Loading...
HomeMy WebLinkAboutDokken Engineering Inc; 1996-06-04;. . m ? Agreement Cover Sheet Please fill out section A and send this form with documents attached to the City Clerk for . routing. Once the documents are fully executed, they will be returned with this form. When a purchase request is submitted, section B of this form should be completed and this form should be sent to Purchasing along with a copy of the fully executed document. SECTION A Aareement Tvpe (check one) - Original Agreement - Extension Amendment JRatification of Extension Amendment and Extension - Aareement Reauirements (initial all items received) -slh Proposals Received - Sole Source -slh Insurance - Corporate Resolution Oriainal Aareement Data slh Notarization - Business License __ Conflict of Interest Date of original agreement Term of original agreement Person with authority to renew Number of allowable extensions Length of allowable extensions Dollar amount of original agreement Aareement Processed By Name-Sherri Howard/Linda Lamb -June 4, 1996 180 days City-Manager- 1 year 1 $28,300 Dept.-PW-Eng- Ext.-X4427- SECTION 6 Purchase Requisition number Other purchase order numbers associated with original agreement, extensions and/or amendments -PO# P21656 ** Please attach copv of document Dokken Engineering - Bridge Plancheck Services Rev.01/05199 , c -p /pA' .OiJ <y ti.i $ d+ d gig ,..cri 'i"$ , Q-3//- 3cj daJ RATIFICATION OF EXTENSION OF AGREEMENT FOR BRIDGE PLANCHECK SERVICES The agreement dated June 4, 1996 for bridge plancheck services between the City of Carlsbad, a municipal corporation and Dokken Engineering, Inc., is hereby retroactively extended for a period of one (1) year ending on June 4,1998. RECITALS WHEREAS, the initial agreement expired on June 4, 1997 and the Contractor continued to work on needed services without benefit of an agreement; and WHEREAS, the City and Contractor desire to ratify the extension of the term of the agreement dated June 4, 1996 for a period of one (1) year ending on June 4, 1998. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. The retroactive extension of the Agreement is ratified. 2. All other provisions in the original agreement shall remain in full force and effect. Ill Ill Ill Ill III ill ill Ill Ill 3. All insurance policies to be maintained by Contractor shall be extended to include coverage for this extension period. CONTRACTOR: DOKKEN ENGINEERING, INC. a California corporation CITY OF CARLSBAD a municipal By: All-EST: KAREN R. KUNDTZ, kssistant: City Clerk February 11, 1999 DATE (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY A,s#stant City Attorney ALL-PURPOSE ACKNOWLEDGMENT ~e~e-e~*~e~e~e~elte~e~*~*ICe~e~e~e oe -e -I I State of California i I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I ? County of ss. On ?%fichotT~ R. \q??before me, ~&%&cuds (DATE) personally appeared SIGNER(S) !% personally known to me - OR- q 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 person(s) acted, executed the instrument. the WITNESS my hand and official seal. NOTARY PUBLIC. CALIFORNIA NOTARY’S SIGNATURE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unautborized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTIONOFATTACHEDDOCUMENT q INDIVIDUAL tB CORPORATE OFFICER a h-s?\ TlTLE OR TYPE OF DOCUMtiT TITLE(S) cl q q q q PARTNER(S) ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: NUMBER OF PAGES I l&4 DATE Ok D&UMENT SIGNER IS REPRESENTING: OTHER i I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I t I me-e- l -e-e-e-e-e-e -e-e-e -eoe- l eeoe-• I APA l/94 VALLEY-SIERRA, 800-362-3369 AGREEMENT THIS AGREEMENT, made and entered into as of the fl day of R++--’ 19 96 , by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and DOKKEN ENGINEERING, hereinafter referred to as “Contractor.” RECITALS City requires the services of a Contractor to provide the necessary bridge plancheck services for preparation of a bridge plancheck report; and Contractor possesses the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATJONS The Contractor shall perform the requirements as detailed in the Scope of Work attached hereto as Exhibit ‘A” and incorporated herein. 2. CITY OBLIGATIONS The City shall provide the Contractor with one copy of the plans, specifications, and estimates for plancheck and copies of the soils reports listed in Exhibit “B”. 3. PROGRESS AND COMPLETION The work under this contract will begin within five (5) days after receipt of notification to proceed by the City and be completed within one hundred eighty (180) days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City. The City 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 City 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 $14,000. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the City. 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 one hundred eighty days from date thereof. The contract may be extended by the City Manager for one (1) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. 5. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor prior to the 15th day of the month the invoice was submitted. rev.2/8/98 7. FINAL SUBMISSIONS Within five (5) days of completion and approval of the bridge plancheck report, the Contractor shall deliver to the City the following items: n The original and one copy of a report containing written certification that the bridge plans, specifications, and estimates are complete. a. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City 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 City and approved by the City 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. 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 or making of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10. NONDlSCRlMlNATlON CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 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 City 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 City and all work in progress to the City Engineer. The City Engineer shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor has performed which is usable and of worth to the City in having the contract completed. Based upon that finding as reported to the City 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 City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Contractor shall be paid for work performed to the termination date; 4 rev.2/8/96 however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. DISPUTES If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this contract, shall be reduced to writing by the principal of the Contractor or the City Engineer. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The City Engineer or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten (10) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the Cffice of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties seeking remedies available to them at law. rev.2/8/08 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City 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 City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12850 et seq., 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 City of Carlsbad 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 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 City of Carlsbad to disqualify the contractor from the selection process. A@ (Initial) The provisions of Cat&bad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. 4@ (Initial) 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 6 rev.2/8/96 .- 1 not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or his/her employees or subcontractors. The City shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or his/her employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the City 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 City 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. rev.2/8/06 15. CONFORMITY TO LEGAL REQUIREMENTS The applicable necessary necessary. The Contractor shall cause all drawings and specifications to conform to all requirements of law: federal, state and local. Contractor shall provide all supporting documents, to be filed with any agencies whose approval is City will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, 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 City. Contractor shall have the right to make one (1) copy of the plans for his/her 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 City and hereby agrees to relinquish all claims to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from 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 negligent act or omission of the contractor, any subcontractor, anyone directly or indirectly employed by any of them or 8 rev.2iWQB anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City of Carlsbad. Contractor shall at his own expense, upon written request by the City, defend any such suit or action brought against the City, its officers, officials, employees and volunteers. Contractor’s indemnification of City shall not be limited by any prior or subsequent declaration by the contractor. 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 City. 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 to the 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 contract shall create any contractual relationship between any subcontractor of Contractor and the City. 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 City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept., or approve, or take part in negotiating, making, accepting, or 9 rev.218lQ6 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 City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or similar functions in con&&ion with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, 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 City has determined, using the guidelines of the Political Reform Act and the City’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.2/8lQ8 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 than “A-V’ and shall meet the City’s policy for insurance as stated in Resolution No. 91403. A. Coveraoes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City 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 City). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 11 rev.2/8/# 3. Workers’ Compensation and Employer’s Liability. Workers’ Compensation limits as required by the Labor Code of the State of California and Employer’s Liability limits of $l,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 City 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 City 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 City sent by certified mail. 5. If the contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The contractor is 12 rev.2/8/Q6 -, responsible for any payments made by the City to obtain or maintain such insurance and the City 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 to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For City: For Contractor: Title Name Address Associate Enaineer Sherri Howard Citv of Carlsbad/Enaineerina Department 2075 Las Palmas Drive Carlsbad, CA 920094 576 Title P~c 5i beJ Name I . Address 37 \4 /kz dw ? f- 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. rev.2/8/08 13 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 hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this w& dayof x4;-* , 1976 . CONTRACTOR: CITY OF CARLSBAze a municipal DOKKEN ENGINEERING R rcvl-aca & ‘Dacwd PQK (printme/title) / ATTEST: L(sign her+)- - La-ih\/Lh&j I A&- (print nameftitle) (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corpora- tions. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL rev.2/8/Q8 CALIFORNIA ALL-PURPOSE ACKNOWLEDOMENT . State of County of Laxame~~ On May 21 1 /WG , before me, Data personally appeared / “Tdpersonally known to me - OR -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 capaclty(les), and that by his/her/their signature(s) on the Instrument the person(s), or the entlty upon behalf of which the person(s) acted, executed the Instrument. WITNESS my hand and official seal. , /’ / Jpz ---L- / q+lucrrdNIJtaryPltbllo - OPTIONAL Though fhe lnlonrtatlon below Is not requlrad by law, It may prove valuable to persons retytng on fhe document and could prevent freudulent removal and reattachment oi this lonn to another document. Descrlptlon of Attached Document . Title or Type of Document: Document Date: May G ! I@6 ” Number of Pages: Signer(s) Other Than Named Above: Capaclty(les) Clalmed by Signer(s) Signer’s Name: rchnf A I D&t en Slgner’s Name: 0 lndlvldual F Corporate Offi er Title(s): BR5dd 0 Partner - 0 Llmlted 0 General 0 Attorney-In-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representlng: 0 lndlvidual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-In-Fact 0 Trustee 0 Guardian or Conservator c$ Other: iiixmbv Signer Is Representing: ’ 61894Nubnd klIUY*tbn.8236 R0mm.l Ave., P.O. eoll71n4.c~ pafk, CA@130@.71~ Prod. No. 68QI Raohr: Cdl ldl-Fm 1400.E7OdOZ7 EXHIBIT “A” Approach to Work 70% PS&E Following is an outline of our porposed approach to the review of the bridge: A. B. C. D. Notice to Proceed and Receive Data Obtain from the City of Carlsbad current plans (Road and Bridge), Specifications and Estimate, Permits, Right-of-Way Maps and Easements, Topo Maps, Foundation Report and Bridge Hydraulics Report for the project. Review Data and Layout Check Perform initial review of plans and all documents, paying special attention to data and criteria affecting bridge layout, such as high water elevation and freeboard requirements, right-of-way, easements and scour requirements. The purpose of the initial review is to understand design-related issued prior to starting the full review. Perform Layout check. As a first step in checking the bridge plans, a review of the layout will be completed. Dokken Engineering has developed an in-house program (CEDS) that quickly allows us to verii the layout, alignment and criiical plan dimensions. Also, a review of the profile and superelevation will be performed. Perform Typical Section and Girder Layout Check. Coordination with Designer During the review process, Dokken Engineering will work closely with the Designer to clarify important issues and will keep the City informed. Plan Review Independent Structural Calculations Perform Superstructure and Substructure Check by preparing independent calculations. As the checker verifies each detail or note, the plan is either highlighted if adequate, or redlined if found inadequate. The result of the review will be a set of highlighted and redlined plans to be used as the basis for review with the designer, plus one set of indexed, bound and sealed structural calculations. Dokken Engineering’s in-house production bridge design software includes BDS, SEISAB, YIELD and FOOT. In addition to calculations and comparison of details to other checked bridge plans, tables and nomographs from Cattrans’ Bridge Design Manuals will be utilized. Details and Notes During the structural review, a separate review of the plan details and notes will be performed for constructibility and clarity. Special attention will be paid to the item list in the Estimate and Special Provisions to ensure that all work required to construct the bridge is covered as an item of work or covered by other items as described in the Special Provisions. The results of this review will be incorporated into the plan set returned to the City, as well as the Report for suggested changes or corrections. 90% PS&E 100% PS&E ! E. F. G. H. I. J. K. L. Special Provisions Review The Special Provisions will be reviewed for conformity to the plans and verification that all items of work are covered and there is a method of payment for each item. We understand the Special Provisions may be a combination of Caltrans and Green Book. Estimate Review Another excellent method of reviewing the clarity and constructibility of bridge plans is preparing an independent set of quantities. Quantities should agree with the original quantities within ~5%. Larger differences in quantities usually indicate a plan clariiication is necessary. Independent quantities will be prepared and compared to the estimate. Foundation Report Review Perform Soils Engineering and Seismic Criteria Review to ensure conformance and consistency throughout documents, especially foundation types and capacities, pile types, tip elevations and constructibility issues. Standard Drawings Review Perform Drawing Review to ensure that appropriate Standard Drawings are correctly called out on plans. Report A Letter Report of findings and recommendations suggesting PS&E changes or corrections will be provided to the City along with a redlined set of documents, including the bridge plans. The Report will be updated with each review and the Final report will included Certification. Findings Meeting Attend and participate in a findings meeting between involved parties, including the City and Project Designer. The purpose of this meeting is to clarify all comments and resolve issues resutting from the review. A list of issues will be provided in advance of the meeting. Follow-up Review After the designer has made revisions to the PS&E package, a follow-up review will be performed to ensure that all changes have been adequately incorporated. This process may take up to two iterations prior to the package being ready for Certification. Certification At the conclusion of the plan review and revision process, Dokken Engineering will provide written “Design Certification” that the bridge PS&E package was prepared to and meets current applicable standards. Information provided by a. Road Plans, including horizontal and vertical control the City b. Bridge Plans C. Hydraulics Report d. Foundation Report e. Special Provisions f. Estimate (Road, Bridge, Combined), including quantities and price backup 9 Permits, Right-of-Way Maps and Easements h. Topo Maps L +- (d ‘.E SE 92 +io CANNON ROAD BRIDGE DESIGN REVIEW TASK A: MACAW0 CANYON BRIDGE $14,000 55% $7,700 35% $4,900 10% $1,400 Prepare report of design review. ,i:i~~~~~:~~~i,i:i~~:~;.:i~~‘.::’:’:;’:1’:::.:Ii:.I.:;,i~::. :.:.:--li:il.~.~:j~,~j~‘~~~aiid.~~. ,,,..,.,.,.,..,., ..,,.., ,. ,,., : . . . . . . . . ::. :...:,:.:..,i:::i.::: .; : : :‘-‘:::.:~I:.:.::::; .,:, :.: : :.: :‘: .,: : : : . . . . EXHIBIT “B” GEOTECHNICAL REPORTS 1. 2. Geotechnical investigation for the pro osed Cannon Road Reach 1 prepared by Woodward-Clyde Consultants dated eptember 26, 1988. 8 Geotechnical investigation for the Cannon Road Bridge Over Macario Canyon prepared by Woodward-Clyde Consultants dated January 10, 1989. 3. Update Canyon ??I eotechnical report for the proposed Cannon Road Reach 1 and Macario ridge prepared by Woodward-Clyde dated April 27, 1993. 4. Foundation Design Parameters Cannon Road Bridge over A i! ua Hedionda Creek Kelly Ranch, Carlsbad, California, prepared by Owen eotechnical, dated August 26, 1985. - May 22, 1996 TO: ASSISTANT CITY CLERK FROM: Management Analyst, Engineering VIA: AGREEMENT TO PROVIDE BRIDGE PLANCHECK SERVICES-MACARIO CANYON Three sets of our proposed agreement with Dokken Engineering to provide bridge plancheck services for the Macario Canyon project are enclosed and are ready for signature by the City Clerk, City Attorney, and City Manager. When the agreements are signed, please keep one copy for your records, send one to the contractor, and return one to me for our files. Thank you for your assistance. MINDY JACOBS Management Analyst Enclosures cc City Engineer Senior Management Analyst, Engineering Principal Civil Engineer Brown Associate Engineer Howard