Loading...
HomeMy WebLinkAboutSimon Wong Engineering; 2015-04-27; TRAN1193TRAN 1193 AGREEMENT FOR PAVEMENT AND PARKING LOT ASSESSMENT SERVICES SIMON WONG ENGINEERING ^REEMENT is made and entered into as of the ^ ^-^^ day of 2015. by and between the CITY OF CARLSBAD, a municipal cdTpdration, ("City"), and SIMON WONG ENGINEERING, a wholly-owned subsidiary of KLEINFELDER, INC., a Califomia corporation ("Contractor^). RECITALS City requires the professional services of a civil engineering consultant that is experienced in pavement maintenance and pavement assessment services and 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 sixty (60) days from the date first above written. 3. COMPENSATION The total fee payable for the Services to be perfomied will be made on a time and materials basis for an amount not to exceed seven thousand five hundred dollars ($7,500). 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 wiil 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, attomey'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 ofthis Agreement. City Attorney Approved Version 1/30/13 TRAN 1193 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 Risk IVIanager or the City IVIanager. 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 ofthis 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 priorto City's execution ofthis 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 Califomia False Claims Act, Government Code sections 12650, et sec, and Carlsbad Municipal Code Sections 3.32.025, et sec. Contractor further acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to temiinate 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, Califomia. 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 TRAN 1193 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 SIMON WONG ENGINEERING, a wholly- owned subsidiary of KLEINFELDER^ INC., aj3alifomia;qorporation^ By- CITY OF CARLSBAD, a municipal corporation of the State of Califomia Public Work's Director Patrick Thomas Marc Mclntyre, P.E., Vice President (print name/titie) Simon Wong, S.E., 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 corporafion. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney Assistant City Attorr^ey City Attorney Approved Version 1/30/13 TRAN 1193 EXHIBIT "A" SCOPE OF SERVICES Contractor shall perform parking lot assessments generally at the city owned facilities identified in the table below. Some facilities may be deleted from the list, final list to be presented at the time of the initial kick-off meetings. Contractor shall document and report out on the condition of pavement, striping, curbs, sidewalks, and lighting fixtures in each ofthe lots. Estimated quantities of necessary repairs as well as recommendations for repairs will be completed during assessments and included in the assessment report. Work will be performed on a time & materials basis with a not to exceed amount of $7,500.00. Estimated costs of service Civil Field Inspector 36 hours (g $150/hr $5,400.00 City Meetings 6 hours @ $150/hr $900.00 Report Preparation 8 hours (5) $150/hr $1.200.00 Total Not To Exceed $7,500.00 Parking Lot Facilities: Facility Address Total Asphalt sq. ft. Stagecoach Park 3420 Camino de los Coches 91,080 State St, south of CVD 3045 State St. 16,117 Calavera Hills Park 2997 Glasgow Drive 57,820 State/Grand, Fountain Lot 2897 State St. 10,000 Poinsettia Park 6651 Hidden Valley Road 181,728 Visitors Center/Train Depot 454 Carlsbad Village Dr Magee Park 258 Beech Avenue 6,500 Hidden Canyon Park 2685 Vancouver St. 5,490 Washington and Oak Lot 3090 Washington 12,600 City Hall Complex 1200 Carlsbad Village Drive 46,100 CVD & Roosevelt 2989 Roosevelt 20,000 Duck Observation Area Jefferson at Marron (NW corner) 18,600 City Attorney Approved Version 1/30/13 TRAN 1193 Fire Station #1 1275 Carlsbad Village Drive 7,560 Fire Station #4 6885 Batiquitos Lane 4,104 Fire Station #5 2540 Orion Way Harding Center - West 3075 Harding Street 7,020 Harding Parking Lot 3053 Harding St. 12,632 Holiday Park 3200 Pio Pico Drive 31,600 Hosp Grove Lot 2600 Monroe/Wickham Way 20,000 Hosp Grove Park Marron Road/Jefferson 11,392 La Costa Canyon Park 3020 Pueblo Street 9,700 Old RR Depot 400 Carlsbad Village Drive 20,187 Parks Maintenance Yard 1166 Carlsbad Village Drive 37,800 Pine Park concrete 3333 Harding Street 39,680 Pine Park East 3333 Harding Street 16,300 Pio Pico Park 2600 Pio Pico Dr. 1,120 Roosevelt St, across Housing 2936 Roosevelt 21,344 Roosevelt Street 2950 Grand Avenue (NE corner) 15,410 Roosevelt Street 2970 Grand Avenue (Mid Block) 19,260 Rotary Park 2928 Washington 8,200 Safety Center 2560 Orion Way 121,977 Senior Center 799 Pine Street 28,300 Skate Park 2560 Orion Way 2,016 State Street 3025 to 3075 State Street 12,544 Swim Complex 3401 Monroe 22,941 Water District/CM&I 5950 El Camino Real 27,220 City Attorney Approved Version 1/30/13