Loading...
HomeMy WebLinkAboutDudek & Associates Inc; 2002-12-26;RATIFICATION OF AMENDMENT NO. 2 TO EXTEND THE AGREEMENT FOR CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES WITH DUDEK & ASSOCIATES, INC FOR PROJECT 3190/HP21STPL-5308(014) & STPLF-5308(007), RANCHO SANTA FE ROAD NORTH REALIGNMENT AND WIDENING (DUDEK & ASSOCIATES, INC.) This Ratification of Amendment No. 2 is entered into (IgUwjLi r\ a 1 1 3 I , but effective June 27, 2007, extending the underlying initial agreemenj/between the Parties dated December 26, 2002 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and DUDEK & ASSOCIATES, INC., ("Contractor") (collectively, the "Parties"). RECITALS A. On December 22, 2006, the Parties executed Amendment No. 1 to the Agreement to extend the Agreement for a period of six months, expiring on June 26, 2007. B. The Agreement, as amended from time to time expired on June 26, 2007 and Contractor continued to work on the services specified therein without the benefit of an amendment. C. The Parties desire to ratify the amendment extending the term of the Agreement, and any amendments thereto, for a period of one year, ending on June 26, 2008. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. Amendment No. 2 to the Agreement, is hereby retroactively approved and the Agreement is hereby extended for a period of one year, ending on June 26, 2008. 2. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #04.11.01 4. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR *By: CITY O corporatii >BAD, a / nhunicipal "State of California CJ (sign here)^> Dudek Frank Dudek (print name/title) President ATTEST4 (e-mail address) •By- LORRAINE M. WOOD City Clerk (sign here) June Collins 11111*\^y'»;im\ (e-mail address) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney City Attorney Approved Version #04.11.01 AMENDMENT NO. 1 TO EXTEND THE AGREEMENT FOR CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES WITH DUDEK & ASSOCIATES, INC. FOR PROJECT 3190/HP21STPL-5308(014) & STPLF-5308(007), RANCHO SANTA FE ROAD NORTH REALIGNMENT AND WIDENING (DUDEK & ASSOCIATES, INC.) This Amendment No. 1 is entered into and effective as of theg>3»2*-* day of 200^_, extending the agreement dated December 26, 2002 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and DUDEK & ASSOCIATES, INC., ('Contractor'1) (collectively, the "Parties"). RECITALS A. The Parties desire to extend the Agreement for a period of six months, expiring on June 26, 2007. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The Agreement, as may have been amended from time to time, is hereby extended for a period of six months ending on June 26, 2007. 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. City Attorney Approved Version #05.22.01 4. The individuals executing this Amendment and the instruments referenced on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions hereof of this Amendment. CONTRACTOR *By: -^r V^___JsigfTtierV)X (print name/title) (e-mail address) "By: (sign here) (print name/title) _ (e-mail address7 CITY OF CARLSBAD, a municipal corporation of the State of California By: f('&\ty Managers Mayor ATTEST: **«,*>* If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. "Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: Deputy City Anvmey AMENDMENT NO. 1 TO EXTEND THE AGREEMENT FOR CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES WITH DUDEK & ASSOCIATES, INC. FOR PROJECT 3190/HP21STPL-5308(014) & STPLF-5308(007), RANCHO SANTA FE ROAD NORTH REALIGNMENT AND WIDENING (DUDEK & ASSOCIATES, INC.) City Attorney Approved Version #05.22.01 2 AGREEMENT FOR CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES WITH DUDEK & ASSOCIATES, INC. FOR PROJECT 3190/HPZlSTPL- 5308(014) & STPLF - 5308(007), RANCHO SANTA FE ROAD NORTH REALIGNMENT AND WIDENING is made and entered into as of the 2b day of , 2002, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Dudek & Associates, a corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in construction management and inspection for the Rancho Santa Fe Road Widening project, Project No. 3190/HP21STPL- 5308(014) & STPLF - 5308(007). B. Contractor has the necessary experience in providing professional services and advice related to construction management and inspection. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK Citv retains Contractor to perform, and Contractor agrees to render. those as-needed sekices (the "Services") that are defined in attached-Exhibit "A", whkh is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of four (4) years from the date first above written.-The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or part thereof. The initial term of this Agreement and any amendments hereto shall not exceed three million, two hundred and eighty nine thousand, one hundred and seven dollars ($3,289,107). Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. City Attorney Approved DBE Version #04.16.02 1 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term and any amendments hereto shall not exceed three million, two hundred and eighty nine thousand, one hundred and seven dollars ($3,289,107). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. City Attorney Approved DBE Version #04.16.02 2 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. IO. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V". IO. I Coveraqes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. City Attorney Approved DBE Version #04.16.02 3 10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providinq Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coveraqe. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. City Attorney Approved DBE Version #04.16.02 4 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City, or any State or Federal agency, during normal business hours, to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv: For Contractor: Title Deputv Citv Engineer Name George Litzinqer Department Public Works Title Proiect Manaqer Citv of Carlsbad Address 605 Third Street Address 5950 El Camino Real Encinitas, CA 92024 Carlsbad, CA 92008 Phone No. (760) 942-5147 Phone No. (760) 602-2780 x7321 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor‘s duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City’s Conflict of Interest Code is required City Attorney Approved DBE Version #04.16.02 5 of Contractor or any of Contractor’s employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor’s affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor‘s agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor’s agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor’s services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION REQUIREMENTS AND REGULATIONS, GENERAL The DBE participation for this contract is 8 percent. Contractor shall carry out applicable requirements of 49 CFR, Part 26, of the Code of Federal Regulations (CFR), entitled “Participation by Disadvantaged Business Enterprises in Department of Transportation (DOT) Financial Assistance Programs,” in the award and administration of DOT-assisted contracts. The regulations in their entirety are incorporated herein by reference. Contractor shall not discriminate on the basis of race color, national origin or sex in the performance of this Agreement. Noncompliance by Contractor with the requirements of 49 CFR, Part 26 is a material breach of this Agreement and may result in termination of the Agreement or other such appropriate remedy as the City of Carlsbad deems appropriate. City Attorney Approved DBE Version W4.16.02 6 Contractor shall include the following in each subcontract Contractor signs with a subcontractor: 1. A subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. 2. The subcontractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this Agreement. 3. Contractors shall include in their subcontracts, language providing the use of appropriate alternative dispute resolution mechanisms to resolve payment disputes. A. Prompt Payment to DBE and Non-DBE Contractors The Contractor shall not be entitled to any payment for the work or material, unless it is performed or supplied by the listed subcontractors (DBE or non-DBE), or by Contractor’s own forces, pursuant to prior written authorization of the Contract Manager. The provisions of this Paragraph A apply even if other Agreement work is not completed and has not been accepted, in conformance with the terms of the Agreement, by the City. The Contractor shall pay all DBE subcontractors and non-DBE subcontractors for satisfactory performance of their contracts within ten (IO) days from receipt of each payment from the City made to Contractor. B. Prompt Payment Progress Pay Retention to DBE and Non-DBE Subcontractors Contractor shall return all moneys withheld in retention from the subcontractor within 30 days after receiving payment for work satisfactorily completed, even if other contract work is not completed and has not been accepted in conformance with the terms of this Agreement. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to Contractor or subcontractor in the event of a dispute involving late payment or nonpayment to the Contractor or deficient subcontract performance or noncompliance by a subcontractor. C. DBE and Non-DBE Subcontractor Payment Records Contractor, in addition to maintaining records showing the name and business address of each first tier subcontractor, shall also show the name and business address of every DBE subcontractor, and DBE vendor of materials, regardless of tier. Said records shall show the date of payment and the total dollar figure paid to all DBE firms. DBE prime contractors shall also show the date of work performed by their own forces along with the corresponding dollar value of work. Upon completion of the Agreement, a summary of these records shall be prepared on Exhibit 17-F of Caltrans’ Local Assistance Procedures Manual (LAPM) and certified correct by Contractor or Contractor’s authorized representative, and shall be furnished to the Contract Manager with the final invoice. Failure to provide the summary of DBE City Attorney Approved DBE Version #04.16.02 7 payments with the final invoice will result in the invoice being in dispute until the report is received. D. Penalty Assessed for Failure to Provide Subcontractor Payment Records Ten Thousand dollars, ($10,000) will be withheld from payment if Exhibit 17-F of Caltrans’ LAPM is not submitted. The amount will be paid to Contractor when the form is submitted. E. DBE Substitutions or Additions Contractor may not substitute, or terminate for convenience, a subcontractor or supplier listed in the original bid/proposal without the prior written approval of the Contract Manager. However, upon written approval from City, Contractor may add a firm to perform work originally planned to be done by Contractor’s own forces. Contractor must make an adequate good faith effort to find another certified DBE subcontractor to substitute for the original DBE. Contractor will be required to make good faith efforts to replace the original DBE subcontractor with another DBE subcontractor to the extent needed to meet the Agreement goal. The requirement that DBEs must be certified by the bid opening date does not apply to DBE substitutions or additions after execution of the Agreement. DBEs must be certified at the time of the substitution or addition. Contractors shall submit requests for substitution in writing to the Contract Manager. Authorization to use other subcontractors or suppliers may be requested for the following reasons: I. The listed DBE, after having had a reasonable opportunity to do so, fails or refuses to execute a written contract, when such written contract, based upon the general terms, conditions for this contract or on the terms of such subcontractor’s or supplier’s written bid, is presented by Contractor. 2. The listed DBE becomes bankrupt or insolvent. 3. The listed DBE fails or refuses to perform the subcontract or furnish the listed materials. 4. Contractor stipulated that a bond was a condition of executing a subcontract and the listed DBE subcontractor failed or refuses to meet the bond requirements of contract. 5. The listed DBE was the result of an inadvertent clerical error. Contractor must have asserted a claim of inadvertent clerical error in listing the subcontractor within two working days after the proposal due date and copies of that notice to both the subcontractor he or she claims to have listed in error and intended subcontractor who had proposed to Contractor prior to proposal opening. 6. The listed DBE was not licensed as required by the State of California Contractor’s Licensing Board or failed to have the required permits or licenses as required by Federal, State or Local governmental jurisdictions. City Attorney Approved DBE Version #04.16.02 a 7. The work performed by the listed subcontractor is substantially unsatisfactory and is not in substantial conformance with the scope of work to be performed, or the subcontractor is substantially delaying or disrupting the progress of the work. 8. When the listed DBE is ineligible to work on a public works project pursuant to Section 1777.1 or 1777.7 of the California Labor Code as said sections may be amended from time to time. 9. When it is in the best interest of the City. Prior to submittal of Contractor‘s request for substitution to the Contract Manager, the Contractor shall give notice in writing to the listed DBE subcontractor of Contractor’s request to substitute and the reasons for the request. The notice shall be served by certified or registered mail to the last known address of the subcontractor. The listed subcontractor who has been so notified, shall have five working days within which to submit written objections to the substitution to the Contract Manager. Failure to respond to a written objection shall constitute the listed subcontractor’s consent to the substitution. F. Termination of a DBE In conformance with Federal DBE regulation Sections 26.53(f)(I) and 26.53(f)(2), Part 26,49 CFR, Contractor shall not: Terminate for convenience a listed DBE subcontractor and then perform that work with its own forces (personnel), or those of an affiliate, unless Contractor has received prior written authorization from the Contract Manager to perform the work with other forces or to obtain materials from other sources If a DBE subcontractor is terminated or fails to complete its work for any reason, the Contractor will be required to make good faith efforts to replace the original DBE subcontractor with another DBE subcontractor to the extent needed to meet the Agreement goal. G. DBE Certification Status If a DBE subcontractor is decertified during the life of this Agreement, the decertified subcontractor shall notify Contractor in writing with the date of decertification. If a subcontractor becomes a certified DBE during the life of this Agreement, the subcontractor shall notify Contractor in writing with the date of certification. Upon completion of the Agreement, Contractor shall complete Exhibit 17-F, of Caltrans’ LAPM, indicating the DBEs certification status and shall be signed and certified correct by Contractor. The certified form shall be furnished to the Contract Manager within thirty (30) days from the date of completion of the Agreement. H. DBE Eligibility Toward Goal The dollar value of work performed by a DBE is creditedlcounted toward the goal only after the DBE has been paid. City Attorney Approved DBE Version M4.16.02 9 20. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (IO) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 21. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 22. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. City Attorney Approved DBE Version W4.16.02 10 23. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 24. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 25. A. B. C. D. COST PRINCIPLES The Contractor agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1 , Part 31 et seq., shall be used to determine the allowability of individual items of cost. The Contractor also agrees to comply with Federal procedures in accordance with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. Any costs for which payment has been made to Contractor that are determined by subsequent audit to be unallowable under 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31 et seq., OR 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments, are subject to repayment by Con'tractor to State. Any subcontract in excess of $25,000, entered into as a result of this Agreement shall contain all the provisions of this Article. City Attorney Approved DBE Version #04.16.02 11 26. A. B. 27. A. B. C. D. For the purpose of determining compliance with Public Contract Code Section 101 15, et. seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et. seq., when applicable, and other matters connected with the performance of the Agreement pursuant to Government Code Section 8546.7, the Contractor, Subcontractors and the State shall maintain all books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the Agreement. All parties shall make such materials available at their respective offices at all reasonable times during the period and for three years from the date of final payment under the. The State, the State Auditor, FHWA, or any duly authorized representative of the Federal government having jurisdiction under Federal laws or regulations (including the basis of Federal funding in whole or in part) shall have access to any books, records, and documents of the that are pertinent to the for audits, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. Any subcontract in excess of $25,000, entered into as a result of this contract, shall contain all the provisions of this Article. EQUIPMENT PURCHASE Prior authorization in writing by the Contract Manager shall be required before the Consultant enters into any non-budgeted purchase order or subcontract exceeding $500 for supplies, equipment, or Consultant services. The Consultant shall provide an evaluation of the necessity or desirability of incurring such costs. For purchase of any item, service or consulting work not covered in the Consultant's Cost Proposal and exceeding $500, with prior authorization by the Contract Manager, three competitive quotations must be submitted with the request or the absence of bidding must be adequately justified. The Consultant shall maintain an inventory record for each piece of non- expendable equipment purchased or built with funds provided under the terms of this contract. The inventory record of each piece of such equipment shall include the date acquired, total cost, serial number, model identification (on purchased equipment), and any other information or description necessary to identify said equipment. Non-expendable equipment so inventoried are those items of equipment that have a normal life expectancy of one year or more and an approximate unit price of $5,000 or more. In addition, theft-sensitive items of equipment costing less than $5,000 shall be inventoried. A copy of the inventory record must be submitted to the State on request by the State. At the conclusion of the contract or if the contract is terminated, the Consultant may either keep the equipment and credit the State in an amount equal to its fair City Attorney Approved DBE Version #04.16.02 12 market value or sell such equipment at the best price obtainable, at a public or private sale, in accordance with established State procedures, and credit the State in an amount equal to the sales price. If the Consultant elects to keep the equipment, fair market value shall be determined, at the Consultant’s expense, on the basis of a competent, independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to the State and Consultant. If it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by the State. E. CFR 49, Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000, is credited to the project. F. Any subcontract entered into as a result of this contract, shall contain all the provisions of this article. 28. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 29. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 30. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR City Attorney Approved DBE Version #04.16.02 13 If required by City, proper notarial acknowledgment of execution by contractor must be attached. Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-president **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: r ty City Attorney (AGREEMENT FOR CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES WITH DUDEK &ASSOCIATES, INC. AND WIDENING) FOR PROJECT 3190/HP21STPL- 5308(014) & STPLF - 5308(007), RANCHO SANTA FE ROAD NORTH REALIGNMENT City Attorney Approved DBE Version #04.16.02 14 EXH I B IT “A” SCOPE OF SERVICES Hours and Cost Proposal Revision #2 8-13-02 Firm Notes & Assumptions % Estimated Estimated Hourly Rate Participation Cost Hours Dudek & Associates Project Manager $1 2,000 100 $1 20 Surveying Office $68,000 400 $1 70 Surveying Field $145,800 2700 $54 Administration $133,056 1512 $88 Back-up Rd. Inspect. $168,960 1920 $88 Utility Inspector $444,528 4536 $98 Office Engineer $546,750 4050 $135 150 hrslmo. avg. for 27 mo.s (Oct.02-Dec.04) 168 hrslmo. avg. for 27 mo.s (Oct.02-Dec.04) Ph.1 (6 mo. 960 hrs) Ph.ll (6 mo.960 hrs) 9 mo.s coverage for night time work/O.T., etc 100 hrs/mo. avg. for 27 mo.s (Oct.02-Dec.04) Engineering Support 44.41 % $1,531,594 Subtotal: $1 2,500 100 $1 25 MNS Engineers Resident Engineer $1 15 4536 2856 $1 15 Structures Engineer 168 hrslmo. avg. for 27 mo.s (Oct.02-Dec.04) $521,640 $26,400 200 $1 32 Claims Management 168 hdmo. avg. for 27 mo.s (Oct.02-Dec.04) $430,920 4536 $95 Road Inspector 168 hrslmo. avg. for 17 mos (Jun.03-Nov.04) $328,440 - Subtotal: Ballpark estimate 1 .I 6% $40,000 AMEC 1.45% $50,000 500 $1 00 Blasting Consultant 37.91 % $1,307,400 Subtotal (Non EBE): 84.92% $2,928,994 Marrs Scheduler 25 hrslmo. avg. for 27 mo.s (Oct.03-Dec.04) Subtotal: 432 $1 15 Safety Officer 2.25% $77,625 Ballpark estimate 0.43% $15,000 V&A Corrosion 1 visit per month (16 hrs x 27 mos) 1.44% $49,680 TSI Welding/Radiography Ballpark estimate 0.72% $25,000 Walls Ballpark estimate 0.72% $25,000 Subtotal (EBE Part.) K of construction estimated at wo mil. 11 -00% $3,28991 07 Project Total Cost: 4.87% $167,808 ODC‘s: 5.58% $192,305 City Attorney Approved DBE Version M.16.02 15 Cost Proposal Notes and Assumptions 1. Each phase has a 360 working day construction schedule. This equates to approximately 17 months. 2. Phase I start date October 2002 - completion date March 2004. 3. Phase II start date June 2003 - completion date November 2004. 4. Trailer facilities, office furniture and equipment will be provided by contractor. 5. Back-up inspector is there to handle peak loads if needed. 6. Contract shall be based on T&M. City shall be billed only for actual hours used. We have added an additional month for contingency and a 9-month lag between phase I & II. Other Direct Cost Estimate Field Trailers & Equipment: Copy Machine Fax Machine Electrical Telephone Water Sewer Janitorial Miscellaneous Computer Equipment (included in rate) Office supplies (special) Reproduction - Film Cellular (included in rate) Travel (mileage 500/mo.) Vehicles: (included in rate) 4-wheel drive for RE/OE 4-wheel drive for Structures 4-wheel drive for inspector 4-wheel drive for inspector 2 - 12'~ 60' cost $3,000 $400 $2,500 $500 $600 $250 $250 $250 $500 N/A $1 00 $1 00 $0 $1 73 $0 $0 $0 $0 Months 27 27 1 27 27 27 27 27 27 N/A 27 27 27 27 27 27 27 27 Total $81,000 $10,800 $2,500 $1 3,500 $1 6,200 $6,750 $6,750 $6,750 $13,500 $0 $2,700 $2,700 $0 $4,658 $0 $0 $0 $0 City Attorney Approved DBE Version M4.16.02 16 Idpersonally known to me -OR- 0 acknowledged to me that instrument. y hand and official seal. (SEAL) ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. MIS CERTIFICATE Tile or Type of Document h?lf&?~~~% & at %h' b@% MUST BE AlTACHED TO ME DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT "kJ Nib Siner(s) Other Than Named Above RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BV SIGNER(S) OINDIVIDUAUSI OCORPORATE OPARTNER(S1 OLIMITED OGENERAL OATTORNEY IN FACT OTRUSTEE(S) OGUARDlANlCONSERVATOR OOMER: SIGNER IS REPRESENTING: (Nema of Psrron(r) or Entity(ies) RIGHT THUMBPRINT (Optionall CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUALIS) OCORPORATE OPARTNERIS) OLIMITED OGENERAL OATTORNN IN FACT OTRUSTEE(S) OGUARDlANlCONSERVATOR OOMER: SIQNER IS REPRESENTING: (Nema of Personlr) or Entityks) -4 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/W) DEC 3 02 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING \NY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR dAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALLTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 'OLICIES. AGGREGATELIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 3 TYPE OF INSURANCE POLICY NUMBER GENERAL LIABILITY 7RD820906-00 x COMMERCIAL GENERAL LIABILITY CLAIMSMADE 13 OCCUR GEN'L AGGREGATE LIMIT APPLIES PER POLICY pm IFCT I nc AUTOMOBILE LIABILITY F3L000939-01 - X ANYAUTO __ ALL OWNED AUTOS SCHEDULED AUTOS - - x NON-OWNED AUTOS X HIRED AUTOS - __ GARAGE LIABILITY ANY AUTO EXCESS I UMBERELLA LIABILITY 4 OCCUR 0 CLAIMSMADE i DEDUCTIBLE RETENTION P 7RD820906-00 WORKERS COMPENSATION AND EMPLOYERS LIABILITY 1 7CW305330-04 B ANY PROPRIETORIPARTNERIEXECUTIVE OFFICE-BER EXCLUDED? If pa. d..cfib# undw SPECIAL PROVISIONS b.lo\r A PROFESSIONAL LIABILITY POLLUTION LIABILITY PEC000528301 OTHER: CLAIMS MADE POLICY DESCRIPTION OF OPERATlONS/LOCATlONNEHlCLES/EXCLU SEE SUPPLEMENTAL CERTIFICATE INFORMATION POLICY EFFECTIVE DATE (MWDWW) AUG 28 02 AUG 28 02 AUG 28 02 ~______ AUG 28 02 AUG 28 02 POLICY EXPIRATION DATE (MMIDWW) LIMITS AUG 28 03 EACH OCCURRENCE IS 1,000,000 DAMAGE TO RENTED 1 s 300,000 MED. EXP (Any One Person) PERSONAL 8 ADV INJURY I $ 1.000.000 $ 10,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMPIOP AGG. s 2,000,000 AUG2803 I COMBINED SINGLE LIMIT (Ea acddent) 1,000,000 BODILY INJURY (Per pem) S 0 BODILY INJURY (Per accident) I$ 0 PROPERTY DAMAGE IS 0 AUTO ONLY - EA ACCIDENT 1s ~~~ ~ 0 OTHER THAN EAACC 1s 0 AUTO ONLY: AGG 1s 0 AUG 28 03 AGGREGATE IS 1,000,000 S 1,000,000 EACH OCCURRENCE h 1 1 F m - I1 I - I - ( - - ( - I - I - I - CERTIFICATE HOLDER ADDITIONAL INSURED: INSURER LETTER - CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. CITY OF CARLSBAD 5950 EL CAMINO REAL CARLSBAD, CA 92008 AUTHOR RE E ENTATIVE Attention: JENNIFER GOWEN ACORD 25 (2001108) Certificate # 18629 & x7fi 10 IS 0 Io Is 0 Io IS 0 AUG 2803 3 OTHER I E.L. EACH ACCIDENT IS 1 .ooo.ooo E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIhW IS 1,000,000 $ 1,000,000 ~~ ~ AUG 28 03 $1,000,000 PER CLAIM $1,000,000 AGGREGATE I RSEMENTI SPECIAL PROVISIONS J ' SUPPLEMENT TO CERTIFICATE OF LIABILITY INS #I8629 DATE DEC 3 02 DESCRIPTION OF OPERATlONS/LOCATlONSNEHlCLES/SPEClAL ITEMS RE: AGREEMENT FOR CM 8 INSPECTION SERVICES FOR 3190/HPZISTPL-5308 (0014) 8 SPTLF 5308 (007 SANTA FE ROAD NORTH REALIGNIMENT AND WIDENING DUDEK JOB #3590 CERTIFICATE HOLDER IS AN ADDITIONAL INSURED ON THE COMMERCIAL GENERAL LIABILITY AS RESPECTS LIABILITY ARISING OUT OF ACTIVITIES BY, OR ON BEHALF OF THE NAMED INSURED. Certificate ## 18629 .. ....... -."., l_l"l"" .............. " ................. ................................... Best's Rating A+ (Supadop - XU ($2 billton or more) anamp a. .r IMZRW? YZI.~ PM EJ.~ or purchase the complete -for In-depth analyss RaUng catsgoy (Excslleng: Mqa.6 t. mm~an~rnath~.. m our opinion. an -n*nt .DII~V* m.nmrlt cngeine ao~~prno~~r pw,wn.s. Imponant NoUm: Best's Ratings reflect our opinion based on 8 comptehonsiw quantitative and quamalive evaluation of a company'* balancr 4 contractud obligatrms. VIW our shea nrength, operating pedormance and business profile These ratings are no1 a warranty 01 an Insurer's curtem or future ably IO men hs " for a complele dnah Compantes interested n placing a Besf$ Security ICOM on then web site to promole their Lnacml nrength may I. l""."."l ........ .^x _I"^" ......... ............... , ",, , . . From: Barbara Brandt To: Jennifer Gowen Date: 12/12f02 2:46PM Subject: DUDEK Hi Jen, Mica passed your e-mail on to me since she's having computer problems today and can't get into the license system. Dudek & Associates, Inc. 605 3rd Ave Encinitas, CA 92024 has a license number 1205564 which is good until 6/30/03. Let me know if you have any further questions. Barbara