Loading...
HomeMy WebLinkAbout2000-03-21; City Council; 15660; Poinsettia Lane Bridge WideningCITY OF CARLSBADhARLSBAD MUNICIPAL WATER Dla i-RICT -AGENDA BILL A,/’ 4B# tS,,6bc, TITLE- APPROVAL OF AGREEMENTS WITH DOKKEN ENGINEERING d AND DANIEL, MANN, JOHNSON & MENDENHALL TO WTG. 3/2 1 /OO PROVIDE ENGINEERING SERVICES FOR FINAL DESIGN FOR POINSETTIA LANE BRIDGE WIDENING, PROJECT NOS. 3X51,3810, DEPT. ENG AND 3442 AND APPROPRIATION OF ADDITIONAL FUNDS FOR A RECYCLED WATERLINE RECOMMENDED ACTION: City of Carlsbad City Council: Adopt Resolution ho. do00 - 90 approving an agreement with Dokken Engineering to provide engineering services for preparation of plans, specifications and estimates for the Poinsettia Lane Bridge Widening Project No. 3551, Relocation of Sewer Line Project No. 3810, and Construction of a Waterline in Poinsettia Lane Project No. 3442, and construction of a recycled waterline in Poinsettia Lane. City of Carlsbad City Council: Adopt Resolution No. 3%) 9 / approving an agreement with Daniel, Mann, Johnson & Mendenhall to provide engineering services for bridge plan design check for the Poinsettia Lane Bridge Widening Project No. 3551. Carlsbad Municipal Water District Board of Directors: Adopt Resolution No. lO7c? approving an agreement with Dokken Engineering to provide engineering services for preparation of plans, specifications and estimates for the Poinsettia Lane Bridge Widening Project No. 3551, Relocation of Sewer Line Project No. 3810, and Construction of a Waterline in Poinsettia Lane Project No. 3442, and Appropriating Additional Funds for the construction of a recycled waterline in Poinsettia Lane. ITEM EXPLANATION: The Poinsettia Lane Bridge Widening Project is proposed to widen the existing bridge over the San Diego Northern Railroad right-of-way and Poinsettia Lane between Avenida Encinas and Carlsbad Boulevard. The existing south half of the bridge completed in 1985 consists of one traffic lane in each direction and sidewalk on the south side. The proposed widening will complete the bridge to accommodate a Major Arterial roadway. The combined bridge will carry two lanes of traffic in each direction, two 8-foot bicycle lanes, two 5-foot sidewalks, and raised median. Poinsettia Lane will be completed to Major Arterial standards between Avenida Encinas and Carlsbad Boulevard. Storm drain improvements are included in the project. Additionally, the project incorporates the relocation of a sewer main in Poinsettia Lane (Project No. 3810), construction of a 12-inch waterline in Poinsettia Lane between Avenida Encinas and Carlsbad Boulevard (Project No. 3442), and construction of a 12-inch recycled waterline in Poinsettia Lane. The sewer and water improvements were merged into the bridge project to maximize coordination and realize savings in design and construction costs. The recycled waterline is proposed at this time to avoid costly retrofitting at a later date. Since the recycled waterline is not in the currently-funded Capital Improvement Program, the appropriation of funds is required. Seven design consultants responded to the Request for Qualifications and were evaluated based on the experience and expertise in preparation of plans, specifications and estimates on similar types of projects. Dokken Engineering was determined to be the best qualified applicant by a five-person selection committee. The committee selected Daniel, Mann, Johnson & Mendenhall as the second best qualified applicant. The Council approved Dokken Engineering on March 23, 1999 to provide engineering services for the preliminary engineering, geotechnical investigations and environmental studies for the project. The preliminary engineering work and environmental studies have been completed. 1 /L4 Page 2 to Agenda Bill NO. /s ,, 660 Due to the specialized nature of bridge design, the plancheck of the bridge design requires the use of a consultant with bridge design experience. The selection committee recommended Dokken Engineering to prepare the final design and Daniel, Mann, Johnson & Mendenhall to provide bridge plan design check services. ENVIRONMENTAL REVIEW: On January 5, 2000, the Planning Commission adopted Planning Commission Resolution No. 4715 approving the Mitigated Negative Declaration issued by the Planning Director, and Planning Commission Resolution No. 4716 approving Coastal Development Permit 99-30 for the Poinsettia Lane Bridge Widening. FISCAL IMPACT: The proposed budget for final engineering and bridge plan design check services is $271,277. The total amounts budgeted in the Capital Improvement Program for all three projects is $2,575,000. Of that amount, $2,405,000 has been appropriated and $207,791 has been expended or encumbered. The additional $170,000 will be appropriated with the 2000-01 Capital Improvement Program. Remaining unencumbered appropriations of $2,197,209 are sufficient for the preparation of plans, specifications and estimates. The summary project budget (Table 1) shows the need to appropriate funds for the recycled waterline. TABLE 1 SUMMARY PROJECT BUDGET I ” ‘r&l ii ::. j ; 1 City,’ ‘1 Wat&‘, ‘1 !:,! :,:R&Qbl&d f !I 1: S&her costs Preliminary Design Environmental : 85,220 36,500 $ $ 20,280 - s - $ 105,500 Final Design (Dokken) $ 169,796 $ 24:420 : 2;: :9: Bridge Plancheck (DMJM) S 44,901 $ $ 44:901 Construction $ 1,204,936 $ 158:200 $ 1,555,536 Contingency (20%) $ 240,987 $ 31,640 $ 311,107 Environmental Mitigation Project Management (GVP) : 62,400 6,800 $ $ - - : 62,400 6,800 Administration (Staff) (2%) Inspection (8%) : 24,099 96,395 $ $ 12,656 3,164 : 1;:,::: 1 TOTAL $ 1,972,034 $ 250,360 $ 2,504,674 $ 238,790 1 $ 43,490 I (Water Conn. Fund) Additional Contingency or (Shortfall) $ 2,000,000 E $ 375,000 I $ 2,000,000 1 $ 375,000 I S 27,966 $124,640 $ 2,000,000 f 1;::::: $ 375,000 $ 2,575,OOO S 70,326 2 I e Page 3 to Agenda Bill No. /J,, ~$b 0 h EXHIBITS: 1. Location Map. 2. City of Carlsbad City Council Resolution No. ZIOO-8 0 approving an agreement with Dokken Engineering to provide engineering services for preparation of plans, specifications and estimates for the Poinsettia Lane Bridge Widening, Project No. 3551, Relocation of Sewer Line, Project No. 3810, Construction of a Waterline in Poinsettia Lane, Project No. 3442, and construction of a recycled waterline. 3. City of Carlsbad City Council Resolution No. 2000 -‘?/ approving an agreement with Daniel, Mann, Johnson & Mendenhall to provide engineering services for bridge plan design check for the Poinsettia Lane Bridge Widening Project No. 3551. 4. Carlsbad Municipal Water District Board of Directors Resolution No. JO 76 approving an agreement with Dokken Engineering to provide engineering services for preparation of plans, specifications and estimates for the Poinsettia Lane Bridge Widening, Project No. 3551, Relocation of Sewer Line, Project No. 3810, Construction of a Waterline in Poinsettia Lane, Project No. 3442, and construction of a recycled waterline and appropriating funds for construction of a reclaimed waterline in Poinsettia Lane. 5. Agreement for Preparation of Plans, Specifications and Estimates for Poinsettia Lane Bridge Widening, Project No. 3551, Relocation of Sewer Line, Project No. 3810, and Construction of a Waterline in Poinsettia Lane, Project No. 3442, and construction of a recycled waterline with Dokken Engineering. 6. Agreement for Bridge Plan Design Check for Poinsettia Lane Bridge Widening Project No. 3551 with Daniel, Mann, Johnson & Mendenhall. 3 I A -. LOCATION MAP City of Carlsbad March 30,200O Dokken Engineering Attn: Richard T. Liptak, Project Manager 3914 Murphy Canyon Blvd., Suite A-153 San Diego, CA 92123 RE: AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES At the meeting of March 21,2000, the Carlsbad City Council adopted Resolution No.‘s 2000-90 & 1076, approving the above referenced agreement. Enclosed for your records is a copy of Resolution No. 2000-90, 1076, and a fully executed agreement for your files. If you have questions concerning the contract, please contact Lloyd Hubbs, Public Works Director, at 602-2730. Sincerely, . ’ 6ee Uhich Office of the Carlsbad City Clerk Enclosures (2) 1200 Carlsbad Village Drive - Carlsbad, CA 92008-l 989 - (760) 434-2808 @ City of Carlsbad March 30,200O Daniel, Mann, Johnson & Mendenball Attn: Tom Bogard, Vice President 3250 Wilshire Boulevard Los Angeles, CA 90010 RE: AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES At the meeting of March 21,2000, the Carlsbad City Council adopted Resolution No. 2000-91, approving the above referenced agreement. Enclosed for your records is a copy of Resolution No. 2000-91 and a fully executed agreement for your files. If you have questions concerning the contract, please contact Lloyd Hubbs, Public Works Director, at 602-2730. Sincerely, /CL L.LkLi Dee Uhich Office of the Carlsbad City Clerk Enclosures (2) 1200 Carlsbad Village Drive - Carlsbad, CA 92008-1989 - (760) 434-2808 @ 1 2 3 4 5 6 7 6 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 2000-90 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AN AGREEMENT WITH DOKKEN ENGINEERING FOR PROFESSIONAL ENGINEERING SERVICES FOR PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES FOR THE POINSETTIA LANE BRIDGE WIDENING PROJECT, PROJECT NO. 3551, RELOCATION OF SEWER LINE, PROJECT NO. 3810, AND CONSTRUCTION OF A WATERLINE AND RECLAIMED WATERLINE IN POINSETTIA LANE, PROJECT NO. 3442. WHEREAS, the Engineering Department requested Statements of Qualifications to lrovide professional engineering services for preliminary engineering, environmental studies and jreparation of plans, specifications and cost estimates from twenty-two private firms interested in lroviding engineering services for the Poinsettia Lane Bridge Widening, Project No. 3551, and ,eceived responses from seven firms and after review of the proposals, staff is recommending Iokken Engineering as the best qualified firm for preparation of plans, specifications and cost estimates based on their experience and expertise on similar types of project; and WHEREAS, the City Council of the City of Carlsbad, California, has determined t necessary and in the public interest to approve and accept an agreement with Iokken Engineering for professional engineering services for preparation of plans, specifications md estimates; and WHEREAS, total project cost estimated for the preparation of plans, specifications and estimates is $226,376; and WHEREAS, funds in the amount of $2,405,000, including $2 million for the bridge widening, $30,000 for the sewer line and $375,000 for the water line, have been previously appropriated for the Poinsettia Lane Bridge Widening Project and there are sufficient funds available for this project; and WHEREAS, on January 5, 2000, the Planning Commission adopted Planning Commission Resolution No. 4715 approving the Mitigated Negative Declaration issued by the ‘lanning Director, and Planning Commission Resolution No. 4716 approving Coastal Development Permit 99-30 for the Poinsettia Lane Bridge Widening Project. II II Ii 1 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, 2 California, as follows: 3 1. That the above recitations are true and correct. 2. 4 That the agreement with Dokken Engineering for engineering services to prepare plans, specifications, and estimates for the Poinsettia Lane Bridge Widening Project, a copy of 5 which is attached as Exhibit 5, is hereby approved. 8 3. That the Mayor is hereby authorized to execute the proposed agreement for 7 engineering services with Dokken Engineering for preparation of plans, specifications and 8 estimates. 9 10 PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council 11 held on the 21s.t day of March I 2000 by the following vote, to wit: 12 AYES: Council Members Lewis, Hall, Nygaard and Kulchin 13 ABSENT: Co 14 15 16 ‘7 ATTEST: 18 , / qiJw-A7.3Jzr6zc 19 ‘~RRF~NE M. WOOD, City Clerk (SEAL) 20 21 22 23 24 25 26 27 28 1 RESOLUTION NO. zooo-91 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 CARLSBAD, CALIFORNIA, APPROVING AN AGREEMENT WITH DANIEL, MANN, JOHNSON & MENDENHALL FOR BRIDGE PLAN 4 DESIGN CHECK FOR THE POINSETTIA LANE BRIDGE WIDENING PROJECT. PROJECT NO. 3551. 5 WHEREAS, the Engineering Department requested Statements of Qualifications to 6 provide professional engineering services for preliminary engineering, environmental studies and 7 preparation of plans, specifications and cost estimates from twenty-two private firms interested in 8 providing engineering services for the Poinsettia Lane Bridge Widening, Project No. 3551, and 9 received responses from seven firms and after review of the proposals, staff is recommending IO Daniel, Mann, Johnson & Mendenhall as the best remaining qualified firm for bridge plan design 11 check based on their experience and expertise on similar types of project; and 12 WHEREAS, the City Council of the City of Carlsbad, California, has determined 13 it necessary and in the public interest to approve and accept an agreement with Daniel, Mann, 14 Johnson & Mendenhall for professional engineering services for bridge plan design check;-and WHEREAS, total project cost estimated for the bridge plan design check services is 15 $44,901; and 16 17 WHEREAS, funds in the amount of $2,405,000, including $2 million for the bridge widening, $30,000 for the sewer line and $375,600 for the water line, have been previously 18 appropriated for the Poinsettia Lane Bridge Widening Project and there are sufficient funds 19 available for this project; and 20 WHEREAS, on January 5, 2000, the Planning Commission adopted Planning 21 Commission Resolution No. 4715 approving the Mitigated Negative Declaration issued by the 22 Planning Director, and Planning Commission Resolution No. 4716 approving Coastal 23 Development Permit 99-30 for the Poinsettia Lane Bridge Widening Project. /II 24 I// 25 ill 26 Ill 27 if/ II 3 1 NOW, THEREFORE, BE IT RESOLVED .by the City Council of the City of Carlsbad, 2 California, as follows: 3 1. That the above recitations are true and correct. 2. 4 That the agreement with Daniel, Mann, Johnson & Mendenhall to provide engineering services for bridge plan design check for the Poinsettia Lane Bridge Widening 5 Project, a copy of which is attached as Exhibit 6, is hereby approved. 8 3. That the Mayor is hereby authorized to execute the proposed agreement for 7 engineering services with Daniel, Mann, Johnson & Mendenhall for bridge plan design check. 8 9 PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council 10 held on the 21 s t day of March , 2000 by the following vote, to wit: 11 AYES: Council Members Lewis, Hall, Nygaard and Kulchin 12 13 14 15 II I6 ATTEST: 17 18 19 20 21 22 23 24 25 26 27 28 h&m LO‘RRAINE M. WOOD, City Clerk (SEAL) R 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 1076 RESOLUTION NO. A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT (CMWD), APPROVING AN AGREEMENT WITH DOKKEN ENGINEERING FOR PROFESSIONAL ENGINEERING SERVICES FOR PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES FOR THE POINSETTIA LANE BRIDGE WIDENING, PROJECT NO. 3551, SEWER RELOCATION, PROJECT NO. 3810, AND WATERLINE AND RECLAIMED WATERLINE IN POINSETTIA LANE, PROJECT NO. 3442. WHEREAS, the Engineering Department requested Statements of Qualifications to provide professional engineering services for preliminary engineering, environmental studies and preparation of plans, specifications and cost estimates from twenty-two private firms interested in providing engineering services for the Poinsettia Lane Bridge Widening, Project No. 3551, and received responses from seven firms and after review of the proposals, staff is recommending Dokken Engineering as the best qualified firm for preparation of plans, specifications and cost estimates based on their experience and expertise on similar types of project; and WHEREAS, the Board of Directors of the Carlsbad Municipal Water District has determined it necessary and in the public interest to approve and accept an agreement with Dokken Engineering for professional engineering services for preparation of plans, specifications and estimates; and WHEREAS, total project cost estimated for the preparation of plans, specifications and estimates is $226,376; and WHEREAS, funds in the amount of $2,405,000, including $2 million for the bridge widening, $30,000 for the sewer line and $375,000 for the water line, have been previously appropriated for the overall Poinsettia Lane Bridge Widening Project and there are sufficient funds available for the design of this project; and WHEREAS, the project cost estimated for design and construction of the recycled II waterline in Poinsettia Lane is $240,000 and no funds have been appropriated; and I 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 WHEREAS, on January 5, 2000, the Planning Commission adopted Planning Commission Resolution No. 4715 approving the Mitigated Negative Declaration issued by the Planning Director, and Planning Commission Resolution No. 4716 approving Coastal Development Permit 99-30 for the Poinsettia Lane Bridge Widening Project; and NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of Carlsbad Municipal Water District (CMWD) of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the agreement with Dokken Engineering for engineering services to prepare plans, specifications and estimates for the Poinsettia Lane Bridge Widening Project, a copy of which is attached as Exhibit 5, is hereby approved. 3. That recycled water connection funds of $240,000 for the design and construction of a recycled waterline in Poinsettia Lane are hereby appropriated. 4. That the President of the Board of Directors is hereby authorized to execute the proposed agreement for engineering services with Dokken Engineering for preparation of plans, specifications and estimates. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal Water District held on the 2 1 s t day of March I 2000 by the following vote, to wit: AYES: Board Members Lewis, Hall, Nygaard and Kulchin Al-l-EST: ~&kGLamT& LO#R&fNE M. WOOD, Secretary (SEW AGREEMENT FOR PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES FOR POINSETTIA LANE BRIDGE WIDENING PROJECT NO. 3551, RELOCATION OF SEWER LINE PROJECT NO. 3810, CONSTRUCTION OF A WATERLINE IN POINSETTIA LANE PROJECT NO. 3442, AND CONSTRUCTION OF A RECYCLED WATERLINE IN POINSETTIA LANE THIS AGREEMENT is made and entered into as of the 28 + day of ,20=, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad hereinafter referred to as “District”, and 0 DOKKEN ENGINEERING, a California corporation, hereinafter referred to as “Contractor.” RECITALS City requires the services of an engineering Contractor to provide the necessary design services for preparation of plans, specifications and estimates for Poinsettia Lane Overhead Widening and Sewer and Waterline Extensions, City Project Nos. 3551, 3810, 3442/CMWD Project No. 90-I 11; the District requires the services of an engineering Contractor to provide the necessary design services for preparation of plans, specifications and estimates for Poinsettia Lane Overhead Widening Sewer and Waterline Extensions, CMWD Project No. 90-I 11; and Contractor possesses the necessary skills and qualifications to provide the services required by the City and the District; 1 rev. 03/02/00 NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City, District and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS See attached Exhibits “Al”, ‘VU”, “A3”, attached hereto and made a part hereof. 2. CITY OBLIGATIONS The City shall: A. Provide contractor with one (1) digital copy, on 3-l/2” diskette, of City Standard Special Provisions for Specifications in Microsoft Word, 6.0/95 format. B. Provide one (1) copy, on 3-l/2” diskette, of City title sheet in Autocad Release 14 format. C.. Provide expeditious review of plans in conformance with the design schedule. The District shall: A. Provide copies of existing sewer pipeline and waterlines to be connected to. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the City Engineer or des.ignee and be completed within seven hundred twenty (720) calendar days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City Engineer or designee. The City Engineer or designee will give allowance for documented and substantiated rev. 03/02/00 unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City or District 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 $226,376. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the City and the District. Incremental payments, if applicable, should be made as outlined in attached ‘Exhibits “Bl”, “B2”. and “83”. 5. DURATION OF CONTRACT This agreement shall extend for a period of seven hundred thirty (730) calendar days from date thereof. The contract may be extended by the City Manager/Executive Manager for two (2) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City’s and the District’s needs. The parties shall prepare 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 30 days of receipt of the invoice. rev. 03/02/00 7. FINAL SUBMISSIONS Contractor to deliver submittals to City per attached Exhibits “Al”, “A2”, and “A3”. a. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor, the City or the District, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor, the City or the District 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/District 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 the District and approved by the City and the District according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Contractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, 4 rev. 03/02/00 the City or the District 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. IO. 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/Executive 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 the District 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. 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 or the District, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City or 5 rev. 03/02/00 the District. 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/Executive 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 or the District 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 or the District, 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 for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad or the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad or the Carlsbad Municipal Water District to disqualify the Contractor from the selection process. i al) 6 rev. 03/02/00 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. 4n”” (Initial) 13. JURISDICTION Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractor’s independent calling, and not as an employee of the City or the District. Contractor shall be under control of the City and the District only as to the result to be accomplished, but shall consult with the City and the District 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 or the District for any purposes whatsoever. The Contractor is an independent Contractor of the City and the District. 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 and the District shall not make any federal or state tax withholdings on behalf of the Contractor or its employees or subcontractors. The City and the District 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 and the 7 rev. 03/02/00 17 District within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the City and the District may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City and the District 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. 15. 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 or the District will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City and the District, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, rev. 03/02/00 plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City or the District. Contractor shall have the right to make one (1) copy of the plans for its records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and District and hereby agrees to relinquish all claims to such copyrights in favor of City and District. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the “City” and the “District” and their officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any 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. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City and the District. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City and the District 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 9 rev. 03/02/00 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 or the District. 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 or the District. 21. PROHIBITED tNTEREST No official of the City or the District who is authorized in such capacity on behalf of the City or the District 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 or the District who is authorized in such capacity and on behalf of the City or the District 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. 22. VERBAL AGREEMENT OR CONVERSATtON No verbal agreement or conversation with any officer, agent, or employee of the City or the District, 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. 10 rev. 03/02/00 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTtVE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this . responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a 11 rev. 03/02/00 current Best’s Key Rating of not less than “A-Y and shall meet the City’s policy for insurance as stated in Resolution No. 91-403 and the District’s policy for insurance as stated in Resolution No. 772. A. Coveraoes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney/General Counsel or City Manager/Executive Manager: 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the City/District). $1 ,OOO,OOO 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 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor’s profession with limits of not less than $1 ,OOO,OOO per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. 12 rev. 03/02/00 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 and the Carlsbad Municipal Water District shall be named as additional insureds on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is 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. 13 rev. 03/02/00 23 - 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City/District and on behalf of the Contractor in connection with the foregoing are as follows: For City: Title Name Address Public Works Director Lloyd 6. Hubbs 1635 Faraday Avenue Cartsbad. CA 92008-7314 For Contractor: Title Name Address Project Manager Richard T. Liptak 3914 Murphy Canyon Blvd., Suite A-l 53 San Diego, CA 92123 Architect/License Number: C 40887 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in ill Ill Ill Ill 111 14 rev. 03lO2lOO writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. b 4 - Executed by Contractor this day of ,2049. CONTRACTOR: DOKKEN ENGINEERING, a Californl~corporation By: , /&tJL#q~L& (sign here) v Richard T. Liptak, Vice President By: Richard Lewis, Secretary (print name/title) Architect/License Number CITY OF CARLSBAD, a municipal of the State of Cafifo fi CARLSBAD MUNICIPAL WATER ATTEST //yywuG%-3/aa;l LMRAI’NE M. WOOD, Secretary (Proper notarial acknowledgment of execution by Contractor must be attached.) (Chairman, president or vice-president and secretary, assistant secretary , CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer(s) signing to bind the corporation.) (if signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument.) rev. 03lO2lOO ALL-PURPOSE ACKNOWLEDGMENT ~.~.~a~~~~~~-*-*~eI)m-*-*-~-~~*-o~~-* -I l t l t l t l t l t l t l t l t l t l t l t l t l t l t l t l t l t l t l t 0 t l t l t * State of California County of C’ -xCLl'@-tT.4Ntkj j ss. On M CWC!k luTH 7um before me, (DA-W personally appeared -&(4 &;,(I -i-y & ;&& \ SIGNER(S) ’ @ personally known to me - OR- 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that h&he/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which person(s) acted, executed the instrument. the WITNESS my hand and official seal. .“-) % y OPTIONAL INF’OFIMATION The information below is not required by law. However. it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACI’IY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT id cl cl 0 cl cl INDIVIDUAL CORPORATE OFFICER -f-~(S) mE OR TYPE OF DOCUMENT PARTNER(S) A’ITORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: a NUMBER OF PAGES (p &W 1 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OP PERSON(S) OR ENTil-Y(IES) &u-/I,, M&&r-i bZ\ OTHER J \ am-ewe -O-O- m-e-a-moo-e- 0 -o-o- e-e-e-e 3 APA 1194 VALLEY-SIERRA. W-362-3369 & - EXHIBIT “Al” SCOPE OF WORK for Poinsettia Lane Overhead Widening (City of Carlsbad) A. Final Design 1. 2. 3. 4. 6. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Preparation of Plans, Specifications and Cost Estimate (PS&E). Prepare plans in ink on mylar, or other media acceptable to City, on screened topographic map using scales of 1” = 40’ horizontal and 1” = 4’ vertical or 1” = 8’ vertical as agreed to prior to plan preparation. Provide one set of approved final plans in digital format compatible with AutoCAD Rel. 14 or current version in use at the time plans are prepared. Digital drawings shall be on 3 Y,” floppy disks or other media approved by the City. Provide one set of mylar plans of final drawings. Include in the improvement a typed list of contract items to be included in the Contract Documents. Estimate and bid item list to have identical item descriptions, compatible with Standard Specifications for Public Works Construction (SSPWC), and identical unit values. Submit detailed calculations and summary sheet of Engineer’s Estimate for construction. Prepare hydrologic and hydraulic reports to City standards. Prepare erosion control plans. Prepare phasing and traffic control plans. Prepare striping and signing plans Prepare structure plans Prepare city street lighting plans. Prepare planting and irrigation plans. Prepare technical specifications, including standard and special provisions. Provide printed original and electronic copy in Microsoft Word Version 7 to the City. Specifications in Greenbook format only. Provide to the City Project Manager, in a timely manner, copies of telephone conversations reports, meeting minutes, transmittals and correspondence. Provide ten (10) sets of bluelines of plans at 70%, 90% and 100% plancheck submittals. Provide ten (10) copies of the technical specifications and cost estimates at 70%, 90% and 100% plancheck submittals. Coordinate design with Carlsbad Municipal Water District (CMWD) where applicable. - B. Project Management 17. 18. 19. 20. Provide plans to affected utility companies and assist City Project Manager with coordination for relocation of facilities required to be relocated due to the roadway construction. Coordinate design and construction requirements with railroad agencies and the Public Utilities Commission. Perform additional field surveys to locate survey monumentation necessary to establish and calculate existing property, right-of-way and easement lines. Property, right-of-way, and easement lines will be calculated’ from a combination of survey data and record data from both the title report and record maps for the subject property (APN 214-450-25). The City will supply a current title report. Prepare a plat and legal description for the acquisition of right-of-way or easement. Easements for proposed utility relocations, drainage facilities, or other proposed facilities are not included. Grant deeds, subordination agreements, and other instruments of transfer will be prepared by the City. 1. Project meetings shall include an initial project kick-off meeting with monthly meetings until the project is complete. 2. Prepare a detailed project schedule using Microsoft Project, or other approved software of the final design phase. The project schedule shall be updated monthly and with each submittal and be provided to City Project Manager sufficiently prior to the monthly meetings for adequate review. 3. 4. Provide quality assurance reviews. Prepare semi-monthly (2 per month) progress reports detailing work accomplished during period and work anticipated for next period. 5. Prepare meeting minutes and record of conversations for all project related meetings and phone conversations. A.. Final Design 1. 2. Preparation of Plans, Specifications and Cost Estimate (PS&E). Prepare plans in ink on mylar, or other media acceptable to City, on screened topographic map using scales of 1” = 40’ horizontal and 1” = 4’ vertical or 1” = 8’ vertical as agreed to prior to plan preparation., Provide one set of approved final plans in digital format compatible with AutoCAD Rel. 14 or current version in use at the time plans are prepared. Digital drawings shall be on 3 Im” floppy disks or other media approved by the City. Provide one set of mylar plans of final drawings. 3. Include in the improvement a typed list of contract items to be included in the Contract Documents. Estimate and bid item list to have identical item descriptions, compatible with Standard Specifications for Public Works Construction (SSPWC), and identical unit values. 4. Submit detailed calculations and summary sheet of Engineer’s Estimate for construction. 5. 6. 7. Prepare water line plans, specifications and estimate. Prepare recycled water line plans, specifications and estimate. Prepare technical specifications, including standard and special provisions. Provide printed original and electronic copy in Microsoft Word Version 7 to the City. Specifications in Greenbook format only. 8. Provide to the City Project Manager, in a timely manner, copies of telephone conversations reports, meeting minutes, transmittals and correspondence. 9. Provide five (5) sets of bluelines of plans at 70%, 90% and 100% plancheck submittals. 10. Provide five (5) copies of the technical specifications and cost estimates at 70%, 90% and 100% plancheck submittals. 11. Coordinate design with the City of Carlsbad Public Works Department where applicable. 12. Provide plans to affected utility companies and assist City Project Manager with coordination for relocation of facilities required to be relocated due to the roadway construction. 13. Coordinate design and construction requirements with railroad agencies and the Public Utilities Commission. EXHIBIT “A2” SCOPE OF WORK for Poinsettia Lane Overhead Widening (Water and Recycled Water) B. Project Management 1. Project meetings shall include an initial project kick-off meeting with monthly meetings until the project is complete. 2. Prepare a detailed project schedule using Microsoft Project, or other approved software of the final design phase. The project schedule shall be updated monthly and with each submittal and be provided to City Project Manager sufficiently prior to the monthly meetings for adequate review. 3. Provide quality assurance reviews. 4. Prepare semi-monthly (2 per month) progress reports detailing work accomplished during period and work anticipated for next period. 5. Prepare meeting minutes and record of conversations for all project related meetings and phone conversations. EXHIBIT “A3” SCOPE OF WORK for Poinsettia Lane Overhead Widening (Sewer) A. Final Design 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Preparation of Plans, Specifications and Cost Estimate (PS&E). Prepare plans in ink on mylar, or other media acceptable to City, on screened topographic map using scales of 1” = 40’ horizontal and 1” = 4’ vertical or 1” = 8’ vertical as agreed to prior to plan preparation. Provide one set of approved final plans in digital format compatible with AutoCAD Rel. 14 or current version in use at the time plans are prepared. Digital drawings shall be on 3 ?4” floppy disks or other media approved by the City. Provide one set of mylar plans of final drawings. Include in the improvement a typed list of contract items to be included in the Contract Documents. Estimate and bid item list to have identical item descriptions, compatible with Standard Specifications for Public Works Construction (SSPWC), and identical unit values. Submit detailed calculations and summary sheet of Engineer’s Estimate for construction. Prepare sewer line plans, specifications and estimate. Prepare technical specifications, including standard and special provisions. Provide printed original and electronic copy in Microsoft Word Version 7 to the City. Specifications in Greenbook format only. Provide to the City Project Manager, in a timely manner, copies of telephone conversations reports, meeting minutes, transmittals and correspondence. Provide five (5) sets of bluelines of plans at 70%, 90% and 100% plancheck submittals. Provide five (5) copies of the technical specifications and cost estimates at 70%, 90% and 100% plancheck submittals. Coordinate design with the City of Carlsbad Public Works Department where applicable. Provide plans to affected utility companies and assist City Project Manager with coordination for relocation of facilities required to be relocated due to the roadway construction. Coordinate design and construction requirements with railroad agencies and the Public Utilities Commission. B. Project Management 31 - .- 1. Project meetings shall include an initial project kick-off meeting with monthly meetings until the project is complete. 2. Prepare a detailed project schedule using Microsoft Project, or other approved software of the final design phase. The project schedule shall be updated monthly and with each submittal and be provided to City Project Manager sufficiently prior to the monthly meetings for adequate review. 3. 4. Provide quality assurance reviews. Prepare semi-monthly (2 per month) progress reports detailing work accomplished during period and work anticipated for next period. 5. Prepare meeting minutes and record of conversations for all project related meetings and phone conversations. 32 EXHIBIT “Bl” COST ESTIMATE Poinsettia Lane Overhead Widening (City of Carlsbad) A. Final Design Firm Comments Total Dokken Engineering Lintvedt, McCall & Associates Right-of-Way Surveying, Mapping $7,378 and Right-of-Way Acquisition Documents Linscott, Law & Greenspan Lighting Plans ADL Planning Landscape Plans Final Design (PS&E) entire project $137,340 except that listed below and the portion covered under agreement with CMWD $4,038 $10,000 Subtotal $158,756 B. Project Management Firm Dokken Engineering Comments City portion Project Management Subtotal Total $11,040 $11,040 TOTAL $169.796 A EXHIBIT “B2” COST ESTIMATE Poinsettia Lane Overhead Widening (Water and Recycled Water) A. Final Design Firm Comments Total Daniel Boyle Engineering CMWD Water CMWD Recycled Water $13,135 $13,135 Dokken Engineering Structural Engineering associated with CMWD Water $7,960 with CMWD Recycled Water $7,960 Subtotal $42,190 B. Project Management Firm Daniel Boyle Engineering Comments CMWD Project Management Water Recycled Water Total $3,325 $3,325 l Subtotal $6,650 TOTAL EXHIBIT “B3” COST ESTIMATE Poinsettia Lane Overhead Widening (Sewer) A. Final Design Firm Comments Total Daniel Boyle Engineering CMWD Sewer $ 7,740 Subtotal $ 7,740 4 AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES WITH DANIEL, MANN, JOHNSON & MENDENHALL THIS AGREEMENT is made and entered into as of the $7 day of I 2OE, by and between the CITY OF CARLSBAD, a municipal I corporation, hereinafter referred to as “City”, and Daniel, Mann, Johnson & Mendenhall, a California corporation, hereinafter referred to as “Contractor.” RECITALS, City requires the services of an engineering Contractor to provide the necessary consulting engineering services for preparation of review of plans, specifications and estimates; and Contractor possesses the necessary skiffs 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 See attached Exhibit “A”. 2. CITY OBLIGATIONS The City shall provide: a. Two (2) sets of bluelines of plans including bridge plans and specifications. b. Two (2) copies of soils reports. C. One (1) blueline copy of I OO-scale site topo map. d. Two (2) copies hydrology reports. rev. 12/28/99 -1 - e. Cost estimates. f. Copy of applicable City codes and standards. 9. Copy of grading plans and other pertinent documents for improvements adjacent to the project. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the City and be completed within one hundred eighty (180) calendar days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the Public Works Director. The Public Works Director will give allowance for documented arid substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies’ lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be $44,901. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the City. Incremental payments, if applicable, should be made as outlined in attached Exhibit “A.” 5. DURATION OF CONTRACT This agreement shall extend for a period of two (2) years from date thereof. The contract may be extended by the City Manager for two (2) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City’s -2 - rev. 12128199 3-7 needs. The parties shall prepare 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 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within ten (10) days of completion and approval of the final plans, specifications and estimate, the Contractor shall deliver to the City the following items: a. Redline markups of roadway typical sections, layouts, profiles and bridge plans. b. List of written comments on plans, specifications, and estimates submitted at each milestone. a. CHANGES IN WORK If, in the course of the contract, changes ‘seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. rev. 12128199 -3 - 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Contractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10. 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. 12/28/99 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 prosecutioti. The Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment -5 - rev. 12/28/99 by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. 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. 13. JURISDICTION The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes betv&en the parties arising out of this agreement is San Diego County, California. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractor’s independent calling, and 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 rev. 12128199 -6 - 41 contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the City may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 15. 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. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (1) copy of the plans for its records. -7 - rev. 12/28/99 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor of City. ia. 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. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City for the acts and omissions of Contractor’s subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a -8 - rev. 12/28/99 43 subcontractor by the terms of this contract applicable to Contractor’s work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or 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. 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and. from the day and year first written above. -9 - rev. 12128199 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best’s Key Rating of not less than “A-:V” and shall meet the City’s policy for insurance as stated in Resolution No. 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 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply -10 - rev. 12/28/99 45 separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor‘s work for the City). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 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 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractors profession with limits of not less than $l,OOO,OOO per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. -11 - rev. 12/28/99 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. 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For City: Title Name Address Public Works Director Lloyd B. Hubbs 1635 Faraday Avenue Carlsbad, CA 92008 For Contractor: Title Name Address Vice President Tom Bogard 3250 Wilshire Boulevard Los Angeles, CA 90010 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, along with the purchase order for this contract and its provisions, embody the entire agreement and understanding between the parties relating to the -12 - rev. 12/28/99 47 subject matter hereof. In case of conflict, the terms of the agreement supersede the purchase order. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this q$” day of M d/b ,20 00 . CONTRACTOR: DANIEL, MANN, JOHNSON AND ATTEST: D&r j7 uslh LCL d7 rd. Sew-c+ar-c, &hw LORRAINE M. WOOD (print name/title) J City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD f . BALL, City Attorney By%ikfs= . rev. 12/28/99 -13 - CALIFORNIA \7--: 7’-+q State of California County of LX3 > ss. On Date personally appeared c-0. btYfi?b khlx , r(e.gjJarte Doe. Notary ublii”) ’ - L$personally known to me Cl proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) *are subscribed to the within instrument and acknowledged to me that h&&e/they executed the same in l4&“r/their authorized capacity(ies), and that by F+@rrer/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Plaza Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Tyfle of Document: d *t+fi Q6i~;ti-l Document Date: Signer(s) Other Than Named Above: ($/)- \ 0 Attorney in Fact 0 Trustee Cl Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 Natmal Notary Associalion * 9350 De Sob Ave.. P.0 Box 2402 * Chatsworth, CA 91313.2402 Prod. No. 5907 Reorder: Call Toll-Frei 1-600-676-6627 EXHIBIT “A” SCOPE OF WORK A. This review for bridge shall consist of: 1. Make a complete check of the geometric layout. Scaling is acceptable for simple structures (falsework clearance and space required for construction operations are part of the layout check). 2. Make a general review of the plans for any obvious omissions, conflicts, or incompatible structural framing or details. 3. Check the typical section. 4. Check the girder layout for variable girder spacing, slab thickness, and agreement with the typical section. No structural design check should be started until items 1 through 4 are completed and any differences are resolved with the Designer. Consult with the Project Designer if necessary. If revisions are necessary, the Designer should revise the design and details before the Checker proceeds. The check of a design may be done using the checked details of a similar structure. The structure used for comparison must have been designed using Load Factor Design. 5. Superstructure a. Prestressed - check the prestressing path low and high points and check for possible conflicts with column bars and/or cap steel, R f’ tension in concrete, total amount of ultimate moment reinfor>ement required, stirrups near the supports, and camber diagram. b. Reinforced Concrete - Check the total amount of moment reinforcement at bents and near midspan. Review the bar cut-offs to the extent that they look reasonable by comparison with the spans, but do not check individual bar cut-offs. Check stirrups near supports and “spot-check” the remainder. Check “fitup” for all hinge details (i.e., pads, keys, restrainers, reinforcement, joint seal assemblies, and skew details). For bent caps, check main reinforcement and stirrups simialr to superstructure girders. -14 - rev. 12128199 50 6. Substructure a. Bent and Abutment Footings - check size of footing for bearing pressure or number of piles, and footing reinforcement. b. C. d. Pile Shafts - check depth, main reinforcement and spirals. Columns - check main reinforcement and spirals. Abutments - review longitudinal and transverse keys for reasonableness, and check bearing pad size. 7. Review all plan details with an “overview perspective” to verify that the details are complete, reasonable, structurally sound, and constructible. Check moment connection to verify details are adequate to resist moments resulting from various loading conditions. Confirm that there are sufficient details shown for modifying existing structures and joining new structure to existing structures for widenings. 8. Check for construction sequence. 9. Check all notes and corner details. IO. Check soils engineering and seismic report for the following: a. b. C. d. e. f. 9 h. Description of the general geology of the site. A site plan showing the exact location of all borings taken. Standard boring logs including blow counts, soil classification, mechanical analysis and water table elevation. Depth to “rock-like” material and type of such material at each boring. Borings shall be taken at the assumed location of each abutment and pier. Allowable bearing capacities and foundation pressures. Recommended pier and abutment foundations. Seismic data including nearest active fault, bedrock acceleration, period and duration of motion, potential for liquification. rev. 12/28/99 -15- i. Maximum credible rock acceleration (from Greensfelder, R. (1973) California Division of Mines and Geology Special Report MS-23, Modified October, 1974 - Caltrans). j. The magnitude of the maximum credible seismic event. k. Required structural section of the roadway using R-value method. I. A Log of Test Boring sheet included as part of the foundation report and as part of the structure plans. 11. Plans shall reference San Diego Area Regional Standard Drawings, City of Carlsbad Standards and/or Caltrans Standard Drawings by plan and/or profile representations with the appropriate drawing number. B. Review revisions to the plans, calculations or geotechnical investigations to assure compliance with the initial plan review comments. REPORT A. Prepare a written report for each bridge on the findings of your plan review relative to the items listed in section III. Provide written certification that the plans are complete and accurate, and are in conformance with the applicable City Codes, Standards, that they are consistent with any grading plans, and any other adjacent improvement documents filed at the City. The report should be signed and sealed by a registered structural engineer competent in the field of bridge design. B. Clearly identify any design deficiencies. C. Make recommendations on improving any aspect of the design, plan preparation or geotechnical investigation which you feel necessary or that would enhance the performance of the design or constructibility of the project. -16 - rev. 12128/99