HomeMy WebLinkAboutMikhail Ogawa Engineering; 2007-11-06;AGREEMENT FOR STORM WATER PROGRAM SUPPORT SERVICES
(MIKHAIL OGAWA ENGINEERING)
AGREEMENT is made and entered into as of the day of
2007, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and MIKHAIL OGAWA ENGINEERING, an engineering consultant,
("Contractor").
RECITALS
City requires the professional services of an engineering consultant that is experienced
in developing land development storm water program components and preparing regulatory
documentation in satisfaction of Regional Water Quality Control Board requirements. Contractor
has the necessary experience in providing these professional services, 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", attached and incorporated by this
reference in accordance with the terms and conditions set forth in this Agreement.
2. Term. This Agreement will be effective for a period of one year from the date first above
written.
3. Compensation. The total fee payable for the Services to be performed will be ten
thousand dollars ($10,000). No other compensation 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."
4. Status of Contractor. Contractor will perform the Services as an independent contractor
and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor
will be under the control of City only as to the results to be accomplished.
5. 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 section, and that
this section will survive the expiration or early termination of this Agreement.
6. Insurance. Contractor will obtain and maintain policies of commercial general liability
insurance, automobile liability insurance, a combined policy of workers' compensation,
City Attorney Approved Version #1 1 .28.06
employers liability insurance, and professional liability insurance from an insurance company
authorized to transact the business of insurance in the State of California which has a current
rating in the Best's Key Rating guide of at least A-:V in an amount of not less than five hundred
thousand dollars ($500,000) each, unless otherwise authorized and approved by the City
Attorney or the City Manager. Contractor will obtain occurrence coverage, excluding
Professional Liability, which will be written as claims-made coverage. The insurance will be in
force during the life of this Agreement and will not be canceled without thirty (30) days prior
written notice to the City by certified mail. City will be named as an additional insured on General
and Automobile liability. Contractor will furnish certificates of insurance to the Contract
Department, with endorsements to City prior to City's execution of this Agreement.
7. Conflict of Interest. City will evaluate Contractor's duties pursuant to this Agreement to
determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code
is required of Contractor or any of Contractor's employees, agents or subcontractors. Should it
be determined that disclosure is required, Contractor or Contractor's employees, agents, or
subcontractors will complete and file with the City Clerk those schedules specified by City and
contained in the Statement of Economic Interests Form 700.
8. Compliance With Laws. Contractor will comply with all applicable local, state and federal
laws and regulations prohibiting discrimination and harassment and will obtain and maintain a
City of Carlsbad Business License for the term of this Agreement.
9. Termination. City or Contractor may terminate this Agreement at any time after a
discussion, and written notice to the other party. City will pay Contractor's costs for services
delivered up to the time of termination, if the services have been delivered in accordance with
the Agreement.
10. Claims and Lawsuits. By signing this Agreement, Contractor agrees it may be subject to
civil penalties for the filing of false claims as set forth in the California False Claims Act,
Government Code sections 12650, et seq.. and Carlsbad Municipal Code Sections 3.32.025, et
seq. Contractor further acknowledges that debarment by another jurisdiction is grounds for the
City of Carlsbad to terminate this Agreement.
11. Venue and Jurisdiction. Contractor agrees and stipulates that the proper venue and
jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the
State Superior Court, San Diego County, California.
12. Assignment. Contractor may assign neither this Agreement nor any part of it, nor any
monies due or to become due under it, without the prior written consent of City.
13. Amendments This Agreement may be amended by mutual consent of City and
Contractor. Any amendment will be in writing, signed by both parties, with a statement of
estimated changes in charges or time schedule.
City Attorney Approved Version #11.28.06
14. 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 CITY OF CARLSBAD, a municipal
corporation of the State of California
By:
(sign here)Manager or-Mayuf
(print name/title)ATTEST:
(e-mail address)
*By:
(sign here)
(print name/title)
(e-mail address)
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:
RONALD R. BALL, City Attorney
)eputy City Attorney
City Attorney Approved Version #11.28.06
"EXHIBIT A"
MIKHAIL OGAWA ENGINEERING
October 16, 2007
Mr. David Mauser
Deputy City Engineer- Planning and Programs
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008
SUBJECT: PROPOSAL TO PROVIDE LAND DEVELOPMENT STORMWATER
PROGRAM SUPPORT SERVICES
Dear David:
In response to your request, Mikhail Ogawa Engineering (MOE) is pleased to
submit this proposal to the City of Carlsbad (City) for providing Land
Development Stormwater Program Support Services (Project).
It is our understanding that the City has a Stormwater Program of which land
development activities are included for implementation. The City would like
assistance in developing overall updates to some of the implementation
documents and policies/guidelines. The overall intent of the assistance is to
prepare the documents for implementation by the January 2008 deadlines
and to be consistent with regional approaches to land development
implementation activities as they relate to Stormwater.
The following is a scope of services for the Project.
I. SCOPE OF SERVICES
Based on our current understanding of the Project, MOE will provide the
following professional services for the Project:
A. Revise the City's current SUSMP Implementation document to
reflect the Regional Model SUSMP document.
3525 Del Mar Heights Road #429 * San Diego, California 92130 * (619) 994-7074 * Fax (858) 225-0531
Mr. David Hauser
October 16, 2007
Page 2 of 3
B. Make appropriate revisions to the SUSMP Implementation
document to meet the Order 2007-0001 update requirements.
C. Review LCP for potential conflicts with SUSMP Implementation
document-provide comments and recommendations for
revisions.
D. Incorporate interim HMP requirements into the SUSMP
implementation document
E. Review General Plan - provide comments and
recommendations for potential revisions.
F. Review Standard Conditions of Approval - provide comments
and recommendations for revisions/updates.
G. Modify existing checklists to ensure that LID and BMP
requirements are being met.
H. Review process for discretionary permits - provide comments
and recommendations for revisions.
I. Assist with the development of restrictions to the use of
treatment control BMPs which are designed to primarily
function as centralized infiltration devices.
J. Assist with development of criteria and standards for
advanced treatment for exceptional threats to Water Quality.
K. Other services as requested which are related to the
preparation of the Development Planning and Construction
Components for the update to the City's JURMP.
II. CLIENT FURNISHED SERVICES
The following services or information will be provided by the City or its
consultants:
A. Assign one person to serve as the City's project manager who
has the authority to represent the City and will serve as the point
of interface for all project issues and communications.
Mr. David Mauser
October 16, 2007
Page 3 of 3
B. Hard-copy and electronic versions of all pertinent documents.
C. A complete description of all pertinent project information and
issues, including all unusual or critical requirements of the City.
III. ADDITIONAL SERVICES
If requested by the City, MOE will provide the following Additional Services,
beyond the services included in Section I. Scope of Services on a task-by-task
basis at the direction of the City:
A. Attendance to additional meetings beyond those specifically
identified in Section I. Scope of Services.
B. Any additional project related services not specifically
included in Section I, Scope of Services.
IV. FEES AND CONDITIONS
A. The Services described in Section I. Scope of Services, will be
provided on a time and materials basis with a not to exceed
amount of $10,000.
B. The Services described in Section III. Additional Services, will be
provided on an hourly rate basis in accordance with the MOE
Carlsbad Reduced Rate Schedule in effect at the time the
services are performed.
We appreciate the opportunity of offering this proposal, and look forward to
working with you on this project. If you are in agreement with the above,
please provide a notice to proceed as task authorization.
If you have any questions, please call me at (619) 994-7074.
Respectfully submitted,
Mikhail Ogawa
Principal
c: File
CITY OF CARLSBAD
REDUCED RATE SCHEDULE
EFFECTIVE APRIL 1,2007
ENGINEERING SERVICES
Principal Engineer $110.00
Senior Engineer 100.00
Associate Engineer 90.00
Assistant Engineer 70.00
Engineering Student 50.00
Water Quality Monitoring 65.00
ENVIRONMENTAL SCIENTIST SERVICES
Principal Scientist $102.00
Senior Scientist 92.00
Associate Scientist 82.00
Assistant Scientist 72.00
Student Scientist 52.00
Water Quality Monitoring 65.00
ADMINISTRATIVE SERVICES
Administrative Assistant $45.00
Administrative Clerk $40.00
EXPENSES AND OUTSIDE SERVICES
In addition, identifiable non-salary costs that are directly attributable to the project such as reproduction
costs, telephone charges, mileage, postage, etc., are billed at actual cost plus 15 percent to cover
overhead and administration plus 3 percent for insurance costs.
Fees for litigation and expert witness services will be charged at $450.00 per hour with a 4-hour minimum
per day.
Fees for subconsultant services provided are billed at actual cost plus 15 percent to cover overhead and
administration, plus 3 percent for insurance costs.
PAYMENT TERMS
A late payment finance charge at a rate of 18 percent per annum will be applied to any unpaid balance
commencing 30 days after the date of original invoice.
This rate schedule is subject to annual and/or periodic revisions as necessary to accommodate
inflationary trends, salary adjustments and the general costs of business.