HomeMy WebLinkAbout2025-06-17; City Council; Resolution 2025-134Exhibit 1 RESOLUTION NO. 2025-134
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD,
CALIFORNIA, AUTHORIZING A PROFESSIONAL SERVICES AGREEMENT WITH
MIKHAIL OGAWA ENGINEERING, INC. TO PROVIDE SERVICES TO PREPARE
AN ANNUAL WATER QUALITY IMPROVEMENT PLAN REPORT FOR THE
CARLSBAD WATERSHED MANAGEMENT AREA PROGRAM
WHEREAS, the California Regional Water Quality Control Board San Diego Region issued
National Pollutant Discharge Elimination System (NPDES) Order No. R9-2013-0001, as amended by
NPDES Order Nos. R9-2015-0001 and R9-2015-0100, to regulate discharges from municipal separate
storm sewer systems in the San Diego region; and
WHEREAS, copermittees within the Carlsbad Watershed Management Area consist of the
following jurisdictions, collectively known as the Carlsbad Watershed copermittees: County of San
Diego and the cities of Carlsbad, Encinitas, Escondido, Oceanside, San Marcos, Solana Beach and Vista;
and
WHEREAS, the Carlsbad Watershed copermittees are required by the permit to cooperate in
implementation of a Water Quality Improvement Plan, and submit a Water Quality Improvement Plan
Annual Report each year; and
WHEREAS, City of Carlsbad staff have agreed to provide contract management services as the
principal watershed copermittee for the Carlsbad Watershed; and
WHEREAS, a request for proposals for Carlsbad Watershed Water Quality Improvement Plan
coordinator and annual report services was issued by the City of Carlsbad on Feb. 3, 2025; and
WHEREAS, the city received a proposal from one qualified bidder and performed a best-value
evaluation with a rating panel comprised of staff representing three Carlsbad Watershed copermittees;
and
WHEREAS, staff recommend awarding the Carlsbad Watershed Water Quality Improvement
Plan Annual Report professional services agreement to Mikhail Ogawa Engineering, Inc., based on the
results of the best-value evaluation; and
WHEREAS, the initial period of the Water Quality Improvement Plan Annual Report coordinator
and annual report agreement will be one year commencing on Aug. 1, 2025, or upon final execution of
the agreement, whichever is later, with the option to amend the agreement to extend it for up to four
June 17, 2025 Item #9 Page 5 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
additional one-year periods, per City of Carlsbad contracting practices, for a total term of five years;
and
WHEREAS, total agreement costs for fiscal year 2025-26 of $218,910 are included in the
Environmental Sustainability Department, Watershed Protection Division operating budget, which is
being presented to the City Council for adoption at the meeting on June 17, 2025; and
WHEREAS, on June 25, 2024, the City Council, through Resolution No. 2024-159, authorized the
Mayor to execute the fifth amended NPDES San Diego Regional Stormwater Copermittees
Memorandum of Understanding 2024, allowing the Carlsbad copermittees to share costs; and
WHEREAS, on Aug. 8, 2024, the regional memorandum of understanding became effective once
all parties signed; and
WHEREAS, as the principal watershed copermittee, the city will collect the proportional costs
pursuant to the cost-sharing formula in the memorandum of understanding plus an additional non-
refundable 5% administrative fee from each Carlsbad Watershed copermittee to offset agreement
expenditures; and
WHEREAS, while the total agreement amount is $218,910, this amount could be lower, and a
5% fee for this total will be retained by the city to cover administrative costs.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as
follows:
1.That the above recitations are true and correct.
2.That the City Council has determined that the proposed action is not a “project” as
defined by the California Environmental Quality Act, or CEQA, Section 21065 and CEQA
Guidelines Section 15378(a) and does not require environmental review under CEQA
Guidelines Section 15060(c)(2) because the action is limited to the execution of a
professional services agreement for the Carlsbad Watershed Management Area
Copermittees. The action has no potential to cause either a direct physical change in the
environment or a reasonably foreseeable indirect physical change in the environment.
3.That the Mayor is authorized and directed to execute a professional services agreement
with Mikhail Ogawa Engineering, Inc., for and on behalf of the City of Carlsbad
(Attachment A).
June 17, 2025 Item #9 Page 6 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
4.That upon mutual agreement of the parties, the City Manager, or designee, is authorized
and directed to extend the professional services agreement with Mikhail Ogawa
Engineering, Inc. (Attachment A), for and on behalf of the City of Carlsbad for an
additional four (4) one-year periods with annual cost increases of up to 10%.
PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City
of Carlsbad on the 17th day of June, 2025, by the following vote, to wit:
AYES: Blackburn, Bhat-Patel, Acosta, Burkholder, Shin.
NAYS: None.
ABSTAIN: None.
ABSENT: None.
______________________________________
KEITH BLACKBURN, Mayor
______________________________________
SHERRY FREISINGER, City Clerk
(SEAL)
June 17, 2025 Item #9 Page 7 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
City Attorney Approved Version 2/11/2025
Page 1
AGREEMENT FOR CARLSBAD WATERSHED MANAGEMENT AREA WATER QUALITY IMPROVEMENT
PLAN COORDINATOR AND ANNUAL REPORT SERVICES
MIKHAIL OGAWA ENGINEERING, INC.
THIS AGREEMENT is made and entered into as of the ______________ day of
_________________________, 2025, but effective August 1, 2025, by and between the City of Carlsbad,
California, a municipal corporation ("City") and Mikhail Ogawa Engineering, Inc., a California corporation
("Contractor").
RECITALS
A. City requires the professional services of a consultant that is experienced in water quality
improvement plan coordination and annual report services.
B. Contractor has the necessary experience in providing professional services and advice
related to water quality improvement plan coordination and annual report services.
C. Contractor has submitted a proposal to City under RFP25-3669ENV 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
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 from August 1, 2025, to July 30, 2026. The City Manager may
amend the Agreement to extend it for four (4) additional one (1) year periods or parts thereof. 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 shall not exceed
two hundred eighteen thousand nine hundred ten dollars ($218,910). No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this Agreement. The
compensation during each of the following years of the Agreement term may be adjusted, by amending
the agreement, by an amount not to exceed 10% due to changes in regulatory requirements if agreed to
by both parties.
ATTACHMENT A
June 17, 2025 Item #9 Page 8 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
June
20th
PSA25-3803ENV
City Attorney Approved Version 2/11/2025
Page 2
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."
6. CONSTRUCTION MANAGEMENT SOFTWARE
Procore Project Management and Collaboration System. This project may
(www.procore.com) online project management and document control platform. The intent of utilizing
Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team
dynamic by improving information flow, reducing non-productive activities, reducing rework and
decreasing turnaround times. The Contractor is required to create a free web-based Procore user
account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system.
Unless the Engineer approves otherwise, the Contractor shall process all project documents through
Procore because this platform will be used to submit, track, distribute and collaborate on project. If
unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall
complete a free training certification course located at http://learn.procore.com/procore-certification-
subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either
through the online training or reaching out to the Procore support team. It will be the responsibility of the
Contractor to regularly check Procore and review updated documents as they are added. There will be no
cost to the Contractor for use of Procore.
It is recommended that the Contractor provide mobile access for Windows, iOS located at
https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices
located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App
installed to at least one on-site individual to provide real-time access to current posted drawings,
specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient
observations or punch list items. Providing mobile access will improve communication, efficiency, and
productivity for all parties. The use of Procore for project management does not relieve the contractor of
any other requirements as may be specified in the contract documents.
7. 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
election, City may deduct
the indemnification amount from any balance owing to Contractor.
June 17, 2025 Item #9 Page 9 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
City Attorney Approved Version 2/11/2025
Page 3
8. 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.
9. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
10. INDEMNIFICATION
Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City
and its officers, elected and appointed 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.
and only to the extent required by Civil Code Section 2782.8, which is fully incorporated herein,
the negligence, recklessness, or willful misconduct of the Contractor, and, upon Contractor obtaining a
-
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.
11. 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
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-:VII"; OR
OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC)
latest quarterly listings report.
11.1 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
June 17, 2025 Item #9 Page 10 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
City Attorney Approved Version 2/11/2025
Page 4
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.
The full limits available to the named insured shall also be available and applicable to the City as an
additional insured.
11.1.1 Commercial General Liability (CGL) Insurance.
including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general
aggregate limit applies, either the general aggregate limit shall apply separately to this project/location
or the general aggregate limit shall be twice the required occurrence limit.
11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for
City). $2,000,000 combined single-limit per accident for bodily injury and property damage.
11.1.3 Workers' Compensation and Employer'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.
11.1.4 Professional Liability.
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.
11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this
Agreement contain, or are endorsed to contain, the following provisions:
11.2.1 The City will be named as an additional insured on Commercial General Liability which
shall provide primary coverage to the City.
11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be
written as claims-made coverage.
11.2.3 If Contractor maintains higher limits than the minimums shown above, the City requires
and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance
proceeds in excess of the specified minimum limits of insurance and coverage will be available to the City.
11.2.4 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.
11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement,
Contractor will furnish certificates of insurance and endorsements to City.
11.4 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 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.
June 17, 2025 Item #9 Page 11 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
City Attorney Approved Version 2/11/2025
Page 5
11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and
certified copies of any or all required insurance policies and endorsements.
12. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as
may be amended from time-to-time.
13. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly 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 four (4) years from the
date of final payment under this Agreement.
14. 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
records.
15. 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.
16. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on behalf
of City and on behalf of Contractor under this Agreement are:
For City For Contractor
Name Tim Murphy Name Mikhail Ogawa
Title Senior Program Manager Title Senior Principal/Owner
Department Environmental Sustainability Address 731 S Hwy 101 Ste 16
City of Carlsbad Solana Beach, CA 92075
Address 1635 Faraday Ave Phone No. 858-987-4169
Carlsbad, CA 92008 Email mikhail@mogawaeng.com
Phone No. 442-339-2587
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.
June 17, 2025 Item #9 Page 12 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
City Attorney Approved Version 2/11/2025
Page 6
17. 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 as required in the City of Carlsbad Conflict of Interest Code. For Labor Compliance Service
Agreements, the Contractor further represents, warrants, and declares, under penalty of perjury, interest,
as that term is defined in Labor Code Section 1771.8(a)(2) does not exist.
Yes No
If yes, list the contact information below for all individuals required to file:
Name Email Phone Number
18. 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 of the 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.
19. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS
-duty package
delivery vehicles operated in California may be subject to the California Air Resources Board (CARB)
Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce
emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage
at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets.
20. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
21. 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 otherwise 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 forwarded 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 outlining the disputes will
be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended
June 17, 2025 Item #9 Page 13 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
City Attorney Approved Version 2/11/2025
Page 7
by each party and may then opt to direct a solution to the problem. In such cases, the action 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.
22. 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.
City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor
may terminate this Agreement by tendering Seven (7) days written notice to City. In the event of
termination of this Agreement by either party 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 payable
under this Agreement. City will make the final determination as to the portions of tasks completed and
the compensation to be made.
23. 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 consideration 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 discretion, to deduct from the Agreement price or consideration, or
otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent
fee.
24. 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 anticipation of
litigation or in conjunction 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 sections 12650 et seq., the False Claims Act applies to this
Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public
entity. These provisions include false claims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the
False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor
acknowledges that the filing 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
jurisdiction is grounds for City to terminate this Agreement.
June 17, 2025 Item #9 Page 14 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
City Attorney Approved Version 2/11/2025
Page 8
25. JURISDICTION AND VENUE
This Agreement shall be interpreted in accordance with the laws of the State of California without regard
to, or application of, choice of law rules or principles. 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.
26. 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 nor 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.
27. THIRD PARTY RIGHTS
Nothing in this Agreement should be construed to give any rights or benefits to any party other than the
City and Contractor.
28. 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 relating 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. This Agreement may
be executed in counterparts.
29. 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.
[signatures on following page]
June 17, 2025 Item #9 Page 15 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
City Attorney Approved Version 2/11/2025
Page 9
CONTRACTOR
CITY OF CARLSBAD, a municipal corporation of
the State of California MIKHAIL OGAWA ENGINEERING, INC.,
a California corporation
By: By:
(sign here) Keith Blackburn, Mayor
Mikhail Ogawa, President and Secretary
(print name/title)
ATTEST:
By: SHERRY FREISINGER, City Clerk
(sign here) By:
Director of Constituent & Clerk Services
(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 Group B
Chairman, Secretary,
President, or Assistant Secretary,
Vice-President 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:
CINDIE K. McMAHON, City Attorney
By: _____________________________
June 17, 2025 Item #9 Page 16 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
City Attorney Approved Version 2/11/2025
Page 10
EXHIBIT A
SCOPE OF SERVICES AND FEE
June 17, 2025 Item #9 Page 17 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A"
June 17, 2025 Item #9 Page 18 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 19 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 20 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 21 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 22 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 23 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 24 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 25 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 26 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 27 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 28 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 29 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 30 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 31 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 32 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 33 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 34 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 35 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 36 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
PSA25-3803ENV
Exhibit "A" (Cont.)
June 17, 2025 Item #9 Page 37 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08
LARRY WALKER ASSOCIATES, INC.
Rate Sheet Effective July 1, 2025 – June 30, 2026
Note:(1)Chargedwhenovernightlodgingisrequired.U.S.GeneralServicesAdministrationrates specified by location of work at gsa.gov
REIMBURSABLE COSTS
Travel
LocalMileage Current IRS Rate
AutoRental ActualExpense
Room ActualExpense
SubsistenceandPerDiem Meals (1)CurrentGSA Rate
Breakfast CurrentGSA Rate
Lunch CurrentGSA Rate
Dinner CurrentGSA Rate
Incidentals CurrentGSA Rate
Report Reproduction and Copying
PerColorCopy, In-House $0.89
Per Black and WhiteCopy,In-House $0.08
PerBinding,In-House $1.95
SpecialPostageandExpress Mail ActualExpense
Third-Party Material Preparation ActualExpense
OtherDirect Costs ActualExpense
Daily Equipment Rental Rates ( Daily Rate)
SingleParameter Meters & Equipment $30.00
DigitalFlowMeter $60.00
Multi-ParameterFieldMeters& Sondes $100.00
RTK-GPS,River Surveyor,Tracer Study Equipment $250.00
Multi-ParameterContinuousRemoteSensing $40.00
Field Rig (Field Vehicleand All Equipment)$200.00
Subcontractors ActualExpensePlus10%Fee
TITLE HOURLY RATE
Administrative $82
Contract Manager $155
AR/AP Manager $155
Graphic Designer $142
ProjectEngineer/Scientist I-C $150
ProjectEngineer/Scientist I-B $176
Project Engineer/Scientist I-A $202
Project Engineer/Scientist II-B $221
Project Engineer/Scientist II-A $248
Senior I $269
Senior II $289
Associate I $304
Associate II $324
Vice President $342
Executive Vice President $357
Senior Executive $368
President $368
PSA25-3803ENV
Exhibit "A" (on )
June 17, 2025 Item #9 Page 38 of 39
Docusign Envelope ID: ED7E2C1A-EBF1-47F7-8F87-9EF2F01A1E08