HomeMy WebLinkAboutNinyo and Moore; 2015-10-30; TRAN1323TRAN 1323
AGREEMENT FOR GEOTECHNICAL ENGINEERING SERVICES
NINYO AND MOORE
EEMENT is made and entered into as of the . ^^ day of
. 2015, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and Ninyo and Moore, a California corporation, ("Contractor").
RECITALS
City requires the professional services of a consultant that is experienced in geotech nical
engineering. 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
"Sen/ices") 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 six (6) months from the date first above written.
3. COMPENSATION
The total fee payable for the Sen/ices to be performed will be seven thousand three hundred forty
two dollars ($7,342). No other compensation for the Sen/ices 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 Sen/ices specified in Exhibit
"A."
4. PREVAILING WAGE
The general prevailing rate of wages, for each craft or type of worker needed to execute the
contract, shall be those as determined by the Director of Industrial Relations pursuant to the
Section 1770, 1773 and 1773.1 ofthe California Labor Code. Pursuant to Section 1773.2 ofthe
California Labor code, a current copy of applicable wage rates is on file in the office of the City
Engineer. The contractor to whom the contract is awarded shall not pay less than the said
specified prevailing rates of wages to all workers employed by him or her in the execution of the
contract
5. 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.
6. 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.
City Attorney Approved Version 4/1/15
TRAN 1323
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 forthe purposes ofthis section, and that this
section will survive the expiration or early termination of this Agreement.
7. INSURANCE
Contractor will obtain and maintain policies of commercial general liability insurance, automobile
liability insurance, a combined policy of workers' compensation, 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 Best's Key Rating of not less than "A-:VM";
OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers
(LASLI) with a rating in the latest Besfs 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, in an amount of not less than one million dollars ($1,000,000) each,
unless othenwise authorized and approved by the Risk Manager 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 Liability which shall provide primary coverage to the City. The
full limits available to the named insured shall also be available and applicable to the City as an
additional insured. Contractor will furnish certificates of insurance to the Contract Department,
with endorsements to City prior to City's execution of this Agreement.
8. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk 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.
9. 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 Carisbad Business License
for the term of this Agreement.
10. 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 sen/ices delivered up to the time of
termination, if the services have been de livered in accordance with the Agreement.
11. 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 Califomia False Claims Act, Government Code sections 12650, ef
seqf., and Carisbad Municipal Code Sections 3.32.025, ef seq. Contractor further acknowledges
that debarment by another jurisdiction is grounds for the City of Carisbad to terminate this
Agreement.
City Attorney Approved Version 4/1/15
TRAN 1323
12. JURISDICTIONS AND VENUE
Contractor agrees and stipulates that the proper venue and jurisdiction for resolution ofany disputes
between the parties arising out of this Agreement is the State Superior Court, San Diego County,
California.
13. 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.
14. 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 Attomey Approved Version 4/1/15
TRAN 1323
15. 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 term s and conditions of this Agreement.
CONTRACTOR
NINYO AND MOORE, a California
corporation
(sign here)^^^^
Avram Ninyo / President
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
Patric homas APublic Works Director
^/:u^ M^tu^
(sign here)
Elaine O. Autus / Assistant Secretary
(print name/title)
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 Attorney
City Attorney Approved Version 4/1/15
T ' Geotefinit.fll cwiri CnvirorimenM/Scieiice'i Comulwnt-,
Exhibit "A"
October 2, 2015
Project No. 108040000
Ms. Sherri Howard, PE
City of Carlsbad - Public Works Engineering
1635 FaradayAvenue
Carlsbad, California 92008
Subject: Fee Estimate for Geotechnical Observation, Special Inspection,
and Materials Testing Services
CMP Replacement Program - La Gran Via (Project No. 6607)
Carlsbad, California
Dear Ms. Howard:
In accordance with your request, we are pleased to submit this fee estimate to provide geotechnical
obsen/ation, special inspection, and materials testing services during the construction of the CMP
Replacement Program - La Gran Via (Project No. 6607) project. In preparation ofthis fee estimate,
we have reviewed the project plans dated July 2015 and our original project geotechnical report
dated December 12, 2014. We understand that the project will consist of the removal of an
approximately 40-foot section of the existing 24-inch diameter con-ugated metal pipe (CMP) and
replacing with a 24-inch diameter high-density polyethylene (HDPE) pipe. The new HDPE pipe will
be constructed at a depth up to approximately 14 feet below existing grade. Additional
improvements will include a new manhole, energy dissipator, and cutoff walls. This proposal has
been prepared without the benefit of a constmction schedule. When a schedule becomes available,
this fee estimate should be revised based on our review ofthe provided schedule.
SCOPE OF SERVICES
Based on our understanding of the project, we propose to provide the following services during
construction:
• Engineering consultation and project management, including distribution of field dailies and
test reports.
• Attending preconstruction and site meetings, as requested.
5710 Ruffin Road • San Diego. Calitomia 92123 • Phone (858) 576-1000 • Fax (858) 576-9600
" San Diego • Irvine • LosAngeles • Rancho Cucamonga • OaWand • SanFranosco • SanJose • Sacramento
Las Vegas • Phoentx • Tucson • Prescott Valley • Denver • Houston
CMP Replacement Program - La Gran Via (Project No. 6607) October 2, 2015
Carlsbad, Califomia Project No. 108040000
Performing field observation and in-place density testing during earthwork operations, including
subgrade preparation, trench backfill, and slope reconstruction.
Laboratory testing of the soils used for the earthwork operations. The tests performed on
soils are anticipated to include Proctor density/optimum moisture content. Tests in addition
to these may be performed as appropriate.
Performing special inspection by our certified inspector during placement ofthe cut off walls
and energy dissipator. Our special inspector will perform continuous inspection during the
concrete placements for proper mix designs, age of concrete, allowable water, proper in-
gredient proportions, and sample the fresh material. The inspector will test the sampled
material for temperature and slump, as well as cast one set of four concrete cylinders for
every 150 cubic yards placed, or fraction thereof, during a day's placement per project
specifications.
Performing laboratory material conformance testing at our in-house laboratory of concrete
samples.
Preparing a compaction testing summary report at the completion of earthwork operations.
FEE
The sen/ices described above will be provided on a time-and-expense basis accrued in accord-
ance with our current master schedule of fees with the City. We estimate the fees for the above
services to be approximatety $7,342 (Seven Thousand Three Hundred Forty-Two Dollars). A
breakdown ofthis fee is presented on Table 1. The estimated costs are based on our assumptions
of the anticipated services and do not include stand-by time or costs associated with retesting or
reinspecting materials that were found not to be in compliance with the project plans or specifica-
tions. Our services will depend on the construction schedule and the contractor's operations. It
should be noted, that the performance of the subcontractors can substantially affect the duration
of our services.
Requested engineering, special inspection, and field and laboratory testing not within the speci-
fied scope of services or in excess of those presented in Table 1 will be provided, based on
time-and-materials, in accordance with our current schedule of fees. Our fee does not include
time to review drawings, preparation of construction specifications, meetings and other activities
requested that are not presented in our estimated fee breakdown.
CMP Replacement Program - La Gran Via (Project No. 6607)
Carisbad, California
October 2, 2015
ProjectNo. 108040000
Respectfully submitted,
NINYO & MOORE
Jeffrey T.Kent, PE, GE
Senior Engineer
GS/JTK/KHM/kh
Attachment: Table 1 - Breakdown of Estimated Fee
Kenneth H. Mansir, Jr., PE, GE
Principal Engineer
Distribution: (1) Addressee
108040000 P
CMP Replacement Program - La Gran Via (Project No. 6607) October 2, 2015
Carisbad, Califomia Project No. 108040000
TABLE 1 - BREAKDOWN OF ESTIMATED FEE
GEOTECHNICAL OBSERVATION AND TESTING
Senior Engineer/Geologist 2 hours @ $141.00 /hour $ 282.00
Senior Field/Laboratory Technician 40 hours @ $ 85.00 /hour $ 3,400.00
Reinforced Concrete, Special Inspector 20 hours @ $ 85.00 /hour $ 1,700.00
Subtotal $ 5,382.00
LABORATORY TESTING
Proctor Density - D 1557 & D 698 2 tests
Compression Tests, 6x12 Cylinder, C 39 8 tests
Subtotal
@ $180.00 /test
@ $ 22.00 /test
$
$
360.00
176.00
Proctor Density - D 1557 & D 698 2 tests
Compression Tests, 6x12 Cylinder, C 39 8 tests
Subtotal $ 536.00
ENGINEERING CONSULTATION, PRECONSTRUCTION/SITE MEETINGS,
PROJECT MANAGEMENT, AND REPORT PREPARATION
Principal Engineer/Geologist 2 hours @ $148.00 /hour $ 296.00
Senior Engineer/Geologist 8 hours @ $141.00 /hour $ 1,128.00
Subtotal $ 1,424.00
TOTAL ESTIMATED FEE $ 7.342.00
1 ofl