Loading...
HomeMy WebLinkAboutRGGroup Inc; 2011-10-19; PEM840PEM840 AGREEMENT FOR DESIGN-BUILD PROCUREMENT PROCESS CONSULTING SERVICES (RGGROUP, INC.) THIS AGREEMENT is made and entered into as of the /*? day of Ocrk>t>C4^ 2011, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and RGGROUP, INC., a California corporation, ("Contractor"). RECITALS City requires the professional services of a Design/Build Process Consultant that is experienced in assisting municipalities and other public entities in adopting the design/build procurement method. 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 nine (9) months 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 and approved expenses. 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' City Attorney Approved Version 5/12/11 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, 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 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 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 Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad 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 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. 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. City Attorney Approved Version 5/12/11 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. 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 RGGROUP, INC., a California corporation By: (print name/title) By: (sign here) ^Ci.VsLy\ x ^ (print name/title) L* f CITY OF CARLSBAD, a municipal corporation of the State of California By: City Manager or Mayor or Director ATTEST: LORRAINE M. WOOD 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: RONALD R. BALL, City Attorney By:. Assistant City Attorney City Attorney Approved Version 5/12/11 "WELLS FARGO All-purpose Acknowledgment California only State of California County of 0, On / 1^>/ U before me, {)<•&««••» fjeUtiA-t^ /tPoX-k. ^AbltC(hereinsei/ 0 1 J j O i ^ /'j»ft /joersonallv aooeared /"•« *» ' ^ C ^^ /< y / who proved to me on the basis of satisfactory evidence to be the person(|Q whose name(H is/a\e subscribed to the within instrument and acknowledged to me that he/sHe/thfy executed the same in his/h4[/th^jr authorized capacity(ie^), and that by his/hAr/tr|pir signature($ on the instrument the person($), or the entity upon behalf of which the personO^ acted, executed the instrument. • I1 certify under PENALTY OF PERJURY under the laws of the State of California that the : foregoing paragraph is true and correct. ! ^~y? WITNESS my hand and official seal. Sianature &^^2^5^ ^ ^-^^^ t name and title of the officer), iiiiniiiiiiiiiiiiiiiiiiiiiiii'iiiii >^S^X GREGORY HOEKMAN fejlflBi COMM. #1893050fett^®^ NOTARY PUBLIC -CAUFORNIA \5fij3J/ ORANGE COUNTY Mr 0»mmit8kjn 6a*e« (W18/201 4iiiiiiiiiiiiiiilliiiiiiiiiiiiiiiiii Notary Seal Scanner Enabled Stores should scan this form Manual Submission Route to Deposit Operations DSGS3SOCA (12-07113424)FO01-OOODSG5350CA-01 WELLS FARGO All-purpose Acknowledgment California only State of California County of On ,£jJ/_ ..... . ...... before me personally appeared 7^.,, 4 $/: s^mL (here insert name and title of the officer), who proved to me on the basis of satisfactory evidence to be the personjsfwhose namej£) isXare subscribed to the within instrument and acknowledged to me that .he/she/they executed the same in Jiis/her&twif authorized capacity(ies>, and that by •hw/her/ibeif signature(s->on the instrument the person{s), or the entity upon behalf of which the person^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Notary Seal Scanner Enabled Stores should scan this form Manual Submission Route to Deposit Operations 0SG5350CA (12-07113424)FOO1-OOODSG5350CA-01 Intelligent Design & Process Management Exhibit "A" Mr. Patrick McGarry City of Carlsbad (Email) August 18, 2011 August 25, 2011 Revisions in blue Subject: Assistance with Development of Design Build RFP for City of Carlsbad Alga Norte Community Park Dear Mr. McGarry: The City of Carlsbad is planning on constructing the Alga Norte Community Park within tight budget and schedule constraints. It is our understanding that the City wishes to use Design Build to finish the design and construction process for this project. The rggroup proposal for the project consists of the following: The following is rggroup's scope of work: Initial Meeting with City of Carlsbad staff Assist City in development of overall structure of the RFP, Agreement between Owner and Design Builder and General Conditions General based on the DBIA Contract Documents 2010 Edition Assist City in development of DBTeam Prequalification Criteria and Evaluation Criteria Assist City in development of Technical Submittal Requirements Assist City in development of Technical Scoring and Evaluation Criteria Review project information with City team to understand the scope of the project, budget and schedule. Proposal Schedule template, Draft Project Description, Draft Proposal Documents, Maximum Acceptance Cost, Draft Basis of Selection, Draft General Proposal Requirements, Term and Provision, and payment for Stipend for Proposal Preparation. Modifications of the DBIA contract documents specific to City of Carlsbad Alga Norte Community Park for review by City Counsel. Project General Requirements will be developed by the City. Utilizing City of Carlsbad information, assist in the development a prequalification criteria which the City can distribute to prospective Design- Build Teams Draft project technical submittal requirements including the outline of the process for review. Assist in producing a weighed technical evaluation and scoring criteria that assist the City in obtaining the desired results for the project. Important and critical elements of the project will be defined by City staff. Ms. Gladson will manage the development of work outlined above and is immediately available to dedicate the needed time to ensure success. Ms. Gladson has assembled a team of experts which will ensure the success of the City of Carlsbad project. We have included Ms. Gladson's resume and a company brochure as a part of this letter proposal to highlight our company experience. The City staff will perform all other tasks including but not limited to: • Determination that the project budget and scope are in alignment and that appropriate funds have been identified to adequately fund the project, • Develop and administer the overall project delivery strategy, including the process for the design and construction of the City of Carlsbad project within the project budget and schedule, • Provide project program, drawings and specification for the Request for Proposal, Page 2 • Manage the proposal and procurement process for the project, • Implement a process that provides the City with single source architect/contractor responsibility that will avoid or minimize the possibility of project delays or budget overruns yet incorporates City of Carlsbad involvement into the final design process and provides for innovation in the final design and construction, • Develop / Modify existing program to meet the City of Carlsbad mission, visions and requirements for a State of the Art community park and aquatics facility, • Define and document project constraints, i.e. schedule, budget, maximum allowable contract (MAC), agency requirements, fluctuating market conditions, phasing, etc., • Advertise and publish the DB Team prequalification criteria and perform all evaluation of submitted prequalification information, • Advertise in accordance with the City of Carlsbad requirements for contractor and subcontractor bids and services, • Transmit and administer the prequalification criteria to prospective Design Build teams, fielding questions concerning the project objectives and information requests, • Mange the requests for any and all clarifications necessary to complete the prequalification process, • Review with City Counsel any legal issues associated with DB Team prequalification including any prequalification protest processes, • Notify prequalification submitters of their qualification status, • City staff will develop and manage the criteria and process for sub-contractor prequalification if required, • Develop a project risk strategy that appropriately allocates risk between the owner and single source contract for the project, • Develop procurement strategy that will maximize program opportunities ("expansion ready", additional space) and provide an overall best value (cost and time benefit) to the City, • Develop critical project decisions matrix for City of Carlsbad, • Assist with community involvement / Development of public relations materials, • Define management approach for BIM (Building Information Modeling) technology process and Lean Construction, • Management of the issuance of contract documents, pre-bid meetings, confidential one-on-one meeting with prequalified DB Teams, technical evaluation committee/process and determination of "Best Value" proposal. The fee for the work outlined as rggroup scope of work is $10,000.00. Industry standard reimbursable cost such as printing, mileage, purchase of DBIA contract documents, etc. is not included. I look forward to your comments. Please call me at 949-874-3426 or rgladson@rggroupglobal.com Sincerely yours, Rebekah Gladson President, rggroup, inc. Page 2