Loading...
HomeMy WebLinkAboutAirx Utility Surveyors; 2000-05-15;r * h AGREEMENT FOR FINAL DESIGN OF 30”, 24” AND 12” POTABLE WATER TRANSMISSION MAINS AND 18” RECYCLED WATER TRANSMISSION MAIN THIS AGREEMENT is made and entered into as of the KY- day of /hq 9 20 00, by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of referred to as “District” and ~J&?m/7v&d5ht+?~dG, /QC. c%- /&a AIRX Utility Surveyors, hereinafter District requires the services of a utility surveyor Contractor to provide the necessary utility location services for preparation of final design of 30”, 24” and 12” potable water transmission mains and 18” recycled water transmission main; and Contractor possesses the necessary skills and qualifications to provide the services required by District; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, District and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS Refer to Exhibit “A”, attached hereto and made a part hereof. 2. DISTRICT OBLIGATIONS The District shall provide the traffic control and surveyor services under separate contracts. The District will waive right-of-way permit fees and provide coordination between the traffic control, surveyor, and the Contractor. Rev. 4/27/00 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the District and be completed within ten (10) working days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the Deputy City Engineer-Design. The Deputy City Engineer- Design will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by District inaction or other agencies’ lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The District reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the District. Incremental payments, if applicable, should be made as outlined in attached Exhibit “A.” 5. DURATION OF CONTRACT This agreement shall extend for a period of thirty (30) days from date thereof. The contract may be extended by the Executive Manager for zero (0) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the District’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. Rev. 4/27/00 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within thirty (30) days of completion and approval of the utility locations, the Contractor shall deliver to the District the following items: 8. CHANGES IN WORK If in the course of the contract, changes seen merited by the Contractor or the District, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the District may request a change in contract. Such changes shall be processed by the District in the following manner: A letter outlining the required changes shall be forwarded to the District by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the District and approved by the District according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. Rev. 4/27/00 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the 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 of making of this agreement. For breach or violation of this warranty, the District shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or othewise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10. ANTI-DISCRIMINATION AND ANTI-HARASSMENT CLAUSE The Contractor shall comply with all applicable state and federal laws and regulations prohibiting discrimination and harassment. 11. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the Executive Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the District and all work in progress to the Deputy City Engineer-Design. The Deputy City Engineer-Design shall make a determination of fact based upon the documents delivered to District of the percentage of work which the Contractor has performed which is usable and of worth to the 4 Rev. 4/27/00 District in having the contract completed. Based upon that finding as reported to the Executive Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the District, the Contractor shall assemble the work product and put same in order for filing and closing and deliver said product to District. In the event of termination, the Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The Executive Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Codes sections 12650 et sea., the False Claims Act, 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 the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an 5 Rev. 4/27/00 administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the Board of Directors to disqualify the Contractor from the selection process. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incor 13. JURISDICTION Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractor’s independent calling, and not as an employee of the District Contractor shall be under control of the District only as to the result to be accomplished, but shall consult with the District as provided for in request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the District for any purposes whatsoever. Rev. 4/27/00 The Contractor is an independent Contractor of the District. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The District shall not make any federal or state tax withholding on behalf of the Contractor or its employees or subcontractors. The District shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the District and the City of Carlsbad within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the District and the City of Carlsbad may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the District and the City of Carlsbad from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The District will provide copies of the approved plans to any other agencies. Rev. 4/27/00 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the District, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the District. Contractor shall have the right to make one (1) copy of the plans for its records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in District and hereby agrees to relinquish all claims to such copyrights in favor of District. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the “District” and the “City” . and their officers, officials, employees and volunteers from any and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission 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. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the District. Rev. 4/27/00 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible the District 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 or indirectly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the District. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor’s work unless specifically noted to the contrary in the subcontract in question approved in writing by the District. 21. PROHIBITED INTEREST No official of the District who is authorized in such capacity on behalf of the District to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the District who is authorized in such capacity and on behalf of the District to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. Rev. 4/27/00 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the District, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The District has determined, using the guidelines of the Political Reform Act and the District’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 10 Rev. 4/27/00 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract 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 work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall 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 that “‘A-Y and shall meet the District’s policy for insurance as stated in Resolution No. 772. A. Coveraaes and Limits Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the General Counsel or Executive Manager. 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the District). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 11 Rev. 4/27/00 3. Worker’s Compensation and Employer’s Liability. Worker’s Compensation limits as required by the Labor Code of the State of California and Employer’s Liability limits of $1 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor’s profession with limits of not less than $1 ,OOO,OOO per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. Additional Provisions Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The District and the City of Carlsbad shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the District before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the District sent by certified mail. If the Contractor fails to maintain any of the insurance coverages required herein, then the District will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on 12 Rev. 4/27/00 existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the District to obtain and maintain such insurance and the District may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or the receive written notice on behalf of the District and on behalf of the Contractor in connection with the foregoing are as follows: For District: Title Name Address For Contractor: Title Name Deputy City Engineer-Design William E. Plummer 1635 Faraday Avenue Carlsbad, CA 92008 President 4407 Manchester Ave., Suite 105 Encinitas, CA 92024 Architect/License Number- 776506 - COntraCtOr'S LiCenSe ChSS A . CA PE 38144 26. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision 13 Rev. 4/27/00 writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this // day of #By ,2005. CONTRACTOR: &@-e ~‘AAJO/&GU/l &oJEm/d~~&. A94 CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the AIRX UTILITY SURVEYORS MuniciDal Water Act of 1911, and a By: LI (sign here) /Pzw /. /Qx (print name and title) & La PO-/ axeaY+q I (print nAme/title) 1 +pycOsdLicense Number (Proper notarial acknowledgment of execution by Contractor must be attached.) (Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer(s) signing to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument.) APPROVED AS TO FORM RONALD R. BALL CMWD No. 14 Rev. 4/27/00 c - State of California fiplh) h&o County of > ss. On u&I 1\!2660 , before me, f Dale Name and Title of Officer (e.g., “Janeboe, Notary Public”) personally appeared 3xht.l L.f?-lva P&j> l?#Jwq LNJUMJ , Name(s) of Signer(s) bb sonally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and LBUE A. COlHRAN Commis&n # 1218673 t NoforyPlJbk-coilfanb g San Diego County MyComm.Exp&sMuy9.2 acknowledged to me that be/she/they executed the same in t+Mher/their authorized capacity(ies), and that by b&her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESSmy hand and official seal. Place Notary Seal Above C&&6_. (TA&L-- Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: I\! zmo Signer(s) Other Than Named Above: Number of Pages: 1kk Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual @Xorporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact q Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: $IJ l5 b&Q A?a UPL1d 5 UWjKv&5! 0 1997 National Notary Association * 9350 De Soto Ave., P.O. Box 2402 l Chatsworth, CA 913132402 Prod. No. 5907 Reorder: Call Toll-Free 1 -BOO-1376-6827 Bm CERTIFICA’, i OF LIABILITY INSUtaNC&I;3 1 DATE (MMIOD/YY) 05/11/00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Teague Insurance Agency, Inc. NO RIGHTS UPON THE CERTIFICATE License #OS25512 CERTIFICATE DOES NOT AMEND, EXTEND OR 5550 Baltimore Dr. Suite 100 E COVERAGE AFFORDED BY THE POLICIES BELOW. La Mesa CA 91942 .$!jy ; q Phone:619-464-6851 Fax:619-464-1901 INSURERS AFFORDING COVERAGE INSURED INSURER A: First Financial Insurance Co. San pie ir it0 Engineering, Inc. $4 O?&chester Ave. - Ste 105 Encinitas CA 92024 INSURER E: Weataart Insurance Camaanv COVERAGES THE POLICIES OF INSURANCE LISTED BELOW NAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERlOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRISED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. WOCY lTsRR TYiE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY) DATE (MMIDDiW) LIMITS GENERAL LlASlLlTY EACH OCCURRENCE s1,000,000 A X COMMERCIAL GENERAL LIABILITY Q510 5 0 1 03/17/00 03/17/01 FlREDAMAGE(Anyonefm) 5 100,000 CLAIMS MADE jjij OCCUR MED EXP (Any one person) Sl,OOO -.------ PERSONAL 8 ADV INJURY s1,000,000 GENERAL AGGREGATE s2,000,000 GEN’L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG t Included PoLlcY PRO. JECT LOC AUTOMOBILE LIABILITY k- COMBINED SINGLE LIMIT B' ANY AUTO 10000017750 03/06/00 03/06/01 (Eaaaideno s1,000,000 ALL OWNED AUTOS BODILY INJURY X SCHEDULED AUTOS (Per person) s X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) t PROPERTY DAMAGE (Per acedent) S GARAGE LlABlLlTY F AUTO ONLY - EA ACCIDENT t ANY AUTO OTHERTHAN EAACC S AUTO ONLY: AGG S EXCESS LlABlLllY EACH OCCURRENCE s1,000,000 C! m OCCUR cl CLAIMSMADE EDIbIOO205 03/17/00 0 3 / 17 / 0 1 AGGREGATE s1,000,000 5 DEDUCTIBLE f X RETENTlON s10,000 s WORKERS COMPENSAllON AND WC x 1 TOR%iSI mm 1 ER- ._-.- DI EMPLOYERS’ LIABILITY 1554930 03/17/00 / 09/01/00 E.L. EACH ACCIDENT s1,000,000 E.L. DISEASE - EA EMPLOYEE S 1, 0 0 0, 0 0 0 E.L. DISEASE - POLICY LIMIT S 1, 0 0 0 , 0 0 0 OTHER E Professional Liab. AEPL1006360 04/26/00 04/26/01 Limit $1,000,000 IESCRIPTION OF OPERATtONSkOCAIlONYEHICLESIEXCLUSlONS ADDED BY ENDORSEMENTISPEClAL PROVISIONS 10 days notice of cancellation will be given for non payment of premium. Certificate holder is named as additional insured with respects to all operations of named insured. CERTIFICATE HOLDER Y ADDITIONAL INSURED; INSURER LElTER: CANCELLATION - CILS _ 5 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIOtj City of Carlsbad Attn: Mikhail Ogawa 1635 Faraday Avenue Carlsbad CA 92008 DATE THEREOF THE ISSUING INSURER WlLL B MAlL 30 DAYSWRITTEN ACORD 25-S (7/97) OACORD CORPORATION 1988 ,h POLICY NUMBER: QS 10501 INSURED NAME: San Dieguito Engineering, Inc. (1 l/85) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY CG20101185 ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Carlsbad Job/Project: All Operations (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement. WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of ‘your work’ for that insured by or for you. 5-22-200 10:37AM FROMz60 943 8236 P. 2 ,- 4407 Manchestw Ave * 5&e 105 Tei 760.436.AIRX (2479) Enclnms Calliornm 92024 Fah 760 943.8236 May 9,200O (Revised) Mi khail Ogawa 1635 Faraday Avenue Carlsbad, CA 92008-7314 Subject: Utility Potholing for CMWD, Project No. 98-104 Dear Mr. Ogawa: AirX Utility Surveyors is pleased to provide this proposal for air vacuum excavation potholing services to determine the location of existing utilities along El Camino Real and along Cassia Road. This proposal provides for approximately 35 to 40 potholes comprised of locating water, telephone, reclaimed water and a 30” gas main. We have assumed that all depths are less than six feet without a slurry backfill. AirX Utility Surveyors has not included traffic control in accordance with your request. It is my understanding from my discussions with Daniel Smith at Daniel Boyle Engineering that survey locations will be provided at the intersection of Cassia Road and El Camino Real and at tine intersection of Paiomar Airport Road and El C- --. 01 I 1ifi0 ES&. A 3 . . ditional pints dons the way will be surveyed for locations where the proposed crossings, cannot be easily ascertained from surface features shown on the plan without going outside the limits of our traffic control plan. To clarify this statement Airx will be able to determine the approximate location of the proposed utilities at locations where a median curb is shown on the plan and in the direct vicinity of the pothole operation, but this determination would be difficult and dangerous at intersections where physical features such as curbs are not readily available within the area of the pothole operation and within the safety zone defined in the traffic control plan. Survey services are avai@ble from AirX Utility Surveyors, but again it is my understanding that these services will be provided by Daniel Boyle Engineering, therefore this proposal excludes this task. AirX Utility Surveyors will pothole the existing utilities using air vacuum excavation equipment and install a permanent above ground marker (i.e PK nail, steel pin, hub etc.) over the utility. We will back611 the hole using native material properly compacted with an asphalt patch. A data sheet will be provided indicating the location of the above ground marker in relation to the potholed utility along with the approximate thickness of the - pavement, the depth of the utility from the above ground marker and the size and composition of the existing utility. AirX Utility Surveyors proposes to provide this service for a per hole fee of $400.00. Please feel free to call if you have any questions. Sincerely. President IRF/Ik file/locations/AirX AMENDMENT NO. 1 TO AGREEMENT 7 f4 This Amendment is entered into and effective as of the day of /tvm!ST ) 200&, amending the agreement dated May 15,200O by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as “City”, and San Dieguito Engineering, Inc., DBA AirX Utility Surveyors, hereinafter referred to as, “Contractor” for utility location services, otherwise known as “potholing”, in El Camino Real and Cassia Road. RECITALS WHEREAS, the initial agreement, dated May 15, 2000 identified a scope of work as follows: 40 potholes, six feet deep or less, without cement slurry backfill for a not-to-exceed price of $400 per hole, or $16,000; and WHEREAS, the parties to this aforementioned agreement desire to alter the scope of work as follows: 44 potholes, with depths exceeding six feet, with or without cement slurry backfill for a not-to-exceed price of $20,600; and WHEREAS, a supplemental scope of work and fee schedule have been negotiated and agreed to between the parties hereto, and as shown on Exhibit “A” Scope of Services and Fee; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. Contractor shall provide services as outlined on the attached Exhibit “A”. 2. City shall pay Contractor for all work associated with Paragraph 1 above, on a time and materials basis not-to-exceed $20,600. Contractor shall provide City on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 2/2/98 3. Contractor shall complete all work outlined on the attached Exhibit “A” by July 31,2000, or by expiration of the agreement amended hereby. 4. All other provisions of the aforementioned agreement entered into on May 15,2000, by and between City and Contractor shall remain in full force and effect. 5. All requisite insurance policies to be maintained by the Contractor shall include coverage for the amended assignment and scope of work. Acknowledged and Accepted: CONTRACTOR: SAN DIEGUITO ENGINEERING, INC., DBA AIRX UTILITY SURVEYQRS (sign here) (print name/titl$)’ CITY OF CARLSBAD, a municipal August 17, 2000 DATE (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. 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: 212198 4407 i~Ad!~dio:ts; L 1.2 - juite 105 -(cl 7fia.a .‘5 /\!P,;‘; :>47->! t;?cipi:a; ~~;~:l-c;rr,i 31,J‘S ia.: 765 Q~‘...<, 25.. July 21,200O Mr. Jon Schauble City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Subject: Potholing CMWD - Project number: (98-104) Dear Mr. Schauble Persuant to our meeting, I’m advising you in writing that AirX Utility Surveyors encountered conditions in the field beyond the original scope of work. Specifically conditions were encountered with the depth and backfill of the existing utilities. A cement slurry backfill and depths in excess of six feet was encountered in 15 holes that warrant additional charges. It was pointed out in the original proposal letter that either of these conditions would require additional work. We are therefore respectfully requesting an additional $200 per pothole where either or both of these conditions were encountered. We are requesting the additional compensation on holes 10, 11, 18, 19,26,28,29,30,34,40,42,46,49,5O,and 5 1. AirX Utility Surveyors potholed a total of 5 5 holes with 10 of the holes being paid for by Kender Morgan for the 10 inch and 16 inch fuel line. One of the holes erroneously exposed a 1 O-inch fuel line while excavating at a Pacific Bell located point; therefore, the total number of holes billable to the City of Carlsbad is 44. I have attached a copy of the total pothole records for your review. I have also attached an invoice for 44 holes at $400 amounting to $17,600, plus 15 holes with an additional charge of $200 amounting to $3,000 for a total invoice of $20,600. I will be out of the office until July 3 1, but feel free to call with any questions that you may have regarding this letter and the attached invoice on my return. It has been a pleasure providing Air Utility Surveyors services to the City of Carlsbad for potholing your existing utilities utilizing air/vacuum excavation. We look forward to providing you service in the future. Sincerely President Attachment f+Qdwe);/ /b&12- i%&i- A - - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California &A13 h&D County of 1 ss. On mht%f 71 zboo , before me, &ug A* cbw,uaw poI(??uL; Date Name and Title of Officer (e.g., “J&w Doe, Notary PLblic”) personally appeared nGw E-* &Nl i%uJ m2&!/ c. J-cLILeohJ Nam$s) of Signer(s) , & ersonally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. y hand and official seal. Place Notary Seal Above - ,G~ - . Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Title or Type of Document: Document Date: kwl5f’-L tom Number of Pages: +lJ CL Signer(s) Other Than Named Above: / CrnhtijlltCyh Capacity(ies) Claimed by Signer Signer’s Name: a td @-. A3L Fa.9.h lgw&/ uwtiad 0 Individual i+ orporate Officer - Title(s): 0 Partner - q Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 National Notary Association l 9350 De Soto Ave.. P.O. Box 2402 * Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827