Loading...
HomeMy WebLinkAboutNolte Associates Inc; 2014-01-27; TRAN1059TRAN 1059 AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES (NOLTE ASSOCIATES, INC.) THIS AGREEMENT is made and entered into as of the ^/^^^ day of '^/^d^ r^y . 2014, by and between the CiTY OF CARLSBAD, a municipal oration, ("City"^ and Nolte Associates, Inc., a California corporation, ("Contractor"). RECITALS City requires the professional services of a consultant engineer that is experienced in civil 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 "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 six (6) months from the date first above written. 3. COMPENSATION The total fee payable for the Services described in Exhibit "A" on a time and materials basis not- to-exceed nine thousand five hundred dollars ($9,500). 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 eariy termination of this Agreement. City Attorney Approved Version 1/30/13 6. 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 rating in the Best's Key Rating guide of at least A-:VII OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X", in an amount of not less than one million dollars ($1,000,000) each, unless OthenA/ise 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. 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 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. 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 Carisbad Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges that debarment by another jurisdiction is grounds for the City of Carisbad to terminate this Agreement. 11. JURISDICTIONS AND VENUE 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 1/30/13 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 NOLTE ASSOCIATES, INC., a California corporation By: ^ (sign nere) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California Caty Managor or Mayor OF Director (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 1/30/13 NVS NOLTE VERTICALFIVE January 06, 2014 EXHIBIT «A" SCOPE OF WORK This specific scope of work is for providing the Final "Monitoring Report" on the condition of the revetment at Las Encinas Creek Bridge. When the bridge and revetment construction was completed in 2010, NVS staff set up several monuments at the bridge and rip rap to monitor the condition of the revetment and determine if any corrective measures need to be taken. This was done as a special condition of approval by the Califomia Coastal Commission. Since then, NVS has been monitoring the revetment by usiag our High Definition Scanning capabilities on a yearly basis, and providing a report with our findings, along with a table comparing the movement, if any, of the rip rap. Although the CCC's conditions of approval did not liave a specified time frame, the City had asked NVS (Nolte) to perform that service for five years. This final report will conclude our engagement with the City for these services. In March of 2014, NVS survey crew and project manager wiU head out to the site to set up the High Definition Scanning equipment to perform the fmal survey. A cursory inspection of the bridge wiU be performed simultaneously, to detect any anomalies and take photos of the current conditions. When the survey is completed, all the point data will be downloaded and compiled at the office, and compared to the baseline point data obtained back in 2010. Our final report will then be prepared and submitted to the City prior to May 1^*, 2014. The report will incorporate our findings, as well as current photos compared to previous year's photos and the completed comparison table. We are estimating that this work can be done on a Time and Materials basis not to exceed $9,S00. Please do not hesitate to call me at 8S8.38S.2128 (direct line) or 8S8.70S.2430 (cellular) if you have any questions concerning our proposal, of need additional information. Respectfiilly submitted, NOLTE ASSOCIATES, INC. ( Jafck L. Abcarms7 associate / Engineering Manager