HomeMy WebLinkAbout1997-04-15; City Council; 14141; Cannon Rd West agreementsa
0 Q:
9
%“
z 0 i= 0 Q
zs -I
z 3 0 0
RECOMMENDED ACTION:
Adopt Resolution No. 9 ?- 4 4 8 approving the rescission of consultant agree
O’Day Consultants, Inc., for the design of improvement plans, project specificatior
estimates for Cannon Road West and McDaniel Engineering for Bridge Design 2
Cannon Road: Macario Canyon Bridge and Agua Hedionda Bridge and approva
consultant agreement with O’Day Consultants, Inc., for the design of improvement pl<
specifications and cost estimates for Cannon Road West, Project No. 31 84
ITEM EXPLANATION:
On March 19, 1996 the City Council approved a consultant agreement with McDaniel E
for Bridge Design Services for Cannon Road: Macario Canyon Bridge and Agua Hedioi
Resolution No. 96-95. McDaniel Engineering was the original designer of Macario Car
and because of the firm’s past project experience and involvement, was’selected as be
On April 9, 1996, the City Council approved a consultant agreement with O’Day Consu
for the design of improvement plans, specifications and cost estimates for Cannon h
Resolution No. 96-126. O’Day Consultants was unanimously selected as best qua
committee of City staff from a field of eight engineering firms who submitted pror
qualification packages.
In order to expedite the process, the City originally contracted with the consultants s
Through the design process and during initial consultations with the environmental
agencies, it was recognized the scope of work originally identified would be increased. I
determined the project coordinatfbn should be done by O’Day Consultants, Inc., for the 1
of the final plans. It has been mutually agreed by all parties to include the McDaniel E
bridge design contract in the O’Day Consultants, Inc., Scope of Work.
The O’Day Consultants, Inc., design services Scope of Work has been revised to ir
following new tasks (Task 11-V) in addition to the original design task (Task I) and to wrai
to be performed by McDaniel Engineering into the O’Day Consultants, Inc., design conk
Task I: Design of Cannon Road West and El Camino Real Plans, specifications and
(PS&E)
Design of Borrow site Lot 5 CT 94-09-1 Carlsbad Ranch plans, specifica
estimates.
Task Ill: Design Borrow Site Village “I” Kelly Ranch plans, specifications and estimates
Task IV: Design of the 1:l Wetland Mitigation Area plans, specifications and estimates
Task V: Design of the Vertical Drain System plans, specifications and estimates
Task II:
2075 LAS PALMAS DRIVE
CARLSBAD, CALIFORNIA 92009-1 576 (619) 438-1161
ENGINEERING DEPARTMENT
TO
Assistant City Clerk
I /I
Via: City Engin
V"'
DATE JOB NO
1 011 I96
Karen Kundtz
ATTENTION
RE
COPIES DATE
3
NO. DESCRIPTION
Extension of Agreement for Bridge Design Services for Cannon Road: Ma
Canyon Bridge and Agua Hedionda Bridge - /nefiHM,gL k-M&Ag
a 0
EXTENSION OF AGREEMENT FOR BRIDGE DESIGN SERVICES
AGUA HEDIONDA BRIDGE
FOR CANNON ROAD: MACARIO CANYON BRIDGE AND
The agreement dated March 25, 1996 for bridge design services for Canno
Road, between the City of Carlsbad, a municipal Corporation and McDaniel Engineering, i
hereby extended for a period of one hundred eighty-five (185) days ending on March 25, 1997
All other provisions in the original agreement shall remain in full force and effec
All insurance policies to be maintained by Contractor shall be extended to includc
coverage for this extension period.
CONTRACTOR: CITY OF CARLSBAD, a municipa
McDaniel Engineering Company, Inc.
(name of Contractor)
By: /:-Jw -==q_ 3- ATTEST:
P
(sign here)
%w'- A?? I/b%#?L p-c/.- & Lag -4 -6-? -
(print nameltitle)
(Proper notarial acknowledgment of execution by Contractor must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. I only one officer signs, the corporation must attach a resolution certified by the secretary 01 assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
\\LASPALMAS\SYSVIBRAR\LlENG\WORD\DOCS\SBA of &I McDaniel Eog for Bndge Dengn Svcs SH doc
1011 6/95
* 0
CALIFORNIA
ALL-PURPOSE
ACKNOWLEDGEMENT
STATE OF CALIFORNIA )
COUNTY OF SW Pi=- )
On 4/3.1% 6 before me,
DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE. NOTARY PUBLIC"
personally appeared, A/'- /?q/srui /*-&&y
/
personally known - to me (or proved to me on the basis of satisfactory evidence) to be the persc
whose name(s) idare subscribed to the within instrument and acknowledged to me tha&/
they executed the same in@/her/their authorized capacity(ies), and that by &her/
signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) a(
executed the instrument.
WITNESS my hand and official seal.
(SEAL) 7.- CxLLk- 3-1.bkC-I
NOTARY PUBLIC SIGNATURE
OPTIONAL INFORMATION
/+-&/--cr- p *--.&&fi l=+L "i-a r, J-v<
h+ &-A- /2y (2!.L..4l&J ) TITLE OR TYPE OF DOCUMENT
DATE OF DOCUMENT +/>O 6 NUMBER OF PAGES I
I
SIGNER(S) OTHER THAN NAMED ABOVE ,@
* e
State of Illinois
Acknowledgment
State of Illinois
County of Cook.
This instrument was acknowledged before me on 26 3m. 96 (date)
by &%gf b. &%!?sou (name of person) as %cK3pWv (type of
authority, e.g., officer, trustee, etc.) of mcb& @&tU66&a &I, /flL (name of
party on behalf of whom instrument was executed).
(seal>
April 3, 1996
McDaniel Engineering Company, Inc.
5030 Camino De La Siesta, Suite 204
San Diego, CA 92108
Re: Macario Canyon Bridge and Agua Hedionda Channel>.Bridge Desig
The Carlsbad City Council, at its meeting of March 19, 1996 adopted Resolution No. 96-95, approving an agreement with McDanie Engineering for bridge design services for Cannon Road: Macari Canyon Bridge and Agua Hedionda Channel Bridge.
In accordance with Section 25 of the agreement, you are required tc file a Conflict of Interest Statement with the City Clerk of thc City of Carlsbad. Anyone in the company who is working on thi:
city project must file Form 730, Statement of Economic Interests,
and must report all Disclosure Categories which includes al:
Schedules A through H-3.
Enclosed for your use in meeting the filing requirements is a Fon
730 and Instructions, a copy of the Appendix to the Local Conflicl
of Interest Code, and a copy of the FPPC Fact Sheet regardin<
Gifts, Honoraria, and Travel. We will provide additional forms
upon request. Also enclosed is a fully executed original of the agreement and a copy of Resolution No. 96-95 for your files.
Your completed Assuminq Office Statement is due in the Citv Clerk's
Office no later than 5:OO P.m., on May 3, 1996.
If you have any questions, please call the City Clerk's Office at
434-2808.
ALETHA li!eQY&Jd* L. RAUTENKRANZ, CMC
City Clerk
Am: ijp
Enclosures
-_____ __.___-- -___ -___ ._-- __ - -
1200 Carlsbad Village Drive - Carlsbad, Californla 92008-1 989 - (61 9) 434-2808
e 0
AGREEMENT FOR
BRIDGE DESIGN SERVICES FOR
AGUA HEDIONDA CHANNEL BRIDGE
CANNON ROAD: MACARIO CANYON BRIDGE AND
THIS AGREEMENT, made and entered into as of the 25th day of MARCH
19 96 , by and between the CITY OF CARLSBAD, a municipal corporation, hereinaftc
referred to as "City", and MCDANIEL ENGINEERING COMPANY, INC., hereinafter referre
to as "Contractor."
R EC ITALS
City requires the services of a Contractor to provide the necessary bridge desic
services for preparation of Macario Canyon Bridge plans, specification, and estimatc
and Agua Hedionda Channel Bridge plans, specifications, and estimates; and Contract(
possesses the necessary skills and qualifications to provide the services required k
the City;
NOW, THEREFORE, in consideration of these recitals and the mutual covenan
contained herein, City and Contractor agree as follows:
1. CONTRACTOR'S -OBLIGATIONS
The Contractor shall perform the requirements as detailed in the scope of wo
attached hereto as Exhibit "A" and incorporated herein.
rev.2181
e 0
2. CITY OBLIGATIONS
The City shall provide the Contractor with an autocad disk with the City title bloc
orthophoto bluelines of the construction area, copy of existing related improvement plar
and a copy of environmental documents associated with the project.
3. PROGRESS AND COMPLETION
The work under this contract will begin within ten (10) days after receipt (
notification to proceed by the City and be completed within one hundred eighty (181
calendar days of that date. Extensions of time may be granted if requested by tt-
Contractor and agreed to in writing by the City Engineer. The City Engineer will gii
allowance for documented and substantiated unforeseeable and unavoidable delays nc
caused by a lack of foresight on the part of the Contractor, or delays caused by Ci
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 not exceed $39,031
No other compensation for services will be allowed except those items covered t:
supplemental agreements per Paragraph 8, "Changes in Work." The City reserves tt-
right to withhold a ten percent (10%) retention until the project has been accepted by tt-
City.
Incremental payments, if applicable, should be made as outlined in attache
Exhibit "B."
rev.2/8/!
2
a 0
5. DURATION OF CONTRACT
This agreement shall extend for a period of one hundred eighty (180) calendi
days from date thereof. The contract may be extended by the City Manager for one ('
additional one (1) year periods or parts thereof, based upon a review of satisfactoi
performance and the City's needs. The parties shall prepare extensions in writir
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 pric
to the 30th day of the month the invoice was submitted.
7. FINAL SUBMISSIONS
Within five (5) days of completion and approval of the 100% plancheck of tt-
bridge plans, the Contractor shall deliver to the City the following items:
TASK A: MACARIO CANYON BRIDGE
0 Complete original mylars of the bridge improvement plans ready for Ci.
Engineer signature.
One (1) copy of the technical specifications on MS Word 6.0 diskette an
standard reference drawings and/or utility company drawings.
Cost estimate - one (1) hard copy and one (1) copy on MS Word 6.
diskette.
All design related computer diskettes not described above.
Three (3) sets of final signed and sealed reports.
0
0
0
0
rev. 2/8/2
3
0 0
TASK B: AGUA HEDIONDA CHANNEL BRIDGE
0 Complete original mylars of the bridge improvement plans ready for Ci
Engineer signature.
One (1) copy of the technical specifications on MS Word 6.0 diskette ar
standard reference drawings and/or utility company drawings.
Cost estimate - one (1) hard copy and one (1) copy on MS Word 6
diskette.
All design related computer diskettes not described above.
Three (3) sets of final signed and sealed reports.
0
0
0
8. CHANGES IN WORK
If, in the course of the contract, changes seem merited by the Contractor or tb
City, and informal consultations with the other party indicate that a change in tk
conditions of the contract is warranted, the Contractor or the City may request a chanc
in contract. Such changes shall be processed by the City in the following manner:
letter outlining the required changes shall be forwarded to the City by Contractor !
inform them of the proposed changes along with a statement of estimated changes
charges or time schedule. A Standard Amendment to Agreement shall be prepared 1:
the City and approved by the City according to the procedures described in Carlsbz
Municipal Code Section 3.28.172. Such Amendment to Agreement shall not rend!
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 compar
or person, other than a bona fide employee working for the Contractor, to solicit (
rev.2/8/!
4
0 0
secure this agreement, and that Contractor has not paid or agreed to pay any compar
or person, other than a bona fide employee, any fee, commission, percentage, brokerac
fee, gift, or any other consideration contingent upon, or resulting from, the award (
making of this agreement. For breach or violation of this warranty, the City shall ha\
the right to annul this agreement without liability, or, in its discretion, to deduct from tk
agreement price or consideration, or otherwise recover, the full amount of such fe
commission, percentage, brokerage fees, gift, or contingent fee.
10. NONDISCRIMINATION CLAUSE
The Contractor shall comply with the state and federal laws regardir
nondiscrimination.
11. TERMINATION OF CONTRACT
In the event of the Contractor’s failure to prosecute, deliver, or perform the WOI
as provided for in this contract, the City Manager may terminate this contract fc
nonperformance by notifying the Contractor by certified mail of the termination of tt-
contractor. The Contractor, thereupon, has five (5) working days to deliver sal
documents owned by the City and all work in progress to the City Engineer. The Ci
Engineer shall make a determination of fact based upon the documents delivered to Ci
of the percentage of work which the Contractor has performed which is usable and (
worth to the City in having the contract completed. Based upon that finding as repork
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) da)
written notice to the other party. In the event of such suspension or termination, upc
rev.21811
5
e 0
request of the City, the Contractor shall assemble the work product and put same
order for proper filing and closing and deliver said product to City. In the event
termination, the Contractor shall be paid for work performed to the termination dat
however, the total shall not exceed the lump sum fee payable under paragraph 4. TI
City Manager shall make the final determination as to the portions of tasks complete
and the compensation to be made.
12. DISPUTES
If a dispute should arise regarding the performance of work under this agreemer
the following procedure shall be used to resolve any question of fact or interpretation ni
otherwise settled by agreement between parties. Such questions, if they becorr
identified as a part of a dispute among persons operating under the provisions of th
contract, shall be reduced to writing by the principal of the Contractor or the Ci
Engineer. A copy of such documented dispute shall be forwarded to both partic
involved along with recommended methods of resolution which would be of benefit '
both parties. The City Engineer or principal receiving the letter shall reply to the lett
along with a recommended method of resolution within ten (10) days. If the resolutic
thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shl
be forwarded to the City Council for their resolution through the Office of the Ci
Manager. The City Council may then opt to consider the directed solution to tI
problem. In such cases, the action of the City Council shall be binding upon the partic
involved, although nothing in this procedure shall prohibit the parties seeking remedic
available to them at law.
rev.2/8/
6
0 e
13. CLAIMS AND LAWSUITS
The Contractor agrees that any contract claim submitted to the City must t:
asserted as part of the contract process as set forth in this agreement and not
anticipation of litigation or in conjunction with litigation. The Contractor acknowledge
that if a false claim is submitted to the City, it may be considered fraud and tt-
Contractor may be subject to criminal prosecution. The Contractor acknowledges thl
California Government Code sections 12650 et seq., the False Claims Act, provides fc
civil penalties where a person knowingly submits a false claim to a public entity. Thes
provisions include false claims made with deliberate ignorance of the false informatic
or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeb
to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigatic
costs, including attorney’s fees. The Contractor acknowledges that the filing of a fals
claim may subject the Contractor to an administrative debarment proceeding wherein tt-
Contractor may be prevented to act as a Contractor on any public work or improvemei
for a period of up to five years. The Contractor acknowledges debarment by anothc
jurisdiction is grounds for the City of Carlsbad to disqualify the contractor from tt-
selection process. i+(InitiaI)
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.02
and 3.32.028 pertaining to false claims are incorporated herein by reference. fid’g--dI(Initii
rev.2/8/1
7
0 0
14. STATUS OF THE CONTRACTOR
The Contractor shall perform the services provided for herein in Contractor’s OM
way as an independent contractor and in pursuit of Contractor’s independent calling, ar
not as an employee of the City. Contractor shall be under control of the City only as 1
the result to be accomplished, but shall consult with the City as provided for in tt-
request for proposal. The persons used by the Contractor to provide services under th
agreement shall not be considered employees of the City for any purposes whatsoeve
The Contractor is an independent contractor of the City. The payment made 1
the Contractor pursuant to the contract shall be the full and complete compensation 1
which the Contractor is entitled. The City shall not make any federal or state ts
withholdings on behalf of the Contractor or his/her employees or subcontractors. Tt-
City shall not be required to pay any workers’ compensation insurance or unemploymei
contributions on behalf of the Contractor or his/her employees or subcontractors. Tt-
Contractor agrees to indemnify the City within 30 days for any tax, retiremet
contribution, social security, overtime payment, unemployment payment or worker.
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 ar
balance owing to the Contractor.
The Contractor shall be aware of the requirements of the Immigration Reform an
Control Act of 1986 and shall comply with those requirements, including, but not limite
rev.2/8/E
8
0 0
to, verifying the eligibility for employment of all agents, employees, subcontractors ar
Consultants that are included in this agreement.
15. CONFORMITY TO LEGAL REQUIREMENTS
The Contractor shall cause all drawings and specifications to conform to i
applicable requirements of law: federal, state and local. Contractor shall provide i
necessary supporting documents, to be filed with any agencies whose approval
necessary.
The 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 here
required are the property of the City, whether the work for which they are made k
executed or not. In the event this contract is terminated, all documents, plan
specifications, drawings, reports, and studies shall be delivered forthwith to the Cit
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 wo
pursuant to this contract shall be vested in City and hereby agrees to relinquish all clain
to such copyrights in favor of City.
18. HOLD HARMLESS AGREEMENT
Contractor agrees to indemnify and hold harmless the City of Carlsbad and i
officers, officials, employees and volunteers from and against all claims, damages, losst
and expenses including attorney fees arising out of the performance of the wo
rev.2181
9
0 0
described herein caused in whole or in part by any negligent act or omission of tl
contractor, any subcontractor, anyone directly or indirectly employed by any of them (
anyone for whose acts any of them may be liable, except where caused by the acth
negligence, sole negligence, or willful misconduct of the City of Carlsbad.
Contractor shall at his own expense, upon written request by the City, defend ar
such suit or action brought against the City, its officers, officials, employees ar
volunteers. Contractor’s indemnification of City shall not be limited by any prior (
subsequent declaration by the contractor.
19. ASSIGNMENT OF CONTRACT
The Contractor shall not assign this contract or any part thereof or any monies dl
thereunder without the prior written consent of the City.
20. SUBCONTRACTING
If the Contractor shall subcontract any of the work to be performed under th
contract by the Contractor, Contractor shall be fully responsible to the City for the ac
and omissions of Contractor’s subcontractor and of the persons either directly 1
indirectly employed by the subcontractor, as Contractor is for the acts and omissions
persons directly employed by Contractor. Nothing contained in this contract shall crea
any contractual relationship between any subcontractor of Contractor and the City. Tt
Contractor shall bind every subcontractor and every subcontractor of a subcontractor 1
the terms of this contract applicable to Contractor’s work unless specifically noted to tt
contrary in the subcontract in question approved in writing by the City.
rev.2181
10
e 0
21. PROHIBITED INTEREST
No official of the City who is authorized in such capacity on behalf of the City '
negotiate, make, accept, or approve, or take part in negotiating, making, accepting, (
approving of this agreement, shall become directly or indirectly interested personally
this contract or in any part thereof. No officer or employee of the City who is authorize
in such capacity and on behalf of the City to exercise any executive, supervisory, (
similar functions in connection with the performance of this contract shall become direci
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 tk
City, either before, during or after the execution of this contract, shall affect or modify ar
of the terms or obligations herein contained nor entitle the Contractor to any addition
payment whatsoever 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 heret
and each of their respective heirs, executors, administrators, successors, and assign
rev2181
11
e e
24. EFFECTIVE DATE
This agreement shall be effective on and from the day and year first written abov
25. CONFLICT OF INTEREST
The Contractor shall file a conflict of interest statement with the City Clerk
accordance with the requirements of the City’s conflict of interest code incorporating Fc
Political Practices Commission Regulation 18700 as it defines “consultant.” TI
disclosure category shall be all categories.
26. INSURANCE
The Contractor shall obtain and maintain for the duration of the contract and ar
and all amendments insurance against claims for injuries to persons or damage
property which may arise out of or in connection with performance of the work hereund
by the contractor, his agents, representatives, employees or subcontractors. Sa
insurance shall be obtained from an insurance carrier admitted and authorized to c
business in the State of California. The insurance carrier is required to have a curre
Best’s Key Rating of not less than “A-:V” and shall meet the City’s policy for insuranc
as stated in Resolution No. 91-403.
A. Coverages and Limits.
Contractor shall maintain the types of coverages and minimum limi
indicated herein, unless a lower amount is approved by the City Attorney or Ci
Manager:
1. Comprehensive General Liability Insurance. $1,000,000 combin(
single-limit per occurrence for bodily injury, personal injury and property damage. If tl
rev.2/8/
12
0 e
submitted policies contain aggregate limits, general aggregate limits shall app
separately to the work under this contract or the general aggregate shall be twice tl
required per occurrence limit.
2. Automobile Liability (if the use of an automobile is involved f(
contractor’s work for the City). $1,000,000 combined single-limit per accident for bodi
injury and property damage.
3. Workers’ Compensation and Employer’s Liability. Worker
Compensation limits as required by the Labor Code of the State of California ar
Employer’s Liability limits of $1,000,000 per accident for bodily injury.
4. Professional Liability. Errors and omissions liability appropriate to tt
contractor’s profession with limits of not less than $1,000,000 per claim. Coverage Shi
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 tt-
agreement contain, or are endorsed to contain, the following provisions.
1. The City shall be named as an additional insured on all policic
excluding Workers’ Compensation and Professional Liability.
2. The contractor shall furnish certificates of insurance to the City befo
commencement of work.
3. The contractor shall obtain occurrence coverage, excludir
Professional Liability which shall be written as claims-made coverage.
rev.2/8/
13
e 0
4. This insurance shall be in force during the life of the agreement ar
any extension thereof and shall not be canceled without 30 days prior written notice '
the City sent by certified mail.
5. If the contractor fails to maintain any of the insurance coverage
required herein, then the City will have the option to declare the contractor in breach, (
may purchase replacement insurance or pay the premiums that are due on existir
policies in order that the required coverages may be maintained. The contractor
responsible for any payments made by the City to obtain or maintain such insurance ar
the City may collect the same from the contractor or deduct the amount paid from ar
sums due the contractor under this agreement.
rev.2/8/!
14
0 0
27. RESPONSIBLE PARTIES
The name of the persons who are authorized to give written notices or to receh
written notice on behalf of the City and on behalf of the Contractor in connection with tt
foregoing are as follows:
For City: Title Associate Enqineer
Name Sherri Howard
Address Citv of Carlsbad
2075 Las Palmas Drive
Carls bad, CA 92009-1 576
For Contractor: Title President
Name Mark Ashley
Address McDaniel Engineering Company
5030 Camino De La Siesta, Suit
San Diego, CA 92108
28. BUSINESS LICENSE
Contractor shall obtain and maintain a City of Carlsbad Business License for tt
duration of the contract.
rev. 2/81
15
0 0
29. ENTIRE AGREEMENT
This agreement, together with any other written document referred to (
contemplated herein, em body the entire agreement and understanding between tt-
parties relating to the subject matter hereof. Neither this agreement nor any provisic
hereof may be amended, modified, waived or discharged except by an instrument
writing executed by the party against which enforcement of such amendment, waiver (
discharge is sought.
Executed by Contractor this 2-p* h day of FEBR u A py ,1946.
CONTRACTOR: CITY OF CARLSBAD a municipal
MCDAN I EL ENGl N EERl N G
COMPANY, INC.
By: L-<’, 9,x-w~~ e\.---z--+-k .( / By:
(sign here)
ATTEST:
A& dug*\ City Clerk
-
gml- A, ‘FeEEgQd, sW.XZT4-q
( p r i n t nam e/t i t I e)
(Proper notarial acknowledgment of execution by Contractor must be attached.)
(President or vice-president and secretary or assistant secretary must sign fc
corporations. If only one officer signs, the corporation must attach a resolution certific by the secretary or assistant secretary under corporate seal empowering that officer. bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
rev.2181
16
0 0
CALIFORNIA
ALL-PURPOSE
ACKNOWLEDGEMENT
STATE OF CALIFORNIA )
COUNTY OF 5-w D/l=ctu )
On 21=q;iL . before me, c/+4-YLco~nF mlm’*w fl/”-i%@-y
DATE NAME, TITLE OF OFFICER. E.G., “JANE DOE, NOTARY PUBLICL
personally appeared, fM/Lcc l4-w Y@.. ASHLGy
personally known to me (or proved to me on the basis of satisfactory evidence) to be the perso
whose name(s) idare subsGo the within instrument and acknowledged to me that66i
they executed the same in(‘thTher/their authorized capacity(ies), and that by@Ys/her/ - __--
signature(s) on the instrument the person@), or the entity upon behalf of which the person(s) ac
executed the instrument.
A .A R h./\ r\ ,% .2-/ WITNESS my hand and official seal. ,jliRLB-iTE P,d ITCHELL‘. -- (SEAL)
NOTARY PUBLIC SIGNATURE
OPTIONAL INFORMATION
dw ,! p +&--=+-
TITLE OR TYPE OF DOCUMENT h C-G---Wfd
DATE OF DOCUMENT %/@ / SL NUMBEROFPAGES i6 + Ex4
P*
1
I
SIGNER(S) OTHER THAN NAMED ABOVE
0 m
State of Illinois
County of Kane.
This instrument was acknowledged before me on zq w I@& bY
IZQWET PC. W~ESO~ as QFC~MP~C?.~ of ~C&AJIEz/ WGIdW
(seal)
e 0
EXHIBIT "A"
SCOPE OF WORK TASK A: MACARIO CANYON BRIDGE ENGINEERING SERVICES
1. PROJECT DESCRIPTION
This project consists of the updating of the design, plans, specifications and engineer
estimate (PS&E) to current standards for the construction of the Cannon Road Bridge Macario Canyon.
The Cannon Road Bridge consists of two parallel, five-span bridges, each 39'"" wide I
454'-6" long, over Macario Canyon. The original design was prepared by McDani
Engineering in 1989.
2. APPROACH TO THE WORK
The original bridge design and PS&E information will be thoroughly reviewed f
completeness and conformance to the current California standards and specification Any deviations will be evaluated with regard to their material and impact on the final PS8 package. Existing documents will then be revised as necessary for incorporation in tt
final PS&E package.
It is anticipated that the existing bridge length, width, type, geometrics, environmenl
requirements, and overal I configuration wi II remain unchanged e
3. SCOPE OF SERVICES - FINAL PS&E
a. Review and update of existing design package.
(1)
(2)
Coordinate with the City of Carlsbad.
Review of existing design, plans, specifications, and engineer's estima according to the most recent edition of the following Caltrans' publicatior
Bridge Design Specifications, Bridge Design Details Manual, Bridge Design Bids Manual, and Bridge Memo to Designers
(3)
(4)
(5)
(6)
(7) Attend relevant project meetings.
Evaluate deviations, identify design and PS&E items requiring updatin
and revise as appropriate.
Prepare a title sheet for the bridge plans.
Submit required copies of project deliverables to the City of Carlsbad I
review and comment.
Respond to comments and resubmit as required.
1
0 0
EXHIBIT "A"
4. FEE
a. Design Engineering Services
Periodic billings will be based on a percentage complete basis as shown c
Exhibit "B".
b. Reimbursable Expenses
The following reimbursable expenses are covered within this contract: travt
blueprinting, plotting, express shipping and delivery services.
The fee for Task "A is $30,930. C.
2
0 m
EXHIBIT "A"
SCOPE OF WORK
TASK B: AGUA HEDIONDA CHANNEL BRIDGE
1. PROJECT DESCRIPTION
This project consists of revising the plans, specifications, and engineer's estimate for tk
Cannon Road Bridge Over Agua Hedionda Channel. Current traffic demands at the si call for the bridge to be widened by 5'-0" on both sides to accommodate a left hand tu pocket on the bridge. The bridge plans, specifications and engineer's estimate will t: revised to reflect a width of 100'-0".
The original plans for the Cannon Road Bridge consist of a three-span, reinforcc concrete slab bridge, 90'-0" wide by 130'-0" long over Agua Hedionda Channel. Tt
original design, plans, and specifications were prepared by McDaniel Engineering in 198
2. APPROACH TO THE WORK
The original bridge plans, specifications, and estimate will be revised to reflect the ne
bridge width.
It is anticipated that the existing bridge length, type, geometrics, environmenl
requirements, and basic configuration will remain unchanged. We do not anticipate tt need for additional structural calculations on this project.
3. SCOPE OF SERVICES
a.
b.
Coordinate with the City of Carlsbad, as necessary.
Review revised road plans, specifications, and engineer's estimate according the most recent edition of the following Caltran's publications:
- Bridge Design Specifications - Bridge Design Details Manual - Bridge Design Bids Manual - Bridge Memo to Designers
Evaluate existing details and identify plan and estimate items requiring updatin
and revise as appropriate. The special provisions will be updated to the Caltrat Standard Specifications, July 1992 Edition.
Submit required copies of project deliverables to the City of Carlsbad for revic
and comment.
Respond to comments and resubmit as required.
c.
d.
e.
f. Attend relevant project meetings.
3
0 0
EXHIBIT "A"
4. SCOPE OF SERVICES - EXCLUSIONS
a. Items not originally performed by McDaniel Engineering except as specifical
noted above.
Bridge revisions resulting from changes to:
0 Utilities
e Environmental requirements
e Roadway geometrics
Services during bidding and construction.
b.
C.
5. FEE PROPOSAL
a. Design Engineering Services
Based on our current understanding of the scope of services required, v
propose to provide these services on a fixed fee basis. Charges will be billed c
a percent complete basis as shown on Exhibit "6".
b. Reimbursable Expenses
The following reimbursable expenses are covered within this contract: travc
blueprinting, plotting, express shipping and delivery services.
The fee for Task "6" is $8,100. C.
4
ai c 0
u) a,
+
- .- E
.- s E
- (d
Q 3
u)
a, CL c 0
(d 0 0
(d
a, a,
a,
73 c (d
0
(I) (I)
UQ
-(I)
L
.- +
- -
+
5
c^ .-
w *g
nx
'rn 2 Kc
$5 ; + Lug zT a E,: g
X W 25 ;
53 z-
2% a,
+ no -?
I aD E 02 2
ga -E ,E =
Y?
I EK 2
u)
l-z s
Y 0 a, I: 0 C (d
x
- a
is
5
-+
a,
.- ?
Y- a, 73 m a,
-0 (d I- C
(5, 3
-
2 5
5
T-
a,
g
a, c 0
u) a,
-c.. - .- E
E
b
-
.- E
Iz 3 u)
Q c 0
(d 0 0
(d a, a,
a,
.- .c.'
- -
*
5 -2
we (3: .o nu) 2 -E m2 A2 ag 2 x2 6 2s g wo E 3 a4 2 PP '5 I= az u g 00 2 I E- z x 22 co ox .E za 'J
(d
W
2 E
8; g- v)
a, S 0 .. mt; yx a, cnr ax +:
0 t: (d Q x
-
-c.. G
5 a,
a, S
a, -a
Lo a,
Q (d t- c a 3
.- .c
-
e 5
E
7
a,
a I-
0
n <
E 30
- mz
82
k
=z
0
* ' CITY OF CARLSBAD UTILITY NOTIFICATION LOG
PROJECT
DESIGNER
SEND TO THE FOLLOWING UTILITY COMPANIES MARKED WITH AN "XI:
Higgins, Cust. Proj. Planner ernmental Liaison/ESD
treet, Room 200