Loading...
HomeMy WebLinkAbout1998-12-01; City Council; 14953; APPROVAL OF AN AGREEMENT FOR CONSULTANT INSPECTION AND PROJECT MANAGEMENT SERVICESr 9 * Rf B *f? ;,' :, .. C OF CARLSBAD -AGENDA ILL .. ' / -+ :; AB# j4,95 3 CITY ATTY d CONSULTANT INSPECTION AND PROJECT MTG. 17/01/98 DEPT. HD. TITLE: APPROVAL OF AN AGREEMENT FOR DEPT. ENG MANAGEMENT SERVICES CITY MGR. RECOMMENDED ACTION: Adopt Resolution No. (% 'I ?9/ approving an agreement with Simon Wong Engineers (S\ for construction management and inspection services for the Cannon Road project and fu projects on an "as-needed" basis and appropriating funds for a Public Works Construc Inspector Intern. ITEM EXPLANATION: With the considerable level of development occurring throughout the City, and the aggres: capital projects program that is currently underway, the Public Works Engineering Departmer experiencing a shortage of qualified staff to manage and inspect projects. The execution of SWE contract will provide the City with the ability to appropriately staff the Cannon Road projl as well as have SWE as a resource for future projects. In order to provide staff to properly manage and inspect this work, the City solicited proposals fr several San Diego area engineering firms. Four firms responded by the July 21, 1998 deadlir They were PBS&J, Harris and Associates, Martin and Kane, Inc., and SWE. A selec committee then reviewed and evaluated proposals, interviewed candidate firms, and chec references. SWE was selected as the successful candidate. d w Q > E a 8 z 0 F 0 a G 9 z 3 0 0 It has been determined that the Cannon Road project requires three persons for proper staffir Due to the magnitude and complexity of the project, and since three bridges are be constructed, one of these positions must be a Project ManagerlStructure Representative who i registered structural engineer. The other two positions are designated for construction inspectc As a cost saving measure, one of these two positions can be performed by a City Construci Inspector Intern. The intern saves the City approximately $103,000 per year. Additionally, the City should take advantage of this time consuming and costly recruitment procc and add SWE to the other four consulting firms already under contract to provide "as-need construction management and inspection services. Even with four firms under contract, the Cit experiencing great difficulty in finding qualified consultant help. "As-needed" services are o used when needed and are typically budgeted for via capital projects award agenda bills E resolutions, or specifically included in the Engineering Department Operating Budget. Hav consulting firms on annual contract keeps the City from having to perform individual recruiteme for each project. This portion of the SWE contract should be in the amount of $200,000. ENVIRONMENTAL REVIEW: The Planning Director has determined that the requested action is consistent with prior CEI review. The project was reviewed in the Cannon Road Reach 1 Environmental Impact Report, Kelly Ranch Environmental Impact Report, and the Mitigated Negative Declaration for Reach Significant environmental impacts identified by those CEQA documents were determined to mitigable to levels of less than significant. Permits from the resource agencies have be received. r r ' Page 2 of Agenda Bill No. qi 7 5 3 e FISCAL IMPACT: The Cannon Road project actually consists of four projects totaling over $20,000,000 that incluc $1,200,000 in underground and roadway improvements at the WCannon Road interchani $5,800,000 for the bridge over Macario Canyon, and $13,000,000 for Cannon Road reaches 0 and fwo between LEG0 Drive and El Camino Real which includes two smaller bridges. T I-5/Cannon Road work is a capital project being constructed under change order with Caltrans, t Macario Canyon Bridge is a City capital project, and reaches one and two are develor constructed with City reimbursement. The appropriation of funds for an intern inspector reduces the need for consultant staff increas and is reflected in the project budget. It is also an investment in the future providing opportunity for City staff to gain valuable experience under the guidance of season( professionals. The proposed Cannon Road construction management and inspection budget is $650,000 whit includes $575,000 for SWE services and $75,000 for one internship. This represents 3.3% of tt total construction budget which is well within industry standard for these services. The following represents a summary of the project costs for inspection and project manageme services for Cannon Road: I PROJECTED 1 FUNDING SOURCE I COSTS Sewer Project Management and Inspection (35341) - Water Connection Fees Water and Recycled Water Project Management and Inspection (35831) - South $56,287 Agua Hedionda Interceptor El Camino Real Widening (31 845) - Traffic Impact Fees $81,984 $4,000 Cannon Road Interstate 5 Ramps and Signals (34381) - Traffic Impact Fees $3,500 Cannon Road Widening at Interstate 5 (34371) - Traffic Impact Fees $1 8,728 El Camino ReaVCannon Road Traffic Signal (35251) - Public Facilities Fees $40,000 Cannon Road West (3184) - TransNet, Communitv Facilities District NO. 1. Bridge and Thoroughfare District No. 3 $370,501 CONTRACT TOTAL 1 $575,000 EXHIBITS: 1. Location Map. 2. Resolution No. 98 - 35 / approving an Agreement with Simon Wong Engineerin, (SWE) for construction management and inspection services for the Cannon Road projec and future projects on an "as-needed" basis and appropriating funds for a Public Work: inspector Intern. 3. Agreement for Consultant Inspection and Project Management Services with Simon Won! Engineers. 0 0 CANNON ROAD PROJECT MANAGEMENT 0 0 ' II RESOLUTION NO. 98-391 2 3 4 5 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AN AGREEMENT WITH SIMON WONG ENGINEERING (SWE) FOR CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR THE CANNON ROAD PROJECT AND FUTURE PROJECTS ON AN "AS-NEEDED" BASIS AND APPROPRIATING FUNDS FOR A PUBLIC WORKS INSPECTOR INTERN. WHEREAS, the City Council of the City of Carlsbad, California, has determin necessary, desirable, and in the public interest to enter into a contract for as-needed inspc and project management services; and 6 7 8 WHEREAS, Statements of Qualifications have been solicited to perform inspectior 9 10 project management services from qualified engineering firms; and 11 to provide the services required by the City; and 12 WHEREAS, Simon Wong Engineering was selected as the most qualified firm to pe these services; and WHEREAS, Simon Wong Engineering, has qualified personnel with the necessary 13 WHEREAS, a mutually satisfactory for the services has been negotiated; and 14 WHEREAS, funds for inspection services are available in capital project constn accounts or has been specifically budgeted for in the Engineering Department annual budge NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carl 15 16 California, as follows: 17 1. That the above recitations are true and correct. 18 2. That the agreement with Simon Wong Engineering, for inspection and p management services is hereby approved and the Mayor and City Clerk are authorize( directed to execute said agreement. 19 20 I AYES: Council Members Lewis, Nygaard, Finnila, Kulchin & Hall 22 PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Cc 21 held on the 1 st day of December , 1998 by the following vote, to wit: 23 24 25 26 I I ATTEST: 27 Ii 28 ALETHA L. RAUTENKRANZ, City Clerk .J I (SEAL) 0 0 AGREEMENT FOR CONSULTANT INSPECTION AND PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made and entered into as of the 1st day of December , 1998, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City", and SIMON WONG ENGINEERING, hereinafter referred to as "Contractor." RECITALS City requires the services of an Inspection and Project Management Contractor to provide the necessary consultant inspection and project management services for preparation of the Cannon Road Project and other projects as needed; and Contractor possesses the necessary skilts and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide construction management and inspection services on an "as-needed" basis satisfactory to the City. The Principal Construction Inspector shall determine the consultant personnel classification to be used from Exhibit "A" and approve all personnel providing these services. rev. 8/25/98 -1 0 0 2. CITY OBLIGATIONS A. The City shall supply the Contractor with plans and specifications or other available information within City records that may be necessary for Contractor to perform the requested inspections. B. Determine the scope of work to be performed for each inspection project. 3. PROGRESS AND COMPLETION The work under this contract will be performed on as an-needed basis as directed by the City. 4. FEES TO BE PAID TO CONTRACTOR Fees will be paid monthly based on approved hours worked for each personnel classification used in Exhibit "A". No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, Changes in Work. The following table sets forth the annual "not to exceed" amount for anticipated services. Years two through four are subject to extension provisions specified in Paragraph 5 below. 5. DURATION OF CONTRACT This agreement shall extend for a period of one (I) year from date thereof. The contract may be extended by the City Manager for three (3) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City's needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. rev. 8125198 -2 - 0 0 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within ten (IO) days of completion and approval of any project the Contractor shall deliver to the City the following items: All records, documents, and files relating to the inspection and construction management of projects assigned the Contractor. 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.1 72. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Contractor, to rev. 8/25/98 -3 - 0 0 solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the work as provided for in this contract, the City Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the City and all work in progress to the Public Works Director. The Public Works Director shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor has performed which is usable and of worth to the City in having the contract completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. rev. 8/25/98 -4 - 0 0 This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et sea., the False Claims Act, provides far civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or rev. 812 5/98 -5 - 0 0 improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. Mc (Initial) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. HC (Initial) 13. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's own way as an independent Contractor and in pursuit of Contractor's independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever, The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or its employees or subcontractors. The City shall not be required to pay any workers' compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which the City may be required to make on behalf of the rev. 8/25/98 -6 - 0 0 Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 14. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. 15. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (1) copy of the plans for its records. 16. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all -7 - rev. 8/25/98 0 0 claims to such copyrights in favor of City. 17. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused 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. 18, ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City. 19. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor's work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. rev. 8/25/98 -8 - 0 0 20. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 21. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 22. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 17, "Hold Harmless Agreement," all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 23. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. ... ... rev. 8/25/98 -9 - 0 0 24. CONFLICT OF INTEREST The Contractor shall file a conflict of interest statement with the City Clerk in accordance with the requirements of the City's conflict of interest code incorporating Fair Political Practices Commission Regulation 18700 as it defines A consultant. The disclosure category shall be Category 1 (Investment and Real Property Disclosure). 25. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V" and shall meet the City's policy for insurance as stated in Resolution No. 91-403. A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply rev. 8/25/98 -10 - e e 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. ... ... ... ... ... ... ... ... ... ... ... ... .. . .. . ... ... .. . ... ... ... ... ... ... ... rev. 8125198 -12 - 0 0 separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor's work for the City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor's profession with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policies excluding Workers' Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. rev. 8/25/98 -11 - 0 0 26. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For City: For Contractor: . Title Principal Construction Inspector Name Richard E. Cook Address 2075 Las Palmas Drive Carlsbad, CA 92009-1457 Title Vice President Name Mark Crevelina Address 9968 Hibert Street, Suite 202 San Dieao. CA 92131 V. ~~ Architecfflicense Number: ArchitecffLicense Number: 27. BUSINESS LICENSE C39483 Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 28. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in rev. 8/25/98 -13 - e e writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this 23 day of &"ern Y ,I9 98. CONTRACTOR: CWWA/ M/ON~/&C~S~~AKY ATTEST: Pm/ t4# ,A (print namehitie) v ' A~~RAi~~,~iiii+~ 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. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY J 2&&&wtt Cit A orney .q$ e- rev. 8/25/98 -14 - e 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT .f&//eM/&- SAW t9ic- L(/&&LLdZK A4 I7&42?-~ Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared S/t?7~4 bVO/dG 4 AwlL CkzVk%,ML , 'Qersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Name(s) of Signer@) l-%LLuz- Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: WD Bud- mGm7 J-~L Document Date: +3/9 d Number of Pages: ldM + /P& Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer@) ydd7 e#L Cdmrocwr /~~P~ d .3 - Signer's Name: -S2m fl.d M@,uk Signer's Name: /"IL WWURlb 0 Individual 0 Individual B Corporate officer SC" Title(s); VC" /"/ 0-7- 0 Partner - Limited 0 General 0 Partner - 0 Limited 0 General Attorney-in-Fact 0 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: s/YI1c,d W6U& E7\/G;. F/nt//J &$,d&- e& 0 1995 National Notary Association 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1-8C e a r. I mITTEN CONSENT ACTION BY INCORPORATOR OF SIMON WONG ENGINEERING, INC. The undersigned, being the sole incorporator of Simon Won Engineering, Inc., hereby takes the following action pursuant t Section 210 of the California Corporations Code, for the purpose o completing the organization of said corporation: 1. Adeopts bylawd for said corporation in the form contained i: the minute book of the corporation and certified on this date b; the undersigned. 2. Elects Simon Wong as the sole director of the corporation 3. Elects Simon Wong to the offices of President, Chie: Financial Officer (Treasurer), and Secretary. 4. Elects Mark Creveling to the office Dated: January 6, 1995 - /' I. 1: \- ., .- 0 a EXHIBIT “A” SCOPE OF SERVICES Provide construction inspection and project management services satisfactory to the City of Carlsbad on an as-needed basis. FEE SCHEDULE PRINCIPAL CIVIL ENGINEER ............................................ ~125.00 PROJECT MANAGEWSTRUCTURE REPRESENTATIVE.. ...... .$84.00 STRUCTURE INSPECTOR (REGISTERED) ........................... $69.00 ELECTRICAL INSPECTOR .................................................. $ 65.00 CONSTRUCTION INSPECTOR ............................................ $ 63.00 Rates are per hour and include vehicle and mileage, cell phone, and all incidentals necessary to perform the service. Work performed over and above 8 hours on a given day or on Saturdays will be paid at the same rates as above. One lap top computer and printer may be required whenever a personnel class is assigned to a distinct project or group of projects. rev. 8/25/98 -15 - 0 0 - City of Carlsbad December 7,1998 Mark Creveling, Vice President Simon Wong Engineering 9968 Hibert Street, Suite 202 San Diego, CA 92131 RE: AGREEMENT - CONSTRUCTION MANAGEMENT & INSPECTION SERVICES Enclosed for your records are copies of Carlsbad City Council Agenda Bill No. 14,953 and Resolution No. 98-391. These documents were approved by Council on December 1, 1998. Also enclosed is one fully executed original agreement. In accordance with Section 24 of enclosed agreement, you are required to file a Conflict of Interest Statement with the Carlsbad City Clerk. Anyone in the company who is working on this City project must file a Form 700, Statement of Economic Interests, and must report all Disclosure Categories which includes 1,2, 3, and 4. Enclosed for your use are the following documents, which you may copy if necessary: 1. Form 700 1997-1 998 Statement of Economic Interests 2. Amended Appendix to the Local Conflict of Interest Code 3. Limitations and other Restrictions on Gifts, Honoraria, Travel and Loans Your completed Assuming Office Statement is due in the City Clerk's Office no later than 500 PM on December 30, 1998. If you have questions regarding this process, please call Karen Kundtz. Assistant Citv Clerk, at (760) 434-2917. - C" KATHLEEN D. SHOUP Sr. Office Specialist 1200 Carlsbad Village Drive 0 Carlsbad, CA 92008-1 989 * (760) 434-2808