Loading...
HomeMy WebLinkAboutAecom Technical Services Inc; 2016-09-19; TRAN1388AGREEMENT FOR CARLSBAD BOULEVARD AND ISLAND WAY STORM DRAIN DESIGN SERVICES AECOM TECHNICAL SERIVCES INC. TRAN1388 THI§rAGREEMENT is made and entered into as of the ,/ f' ?;if/ day of ~'-+'"+'-L.7r"L.L...~~,t......=.e~---' 2016, by and between the CITY OF CARLSBAD, a municipal orpor tion, ("City"), and AECOM TECHNICAL SERVICES INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in civil engineering design. B. Contractor has the necessary experience in providing professional services and advice related to civil design. C. 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 City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which 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 one and one half (1.5) years from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof. 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. 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 will be twenty nine thousand five hundred ninety dollars ($29,590). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed twenty nine thousand five hundred ninety dollars ($29,590) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". City Attorney Approved Version 4/1/15 TRAN1388 carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager 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. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 1 0.1.1 Commercial General Liabilitv Insurance. $2,000,000 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. 1 0.1.2 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. 1 0.1.3 Workers' Compensation and Employer's Liabilitv. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 1 0.1.4 Professional Liability. 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: 1 0.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 1 0.2.3 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 Providing 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 Coverage. 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 City Attorney Approved Version 4/1/15 3 TRAN1388 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 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 whose services are 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. 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 (1 0) 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. 20. 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 lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. City Attorney Approved Version 4/1/15 5 TRAN1388 26. 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 AECOM TECHNICAL SERVICES, INC., a California corpo ation By: (sign here) J(A'( H~EN~ \/, CE ~E..S1 t>CN-r ... (prinlQame/title) Brandenburg-Smith (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California Patr1ck A. Thomas I Public Works Director k*1f Associate Vice President & Assistant Secretary 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 8 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: CELIA A. BREWER, City Attorney BY: -~-·=-~=:=>=<==-?ZZW=..:::....>........._ __ _ -Assistant City Attorney Brp1J City Attorney Approved Version 4/1/15 7 A: COM July 5, 2016 Mr. Daniel Zimny Assistant Engineer City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 AECOM 401 W. A Street Suite 1200 San Diego, CA 92101 www.aecom.com 6196107600 tel 619 610 7601 fax Exhibit "A" Subject: CMP Replacement Program 6607-Carlsbad Boulevard Storm Drain Improvements Dear Mr. Zimny: The purpose of this letter is to provide the scope of work and fee associated with the CMP Replacement Program 6607-Carlsbad Boulevard Storm Drain Improvements. This proposal is contingent upon AECOM and the City reaching mutually agreeable contract terms and conditions. The work generally consists of preparing design plans and specifications for the construction of storm drain improvements, including the removal and replacement of approximately 680 LF of existing 24" CMP, Hydrology and Hydraulics study ofthe affected area, and approximately 4300 square feet of slope stabilization. Project Understanding The CMP Replacement Program 6607-Carlsbad Boulevard Storm Drain Improvements (Project) begins atthe existing catch basin (41A-71) on the easterly side of the boulevard and approximately 285 feet northerly ofthe intersection between Carlsbad Boulevard and Island Way, then proceeds westerly to the existing storm drain cleanout (41A-70), then northerly to the existing curb inlet (35C- 1), before crossing the boulevard westerly to the existing storm drain cleanout {35C-2), then northerly to the existing storm drain cleanout (35C-13) to the terminus at the existing headwall (35C-14). The scope of work within these reaches will be to either replace the deteriorating CMP pipelines with new RCP, while protecting the existing cleanouts and catch basins in place, with the exception of a new headwall, or to determine if there are reaches that should be CIPP lined in lieu of replacement. A hydrology study will be performed to verify the conduit size with hydraulic properties for the new pipeline, and stabilizing a portion of the existing easterly slope from the gore at the Carlsbad Boulevard entry road from Surfside Lane, 270 LF south to the existing portion ofthe vegetated and protected slope area. AS' COM Scope of Work Task 1 -Project Management and Administration Mr. Daniel Zimny July 5, 2016 Page 2 of 5 Project management tasks shall include invoicing, budget and schedule tracking, and providing updates. Schedule Task I Deliverable Schedule Review existing info, obtain required Within 1 week following NTP additional info, Site Visit Prepare 100% Submittal Finish 3 weeks after NTP Final Submittal Finish 2 weeks following 100% City Comments Task 2 -Review Existing Information and Field Visit Review pertinent information provided by the City of Carlsbad (City). Identify and request additional information required to complete the evaluation. Evaluate the site conditions with City staff to confirm the limits of improvements required for the project. This would include pipeline, pavement, spillway and drainage structure improvements. Task 3 -Prepare Plans, Specifications and Estimate Prepare a 100% Draft PS&E submittal. The following 4 sheets are proposed to be included in the 100% design submittal: • Title Sheet • General Notes, Abbreviations and Details • Storm Drain & Slope Stabilization Improvement Plan & Profile • Storm Drain & Slope Stabilization Details The draft supplemental special provisions (SSPs) will be comprised of technical sections using the CSI format. AECOM will submit two hard copies and a MS Word file to the City for review and comment. The Engineer's opinion of construction cost will be developed using general unit cost factors at a level of detail corresponding to the design level. Attend one meeting to receive/discuss City comments on design requirements and submittals. Following receipt of City comments on the prior submittal, prepare a final PS&E submittal comprised of final specifications (as Word and PDF files), final bid schedule, plans (one set of signed mylars and A:COM Mr. Daniel Zimny July 5, 2016 Page 3 of 5 one CD with electronic files; AutoCAD-drawings, and MS Word-Specifications), and an updated Engineer's opinion of construction cost. AECOM understands that a pre-bid meeting will most likely not be held, and that AECOM will not be required to attend if one is held. AECOM will help the City evaluate the bids received for responsiveness once the bidding period closes. Task 4-Additional Engineering Design Services Through Project Completion AECOM will attend a preconstruction meeting. AECOM understands that the City will serve as the construction manager through project completion, with primary responsibility for contract administration, for formal interaction with the construction contractor, and for all matters related to or affecting Project schedule, budget/cost, and acceptance of the work. AECOM will provide office engineering support services for the project through this implementation phase. During the implementation phase of the project, AECOM will respond up to 5 RFis and review up to 2 submittals. Prepare clarification sketches, if required, during project implementation to address issues resulting from unanticipated field conditions or other field changes. One {1) sketch is assumed. Make record changes to the drawings based upon contractor-furnished record of construction changes. Cost Proposal We will complete the services outlined in Tasks 1 through 4 of this Scope of Services for a not-to exceed fee of $29,590, on a time-and-materials basis in accordance with the attached fee estimate budget (Exhibit "A"). Other Assumptions 1. The City will provide front-end documents, including construction contract, bidder instructions, general and special provisions. AECOM will be responsible for preparing supplemental special provisions that AECOM deems necessary for this project. AECOM will prepare the Bid Schedule and bid item description. 2. This Scope of Services is based on AECOM's current understanding of the project and discussions. If the actual work required is significantly different from what is anticipated, it is agreed that the scope and fee will be revised accordingly. A: COM Mr. Daniel Zimny July 5, 2016 Page 4 of 5 3. AECOM will be entitled to rely upon the accuracy of data and information provided to us without independent review or evaluation except as described in the scope. 4. Environmental work is not included as part of this base scope and fee. 5. Any permits, fees or inspection costs required by other agencies will be acquired and paid for by the City. 6. Traffic Control Plans are not included as part of this base scope and fee. 7. Coordination with HOAs and utilities will be done by the City. 8. Any Engineer's Opinion of Construction Cost prepared by AECOM represents its judgment as a design-professional and is supplied for the general guidance of City. Since AECOM has no control over the cost of labor and material, or over competitive bidding or market conditions, AECOM does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 9. Notwithstanding anything in this Scope of Services, AECOM shall have no responsibility for the discovery, presence, handling, removal or disposal of, or exposure to persons to hazardous materials in any form, at the project site. 10. Any reuse of AECOM prepared documents, except for the specific purpose intended hereunder, will be at District's sole risk and without liability or legal exposure to AECOM or its subconsultants. 11. No utility coordination will be required. 12. It is recognized, though, that due to the nature of field construction and the highly variable conditions and circumstances that may be encountered, it is very difficult to accurately predict the exact level of construction phase services and fee which will be needed. If the construction contractor is cooperative and the Project proceeds smoothly, a reduced level of effort may be appropriate. Conversely, difficult field conditions or relations with the contractor or an extended construction period could require additional effort and fee. Therefore, key assumptions and budgetary amounts are provided for Construction Phase Services tasks, based on past experience. The extent of construction phase services is based upon the following construction schedule assumptions: a. It is assumed that the construction contract will require 1 month for completion. b. It is our understanding that the City will act as the construction manager for the Project and will be responsible for disseminating information such as RFis and shop drawings for review during construction. AS' COM Mr. Daniel Zimny July 5, 2016 Page 5 of 5 Thank you for the opportunity to submit this scope and fee. If you have any questions, please contact me at (619) 610-7789. Jeff Endersby, PE Associate Vice President Enclosures: Exhibit A-Fee Estimate Ed Othmer, PE, CPESC, CPSWQ, QSP/D, ToR Vice President, Water Business Line, Southern California/Southern Nevada Design Project Budget Carlsbad Blvd Storm Drain Improvements City of Carlsbad Personnel Hours Budget ~ Task Description ~ ~ ~ = " ... ~ " -~ -~ = ·~ ~ ~ w ~ = ~ 0 ·~ ~ ~ ·= = .8 .8 ·e = ·= ~ ~ -o 0 .: if) if) < '"' " " "' ~ 0 ..Q ~ ~ 0 'i 5 ..Q Q = 0 -l z '"' Task 1-Pro'ect Manae:ement and Administration Prepare Bnef Status Reports and Invmces 8 $ 1,080 25 1.105 QA/QC Admm!~trahon 5 $ 920 25 945 Subtotal 13 $ 2,000 s 50 $ 2,050 Task 2-Review Existin2Info Field Visit and HvdroiQgy / Hvdraulics Studv Obtam and Review Info 14 22 $ 3.540 50 3.590 fteld Vtstt 10 $ JJ)50 50 1.700 Subtotal 13 19 32 $ 5,190 $ 100 s 5.290 Task 3-Prepare Plans. Specifications and Engineer's Opinion of Construction Cost Prepare 100% PS&E Submtttal 60 76 $ I 1,600 100 11,700 Prepare Fmal PS&E Submittal 24 36 $ 5,440 100 5.540 Subtotal 14 84 112 $ 17,0-aO $ 200 $ 17,240 Task 4-Construction Phase Sunnort Attend PreconstructJon meetmg 2 $ 300 50 350 Re~_~md to up_ to fiYe (5) R.Fls and up to two(l) Suhmtt!als/Rcsubmlltals 16 $ 2,600 50 2,650 P~epare tiP to one (I) Clanficatwn Sketch 2 $ 300 50 350 Prepare Record Drawmgs 10 $ 1,560 100 1,660 Subtotal II 16 30 4760 250 $ S.QJO Total 46 119 14 187 $ 28,990 s 600 s 29,590 Amounts sho\\TI me fee Personnel CategorY $;HR Pnnc1pal Engmcer 200 OU Senior Engineer 180 00 Semor Dcstgner 150 00 AdmtmstratJYC $ 90 00