HomeMy WebLinkAboutAECOM Technical Services Inc; 2014-04-16; UTIL1070AMENDMENT NO.2 TO EXTEND AND AMEND AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES
AECOM TECHNICAL SERVICES, INC.
UTIL 1070
d~endment No. 2 is entered into and effective as of the / ?"" ~ay of
c"' ~'-c:> L , 2015, extending and amending the agreement dated April 16,
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 civil engineering design services for the La Costa Storm Drain Replacement
Program.
RECITALS
A. On October 2, 2014, the Parties executed Amendment No.1 to the Agreement to
extend the agreement for one (1) year until October 15, 2015; and
B. The Parties desire to alter the Agreement's scope of work to prepare plans,
specifications and contract documents for improvements to the drainage system in La Costa
Avenue; and
C. The Parties desire to extend the Agreement for a period of one (1) year until
October 15, 2016; and
D. The Parties have negotiated and agreed to a supplemental scope of work and fee
schedule, which is attached to and incorporated in 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". With
this Amendment, the total annual Agreement amount shall not exceed thirty thousand dollars
($30,000).
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 twenty nine thousand six hundred and
fifty dollars ($29,650). 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 October 15, 2016.
4. All other provisions of the Agreement, as may have been amended from time to
time, shall remain in full force and effect.
5. 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.
City Attorney Approved Version 1/30/13
UTIL 1070
6. 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 corporati n
By:
Ray Hrenko I Vice President
(print name/title)
By:
(sign here)
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
By:
Patrick Thomas
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: --~....::.=""""'~"""'.&W""""_."'"'"','_LL"""'""""'" ~'"""""'-.--'-:t:t...!.L___
Asstst-aflt City Attorney
k?-tj
City Attorney Approved Version 1/30/13
2
AECOM Technical Services, Inc.
3995 Via Oro Avenue
Long Beach, CA 90810
T 562.213.4139 F 562.420.2915 www.aecom.com
AECOM TECHNICAL SERVICES, INC.
CERTIFICATE OF ASSISTANT SECRETARY
The undersigned, Sarah M. Sabunas, hereby certifies that she is now and at all times relevant
hereto has been the duly elected and acting Assistant Secretary of AECOM Technical Services,
Inc., a California corporation, and that the Board of Directors, by resolution dated June 6, 2014,
has authorized Ray Hrenko, Vice President, may in accordance with established administrative
procedure, execute various written agreements and instruments, including Amendment No. 1 to
the Agreement for Professional Services for the La Costa Storm Drain Replacement Program
project by and between the City of Carlsbad and AECOM Technical Services, Inc. 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 Assistant Secretary
and has affixed the corporate seal of this corporation this 1 ih day of September, 2014.
AECOM TECHNICAL SERVICES, INC.
By: c5JtfJtk??-·t==~,_._;
Sarah M. Sabunas, Assistant Secretary
A:COM
October 7, 2015
Ms. Sherri Howard
Associate Engineer
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008
AECOM
401 West A Street
Suite 1200
San Diego, CA 92101
www.aecom.com
Subject: La Costa Avenue Drainage Improvements Project
Dear Ms. Howard:
619 61 o 7600 tel
619 610 7601 fax
Exhibit "A"
The purpose of this letter is to provide the scope of work and fee associated with the La Costa
Avenue Drainage Improvements Project. The work generally consists of preparing design plans and
specifications for the construction of storm drain improvements including supplementing the
existing storm drain system with a new curb inlet and larger storm drain pipeline across La Costa
Avenue and analyzing the existing box culvert hydraulics properties through a comprehensive field
survey to provide opinions for mitigating the standing water on the south side of the culvert. These
repairs shall be pursued at the discretion of the City of Carlsbad.
Project Understanding
The City has identified a drainage deficiency along La Costa Avenue in two locations. The first
location, approximately~ mile east of Interstate 5, the street surface runoff is directed into a
"reversed curb oulet", which flows west behind the sidewalk via a concrete drainage swale to a
confluence of an existing brow ditch flowing easterly from the west, to a headwall, then flows north
across La Costa Ave through an existing 24"storm drain to discharge into the Batiquitos Lagoon.
During storm events, the inlet drainage capacity is insufficient and storm water accumulates at the
base oft he "reversed curb outlet", resulting in ponding. The severity oft he ponding is dependent
upon the magnitude ofthe storm event and tidal flows. Under large events the ponding is severe
enough to impact traffic. The ponding appears to be a result of insufficient drainage capacity, with
restrictions either at the inlet itself, the undersized storm drain pipeline capacity, or at the storm
drain outlet elevation where the tide may restrict the discharge flow. The second location is
approximately positioned midpoint between Interstate 5 and El Camino Real, the existing box
culvert flowing north across La Costa Ave experiences standing water on the south side as a partial
result of very dense vegetation on the north side where the concrete box transitions into a wetland
drainage course to the Batiquitos Lagoon. The evaluation of this drainage system will determine
what level of bio mitigation may be needed to provide a clear open channel for which to alleviate
this slope conveyance ponding issue.
AS' COM Ms. Sherri Howard
October 7, 2015
Page 2 of 5
This project at the first location will provide a design to modify the existing system by adding a new
curb inlet at the location of the existing headwall, increase the storm drain capacity, and if required,
possibly revise the new storm drain discharge elevation, to provide better drainage at this location.
The improvements to be made are limited by the existing conditions and as such the project is
intended to improve the drainage but may not completely eliminate ponding under every storm
event.
The second location will provide design alternatives to remove portions of dense vegetation
currently blocking the required flow from the south into the Batiquitous Lagoon.
Scope of Work
Task 1-Management Administration
Project management tasks shall include invoicing, budget and schedule tracking, meetings, and
providing project status updates.
Schedule
Task I Deliverable Schedule
Review existing info, obtain required Within 2 weeks following NTP.
additional info, Site Visit
Prepare 30% conceptual design with Finish 6 weeks after NTP and receipt of Survey.
plan and profile sheets sufficient for
alternatives analysis and environmental
review.
Prepare 75% Submittal Finish 4 weeks following 30% City comments and
receipt of Pothole data.
Prepare Final Submittal Finish 4 weeks following 70% City comments.
Task 2 -Review Existing
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, pavement, sidewalk, and curb and gutter improvements.
AS' COM
Task 3 -Prepare Plans, Specifications Estimate (IPS&E)
Ms. Sherri Howard
October 7, 2015
Page 3 of 5
Prepare a 75% draft and Final PS&E submittal. The following 4 sheets are proposed to be included in
the 75% design submittal:
• Title Sheet
• Storm Drain Improvements Plan & Profile
• Storm Drain Notes, Legend and Details
• Storm Drain and Curb Inlet Sections and Details
The draft supplemental special provisions (SSPs) will be comprised of technical sections using the CSI
format and Greenbook as appropriate. AECOM will submit two hard copies and a MS Word file to
the City for review and comment. 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.
Attend one meeting to receive/discuss City comments on design requirements and submittals.
Prepare Final PS&E Submittal.
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
Not included in Scope of Services
Task 5 -Construction !Phase Support
Not included in Scope of Services
Cost Proposal
We will complete the services outlined in Tasks 1 through 3 of this Scope of Services for a not-to
exceed fee of $29,660.00, 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.
AS" COM Ms. Sherri Howard
October 7, 2015
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. AECOM assumes the City will be performing all activities associated with bidding and
construction phase services including 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 ofthis base scope and fee.
8. Coordination with HOAs and utilities will be performed by the City, and are not part of
AECOM's Scope of Services.
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.
AS" COM Ms. Sherri Howard
October 7, 2015
Page 5 of 5
Thank you for the opportunity to submit this scope and fee. If you have any questions, please
contact me at (619) 610-7789.
Sincerely,
Jeff Endersby, PE
Project Manager
Enclosures: Exhibit A-Fee Estimate
Design Project Budget
Lower La Costa Avenue Drainage Improvements City of Carlsbad
Personnel Hours Budget
:... .. .. :... :... = .. .. .. .. 'Sii .. = .:: ..
= = OJ) .... "' r.o..
Task Description ~ 'Sii "' 0: :... ... = ... :... = 0 "; .... ~ ~ "' 0 .,Q c. ·= = 0: ·;;:; :... --....:< 0 0 ·a "; 0 I "; = ·= ·= .,Q = ·;:: .... .... .. .. "0 0 0: 0 0 ~ rJ:J rJ:J ~ E-< ....:< z E-<
Task 1 -Proiect Mana!!ement and Administration
Prepare Brief Status Reports and Invoices 4 0 2 4 10 $ 1,480 $ 200 $ 1,680
QAJQC Administration 4 0 2 6 $ 1,120 $ 1,120
Subtotal 8 0 4 4 16 $ 2,600 $ 200 $ 2,800
Task 2 -Review Existine Info and Field Visit
Obtain and Review Info 2 12 14 $ 2,210 $ 50 $ 2,260
Field Visit 2 4 6 $ 1,010 $ 50 $ 1,060
Subtotal 4 0 16 0 20 $ 3,220 $ 100 $ 3,320
Task 3 -Preoare Plans Soecifications and En!!ineer's Ooinion of Construction Cost
Prepare PS&E Submittal 6 20 80 106 $ 16,530 $ 100 $ 16,630
Prepare Final PS&E Submittal 4 12 24 40 $ 6,400 $ 500 $ 6,900
Subtotal 10 32 104
01 1461 $ 22,930 I $ 600 I $ 23,530
Total 22 32 124 41 1821 $ 28,1SQls _______ 9oo 1 s 29,65Q_ --------
Amounts shown are fee.
Personnel Catego!}' $/HR
Principal Engineer $ 205.00
Senior Engineer $ 165.00
Senior Designer $ 150.00
Administrative $ 90.00
UTIL1070
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
(AECOM TECHNICAL SERVICES, INC.)
THIS AGREEMENT is made and entered into as of the day of
P^rUL^ , 2014, by and between the CITY OF CARLSBAD, a municipal
corporation/("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 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 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
sixteen thousand two hundred sixty five dollars ($16,265). 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 early 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
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 Liabilitv. (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 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 Liabilitv. 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 Carlsbad 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 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
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 Public Works-Utilities Address 7807 Convoy Court, Suite 200
City of Carlsbad San Diego, CA92111
Address 1635 Faraday Avenue Phone No. 858-300-2711
Carisbad, Ca 92008 Email Alfred.pedroza(5)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
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 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 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 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 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. 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 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.
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 peri'ormed 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
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 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 othen/vise 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
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 CITY OF CARLSBAD, a municipal
AECOM TECHNICAL SERVICES, INC., corporation of the State of Califomia
a California coloration
" -^1^
(sign here) City I^Kyiagor qr Mayor oi* DivisiqiiDi rector^
/authorized by the City Manager
f^Y M-f^Kz>^ ^iOa- P<^^$'(pg;f>47 .yj"" "°weii (print name/title)
ATTEST:
By:
(sign here)
^/vKM ^/k^UhiM ^g^ET^|C'ty Clerk
(print nam^/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 ofricer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY:
Assistant City Attorney ^
City Attorney Approved Version 1/30/13
ATCOM
AECOM Technical Services, Inc.
3995 Via Oro Avenue
Long Beach, CA 90810
T 562.213.4139 F 562.420.2915 www.aecom.com
AECOM TECHNICAL SERVICES. INC.
CERTIFICATE OF SECRETARY
The undersigned, Sarah M. Sabunas, hereby certifies that she is now and at all times relevant
hereto has been the duly elected and acting Assistant Secretary of AECOM Technical Services,
Inc., a California corporation, and that the Board of Directors, by resolution dated July 10, 2013,
has authorized Ray Hrenko, Vice President, to execute various written agreements and
instruments, including the Agreement for Professional Engineering Services - 7309 Linden
Terrace Storm Drain Outfall Improvements by and between the City of Carlsbad and AECOM
Technical Services, Inc. on behalfofthe 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 20'" day of March, 2014.
AECOM TECHNICAL SERVICES, INC.
By: "^e^^dn^^"^^ >
Sarah M. Sabunas, Assistant Secretary
AsCQM CVUTDIT AECOM 858 268 8080 tel
EXHIBIT A 7807 Convoy Court 858 292 7432 (ax
Suite 200
San Diego, CA 92111
www.aecom.com
February 26, 2014
Ms. Sherri Howard
Associate Engineer
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008
Subject: 7309 Unden Terrace Storm Drain Outfall Improvements
Dear Ms. Howard:
The purpose of this letter is to provide the scope of work and fee associated with the 7309 Linden
Terrace Storm Drain Outfall Improvements Project. The work generally consists of preparing design
plans and specifications forthe improvements and rehabilitation of an existing storm drain energy
dissipator outfall structure.
Project Understanding
The 7309 Linden Terrace Storm Drain Outfall Improvements Project (Project) is located at 7309
Linden Terrace, a residential street in Carisbad just east of Interstate 5 and south of Poinsettia Ave.
AECOM performed a cursory review ofthe existing improvement plans combined with a field visit to
the project location. Although plans have been developed, there appears to be additional
engineering necessaryto complete the construction bid documents. As such, a more detailed Scope
of Work is required, along with further discussions with the City of Carlsbad, to determine the
appropriate extent of site improvements. The following Scope of Work is proposed based on the
initial Information provided and describes the tasks to be performed by AECOM.
Scope of Work
Task 1 - Project Management and Administration
Project management tasks shall include invoicing, budget and schedule tracking.
Schedule
Task / Deliverable Schedule
Review existing info, obtain required
additional info, Site Visit
Within 1 week following NTP
AECOM Ms. Sherri Howard
February 26, 2014
Page 2 of 4
Prepare 100% Submittal Finish 4 weeks after NTP
Final Submittal Finish 2 weeks following 100% City Comments
Task 2 - Review Existing Information and Field Visit
Review all pertinent information provided by the Cityof Carlsbad (City). Identify and request
additional information required to complete the evaluation.
Evaluate the site conditions with City staff and Contractor to confirm the limits of improvements
required for the project. This would include the energy dissipator structure, CMU walls adjacent to
the outfall area, the existing conditions ofthe outfall area, and the concrete swale and CMU splash
wall at the terminus ofthe outfall. It is noted that a portion ofthe existing outfall structure resides
in the Caltrans Right-of-Way.
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
• General Notes, Abbreviations and Details
• Storm Drain Outfall Improvement Plan & Profile
• Storm Drain Outfall Details
The draft supplemental special provisions (SSPs) will be comprised of technical sections using the CSI
format. AECOM will submit two hard copies and a MS Word file to the City for review and comment.
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.
Attend one meeting (site visit) to receive/discuss City comments on design requirements and
submittals.
Following receipt of City comments on the prior submittal, prepare a final PS&E submittal comprised
of final specifications (as Word and PDF files), 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 - 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.
AECOM Ms. Sherri Howard
February 26, 2014
Page 3 of 4
budget/cost, and acceptance of the work. AECOM will provide office engineering support services
for the construction.
During the construction phase ofthe project, AECOM will respond up to 5 RFIs and review up to 10
submittals.
Prepare clarification sketches, if required, during construction to address issues resulting from
unanticipated field conditions or other field changes. Up to three (3) 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 6 of this Scope of Services for a not-to
exceed fee of $15,265, 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.
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. All environmental work, including CEQA documentation for the Project, are not included as
part of this base scope and fee. If the City requires environmental services, AECOM can
provide a separate scope and fee for the City's consideration.
5. Any permits, fees or inspection costs required by other agencies will be acquired and paid
for by the City.
6. Traffic Control Plans are not included as part of this base scope and fee. If the City requires
Traffic Control Plans, AECOM can provide a separate scope and fee forthe City's
consideration.
7. Coordination with HOAs and utilities will be done by the City.
8. Any Engineer's Opinion of Construction Cost prepared by AECOM represents its judgment as
a design-professional and is supplied forthe general guidance of City. Since AECOM has no
control over the cost of labor and material, or over competitive bidding or market
AECOM Ms. Sherri Howard
February 26, 2014
Page 4 of 4
conditions, AECOM does not guarantee the accuracy of such opinions as compared to
contractor bids or actual cost to City.
9. 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.
10. 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.
11. No utility coordination will be required.
12. 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
Sen/ices 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 2 months 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.
Thank you for the opportunity to submit this scope and fee. If you have any questions, please
contact me at (858) 300-2711.
Sincerely,
Alfred Pedroza, PE
Project Manager
Enclosures: Exhibit A - Fee Estimate
Design Project Budget
7309 Linden Terrace Storm Drain Outfall Improvements Cityof Carlsbad
Task Description
Personnel Hours
CD
C Ed
"3 s.
•s e •S a.
e 'u es Cd u o
•5
u
E
<
12 a o S
o
s
Budget
o .a a
t
e
I
Task 1 - Proiect Management and Administration
Prepare Brief Status Repons and Invoices
QA/QC Administration
Subtotal 1,090
19 2,635
Tasic 2 - Review Existing Info and Field Visit
Obtain and Review Info
Field Visit
Subtotal
Task 3 - Prepare Plans. Specifications and Engineer's Opinion of Constniction Cost
555 50
885 50
10 1,440 100
Prepare 100% PS&E Submittal
Prepare Rnal PS&E Submittal 10 45
Subtotal 14
55 7.715 100
1.915 100
69 9,630 200
605
1,540
7.815
2,015
9,830
Task 4 - Construction Phase Support
Respond 10 up to five (5) RFIs and up to ten (10) Submiiials/Resubmittals
Prepare up to three (3) Clarirication Sketches 640 50
PrejgreRecw^rawin|^
Subtotal
165 50
1,205 100
2,010 200
ToUl 31 68 113 $
690
215
I,.305
2,210
Amounts shown are fee.
Pyr?<?nneiC;tit8cry
Principal Engineer $
Senior Engineer $
Senior Designer $
Administrative $
215.00
165.00
130.00
9000