Loading...
HomeMy WebLinkAboutKrieger & Stewart Inc; 2009-10-07; PWENG704PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 MISCELLANEOUS SEWER REHABILITATION, NORTHWEST QUADRANT PROJECT NO. 5503 This first Proiect Task Descri~tion and Fee Allotment, is entered into on , pursuant to an Agreement between KRIEGER hfJD STEWART 'INC , a Cal~forn~a corporat~on ("Contractor") and the City of Carlsbad, ("C~tv") dated October 7, 2009, (the "Agreement"), the terms of whlch are incorporated heiejn by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Engineering Design Services in accordance with the "Project Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad," and the proposal dated March 9, 2010, ("proposal"), attached as Appendix "A for the Miscellaneous Sewer Rehabilitation, Northwest Quadrant, (the "Project"). The Project services shall include Completion of Construction Plans and Specifications and Bid Phase Services. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Engineer and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within 1 working day after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one hundred twenty (120) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on time and material. Appendix "A, attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A. Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the -. Contractor only upon authorization of the City throuqh the mechanism of a separate Proiect Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $6,719. J City Attorney Approved Version #07.24.02 TABLE 1 FEE ALLOTMENT ENGINEERING DESIGN SERVICES Executed by Contractor this 2q* day of r\ar& ,2010. TASK GROUP Construct~on Drawlngs F~nal Contract Documents Bid Phase Services TOTAL (Not-to-Exceed) CONTRACTOR: KRIEGER AND STEWART, INC., KRIEGER AND STEWART, INC., a California corporation a California corporation LUMP SUM FEE 1,847.00 2,436.00 2,436 00 J $6,719.00 (name of Contractor) (sign here) s~gn here) Clrdcl~s A. gn'e~?ec. &WC+AN Mark E. Mm&*:qieeM (print nameltitle) (print nameltitle) ~iwsec&d-hehwrnrd%te&fi, tiny thesere kteuecd~rt.~m (e-mail address) (e-mail 'dddress) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Column B Chairman, president or vice-president 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. of the State of California By: Date: /?Pflf /2, ZP/Q City Engineer or Authorized Signatory APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: ~kputy City ~ttorhky City Attorney Approved Version #07.24.02 APPENDIX "A" KRIECER lNcoRPoRATED ENGINEERING CONSULTANTS =a &WART 3602 University Ave Riverside, CA 92501 . Tel 951-684-6900 . Fox 951 -684-6986 March 9, 2010 860-5.3.1 A Mark D. Biskup, Associate Engineer Public Works - Engineering City of Cllrlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Subject: Miscellaneous Sewer Rehabilitation, Northwest Quadrant Project Status Dear Mr. Biskup: As requested, we are providing a summary of engineering services remaining for subject project. It is our understanding the requested information is for the purpose of establishing a new Purchase Order under the new Master Agreement (PWENG704) between the City and Krieger & Stewart In accordance with our original Purchase Order PI20416 dated September 17, 2008 for subject project, we are in the process of reviewing the City's final design comments and completing the 95% complete construction drawings and specifications and have yet to complete the final Contract Documents and bid phase services. Based on the original Purchase Ordcr, the approved budget amount is $29,732.00. We have invoiced the City $23,3 13.05 for engineering services completed through December 3 1, 2009; therefore, the remaining balance is $6,418.95 ($29,732.00 - $23,313.05). Based on our original Purchase Order, our estimated fee for providing the remaining engineering services is summarized as follows: Task Amount 95% Construction Drawings and Specifications $1,766.95 Final Contract Documents $2,326.00 Bid Phase Services $2.326.00 Total $6,418.95 Since our original Purchase Order and the new Master Agreement have different fee schedules, we have attached Table 1 showing the remaining balance to be $6,719.00 based on the remaining hours and the fee schedule from the new Master Agreement. In addition, we would also appreciate the City's consideration in extending our Contract Completion Date for subject project to May 1, 2010 to account for the time required to complete the Contract Documents and bid phase services. Our remaining Scope of Services is as follows: 95% Construction Drawings and Specifications Having received comments from City staff, we are in the process of addressing the City's 95% comments. Upon completion of the draft Contract Documents, we will submit them to City staff for final review. KREGER INCORPORATED Mark D. Biskup March 9, 2010 Page 2 of 2 As discussed, Krieger & Stewart will provide the City the Bid Schedules and Technical Specifications for subject project. We understand the City will provide the front-end section of the specifications including the cover sheet, table of contents, Notice lnviting Bids, Bid Documents (except for the Bid Schedules), Contract, and General Provisions and the City will format the specifications. Final Contract Documents Based on City staff final comments, we will complete and final the Contract Documents and prepare a detailed construction cost estimate. We will provide the City with a complete original set of Contract Documents including construction drawing mylars (Sheets 1 through 3) ready for signatures, copying, and distribution. We will also provide the City with a CD containing the uncompressed AutoCAD drawing files and specifications sections described above. Bid Phase Sewices It is our understanding that City staff will make copies of the Contract Documents available to Contractors, send the Notice Inviting Bids to local publications for legal advertising, conduct the bid opening, review bids, and prepare a Recommendation of Award. During the bidding period, we will answer questions about or provide clarifications of the Contract Documents, and assist in the preparation of addenda, all as requested by City staff. We will also assist City staff during the award of the project as requested by City staff, If you have any questions, please call Sincerely, KNEGER & STEWART Randy A. Neff Attachments: Table 1, Revised Estimated Fees for Engineering Services 200912010 Rate Schedule (applicable for all sewices performed under the Master Agreement) TABLE 1 CITY OF CARLSBAD CIP SEWER REHABILITATION PROJECT .. .. ESTIMATED FEES FOR ENGINEERING SERVICES . ,*... -. .... . , , . (REV,sw 3/8,'10) . . . . . . .' " ' .' . . - ' ... .. . . . . . . < ._.,: - . . . .. ,:, . ,.. .,.! .' ' PRINCIPAL SENIOR CAD SENIOR SENIOR ENGINEER ENGINEER OPERATOR I SECRETARY TOTAL COMPONENT HOURS $ HOURS $ HOURS $ HOURS $ $ 1. Initial Meeting with City Staff 2. Base Construction Drawings COMPLETED UNDER PREVIOUS AGREEMENT COMPLETED JNDER PREVIOUS AGREEMENT 1 5. Construction Drawinas and Specifications 3. Preliminary Construction Drawings and Specifications (70%) 4. Review Meeting (70%) with City Staff and Review ~eetin~<95%) with City Staff (Balance Remaining) 1 182 5 810 4 460 5 395 1.847 COMPLETED UNDER PREVIOUS AGREEMENT COMPLETED UNDER PREVIOUS AGREEMENT 6. Final Contract Documents 2 364 8 1.296 4 460 4 316 2,436 7. Bid Phase Services TOTAL: 6,719 200912010 Fee Schedule Principal Engineer @ $182 IHr Senior ~n~ineer $162 /Hr CAD Senior Operator I @ $1 15 /Hr Senior Secretary @ $79 IHr KRIEGER y61~wm INCORPORATED RATE SCHEDULE Below is Krieger & Stewart's 200912010 Fee Schedule, which will apply to all services provided by Krieger & Stewart for the entire term (3 years) of the Agreement. RATES CLASSIFICATION $Mr. Engineering 1 Environmental 1 Geologic 1 Surveying Services . . Pr~nclpal ............................................................................................................................................. 182.00 .............................................. Computer Aided Design Services Surveying Services (Field) 2 Man Crew with Survey Truck (including mileage) and Global Positioning System Equipment ..... 260.00 I Man Crcw with Survey Truck (including mileage) and Global Positioning System Equipment ..... 210.00 Construction Services Construction Enginee 115.00 Constrnction Inspector Regular Time ........................................ ...................................... 101.00 Support Services Outside Services Special Consultants and Purchased Services ost + 10% Reimbursable Expenses Vehicle Mileage (excluding survey trucks) .................. Air Fare, Ground Fare, Parking, and Subsistence ... Copies, Prints, Telephone, Delivery, and Sundry C TERMS OF PAYMENT: Unless charge accommodations have been established beforehand, all accounts shall be prepaid. For accounts having charge accommodations, payment in full shall be made within 30 days of date of invoice. Any amount unpaid within said 30 days will be assessed a service charge of 1-112% per month (18% annual percentage rate), with a minimum charge of $1.00. Accounts with a past due balance of 30 days or more are subject, without notice, to credit discontinuance and mechanic's lien or stop notice. If it becomes necessary for Krieger & Stewart to initiate legal proceedings for the collection of any balance due, the action shall be brought and tried in the Judicial Districts wherein Krieger & Stewart offices are located. Client agrees that the court may award reasonable attorney's fees and costs of suit to the prevailing party. City of Cflrlsbud Master Agreement Consuliing Services Civil Engineering - Sewer Rate Schedule PWENG704 MASTER AGREEMENT FOR PROFESSIONAL SEWER ENGINEERING SERVICES (KRIEGER & STEWART, INC.) THIS AGREEMENT is made and entered into as of the t _ day of 2009, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City", and KRIEGER & STEWART, INC., a California corporation, hereinafter referred to as "Contractor." RECITALS A. City requires the professional services of an engineering consultant that is experienced in sewer engineering services. B. The professional services are required on a non-exclusive, project-by- project basis. C. Contractor has the necessary experience in providing professional services and advice related to sewer engineering services. D. Selection of Contractor is expected to achieve the desired results in an expedited fashion. E. 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. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 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 three (3) years starting December 6, 2009. City Attorney Approved Version #04/03/02 4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by City and be completed within the time specified in the Task Description for the project (see paragraph 4 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the Public Works Director or Deputy City Engineer, as his designee. The Public Works Director or Deputy City Engineer, as his designee will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City inaction or other agencies' lack of timely action. In no event shall a specific Task Description exceed the term of this Agreement. 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed two hundred thousand dollars ($200,000) per Agreement year. The total amount of the Agreement shall not exceed six hundred thousand dollars ($600,000) for the complete Agreement term. Fees will be paid on a project-by-project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for City, the City Manager, or Public Works Director, as his designee, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 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. City Attorney Approved Version #04/03/02 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 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. 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-:V". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney 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. City Attorney Approved Version #04/03/02 10.1.1 Commercial General Liability 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 Liability (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 Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 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 General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain 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. City Attorney Approved Version #04/03/02 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 City: For Contractor: Name William Plummer Name Jon Reynolds Title Deputy City Engineer Title Vice President Dept Public Works - Design Division CITY OF CARLSBAD KRIEGER & STEWART, INC. Address 1635 Faraday Avenue Address 3602 University Avenue Carlsbad, CA 92008 Riverside, CA 92501 Phone No. (760)602-2768 Phone No. (951)684-6900 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. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. City Attorney Approved Version #04/03/02 Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 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 that the services 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 forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended 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 performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. 6 City Attorney Approved Version #04/03/02 Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 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 otherwise 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 seq.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 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. City Attorney Approved Version #04/03/02 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 #04/03/02 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. Executed by Contractor this 1 ^ day of ^€ptember~ _ , 200^1 . CONTRACTOR: KRIEGER & STEWART, INC. A Califoriya corporation CITY OF CARLSBAD, a municipal corporation of the State of California y* ^""~TiP7 * \ I j'f /"IsTgnherer - (print name/title) re^nos e n£fl (e- <--> ATTEST: (e-mail (Proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, document must be signed by one from each column: Column A Chairman, president or vice-president Column 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.) CITY OF CARLSBAD, a municipal corporation of the State of California APPROVED AS TO FORM: RONALD R. BALL, City Attorney BV: XU21 Deputy City Attorne City Attorney Approved Version #04/03/02 NOTARY ACKNOWLEDGEMENT State of California County of Riverside ss. On September 1. 2009. before me, Kim Renee' Soto. a Notary Public, personally appeared Jon C. Reynolds and Charles A. Krieger. who proved to me on the basis of satisfactory evidence to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) C«mmrt«*on * 1806975 Natty PiiMte- CiHfontft MvtnMt County My Cynm. EMfcftM ™- OPTIONAL INFORMATION Capacity Claimed by Signer Individual | x | Corporate Officer(s): Vice President and Corporate Secretary Title(s) | | Partner(s): | | Limited | | General | | Attorney-in-Fact | | Trustee(s) | | Guardian/Conservator I I Other: Signer is Representing: Name of Person(s) or Entity(ies) Krieger & Stewart, Incorporated Description of Attached Document Master Agreement for Professional Sewer Engineering Services between City of Carlsbad and Krieger & Stewart, Incorporated Document Title or Type Number of Pages To be dated by City of Carlsbad Document Date City of Carlsbad's City Manager or Mayor Other Signer(s) OC 5 2 = EXHIBIT "A" KQIEGED & <§>TEWAQT SECTION 5 RATE SCHEDULE Below is Krieger & Stewart's 2009/2010 Fee Schedule, which will apply to all services provided by Krieger & Stewart for the entire term (3 years) of the Agreement. RATES CLASSIFICATION S/Hr. Engineering / Environmental / Geologic / Surveying Services Principal 182.00 Senior 162.00 Associate 145.00 Staff 1 128.00 Staff II 114.00 Staff III 100.00 Computer Aided Design Services Senior Operator 1 115.00 Senior Operator II 109.00 Staff Operator 1 103.00 Staff Operator II 97.00 Staff Operator III 90.00 Surveying Services (Field) 2 Man Crew with Survey Truck (including mileage) and Global Positioning System Equipment 260.00 1 Man Crew with Survey Truck (including mileage) and Global Positioning System Equipment 210.00 Construction Services Construction Engineer 145.00 Construction Inspector Regular Time 101.00 Support Services Senior Secretary 79.00 Staff Secretary 1 69.00 Staff Secretary II 62.00 Utility Technician 58.00 Utility Clerk 55.00 Outside Services Special Consultants and Purchased Services Cost + 10% Reimbursable Expenses Vehicle Mileage (excluding survey trucks) 0.72 $/Mile Airfare, Ground Fare, Parking, and Subsistence Cost Copies, Prints, Telephone, Delivery, and Sundry Charges Cost TERMS OF PAYMENT: Unless charge accommodations have been established beforehand, all accounts shall be prepaid. For accounts having charge accommodations, payment in full shall be made within 30 days of date of invoice. Any amount unpaid within said 30 days will be assessed a service charge of 1-1/2% per month (18% annual percentage rate), with a minimum charge of $1.00. Accounts with a past due balance of 30 days or more are subject, without notice, to credit discontinuance and mechanic's lien or stop notice. City of Carlsbad Master Agreement Consulting Services Page 5-1 Civil Engineering - Sewer Rate Schedule