HomeMy WebLinkAboutAECOM Technical Services Inc; 2014-08-12; TRAN1104TRAN1104
AMENDMENT NO. 5 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
FOR THE CORRUGATED METAL PIPE REPLACEMENT PROGRAM
AECOM TECHNICAL SERVICES, INC.
This Amendment No. 5 is entered into and effective as of the fiR""' day of J1111n , 20 /7, amending the agreement dated August 12, 2014,
(the "Agree ent") by and between the City of Carlsbad, a municipal corporation, ("City"), and
AECOM Technical Services, Inc., ("Contractor") (collectively, the "Parties") for professional
engineering services and advice related to civil engineering construction support services.
RECITALS
A. On January 26, 2015, the Parties executed Amendment No. 1 to the Agreement to
update the contact information and extend the Agreement for a period of one (1) year ending
February 11, 2016; and
B. On October 22, 2015, the Parties executed Amendment No. 2 to the Agreement to
alter the Agreement's scope of work to perform construction support services for the Corrugated
Metal Pipe Replacement Program; and
C. On March 3, 2016, the Parties executed Ratification of Amendment No. 3 to the
Agreement to extend the Agreement for a period of one (1) year ending February 11, 2017; and
D. On December 5, 2016, the Parties executed Amendment No. 4 to the Agreement
to extend the Agreement for a period of one ( 1) year ending February 11 , 20 18; and
E. The Parties desire to fund the Agreement for the period ending February 11, 2018.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. The Agreement is hereby funded for the period ending February 11, 2018, in an
amount not to exceed thirty thousand dollars ($30,000).
2. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
3. All requisite insurance policies to be maintained by Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
Ill
Ill
City Attorney Approved Version 9/27/16
TRAN1104
4. The individuals executing this Amendment 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 Amendment.
CONTRACTOR
AECOM TECHNICAL SERVICES, INC.,
a California orporation
By:
(sign here)
RA'I l-\12.EN~ Vta
(print name/title)
By:
CITY OF CARLSBAD, a municipal
corporation of the State of California
By: rlf/1~ .
Elaine Lukey I P~rks Director
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: -L..~-'-----=-..=......=.-=-==:::....:::..a..
Deputy City Attorney
City Attorney Approved Version 9/27/16
2
TRAN1104
AMENDMENT NO. 4 TO EXTEND THE AGREEMENT FOR PROFESSIONAL ENGINEERING
SERVICES FOR THE CORRUGATED METAL PIPE REPLACEMENT PROGRAM
AECOM TECHNICAL SERVICES, INC.
No. 4 is entered into and effective as of the '"5: z;:z: day of
_ _.,..._.,.--""-.L.4..1...-..C...Le...,L......U.'"--b-''-'""''---' 2016, extending the agreement dated August 12, 2014, (the
"Ag eement") by and between the City of Carlsbad, a municipal corporation, ("City"), and AECOM
Technical Services, Inc., a California corporation, ("Contractor") (collectively, the "Parties") for
professional engineering services and advice related to civil engineering construction support
services.
RECITALS
A. On January 26, 2015, the Parties executed Amendment No. 1 to the Agreement to
update the contact information and extend the Agreement for a period of one (1) year ending
February 11, 2016; and
B. On October 22, 2015, the Parties executed Amendment No.2 to the Agreement to
alter the Agreement's scope of work to perform construction support services for the Corrugated
Metal Pipe Replacement Program; and
C. On March 3, 2016, the Parties executed Ratification of Amendment No. 3 to the
Agreement to extend the Agreement for a period of one (1) year ending February 11, 2017; and
D. The Parties desire to extend the Agreement for a period of one (1) year ending
February 11, 2018.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. The Agreement, as may have been amended from time to time, is hereby extended
for a period of one ( 1) year ending on February 11, 2018.
2. All other provisions of the Agreement, as may have been amended from time to
time, shall remain in full force and effect.
3. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, shall include coverage for this
Amendment.
Ill
Ill
Ill
Ill
Ill
City Attorney Approved Version 1/30/13
TRAN1104
4. The individuals executing this Amendment and the instruments referenced 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 hereof of this Amendment.
CONTRACTOR
AECOM TECHNICAL SERVICES, INC.,
a California cor 1ration
By:
/
Ray Hrenko I Vice President
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
Elaine Luk cting Public Works Director
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: __ ~~----~~~~=~~~=~~~~·~~'-------
Deputy City Attorney
City Attorney Approved Version 1/30/13
2
RATIFICATION OF AMENDMENT NO.3 TO EXTEND THE AGREEMENT
FOR PROFESSIONAL ENGINEERING SERVICES
FOR THE CORRUGATED METAL PIPE REPLACEMENT PROGRAM
AECOM TECHNICAL SERVICES, INC.
;I.)
LRatification of Amendment No. 3 is entered into as of the ,5-day of
r;Z. Ct;ff , 2016, but effective as of the 11th day of February, 2016,
extehding the agreement dated August 12, 2014 (the "Agreement") by and between the City of
Carlsbad, a municipal corporation, ("City"), and AECOM Technical Services, Inc., a California
corporation, ("Contractor'') (collectively, the "Parties") for professional engineering services and
advice related to civil engineering construction support services.
RECITALS
A. On January 26, 2015, the Parties executed Amendment No. 1 to the Agreement to
update the contact information and extend the contract for one year until February 11, 2016; and
B. On October 22, 2015, the Parties executed Amendment No. 2 to alter the
Agreement's scope of work to perform construction support services for the Corrugated Metal
Pipe Replacement Program; and
C. The Agreement, as amended from time to time expired on February 11, 2016 and
Contractor continued to work on the services specified therein without the benefit of an
agreement; and
D. The Parties desire to extend the Agreement for a period of one ( 1) year until
February 11, 2017.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. The retroactive extension and amendment of the Agreement is ratified.
2. The Agreement, as may have been amended from time to time, is hereby extended
for a period of one (1) year ending on February 11, 2017.
3. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
4. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
Ill
Ill
Ill
City Attorney Approved Version 1/30/13
TRAN 1104
AMENDMENT NO. 2 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
FOR THE CORRUGATED METAL PIPE REPLACEMENT PROGRAM
AECOM TECHNICAL SERVICES, INC .
. ~. Tl:lisAm~nd,ment No. 2 is entered into ~nd effective as of the .4~/ -10 day of
A/ C 1 l/ /") t 1: , 2015, amending the agreement dated August 12, 2014
(the "'Agreement-;;) by and between the City of Carlsbad, a municipal corporation, ("City"), and
AECOM Technical Services, Inc., a California corporation, ("Contractor") (collectively, the
"Parties") for professional engineering services and advice related to civil engineering
construction support services.
RECITALS
A. On January 26, 2015, the Parties executed Amendment No. 1 to the Agreement to
update the contact information and extend the contract for one year until February 11, 2016; and
B. The Parties desire to alter the Agreement's scope of work to perform construction
support services for the Corrugated Metal Pipe Replacement Program; and
C. The Parties have negotiated and agreed to a supplemental scope of work and fee
schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of
Services and Fee.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. In addition to those services contained in the Agreement, as may have been
amended from time to time, Contractor will provide those services described in Exhibit "A".
2. City will pay Contractor for all work associated with those services described in
Exhibit "A" on a time and materials basis not-to-exceed ten thousand dollars ($1 0,000). Contractor
will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours
performed, hourly rates, and related activities and costs for approval by City.
3. Contractor will complete all work described in Exhibit "A" by February 11,2016.
4. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
5. All requisite insurance policies to be maintained by Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
Ill
/II
/II
Ill
City Attorney Approved Version 1/30/13
1
TRAN 1104
EXHIBIT "A"
SCOPE OF SERVICES AND FEE
Provide construction support services including shop drawing review, shoring review, submittal
review, and response to Requests for Information from the Contractor.
Prepare clarification sketches, if required, during the construction to address issues resulting
from unanticipated field conditions.
Make record changes to the drawings based upon contractor-furnished record of construction
changes.
Services will be paid time and materials per the fee schedule not to exceed $10,000.
City Attorney Approved Version # 05.22.01
3
TRAN 1104
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE
CORRUGATED METAL PIPE REPLACEMENT PROGRAM
AECOM TECHNICAL SERVICES, INC.
^THIS AGREEMENT is made and entered into as of the day of
' 17. ^/7..'/y~ 2014, by and between the CITY OF CAR'LSBAD, a municipal
corporaitiMC ("City''), and AECOM TECHNICAL SERVICES, INC., a California corporation,
("Contractor").
RECITALS
A. City requires the professional services of an engineer that is experienced in Civil
Engineering.
B. Contractor has the necessary experience in providing professional services and
advice related to preparation of plans, specifications and cost estimates.
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 Sen/ices, 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 six (6) months from the date first above
written. The City Manager may amend the Agreement to extend it for three (3) additional one (1)
year periods or parts thereof in an amount not to exceed thirty thousand dollars ($30,000) per
Agreement year. 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 nine thousand four hundred forty five dollars ($29,445). 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
TRAN 1104
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 Sen/ices 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 ofthis 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 ofthis 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-:Vir'. OR with a surplus
City Attorney Approved Version 1/30/13
2
TRAN 1104
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 Liabilitv. (ifthe 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 Liabilitv. 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 maintain
City Attorney Approved Version 1 /30/13
3
TRAN1104
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 Citv For Contractor
Name Sherri Howard Name Alfred Pedroza
Title Associate Engineer Title Project Manager
Department PW - Transportation Address 7807 Convoy Court, Suite 200
City of Carisbad San Diego, CA 92111
Address 1635 FaradayAvenue Phone No. 858-300-2711
Carisbad, Ca 92008 Email aif red .ped roza(a)aecom. com
Phone No. 760-602-2756
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
TRAN 1104
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 sen/ices
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.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with ali 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 otherwise settled by agreement
between the pari:ies. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be fonwarded 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. Ifthe resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be fon/varded 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 action ofthe 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 ofthe percentage ofwork
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 notice 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 payable
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
City Attorney Approved Version 1/30/13
5
TRAN 1104
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 consideration
contingent upon, or resulting from, the award or making ofthis 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 othenwise 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 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 seg..
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.
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 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.
///
///
///
City Attorney Approved Version 1/30/13
TRAN 1104
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
AECOM TECHNICAL SERVICES, INC., a
California corporation
(sign here)
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
Di^Managor or Mayor or Divisiori^^^^i5>
as authorized by the City Manager
Jim
by the City Manager
Howell
By:
(sign here)
(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 > City Attorne
City Attorney Approved Version 1/30/13
AECOM
AECOM Technical Services, Inc.
3995 Via Oro Avenue
Long Beacii, CA 90810
T 562.420.2933 F 562.420.2915 www.aeconn.com
AECOM TECHNICAL SERVICES. INC.
CERTIFICATE OF ASSISTANT SECRETARY
The undersigned, Gilda Malek, hereby certifies that she is now and at all times relevant hereto
has been the duly elected and acting Assistant Secretary of AECOM Technical Sen/ices, inc., a
Caiifomia corporation, and that the Board of Directors, by resolution dated June 6, 2014, has
authonzed Ray Hrenko, Vice President, to execute various written agreements and instruments,
including Agreement No. TRAN1104, Agreement for Professional Engineering Sen/ices, with the
City of CaHsbad for the Corrugated Metal Pipe Replacement Program, on behalf of the
corporation or its divisions.
The undersigned does further certify that the foregoing resolution has not been revoked,
amended or modified, and is in full force and effect as of the date hereof.
IN WITNESS WHEREOF, the undersigned has executed this Certificate of Secretary and has
affixed the corporate seal of this corporation this 21^' day of July, 2014.
AECOM TECHNICAL SERVICES, INC.
Gild^ Malek, Assistant Secretary
AECOM 858 268 8080 tel
7807 Convoy Court 858 292 7432 fax
Suite 200
San Diego, CA 92111
www.aecom.com
June 27, 2014
Ms. Sherri Howard
Associate Engineer
City of Carisbad
1635 Faraday Avenue
CaHsbad, CA 92008
Subject: La Gran Via Storm Drain Improvements Project
Dear Ms. Howard:
The purpose of this letter is to provide the scope of work and fee associated with the La Gran Via
Storm Drain Improvements Project (Project). The work generally consists of preparing design plans
and specifications for the construction of storm drain improvements including a new and relocated
(replacing the existing Type H cleanout) storm drain junction structure, newly located near the
property line at the top of slope, a new energy dissipater junction structure at the outlet to the
freshwater marsh (FWM) and a new 24" pipeline connecting the two structures. Other possible
improvements include two (2) point repairs, one being a small infiltration at the joint along the
existing 24" RCP, the other being a blockage within the existing 18" RCP storm drain from the curb
inlet in Calina Way into the canyon area, both being identified through a televised report. These
repairs shall be pursued at the discretion ofthe City of Carisbad.
Project Understanding
The Project begins at the curb inlet at the northwesterly curb return of La Gran Via and Calina Way.
The existing 24" RCP storm drain conduit then travels westeriy and southwesterly across two private
properties within a 10' wide drainage easement until terminating at the toe of slope in the fresh
water marsh biological area as a corroded and broken 24" CMP pipeline that has lost approximately
30 LF of the original reach and headwall structure. Along the alignment, located midpoint on the
existing slope, resides a Type H storm drain cleanout that will be replaced with a new junction
structure outfitted with an energy dissipater design and relocated up the slope near the property
line in order to lessen the new pipeline slope gradient. The terminus of the improvements will be
fitted with a new energy dissipater structure that is positioned at the edge ofthe FWM. The
construction work area will remain outside ofthe identified biologically sensitive area.
ASCONi Ms. Sherri Howard
June 27, 2014
Page 2 of 5
Scope of Work
Task 1 - Project Management and Administration
Project management tasks shall include invoicing, budget and schedule tracking, and providing
updates.
Schedule
Task / Deliverable Schedule
Review existing info, obtain required
additional info. Site Visit
Within 1 week following NTP
Prepare 100% Submittal Finish 3 weeks after NTP
Final Submittal Finish 2 weeks following 100% City Comments
Task 2 - Review Existing Information and Field Visit
Review pertinent information provided by the City of Carlsbad (City). Identify and request additional
information required to complete the evaluation.
Evaluate the site conditions with City staff to confirm the limits of improvements required for the
project. This would include pipeline and storm drain structure improvements.
Task 3 - Prepare Plans, Specifications and Estimate
Prepare a 100% Draft PS&E submittal. The following 4 sheets are proposed to be included in the
100% design submittal:
• Title Sheet
• Storm Drain improvement Site Plan
• Storm Drain Details
• Storm Drain Details
The draft supplemental special provisions (SSPs) will be comprised of technical sections using the CSI
format. The Engineer's opinion of construction cost will be developed using general unit cost factors
at a level of detail corresponding to the design level. AECOM will submit electronic copies of the
plans and estimate as a PDF file, and the SSPs as an MS Word file, to the City for review and
comment.
Collaborate with biologist with a goal to have the least environmentally damaging project.
Attend one meeting to receive/discuss City comments on design requirements and submittals.
il|=COAI Howard
June 27, 2014
Page 3 of 5
Following receipt of City comments on the prior submittal, prepare a final PS&E submittal comprised
of final specifications (as Word and PDF files), final bid schedule, plans (one set of signed mylars and
one CD with electronic files; AutoCAD-drawings, and MS Word-Specifications), and an updated
Engineer's opinion of construction cost.
Task 4 - Bid Assistance
During the bidding phase of the project, AECOM will respond up to three (3) RFIs and issue up to
one bidding phase addenda.
AECOM will attend the pre-bid meeting and will help the City evaluate the bids received for
responsiveness once the bidding period closes.
Task 5 - Construction Phase Support
It is AECOM's understanding that the City will serve as the construction manager for the overall
construction project, with primary responsibility for contract administration, for formal interaction
with the construction contractor, and for all matters related to or affecting Project schedule,
budget/cost, and acceptance of the work. AECOM will provide office engineering support services
forthe construction.
During the construction phase of the project, AECOM will respond up to three (3) RFIs and review up
to three (3) submittals and resubmittals.
Prepare clarification sketches, if required, during construction to address issues resulting from
unanticipated field conditions or other field changes. Up to two (2) sketches are assumed.
Make record changes to the drawings based upon contractor-furnished record of construction
changes.
Cost Proposal
We will complete the services outlined in Tasks 1 through 5 of this Scope of Services for a not-to
exceed fee of $29,445, on a time-and-materials basis in accordance with the attached fee estimate
budget (Exhibit "A").
Other Assumptions
1. The City will provide front-end documents, including construction contract, bidder
instructions, general and special provisions. AECOM will be responsible for preparing
supplemental special provisions that AECOM deems necessary for this project. AECOM will
prepare the Bid Schedule and bid item description.
ASCOM ^^^"^ Howard
June 27, 2014
Page 4 of 5
2. This Scope of Services is based on AECOM's current understanding of the project and
discussions. If the actual work required is significantly different from what is anticipated, it is
agreed that the scope and fee will be revised accordingly.
3. AECOM will be entitled to rely upon the accuracy of data and information provided to us
without independent review or evaluation except as described in the scope.
4. Although AECOM will offer bidding assistance which consists of answering RFIs, issuing up to
one addendum (if required), and performing a bid evaluation as well as responding to RFIs
and shop drawing review during construction, it is our assumption that the City will be
performing all other activities associated with Construction bidding, construction
administration and inspections.
5. Environmental work is not included as part of this base scope and fee.
6. Any permits, fees or inspection costs required by other agencies will be acquired and paid
for by the City.
7. Traffic Control Plans are not included as part of this base scope and fee.
8. Coordination with HOAs and utilities will be done by the City.
9. Any Engineer's Opinion of Construction Cost prepared by AECOM represents its judgment as
a design-professional and is supplied for the general guidance of City. Since AECOM has no
control over the cost of labor and material, or over competitive bidding or market
conditions, AECOM does not guarantee the accuracy of such opinions as compared to
contractor bids or actual cost to City.
10. Notwithstanding anything in this Scope of Services, AECOM shall have no responsibility for
the discovery, presence, handling, removal or disposal of, or exposure to persons to
hazardous materials in any form, at the project site.
11. Any reuse of AECOM prepared documents, except for the specific purpose intended
hereunder, will be at District's sole risk and without liability or legal exposure to AECOM or
its subconsultants.
12. No utility coordination will be required.
13. It is recognized, though, that due to the nature of field construction and the highly variable
conditions and circumstances that may be encountered, it is very difficult to accurately
predict the exact level of construction phase services and fee which will be needed. If the
construction contractor is cooperative and the Project proceeds smoothly, a reduced level
of effort may be appropriate. Conversely, difficult field conditions or relations with the
contractor or an extended construction period could require additional effort and fee.
Therefore, key assumptions and budgetary amounts are provided for Construction Phase
Services tasks, based on past experience. The extent of construction phase services is based
upon the following construction schedule assumptions:
a. It is assumed that the construction contract will require 1 month for completion.
b. It is our understanding that the City will act as the construction manager for the
Project and will be responsible for disseminating information such as RFIs and shop
drawings for review during construction.
ASCOM Ms. Sherri Howard
June 27, 2014
Page 5 of 5
Thank you for the opportunity to submit this scope and fee. If you have any questions, please
contact me at (858) 300-2711.
Sincerely,
Aifrea Pedroza, PE
Project Manager
Enclosures: Exhibit A - Fee Estimate
.a
0)
o>
13
3
m
u
0)
D)
Q
33J joqeq-uoM
3A!)Bj|S!uiinpY
e o •c 3
U (f> 9i
o
H
e
o
'a 1
a
a
cs
s
IN
PM
<
a
9
•& i i
oooo oooo »r) wS O O — CT> (N —
Vi ^
•t" -SP S
5h Q) at fa fl a w « 0| BJ w Q c
1111
e
< •a
s
a o O
I
.!4
ul OH CI