai, 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 follov»/ing procedure will be used to resolve any questions of fact or interpretation not othenA/ise 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 vAVt\ 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 (10) 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. 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 wori< 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 detemiine the final payment ofthe 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 v^nll 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 City Attorney Approved Version 4/1/15 PEM 1238 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 from the Agreement price or consideration, or othenA/ise 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 ofthe 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 Califomia Government Code sections 12650 ef seq., the False Claims Act applies to this Agreement and, provides for civil penalties vA^ere 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 entified 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. JURISDICTION 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. 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. /// /// /// /// /// /// City Attorney Approved Version 4/1/15 PEM 1238 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. CONTRACTOR COAST PROPERTY SERVICES, a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California (sign here) (print name/titfe) ' (sign here) (print name/title) ^ Patrick A. Thomas / Pueli(rWori<s Director as authorized by the City Manager ATTEST: BARBARA ENGLESON City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups. Group A 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 BY: Assistant City Attorflfe] City Attomey Approved Version 4/1/15 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity ofthe individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity ofthat documenf State of California County of RIVERSIDE .) On before me, TRACEY PETERSON, NOTARY PUBLIC (insert name and title ofthe officer) personally appeared _ . . . who proved to me on the basis of satisfactory evidence to be the person(s^hose name^;^([§)'afe., subscribed to the within instrument and acknowledged to me that<@)6>s/thf y executed the same in <fi^"Br/tfiefi;authorized capacity(i«<^, and that by<Sis^er/their signature(§) on the instrument the person(s)».orthe entity upon behalf of which the personXs)«acted, executed the instrument I certify under PENALTY OF PERJURY under the laws ofthe State of California thatthe foregoing paragraph is tme and correct. WITNESS my hand and official seal. Signatur —^ ^ ^ ^ ^ TRACEY PETERSON? ^ COMM. # 1995787 S NOTARY PUBLIC - CALIFORNIA W RIVERSIDE COUNTY 0 COMM. EXPIRES OCT. 31,2016 -f ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity ofthe individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of RIVERSIDE .) OnCTatM -ZJ 20IS before me, TRACEY PETERSON, NOTARY PUBLIC tincart noma anH titlo nf fho rtfftnar\ (insert name and title ofthe officer) personally appeared Carol U\}e{ren^ , who proved to me on the basis of satisfactory evidence to be the persorfrs^,whose name(!5j^are subscribed to the within instrument and acknowledgedjo me that he/^^th^y executed the same in hisTI^^Fiipir authorized capacity^fes^, and that by his/l^th^r signature!^ on the instrument the person(«)^orthe entity upon behalf of which the person(s^acted, executed the instrument 1 certify under PENALTY OF PERJURY under the laws ofthe State of California thatthe foregoing paragraph is true and correct. fs .(^^TRACEY PETERSON^ iAiiTMr-<-o u J J *r • 1 I *^j|rtdfi^ COMM. # 1995787 S WITNESS my hand and official seal. NOTARY PUBLIC-CALIFORNIAO ^r^!*^^ RIVERSIDE COUNTY 0 Signatun 1 ^^^s^^COMM. EXPIRES OCT 31,2016^* (Seal) PEM1238 EXHIBIT "A" SCOPE OF SERVICES 1.0 Definitions 1.1 CONTRACT ADMINISTRATOR: The Municipal Property Manager, Publics Works, Property Division or his authorized representative. 1.2 CITY: The City of Carisbad 1.3 CONSULTANT: The Consultant's responsible management individual or his authorized representative. 1.4 PROPOSAL: A fixed cost proposal prepared by the Consultant for work requested by the Contract Administrator. 1.5 TIME AND MATERIALS: Work performed by the Consultant on an agreed hourly price per negotiated fee schedule. 2.0 Negotiated Proposal and Acceptance 2.1 The CITY may award work to the CONSULTANT, at the discretion of the CONTRACT ADMINISTRATOR. New work will be awarded on a negotiated proposal and acceptance basis as when the CONTRACT ADMINITRATOR determines that it is appropriate to negotiate a fixed price for work in lieu of utilizing unit prices. Payment for Work shall be performed by negotiated agreement between the CITY and the CONSULTANT or on a TIME AND MATERIALS basis in accordance with Section 3.0. 2.2 Prior to performing any work, the CONSULTANT shall prepare and submit a written proposal including a description of the work, a list of materials, and a schedule for completion. No work shall commence without the written approval of the CONSULTANT'S proposal by the CONTRACT ADMINISTRATOR. This proposal is subject to acceptance or negotiation by the CONTRACT ADMINISTRATOR. 2.3 All work shall commence on the specified date established and CONSULTANT shall proceed diligently to complete said work within the time allotted. 3.0 Time and Materials 3.1 In the event that the CONTRACT ADMINISTFiATOR determines that work requested is of an unknown duration, not easily quantified or the CONSULTANT'S proposal for work is not approved, the CONTRACT ADMINISTFiATOR reserves the right to perform such work with other forces or to compel the CONSULTANT to perform the work on a TIME AND MATERIALS basis. Invoices for Work on a TIME AND MATERIALS basis are subject to the CONSULTANT'S negotiated fee schedule listed in Section 4.3 of Exhibit "A". 3.2 Prior to performing any work, the CONSULTANT shall prepare and submit a written proposal including a description ofthe work, a list of materials, and a schedule for complefion. No work shall commence without written approval by the CONTRACT ADMINISTRATOR of the CONSULTANT'S proposal. City Attorney Approved Version 4/1/15 3.3 PEM1238 All work shall commence on the specified date established and CONSULTANT shall proceed diligently to complete said work within the time allotted. 4.0 Payments and Invoices 4.1 The CONSULTANT shall present monthly invoices, for all work performed during the preceding month. Said invoice shall include all required certifications and reports as specified hereinafter. The invoice shall be submitted on or before the fifth (5*^) day of each month in the amount of the compensation to be paid by the CITY for all services rendered by the CONSULTANT under the terms and conditions of this CONTRACT. Said payment shall be made within thirty (30) days upon receiving the invoices, providing that all work performed during the preceded month has been inspected and accepted by the CONTRACT ADMINISTRATOR and that applicable certifications have been submitted in accordance with the provisions of this CONTRACT. 4.2 Monthly Invoices shall be prepared and submitted in the following format: Invoice: Proiect Project A Proiect B Scope Space Plans Restroom Design Account No. xxxxxxx-xxxx xxxxxxx-xxxx Monthly Cost $(AMOUNT) $(AMOUNT) TOTAL MONTHLY COST $(AMOUNT) 4.3 Invoices for approved TIME AND MATERIALS Work shall be in a format acceptable to the CONTRACT ADMINISTRATOR, including attachments, such as copies of supplier's invoice, which the CONTRACT ADMINISTRATOR may require to verify the CONSULTANT'S billing. Invoices for TIME AND MATERIALS work shall be submitted on separate invoices. Unless othenwise requested by the CONTRACT ADMINISTRATOR, one invoice shall submitted for each discrete and complete item of TIME AND MATERIALS work. Work Rate General Construction Consulting (Prepare recommendations for repairs, restorations, or replacement) $140.00/HR Licensed Engineer $175.00/HR Clerical (Specification Development, Drawing Review, Report Preparation) $51.00/HR Field Inspector $79.99/HR Total Not to Exceed Per Year $30,000 City Attomey Approved Version 4/1/15