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