Loading...
HomeMy WebLinkAbout1996-11-12; City Council; 13891; CONSULTANT AGREEMENT FOR DEVELOPMENT OF THE I-5 CORRIDOR DESIGN PLANa > c a: a, a 4: i2J z 0 i= 0 - 1 0 2 3 0 u a 45 DEPT. HD. AB# J389 I - TITLE CONSULTANT AGREEMENT FOR MTG. 11-12-96 1-5 CORRIDOR DESIGN PLAN CITY ATTY DEPT. ENG CITY MGR. CITY OF CARLSBAD - AG P NDA BILL 0 DEVELOPMENT OF THE RECOMMENDED ACTION: Adopt Resolution No. 9 6 - 3 96 authorizing the Mayor to execute a agreement with Kawasaki, Theilacker, Ueno & Associates for the development of the Design Plan. ITEM EXPLANATION: The City’s Engineering Department is embarking on the development of a comprehe plan incorporating both landscaping and artistic statements along Interstate 5 through tt will enhance Carlsbad’s coastal community feeling. The purpose of this project is ‘ design concept “master plan” document for the Interstate 5 corridor through Carlsbad visually strong and pleasing and which enhances the natural and built environments alor The design plan will develop a visual identity for the City while maintaining Carlsbad’s community relevance. The plan will also focus on opportunities for expression through public art throughoi corridor. Special emphasis will be placed at the north and south entrances to the 1 propose monument statements which identifies that the driver is entering Carlsbad. In order to prepare a comprehensive design plan, public input is essential at the be through the entire process. The consultant firm will be conducting citywide public wo forums to encourage ideas from various sectors of the Carlsbad community. An additional element of the design process is to prepare complete working landscape Palomar Airport Road and 1-5 interchange. The City has been recommended Environmental Enhancement and Mitigation Program (EEMP) funds for this interchanc Earlier this year, the City Council appointed an ad-hoc citizens committee called the Landscaping Advisory Committee. The Committee interviewed three landscape ai teams and recommended the firm of Kawasaki, Theilacker, Ueno & Associates as the ( to complete the required tasks. development of future enhancement projects. The design plan will propose a scenic cc FISCAL IMPACT: The Council previously appropriated $125,000 through the adoption of the N 19% Improvement Program. The consultant contract for Kawasaki, Theilacker, Ueno & As5 not-to-exceed amount of $124,523.00. EXHIBITS: 1. Resolution No. 919 - 3 76 authorizing the Mayor to execute a consultan with Kawasaki, Theilacker, Ueno & Associates for the development of the Design Plan. Consultant agreement with Kawasaki, Theilacker, Ueno & Associates. 2. < ._ 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 ’7 18 l9 2o *l ** 23 24 25 26 27 28 e e I - RESOLUTION NO. 96 376 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING THE MAYOR TO EXECUTE A CONSULTANT AGREEMENT WITH KAWASAKI, THEILACKER, UENO & ASSOCIATES FOR THE DEVELOPMENT OF WHEREAS, the City of Carlsbad is interested in developing a comprehensive dt incorporating both landscaping and artistic statements along Interstate 5 through the ( will enhance Carlsbad’s coastal community feeling; and THE 1-5 CORRIDOR DESIGN PIAN. WHEREAS, the purpose of this project is to prepare a design concept “ma document for the Interstate 5 corridor through Carlsbad to guide the development enhancement projects; and WHEREAS, an additional element of the design process is to prepare complel landscape plans for the Palomar Airport Road and 1-5 interchange; and WHEREAS, the 1-5 Corridor Landscape Advisory Committee interviewed the thi and recommended that a consultant contract be executed with the firm of Kawasaki, 1 Ueno & Associates. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of California, as follows: 1. That the above recitations are true and correct. Ill Ill Ill Ill Ill Ill ill Ill Ill Ill - 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 e e 2. That the Mayor is hereby authorized to execute a consultant agreen Kawasaki, Theilacker, Ueno & Associates for the development of the 1-5 Corridor Desi1 PASSED, APPROVED AND ADOPTED at a regular meeting of the Carisbad Cit held on the 12thday of November , 1996 by the following vote, to wit: AYES: Council Members Lewis, Nygaard, Hall and Finnila NOES: None ABSENT: Council Member Kulchin ATTEST: ALETHA L. RAUTEN (SEAL) 0 0 Exhibit 2 AGREEMENT FOR CONSULTING AND DESIGN SERVICES FOR PREPARATION OF THE 1-5 CORRIDOR DESIGN PLAN THIS AGREEMENT, made and entered into as of the day of I 19-1 t and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City and Kawasaki, Theilacker, Ueno & Associates, hereinafter referred to as "Contractor." RECITALS City requires the services of a Landscape Architect and Artist team to provide th necessary consulting and design services for preparation of the 1-5 Corridor Design Plan; an Contractor possesses the necessary skills and qualifications to provide the services required k the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenani contained herein, City and Contractor agree as follows: 1. CONTRACTORS OBLIGATIONS A. Conduct an inventory of the predominant land uses adjacent to the freewa right-of-way and along each of the eastlwest interchange corridors to assist in the developmer of the appropriate theme for the nine (9) freeway crossings. B. Conduct a field review of the existing landscaping infrastructure and environmer at each freeway crossing within the Caltrans right-of-way and provide a summary report tl include: rev. 8126/9( 1 0 0 0 Identification of physical constraints/opportunities. a Identification of environmental constraints. 0 Surface street constraints/opportunities to be used in conjunction with th crossings. Participate in four (4) public workshops including the preparation of presentatic C. materials and displays. D. Prepare a report to include: 0 Development of up to three (3) alternatives for each freeway crossing. 0 Identification of opportunities for artwork and/or integration of art. 0 Analysis of recommended landscaping themes at each interchange. 0 Development and identification of possible construction phasing options. 0 Development of design guidelines for the corridor. 0 Analysis of reclaimed water potential use. 0 Environmental Assessment of recommended landscape concepl (preliminary). Analysis of potential mitigation provisions for environmental impacts ( any). 0 Review of safety and security considerations (including review an approval by Caltrans). Assessment of maintenance and operation issues (including review an1 approval by Caltrans). 0 0 Full plant growth simulation exhibits. E. Cost estimate, following Caltrans format, for recommended concept 0 By phase 0 Summary 0 Consult with regulatory agencies to determine potential permit conditions anc Include maintenance and operations costs F. requirements. rev. 8/26/9( 2 e e G. Identify and document the following: 0 All agencies to be consulted and permits needed prior to construction. 0 Caltrans requirements for processing conceptual review, constructio plans, specifications and estimates. Potential funding sources and process steps to obtain the funding. Legislation and/or policies that may impact the proposed project. 0 0 0 Utility locations affected. 0 Existing easements affected. 0 Existing right-of-way, existing lease conflicts and any propose easements, 0 Affected private property boundaries, with assessor parcel numbers an ownership information (provided by the City). H. Preliminary details or layouts of design features to include the following: 0 Bridge modifications (ifnecessary). 0 Required storm drain facilities. 0 0 Extent of grading requirement, including any retaining structures. Typical design cross-sections for the different terrain areas expected to b encountered. New utilities proposed to be constructed in conjunction with the landscap and art work. 0 0 Relocation of existing utilities. 0 Proposed phases for construction. 0 Recommended signage. 0 General irrigation requirements including demand analysis an 0 Lighting, as necessary. 0 Exhibits and discussion detailing the proposed art elements and/c modifications required to existing irrigation system. structures. rev. 8/26/91 3 e e I. Palomar Airport Road at Interstate 5 - In order to take advantage of the recent1 approved $200,000 Environmental Enhancement and Mitigation Program (EEMP) grant fc landscaping at this location, the following tasks shall begin upon completion of the Master Pla document and be completed no later that April I, 1997: a Complete working drawings including landscape and irrigation plan: integrated art and construction specifications for Phase 1 improvement based on existing available funding, including: - Proposed landscaping and irrigation - Plant type and size - Irrigation requirements - Detailed cost estimate - Typical design cross-sections for the different terrain area expected to be encountered. All above mentioned tasks in Item No. 9 shall be developed to conform to Caltran standards. Meetings The consultant and City should anticipate, but not be limited to, the following meetings: Four (4) public workshop meetings. Periodic meetings with the 1-5 Conidor Landscape Advisory Committee. Meetings as necessary with Caltrans and any affected regulatory agency. One (1) Planning Commission meeting. One (1) Parks and Recreation Commission meeting. One (I) Arts Commission meeting. Two (2) City Council Meetings. Meetings with City Staff as required. 0 0 a e e a a e 2. CITY OBLIGATIONS The City shall: A. Assist Contractor by placing at its disposal all available information pertinent ti the project including previous reports, maps, improvement and grading plans, soils reports, cos estimates, and any other data relative to design and construction of the project. rev. 8/26/9€ 4 0 a B. Examine all studies, reports, sketches, estimates, specifications, drawing: proposals, and other documents presented by firm and render necessary decisions pertainin thereto within a reasonable time so as not to delay the work of Contractor. C. Designate, in writing, a person or persons to act as representative of City wit respect to the work to be performed under this agreement; such person shall transrn instructions, receive information, interpret and define policies and decisions of City with respec to materials, equipment elements, and systems pertinent to the work covered by this agreeme Give prompt notice to Contractor whenever City observes or otherwise become D. aware of any defect in the project. E. Obtain, with Contractor's assistance, approval of all governmental authoritie having jurisdiction over the project and such approvals and consents from such other individual or bodies as may be necessary for completion of the project. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (IO) days after receipt of notification tl proceed by the City and be completed within three hundred (300) days of that date. Extension of time may be granted if requested by the Contractor and agreed to in writing by the Projec Manager. The Project Manager will give allowance for documented and substantiate unforeseeable and unavoidable delays not caused by a lack of foresight on the part of th 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 $124,523. No othe compensation for services will be allowed except those items covered by supplementa agreements per Paragraph 8, "Changes in Work." The City reserves the right to withhold a tei percent (10%) retention until the project has been accepted by the City. rev. 8/26/9( 5 0 0 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 (I) year from date thereof. The contrac may be extended by the City Manager for two (2) additional one (1) year periods or parts thereo based upon a review of satisfactory performance and the City’s needs. The parties shall prepar extensions in writing indicating effective date and length of the extended contract. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 3 days of receipt of the invoice. 7. FINAL SUBMISSIONS Contractor shall deliver to the City the following items: A. Draft Master Plan - Provide twenty-five (25) copies of a complete draft repoi including report text, graphics and plan sheets on or before December 15, 1996. B. Final Master Plan- Provide the following: 0 Fifty (50) bound copies of the Final Report including text, graphics an1 reduced plans. Copy of final report text on computer diskette compatible with Microsoi Word. One (1) set of photos taken and one (1) set of negatives. The above mentioned requirements of the final report shall be delivered t the City no later that 10 days after receiving official notice of final drai approval. Final approval is projected to be given at the January, 199, Committee meeting. Palomar Airport Road and 1-5 lnterchanqe - On or before April 1, 1997, submi final landscape design plans and detailed cost estimate for the Phase 1 improvements to thi! interchange in order to comply with the approved Environmental Enhancement and Mitigatioi Program project requirements. Please designate this project as a separate cost item. 0 0 0 C. rev. 8/26/9( 6 0 0 a. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, an informal consultations with the other party indicate that a change in the conditions of the contra( is warranted, the Contractor or the City may request a change in contract. Such changes sha be processed by the City in the following manner: A letter outlining the required changes shall b forwarded to the City by Contractor to inform them of the proposed changes along with statement of estimated changes in charges or time schedule. A Standard Amendment tc Agreement shall be prepared by the City and approved by the City according to the procedure described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement sha 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 c person, other than a bona fide employee working for the Contractor, to solicit or secure thi agreement, and that Contractor has not paid or agreed to pay any company or person, other tha a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any othe consideration contingent upon, or resulting from, the award or making of this agreement. Fo breach or violation of this warranty, the City shall have the right to annul this agreement withou liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwisc recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingen fee. 10. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscriminatioi 1 I. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the work a! provided for in this contract, the City Manager may terminate this contract for nonperformance b rev. 8/26/96 7 0 e notifying the Contractor by certified mail of the termination of the Contractor. The Contract0 thereupon, has five (5) working days to deliver said documents owned by the City and all work i progress to the Project Manager. The Project Manager shall make a determination of fact base upon the documents delivered to City of the percentage of work which the Contractor ha performed which is usable and of worth to the City in having the contract completed. Base upon that finding as reported to the City Manager, the Manager shall determine the final paymei of the contract. This agreement may be terminated by either party upon tendering thirty (30) days writte notice to the other party. In the event of such suspension or termination, upon request of th City, the contractor shall assemble the work product and put same in order for proper filing an closing and deliver said product to City. In the event of termination, the Contractor shall be pai for work performed to the termination date; however, the total shall not exceed the lump sum fe payable under paragraph 4. The City Manager shall make the final determination as to th 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, thr following procedure shall be used to resolve any question of fact or interpretation not otherwisc settled by agreement between parties. Such questions, if they become identified as a part of i dispute among persons operating under the provisions of this contract, shall be reduced tc writing by the principal of the Contractor or the City Project Manager. A copy of sucl documented dispute shall be forwarded to both parties involved along with recommender methods of resolution which would be of benefit to both parties. The City Project Manager c principal receiving the letter shall reply to the letter along with a recommended method o resolution within ten (10) days. If the resolution thus obtained is unsatisfactory to the aggrievec party, a letter outlining the dispute shall be forwarded to the City Council for their resolutioi rev. 8/26/9[ 8 0 0 through the Office of the City Manager. The City Council may then opt to consider the directe solution to the problem. In such cases, the action of the City Council shall be binding upon tt parties involved, although nothing in this procedure shall prohibit the parties seeking remedic available to them at law. 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted i part of the contract process as set forth in this agreement and not in anticipation of litigation or conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to tt City, it may be considered fraud and the Contractor may be subject to criminal prosecution. Th Contractor acknowledges that California Government Code sections 12650 et seq., the Fals Claims Act, provides for civil penalties where a person knowingly submits a false claim to public entity. These provisions include false claims made with deliberate ignorance of the fals information or in reckless disregard of the truth or falsity of information. If the City of Carlsba seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigatio costs, including attorney's fees. The Contractor acknowledges that the filing of a false claim ms subject the Contractor to an administrative debarment proceeding wherein the Contractor may b prevented to act as a Contractor on any public work or improvement for a period of up to fiv years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City f Cartsbad to disqualify the Contractor from the selection process. deal) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 an 3.32.028 pertaining to false claims are incorporated herein by reference.xMial) 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's own way a an independent Contractor and in pursuit of Contractor's independent calling, and not as a employee of the City. Contractor shall be under control of the City only as to the result to b rev. 8/26/91 9 e 0 accomplished, but shall consult with the City as provided for in the request for proposal. Th persons used by the Contractor to provide services under this agreement shall not be considere employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to th Contractor pursuant to the contract shall be the full and complete compensation to which th Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf ( the Contractor or hidher employees or subcontractors, The City shall not be required tQ pay a0 workers' compensation insurance or unemployment contributions on behalf of the Contractor c hidher employees or subcontractors. The Contractor agrees to indemnify the City within 30 da) for any tax, retirement contribution, social security, overtime payment, unemployment payment ( workers' compensation payment which the City may be required to make on behalf of th Contractor or any employee or subcontractor of the Contractor for work done under th agreement or such indemnification amount may be deducted by the City from any balance owin to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Contrc Act of 1986 and shall comply with those requirements, including, but not limited to, verifying thi eligibility for employment of all agents, employees, subcontractors and Consultants that art included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicabl requirements of law: federal, state and local. Contractor shall provide all necessary supportin documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. rev. 8/26/96 10 0 0 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required ar the property of the City, whether the work for which they are made be executed or not. In th event this contract is terminated, all documents, plans, specifications, drawings, reports, an studies shall be delivered forthwith to the City. Contractor shall have the right to make one (' copy of the plans for hidher records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuai to this contract shall be vested in City and hereby agrees to relinquish all claims to suc 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 expense including attorney fees arising out of the performance of the work described herein caused i whole or in part by any willful misconduct or negligent act or omission of the Contractor, an subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acf any of them may be liable, except where caused by the active negligence, sole negligence, c willful misconduct of the City of Carlsbad. Contractor shall at its own expense, upon written request by the City, defend any SUC suit or action brought against the City, its officers, officials, employees and volunteers Contractors indemnification of City shall not be limited by any prior or subsequent declaration b the Contractor. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies dur thereunder without the prior written consent of the City. rev. 8/26/91 11 0 0 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract I: the Contractor, Contractor shall be fully responsible to the City for the acts and omissions ( Contractots subcontractor and of the persons either directly or indirectly employed by th subcontractor, as Contractor is for the acts and omissions of persons directly employed t Contractor. Nothing contained in this contract shall create any contractual relationship betwee any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor an every subcontractor of a subcontractor by the terms of this contract applicable to Contractor work unless specifically noted to the contrary in the subcontract in question approved in writir by the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiatc make, accept, or approve, or take part in negotiating, making, accepting, or approving of th agreement, shall become directly or indirectly interested personally in this contract or in any pa thereof. No officer or employee of the City who is authorized in such capacity and on behalf ( the City to exercise any executive, supervisory, or similar functions in connection with tt- performance of this contract shall become directly or indirectly interested personally in th contract or any part thereof. rev. 812619 12 m 0 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the Cit either before, during or after the execution of this contract, shall affect or modify any of the tern or obligations herein contained nor entitle the Contractor to any additional payment whatsoevc under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," all term conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, ar 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' conflict of interest code, that the Contractor will not be required to file a conflict of intere! statement as a requirement of this agreement. However, Contractor hereby acknowledges th: Contractor has the legal responsibility for complying with the Political Reform Act and nothing i this agreement releases Contractor from this responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and i amendments insurance against claims for injuries to persons or damage to property which ma arise out of or in connection with performance of the work hereunder by the Contractor, hi agents, representatives, employees or subcontractors. Said insurance shall be obtained from a insurance carrier admitted and authorized to do business in the State of California. Th insurance carrier is required to have a current Bestk Key Rating of not less than "A-:VI and sha meet the City's policy for insurance as stated in Resolution No. 91-403. rev. 8/26/91 13 m a A. Coverages and Limits. Contractor shall maintain the types of coverages and minimum limits indicated hereir unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1,000,000 combined singlc limit per occurrence for bodily injury, personal injury and property damage. If the submitte policies contain aggregate limits, general aggregate limits shall apply separately to the WOI 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 work for the City). $1,000,000 combined single-limit per accident for bodily injury and proper. damage. 3. Workers' Compensation and Employer's Liability. Workers' Compensatio limits as required by the Labor Code of the State of California and Employer's Liability limits c $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to th contractor's profession with limits of not less than $1,000,000 per claim. Coverage shall b 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 agreemer contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policies excludin! Workers' Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City beforc commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Profession2 Liability which shall be written as claims-made coverage. rev. 8/26/91 14 0 0 4. This insurance shall be in force during the life of the agreement and ar extension thereof and shall not be canceled without 30 days prior written notice to the City sei by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages requirc herein, then the City will have the option to declare the Contractor in breach, or may purchaz replacement insurance or pay the premiums that are due on existing policies in order that tt required coverages may be maintained. The Contractor is responsible for any payments mac by the City to obtain or maintain such insurance and the City may collect the same from tt Contractor or deduct the amount paid from any sums due the Contractor under this agreemer, 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive writte notice on behalf of the City and on behalf of the Contractor in connection with the foregoing ar as follows: For City: Title Associate Engineer Name Steven C. Jantz Address 2075 Las Palmas Drive Carlsbad, CA 92009 For Contractor: Title Senior Associate Name Brad Lewis Address 61 65 Greenwich Drive, Suite 200 k at t& .+. ArchitecffLicense Number: CA i2+q ArchitecffLicense Number: rev. 8/26/9 15 0 0 28. BUSINESS LICENSE contractor shall obtain and maintain a City of Carisbad Business License for the duratic of the contract. 29. ENTIRE AGREEMENT his agreement, together with any other written document referred to or contemplate herein, embody the entire agreement and understanding between the parties relating to tt subject matter hereof. Neither this agreement nor any provision hereof may be amendec modified, waived or discharged except by an instrument in writing executed by the party again which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this day of 119 . CITY OF CARLSBAD, a municipal corporation of the State of California CONTRACTOR: By: KAWASAKI, THEILACKER, UENO & ASSOCIATES Mayor sdCa ATTEST: /4g&7uc/’A - neh&Cr gfl ALETHA L. RAUTENKRANZ City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. only one officer signs, the corporation must attach a resolution certified by the secretary ( assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorney BY rev. 8/26/S 16 -4 l,>i 0 e?;r 7: 6165 Gn is! KAWASAKI THEILACKER UENO f ASSOCIATES Sucre 201 Sar Dies (61 9) 45 FAX (615 To Whom It May Concern: The following is a list of Corporate Officers: Frank H. Kawasaki, President Don F. Ueno, Treasurer Michael A. Theilacker, Vice PresidenUSecretary 0 - * /0/2 y/Y&- Date /&dizz10 c ’I Lh&,&C> /&/ z57 /?b Michael A. Theiiacker, Vice Presidentlsecretary Do% F. Ueno, Treasurer Date Corporate Seal I(u-t W Car mr 8.4,~~ ate idUv k C+=” 5 wcc 1 SUBSCRIBING-WITNE @ CERTIFICATE (“WITNESS JUR a, State of Cd-, 8 - 19 q& , before me, the undersig NAME OF SUBSCRIBING WITNESS Notary Public, personally appeared %n F! baJ0 , who is personally known to tb be the person whose name is subscribe the within instrument as a witness thereto, v (hekhe) was present and OamYart107500 the same person described in and whose n: Rbk--cmAJo is subscribed to the within and anne: instrument as a party thereto, execute same, and that said affiant subscrit (hidher) name to the wi‘ instrument as a witness at the reques Tbn E Uenb NAME OF PRINCIPAL SIGN GAIN) SIGNATURE OF NOTARY +i Q. a&. Though the data below IS not required by law, it may prove valuable to persons relying on the document and could pri DESCRIPTION OF AlTACHED DOCUMEI TITLE OR TYPE OF DOCUMENT ;. I? GENERAL k2 ATTORNEY-IN-FACT NUMBER OF PAGES ‘ x I? TRUSTEE(S) lL GUARDIAN/CONSERVATOR I. 0 OTHER >xL iy DATE OF DOCUMENT t$ ‘ ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: NAME OF PERSON(S) OR EMITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION -8236 Remmet Ave , P 0 Box 7184 Canoga Park, CA e 0 E x h i b i t "A" A GontraGtor Gumpensation Schedule far Carlsbad Interstate 5 Corridor Project t KTU+A (Contractor) shall bill the City of Carlsbad (City) on a phased percent completion basis. Payments for professional services rendere shall be paid at 30%, 60%,40%, and 100% completion of services, with city holding the 10% retention until the 100% complete documents are accepted by the city. Phase One - Conceptual Master P Ian 30% Completion ......................................................................... 32 6,48 5 .( 60% Cample tian ......................................................................... 82 6,494.( 4 0% Completion ......................................................................... $2 6,4 B 4.~ 10% Retention to be paid at acceptance ( 100% Completion) ... $8,828.~ Phase One Total .............................................................................. B 1 .c Phase Two - PS%E for Palornar Airport Road / 1-5 Interchang 30% completion .......... : .............................................................. $ I 0,87 3.c 60% Completion ......................................................................... $ 10,873.~ 40% Completion ......................................................................... $ 10,872.~ --------- 10% Retention to be paid at acceptance ( 100% Completion)...$3,624.C ---------I Phase Two Total ......................................................................... $36,242.~ * Contract Total (Phase One and Phase Two ........................... $ I 24,s 23.0 1” - m 0 November 4, 1996 TO: ASSISTANT CITY CLERK FROM: Associate Engineer Jantz CONSULTANT AGREEMENT Attached are three (3) original consultant agreements for the development of the 1-5 Corridor Landscaping Design Plan executed by KTU +A. This item is tentatively scheduled for Council approval on November 12”. Please hold onto the originals and process for signature after the Council meeting. If you have any questions, please contact me at extension 4354. November 21, 1996 Mr. Brad Lewis Senior Associate Kawasaki, Theilacker, Ueno & Associates 6165 Greenwich Drive, Suite 200 San Diego, CA 92122 Re: The Carlsbad City Council, at its meeting of November 12, 1996, adopte Resolution No. 96-376, approving a consultant agreement with Kawasak Theilacker, Ueno & Associates for the development of the 1-5 Corridor Design Plan. Enclosed please find a copy of Resolution No. 96-376 and a fully signed agreement. Development of the 1-5 Corridor Design Plan &%J*CYC Assistant City Cler KRKijp Enclosures 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-280