HomeMy WebLinkAboutSchmidt Design Group Inc; 2013-09-25; TRAN1034TRAN 1034
AGREEMENT FOR LANDSCAPE DESIGN SERVICES
(SCHMIDT DESIGN GROUP, INC.)
AGREEMENT is made and entered into as of the day of
t^f^ //r/P^A/^j^ 2013, by and between the CITY OF CARLSBAD, a municipal
corpcTrafion, ("City"), and SCHMIDT DESIGN GROUP, INC., a California corporation,
("Contractor").
RECITALS
A. City requires the professional services of a Landscape Architect that is
experienced in the design of landscaping, irrigation, and hardscape improvements.
B. Contractor has the necessary experience in providing professional services and
advice related to the design of landscaping, irrigation, and hardscape improvements.
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 one (1) year from the date first above
written. The City Manager may amend the Agreement to extend it for time and compensation.
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 term will be
twenty six thousand three hundred fifty dollars ($26,350). No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this
Agreement. 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 applicable, should be made as outlined in attached Exhibit "A".
City Attorney Approved Version 1/30/13
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 Services 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 will 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 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.
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-:VH". OR
City Attorney Approved Version 1/30/13
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".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits Indicated below, unless 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 of
the 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.
10.1.1 Commercial General Liabilitv Insurance. $1,000,000 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 of an 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 Emplover'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.
I I If box is checked, Professional Liability
City's Initials Contractor's Initials Insurance requirement Is waived.
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 of the 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
City Attorney Approved Version 1/30/13
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.
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, 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 cleariy 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 of
three (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 of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For City For Contractor
Name Jon Schauble Name Glen Schmidt
Title Associate Engineer Title President
Department PW/Transportation Address 2655 Fourth Ave
City of Carisbad San Dlego, CA 92103
Address 1635 Faraday Ave Phone No. 619-236-1462
Carisbad, CA 92008 Email gschmidt@schmidtdesign.com
Phone No. 760-602-2762
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.
City Attorney Approved Version 1/30/13
16. 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.
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 of the 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 local, 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 following 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 fonA/arded to both
parties involved along with 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 ouflining the disputes will be fon^/arded
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 acflon 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 work 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 of the
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 determine the final payment of the
Agreement.
Either party upon tendering thirty (30) days written noflce to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will 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
City Attorney Approved Version 1/30/13
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
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideraflon
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 discrefion, to deduct from the Agreement price or consideraflon, 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 of the Agreement process as set forth in this Agreement and not in
anflcipaflon of litigaflon or in conjuncflon 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 California Government Code secflons 12650 et seg..
the False Claims Act applies to this Agreement and, provides for civil penalfles where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false Informaflon or In reckless disregard of the truth or falsity of
information. If City seeks to recover penalfles pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the fliing 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 jurisdicflon
is grounds for City to terminate this Agreement.
23. JURISDICTIONS 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 or 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 relaflng 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 1/30/13
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
SCHMIDT DESIGN GROUP, INC.,
a California corporation
(sign here)
(print nanhe/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
City Monagor'or Mayor or Division Director
as authorized by the City Manager
(print nairieAitle)
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 offlcer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY:__
Assistant City Attornl^y
City Attorney Approved Version 1/30/13
EXHIBIT "A"
S c H MID T DESI G N G R O IJ P , INC.
BALANCING ARTISTIC EXPRESSION IN DESIGN WITH ENVIRONMENTAL SENSITIVITY
|B 2655 Fourth Avenue, San Diego, CA 92103 Lie. CA 2138, NV 219, AZ 34139
^ telephone {619} 236-1462 facsimile {619} 236-8792
[K www.schmidtdesign.com
August 22, 2013
Jon Schauble, PE Associate Engineer
Public Works Department, City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008
Regarding: Landscape Architectural Services - Coastal Rail Trail Reach i Improvements
Dear Mr. Schauble:
Thank you for the opportunity to provide the following proposal/agreement for the Carlsbad
Coastal Rail Trail Reach i Improvements. Per our discussion, the following reflects my
understanding of the services to be performed by Schmidt Design Group, Inc.
The limit of work will include all areas that are a part of the Coastal Rail Trail Reach i
Improvement plans prepared by RBF Consulting dated December 2012. In addition, it is
anticipated that landscape improvement recommendations will be included on the north end
ofthe project near Eaton Street.
SCOPE OF SERVICES
A. Schematic Design
1. We will review existing drawings and gather information about your goals, preferences,
and budget for the project.
2. We will spend time on the site to become more familiar with the site and its
opportunities and constraints.
3. We have already completed some preliminary sketching and design ideas. We met
with you and the steering committee on August 19th to present preliminary design
concepts and discuss the scope of work (see meetings section below).
4. Based on feedback received we will refine these schemes into two independent
concepts in a similar sketch format. We will meet with you again to obtain additional
feedback (see meetings section below).
5. Based on the information and feedback received at that meeting we will further
develop a Schematic Design (Landscape Concept Plan) for the project. We anticipate
that the existing configuration for the roundabout, bike path, sidewalks, and streets
will remain unchanged and our Landscape Concept Plan will focus on landscape and
construction materials that create a unique gateway landscape for this important
entrance into the City of Carlsbad. The roundabout will consider future public art
installation with signage. The plan will be rendered for presentation and
recommended plant material will also be schematically shown and noted on a plant
material legend. A concept image board will be prepared to further support and
illustrate the design concept. The concept of a mini-park at the intersection of State
Street and Carlsbad Boulevard will be studied.
Coastal Rail Trail Reach 1 Improvements
August 22, 2013
Page 2 of4
mm
6. We will meet with you and the steering committee to review the Landscape Concept
Plan and image board (see meetings section below).
7. We will finalize the Landscape Concept Plan and image board based on feedback.
8. We will present the Landscape Concept Plan and image board at a future City Council
meeting. A PowerPoint presentation will also be prepared for the City Council meeting
(see meetings section below).
Total service fee for Item A: $6,950.00
Construction Drawings
Upon the review/approval of the Schematic Design (Landscape Concept Plan), we will
prepare the following construction drawings in sufficient detail to facilitate construction.
We will submit ioo%, and Bid Set drawings for review. We anticipate being the Landscape
Architect of Record for the landscape portion of the project including planting and
irrigation. We will consult with the Engineer of Record and propose material changes to
the remaining portions of the work such as paving and lighting.
1. Construction Materials Consultation: We will provide input to RBF for updates to the
landscape construction plan to be included in their drawings. RBF will need to modify
their drawings to remove some construction details from the landscape sheets and
add them to their portion of the drawings. We will provide input to RBF for updates to
construction details. Our consulting will be limited to aesthetic recommendations and
the Engineer of Record will be responsible for construction and structural detailing.
Recommendations for outdoor lighting fixtures for lighting will also be provided for
inclusion into the Engineers drawings. (Electrical Engineering not included).
2. Planting Plan: This plan will locate and identify all plant material to be used indicating
botanical name, common name, quantity and container size.
3. Irrigation Plan: This plan will indicate all valves, piping, sprinkler heads, drip
irrigation, control equipment and miscellaneous appurtenances. We will coordinate
with the civil engineer on the location ofthe irrigation water connection.
4. Irrigation and Planting notes, details and specifications (General and Special
Conditions) as required to carry out the preceding work.
9. We will coordinate with the civil and electrical engineers during the design process.
10. Meetings with staff and consultant as required (see meetings section below).
5. Plan revisions per City comments. We anticipate a total of two (2) rounds of review
and revision cycles.
Total service fee for Item B: $11,700.00
Meetings
Because the number of meetings and time required for meetings is difficult to anticipate,
we propose to provide these services on a time and materials basis (see hourly rates
below). Includes up to 12 hours of meetings during the course of the project.
Coastal Rail Trail Reach 1 Improvements
August 22, 2013
Page 3 of 4
Total service fee for Item C (hourly): $2,800.00
D. Construction Administration/Construction Observation
Because it is difficult to anticipate the time required for this phase we propose to provide
these services on a time and materials basis (see hourly rates below).
Total service fee for Item D (hourly/not to exceed): $4,900.00
CLIENT RESPONSIBILITIES
A. Provide completed base sheet in AutoCAD with defined limit of work boundary.
B. Promptly notify the landscape architect of any changes or revisions in the project (site
conditions, street design, etc.).
C. Coordination between all consultants including civil engineers, electrical engineer and
landscape architect.
SCOPE OF SERVICES EXCLUDES
A. Detailed perspective drawings or 3D renderings.
B. Changes in the scope of project or services.
C. Finish grading and drainage plans including area drains.
D. Plan submittals and processing to the City.
E. Fountains and/or pool design.
F. Structural engineering.
G. Irrigation design for reclaimed water.
H. Electrical plans.
I. Construction detailing (anticipate consulting with RBF only for any required updates).
SUMMARY OF FEES:
Item A. Schematic Design $6,950.00
Item B. Construction Drawings $11,700.00
Item C. Meetings $2,800.00
Item D. Construction Administration/Construction Observation $4,900.00
G RAN D TOTAL $26,350.00
Hourly Time and Materials Fee Schedule
Fees will be charged for technical work, consultation, and additional services. Charges will be
made for typing, as in the preparation of reports, and for time and costs of printing. No direct
charges will be made for normal secretarial service, office management or general accounting;
these items are included in overhead.