Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
AECOM Technical Services Inc; 2018-11-28; PSA19-576CA
PSA19-576CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3 PROJECT NO. 6607 This third Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between AECOM Technical Services, Inc., ("Contractor") a California corporation, and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Storm Drain Engineering Services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated April 6, 2020, (“proposal”), attached as Appendix "A" for the Corrugated Metal Pipe Replacement Program - Phase 3, (the “Project"). The Project services shall include Preparation of Plans, Specifications, and Estimate (PS&E) for six (6) facilities located throughout the City of Carlsbad, which includes project management, coordination, design services during construction (DSDC), expenses and reimbursables. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one (1) year thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on calendar days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually DocuSign Envelope ID: 70DDA791-5CBE-4E51-8B86-F32FBB3719CB May 6, 2020 PSA19-576CA City Attorney Approved Version 7/19/17 2 performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $63,597. 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 70DDA791-5CBE-4E51-8B86-F32FBB3719CB PSA19-576CA City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT PREPARATION OF PLANS, SPECIFICATIONS,AND AN ESTIMATE (PS&E) FOR SIX (6) FACILITIES LOCATED THROUGHOUT THE CITY OF CARLSBAD TASK GROUP TIME & MATERIALS Project Management and Administration $7,370 Review Existing Data/Records and Site Visits $4,220 Hydrology and Hydraulics Studies $28,280 Prepare Plans, Specs., and Estimate (PS&E) $18,900 Design Services during Construction $4,160 Expenses/Reimbursables $667 TOTAL (Not-to-Exceed) $63,597 CONTRACTOR AECOM TECHNICAL SERVICES, INC. AECOM TECHNICAL SERVICES, INC. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Daniel A. Lee, Principal-in-Charge (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ for Scott Chadwick, City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: 70DDA791-5CBE-4E51-8B86-F32FBB3719CB May 6, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 70DDA791-5CBE-4E51-8B86-F32FBB3719CB AECOM 401 West A Street, Suite 1200 San Diego, CA 92101 www.aecom.com +1 619 610 7600 tel April 6, 2020 Mr. Scott Lyle, PE, CFM, QSD/P Senior Engineer City of Carlsbad Public Works Transportation Division 1635 Faraday Avenue Carlsbad, CA 92008-7314 Subject: CMP Replacement Program Task Order – Master Agreement for Storm Drain Engineering Services; 19-576CA (Dec. 2018 – Dec. 2021) Dear Mr. Lyle Please find enclosed our scope and fee breakdown for the engineering services associated with the City of Carlsbad Corrugated Metal Pipe (CMP) Replacement Program Task Order/s under the Master Agreement for Storm Drain Engineering Services; 19-576CA – Phase III. This letter is to serve as formal scope and fee documentation to commence Phase III of the Program. Phase I of the program has been completed. Phase II of the program has been scoped and is near completion. The work associated with Phase III will generally consist of the preparation of plans, specifications, and an estimate (PS&E) for six (6) facilities located throughout the City of Carlsbad. The facilities identified for Phase III during the Phase I project require more complicated remediation than those in Phase II, including site surveys, reports and documentation, and construction in environmentally sensitive areas. More specifically, the Phase III Scope of Work task breakdown will be as follows: Scope of Work (Phase III) Task I – Project Management and Administration Project management tasks will include invoicing, budget tracking, conducting QA/QC review of submittals and deliverables, attending and coordinating any necessary meetings with the City of Carlsbad, and providing project status updates. Task 2 – Review of Existing Data / Records & Site Visits Any review of City provided survey data (including site visits) and special documentation (bio., Geotech., pothole, etc.) are included in this task, as well as any additional required site visits. Task 3 – Hydrology and Hydraulics Studies AECOM will prepare reports detailing the Hydrology and Hydraulics involved in the operation of the facilities at seven (7) locations determined in Phase I of the project. Task 4 – Prepare Plans, Specifications, and Estimate (PS&E) AECOM will prepare plans, specifications, and estimates for the proposed improvements to the six (6) facilities identified as a Phase III project. This work will require site surveys and other data supplied by others. The plan set is anticipated to consist of 10 sheets. Task 5 – Design services during construction (DSDC) In response to the City’s request, AECOM will provide office engineering support services through project implementation that may encompass the following, - Attend pre-bid meetings and help the City evaluate the bids received for the responsiveness once the bidding period closes. DocuSign Envelope ID: 70DDA791-5CBE-4E51-8B86-F32FBB3719CB - At the City’s request, respond to RFIs and review contractor submittals - Prepare clarification sketches, if required, during project implementation to address issues resulting from unanticipated field conditions or other changes - Make record changes to the drawings based upon contractor furnished record of construction changes Task 6 – Expenses/ Reimbursables Any reimbursable expense at no added cost (no mark-up) such as reproduction costs, mail costs, and mileage or car rental costs. Assumptions and Exclusions • It is assumed that site surveys, potholing, geotechnical studies, and biological reports will be performed by others • Any realignment of pipelines related to Caltrans permit requirements are excluded from this work • It is assumed that any and all services not specifically stated above are excluded. Should any excluded work be required, a change order must be issued before work can commence. Schedule and Fee Final Schedule to be agreed upon with City after acceptance of this proposal and Notice to Proceed dates for packages are determined AECOM will complete services addressed in Phase III and outlined in Tasks 1 through 6 in the scope of services, on a time-and-materials basis in accordance with the cost proposal (attached) for an estimated amount not to exceed $63,597. This scope, schedule, and fee is based on AECOM’s current understanding of the project and discussions with the City of Carlsbad. If the actual work required is significantly different from what is anticipated, it is agreed that the scope and fee will be revised accordingly. As always, we appreciate the opportunity to work with the City of Carlsbad on this very important project to our City and the Carlsbad community and look forward to hearing from you soon. At your convenience we would be pleased to review with you our fee and scope in detail and answer any questions you may have. Please don’t hesitate to call either Dan Lee, Principal-In-Charge, at email Dan.Lee@aecom.com or phone at 858.812.5218 or Jonathan Winn, Project Manager, at email Jonathan.Winn@aecom.com or phone at 619.610.7715. Sincerely, Daniel A. Lee, P.E. Jonathan Winn, P.E. Principal-In-Charge Project Manager DocuSign Envelope ID: 70DDA791-5CBE-4E51-8B86-F32FBB3719CB City of Carlsbad - CMP Replacement Program - Phase III - North Replacement Personnel Hours Budget Principal-In-Charge/ Civil Dept. ManagerProject ManagerPrincipal Civil/ Environmental EngineerCivil/ Environmental Engineer IVCivil/ Environmental Engineer IIICivil/ Environmental Engineer IICivil/ Environmental Engineer ICADD Designer/ Drafter IVGIS Specialist IIIGIS Specialist IITechnical Editor/ Word Processor IITotal HoursLaborNon-Labor FeeTotal1 Project Management and Administration General Project Management 2 10 2 4 18 2,910$ 2,910$ Estimated Number of Meetings (8)2 6 4 4 16 2,550$ 2,550$ QA/QC 4 4 2 2 12 1,910$ 1,910$ 2 Review of Existing Data/ Records & Site Visits Evaluate survey data (potential site visits)2 2 2 6 710$ 710$ Review special documentation (bio., geotech., pothole, etc.)2 4 4 4 14 1,790$ 1,790$ Additional site visits (as needed)4 4 4 12 1,720$ 1,720$ 3 Hydrology and Hydraulics Studies 50%, 100%, and Final Reports (7 locations)3 23 5 23 92 46 12 23 227 28,280$ 28,280$ 4 Prepare Plans, Specs, and Estimate (PS&E) 50% Submittal 6 6 16 16 16 4 4 4 72 9,430$ 9,430$ 100% Submittal 6 6 7 7 7 2 2 2 39 5,485$ 5,485$ Final Submittal 2 2 7 7 7 2 2 2 31 3,985$ 3,985$ 5 Design Services During Construction (DSDC) Estimated Budget (Hours/ Costs)1 6 2 2 6 6 6 29 4,160$ 4,160$ 5 Expenses/ Reimbursables Estimated Budget (Hours/ Costs)--$667 667$ Totals:8 69 25 25 0 138 102 62 8 8 31 476 62,930$ $667 63,597$ Personnel Category $/HR Principal-In-Charge/ Civil Dept. Manager $230.00 Project Manager $185.00 Principal Civil/ Environmental Engineer $190.00 Civil/ Environmental Engineer IV $155.00 Civil/ Environmental Engineer III $140.00 Civil/ Environmental Engineer II $110.00 Civil/ Environmental Engineer I $95.00 CADD Designer/ Drafter IV $150.00 GIS Specialist III $140.00 GIS Specialist II $125.00 Technical Editor/ Word Processor II $110.00 April 6, 2020 Task Description DocuSign Envelope ID: 70DDA791-5CBE-4E51-8B86-F32FBB3719CB City of Carlsbad - CMP Replacement Program - Phase III - Needs Facility IDPackageSurveyPotholingH&HLinerReplace InletReplace PipeReplace outletCaltrans PermitBio ReportGeotechnical StudyNotesSDC1412 SDC1413 SDC7902 SDP100759 SDC1872 SDC7506 April 6, 2020 DocuSign Envelope ID: 70DDA791-5CBE-4E51-8B86-F32FBB3719CB ACORD [ae CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 03/20/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THISCERTIFICATEDOESNOTAFFIRMATIVELYORNEGATIVELYAMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZEDREPRESENTATIVEORPRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSUREDprovisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement onthiscertificatedoesnotconferrightstothecertificateholderinlieuofsuchendorsement(s). PRODUCER CONTACT *MarshRisk &Insurance Services PHONE :FAX&LicenseSeaswe 1200 (NC.No,Ext)|(AIC,No):.eet,Suite ..Los Angeles,CA 90071 ADDRESS:Attn:LosAngeles.CertRequest@Marsh.Com INSURER(S)AFFORDING COVERAGE NAIC # CN101348564-STND-GAUE-20-21 04 2022 INSURER A :ACE American Insurance Company 22667 NSTECOM INSURER B:NIA N/A AECOMTechnical Services,Inc.INSURERC :Illinois Union Insurance Co 27960401WestAStreet,Suite 1200 .San Diego,CA 92101 INSURER D:SEE ACORD101 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:LOS-002357427-11 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATEMAYBEISSUEDORMAYFERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCEDBYPAID CLAIMS. ADDL|SUBR]ee TYPEOFINSURANCE isp lwp POLICY NUMBER {MMIDBIYYYY)(MINDDIYYYY)LIMITS A X COMMERCIAL GENERALLIABILITY HD0 G7123311A 04/01/2020 04/01/2021 EACH OCCURRENCE $2,000,000 _|CLAIMS-MADE [x]OCCUR ORNSdupecyusconce)$2,000,000 ||MED EXP(Any one person)$5,000 |PERSONAL&ADVINJURY $2,000,000 GEN'LAGGREGATELIMITAPPLIES PER:GENERAL AGGREGATE 3 4,000,000 X Poucy []eed Loc PRODUCTS -COMP/OP AGG $4,000,000 OTHER:$A AUTOMOBILELIABILITY 1SAH25301730 04/01/2020 04/01/2021 tsZOMBINEDSINGLE LIMIT $4,000,000 X:‘ANY AUTO BODILY INJURY(Perperson)$|_|OWNED -|__|AuTos ONLY SoHEQULeD BODILY INJURY(Peraccident)|$HIRED NON-OWNED PROPERTYDAMAGE $|__|AUTOS ONLY AUTOS ONLY (Per accident) $ |__|UMBRELLAUAB |occuR EACH OCCURRENCE $EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED ||RETENTION $$D |WORKERSCOMPENSATION SEE ACORD 101 04/01/2020 04/01/2021 xX PER |OTH-AND EMPLOYERS’LIABILITY STATUTE ERANYPROPRIETOR/PARTNER/EXECUTIVE -E.L.EACH ACCIDENT $1,000,000OFFICER/MEMBEREXCLUDED?Nj|KIA 0(Mandatory in NH)E.L.DISEASE -EA EMPLOYEE]$1,000,000ifyes,describe under 1,000,000DESCRIPTIONOFOPERATIONSbelowE.L.DISEASE -POLICYLIMIT $WN, C {ARCHITECTS &ENG.ECN G21654693005 04/01/2020 04/01/2021 PerClaim/Agg 1,000,000 PROFESSIONALLIAB.“CLAIMS MADE"Defense Included DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if morespace fsrequired)Re:AECOMProject No:60335018;Client Reference No:TRAN1138;AECOM Project Name:Faro!Court Drainage Improvement City ofCarlsbad is named as additional insuredfor GLcoverage,butonly as respects work performedby or on behalf ofthe named insured and where required bywritten contract.This insurance is primary and non- contributoryoveranyexisting insurance andlimitedto liacilityarising outofthe operationsofthe named insured and where requiredbywritten contract with respectto the GL coverage. CERTIFICATE HOLDER CANCELLATION CityofCarlsbad/CWMD clo EXIGIS Insurance Compiiance ServicesPOBox4668ECM#35050NewYork,NY 10163-4668 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED INACCORDANCEWITHTHEPOLICYPROVISIONS. AUTHORIZED REPRESENTATIVEofMarshRisk&Insurance Services JamesL.Vogel oe ACORD25(2016/03) ©1988-2016 ACORD CORPORATION.All rights reserved. The ACORDnameandlogoare registered marks of ACORD AGENCY CUSTOMERID:CN101348564 Loc#:Angeles =)ACORD ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSUREDMarshRisk&Insurance Services AEGON Technical Services,Incices,Inc.POLICY NUMBER 401 West A Street,Suite 1200SanDiego,CA 92101 CARRIER NAICCODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM iS A SCHEDULE TO ACORD FORM, FORM NUMBER:25 FORM TITLE:Certificate of Liability Insurance Workers Compensation/EmployerLiabilitycont. Policy Number Insurer States Covered WLR C6692340A —_—Indemnity insurance CompanyofNorthAmerica-NAIC #43575 AOS WLR C66923320 ACE American InsuranceCompany -NAIC #22667 CA,AZ,MA SCF C66923368 ACE American Insurance Company -NAIC #22667 Wi Retro ACORD101 (2008/01)©2008 ACORD CORPORATION.All rights reserved. The ACORD nameandlogoare registered marks of ACORD 131 POLICY NUMBER:HDO G7123311A Endorsement Number:6 COMMERCIAL GENERALLIABILITYCG20260413 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED —DESIGNATEDPERSONORORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)Or Organization{s):Any person or organization whom you have agreedto include as an additional insured under a written contract,provided such contract was executedprior tothedateofloss. Information required tocomplete this Schedule,if not shown above,will be shown In the Declarations. A.Section [_-Who Is An Insured is amended to. include as an additional insured the person(s)ororganization(s)shown in the Schedule,but only &.With respect to the insurance afforded to theseadditionalinsureds,the following is added toSectionill—Limits Of Insurance: CG 20 26 0413 with respect to liability for“bodily injury“,“propertydamage”or "personal and advertising injury"caused,in whole or in part,by your acts oromissionsortheactsoromissionsofthoseactingonyourbehalf: 1.In the performance of your ongoing operatians;or 2.In connection with your premises owned by orrentedtoyou. However: 4.The insurance afforded to suchadditionalInsuredonlyappliestatheextentpermittedbylaw;and 2.If coverage provided to the additional insured isrequiredbyacontractoragreement,the insurance afforded to such additional insured will not be broader than that which you arerequiredbythecontractoragreementtoprovideforsuchadditianalinsured. ©Insurance Services Office,Inc.,2012 if coverage provided to the additional!insured isrequiredbyacontractoragreement,the most wewillpayonbehalfoftheadditionalinsuredistheamountofinsurance: 1.Required by the contract or agreement;or 2.Available under the applicable Limits ofInsuranceshownintheDeclaratians; whicheveris less. This endorsement ‘shall not increase theapplicableLimitsofInsuranceshownintheDeclarations. Page 1 of 1 |3POLICYNUMBER:HDO G7123314A Endorsement Number:4 COMMERCIAL GENERALLIABILITYCG20010413 THIS ENDORSEMENT CHANGESTHE POLICY.PLEASEREADIT CAREFULLY. PRIMARY AND NONCONTRIBUTORY—OTHER INSURANCE CONDITION This endorsement modifiesinsurance providedunder the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART |PRODUCTS/COMPLETED OPERATIONSLIABILITY COVERAGE PART ‘The following is added to the Other -Insurance (2)You have agreed in writing in a contract orConditionandsupersedes:any provision to the:agreement that this insurance would becontrary:primary and would not seek contributionfromanyotherInsuranceavailabletothePrimaryAndNoncontributoryInsuranceadditionalinsured, This Insurance is.primary to and will not seekcontributionfromanyotherinsuranceavailabletoanadditionalinsuredunderyourpolicyprovidedthat:(1)The additional insured is a Named Insuredundersuchotherinsurance;and CG 200104 13 ©Insurance Services Office,Inc.,2012 Page 1 of 1 Workers’Compensation and Employers’Liability Policy Namad Insured EndorsementNumberAECON 999 TOWN &COUNTRY ROAD Policy Number Policy Period Effective Date of Endorsement06-01-2020 TO 04-01-2021 04-01-2020 Issued By (Name of Insurance Company)ACE AMERICAN INSURANCE COMPANY inserttha salicy number.The remainderof theinformationis to be completed onjy when thisendorsementis issued subsequent to the preparationof the poke. CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERSENDORSEMENT This endorsementapplies only to the insurance provided by the policy because California is shown in-Item 3.A.oftheInformationPage. We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule,but:this waiver applies only with respectto:bodily injury arisingout of the operations described in the Schedule,where you are required by a written contract.fo obtain this waiver fram us. You must maintain payrali records accurately segregating the remuneration of your employeeswhile engaged in theworkdescribedintheSchedule. Schedule 1.()Specific Waiver Name of personor organization: (X )Blanket Waiver Any person or organization for whom the NamedInsured hasagreed by written contract to furnish this walver. 2.Operations: ALL OPERATIONS CONDUCTED BY AN INSURED PURSUANT TO SUCH WRITTEN CONTRACT 3.Premium: The premium chargefor this endorsementshall be 1.9 percentofthe California premium developed on payrall in connection with work performed for the above person(s)or organization(s)arising out of theoperations.described. 4.Minimum Premium:$9... ‘Authorized Representative WC 90 03 75 (05/18) PSA19-576CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 PROJECT NO. 6607 This second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between AECOM Technical Services, a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Storm Drain Engineering Services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated June 14, 2019, (“proposal”), attached as Appendix "A" for the Corrugated Metal Pipe Replacement Program - Phase 2, (the “Project"). The Project services shall include Preparation of plans, specifications, and an estimate (PS&E) for twenty (20) facilities located throughout the City of Carlsbad, which includes project management coordination and adminstration, additional review and special specification coordination, prepare plans, specifications, and estimates (PS&E), design services during construction (DSDC), expenses and reimbursables. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within Five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one hundred twenty (120) working days thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on calendar days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually DocuSign Envelope ID: 7F32F071-918D-44E2-AB17-435C0231AF9C July 22, 2019 PSA19-576CA City Attorney Approved Version 7/19/17 2 performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $98,590. TABLE 1 FEE ALLOTMENT CMP Replacement Program- PHASE II TASK GROUP TIME & MATERIALS Project Management and Administration $7,520 Estimated number of meetings 5,360 Additonal Review and Special Spec. Coordination 6,060 Prepare plans, Specs., and Estimate (PS&E) 66,550 Design Services during Construction 10,340 Expenses/Reimbursables 2,000 TOTAL (Not-to-Exceed) $98,590 CONTRACTOR AECOM Technical Services AECOM Technical Services (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Daniel A. Lee, Principal-in-Charge (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ for Scott Chadwick, City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: 7F32F071-918D-44E2-AB17-435C0231AF9C July 22, 2019 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 7F32F071-918D-44E2-AB17-435C0231AF9C AECOM 401 West A Street, Suite 1200 San Diego, CA 92101 www.aecom.com +1 619 610 7600 tel June 14, 2019 Mr. Farhad Bolourchi, Assistant Engineer City of Carlsbad Public Works Transportation Division 1635 Faraday Avenue Carlsbad, CA 92008-7314 Subject: CMP Replacement Program Task Order – Master Agreement for Storm Drain Engineering Services; 19-576CA (Dec. 2018 – Dec. 2021) Dear Mr. Zimny, Please find enclosed our scope and fee breakdown for the engineering services associated with the City of Carlsbad Corrugated Metal Pipe (CMP) Replacement Program Task Order/s under the Master Agreement for Storm Drain Engineering Services; 19-576CA – Phase II. This letter is to serve as formal scope and fee documentation to commence Phase II of the Program. Phase I has been previously scoped and negotiated and is nearing completion. Phase III of the program will be scoped and negotiated at or near the completion of Phase II. The work associated with Phase II will generally consist of the preparation of plans, specifications, and an estimate (PS&E) for twenty (20) facilities located throughout the City of Carlsbad. Many of these facilities identified for Phase II during the Phase I project are proposed to be remediated with a CIPP liner and a few will be abandoned in place with slurry fill. More specifically, the Phase II Scope of Work task breakdown will be as follows: Scope of Work (Phase II) Task I – Project Management and Administration Project management tasks will include invoicing, budget tracking, conducting QA/QC review of submittals and deliverables, attending and coordinating any necessary meetings with the City of Carlsbad, and providing project status updates. Task 2 – Additional Review and Special Spec. Coordination Any additional review for the facilities and research into special specifications requesting the contractor have CIPP testing performed by a third-party laboratory will be addressed with this task. This is a smaller, additional task budgeted at no longer than 40-hrs. Task 3 – Prepare Plans, Specifications, and Estimate (PS&E) AECOM will prepare plans, specifications, and estimates for the proposed improvements to the twenty (20) facilities identified as a Phase II project. This work will not require topographic survey and will rely on GIS data provided by the City of Carlsbad during the Phase I project. The plan set is anticipated to consist of 15 sheets. This task will also include CIPP calculations addressing a minimum allowable thickness the contractor will be able to use for each facility installation. Task 4 – Design services during construction (DSDC) In response to the City’s request, AECOM will provide office engineering support services through project implementation that may encompass the following, -Attend pre-bid meetings and help the City evaluate the bids received for the responsiveness once the bidding period closes. -At the City’s request, respond to RFIs and review contractor submittals -Prepare clarification sketches, if required, during project implementation to address issues resulting from unanticipated field conditions or other changes -Make record changes to the drawings based upon contractor furnished record of construction changes DocuSign Envelope ID: 7F32F071-918D-44E2-AB17-435C0231AF9C Task 5 – Expenses/ Reimbursables Any reimbursable expense at no added cost (no mark-up) such as reproduction costs, mail costs, and mileage or car rental costs. The anticipated work schedule for this Phase II is as follows, Work Schedule Period of Performance 50% Submittal: July 2019 100% Submittal: August 2019 Final Submittal: September 2019 DSDC: September 2019 – September 2020 AECOM will complete services addressed in Phase II and outlined in Tasks 1 through 5 in the scope of services for an estimated amount not to exceed $98,590, on a time-and-materials basis in accordance with the cost proposal (attached). This scope, schedule, and fee is based on AECOM’s current understanding of the project and discussions with the City of Carlsbad. If the actual work required is significantly different from what is anticipated, it is agreed that the scope and fee will be revised accordingly. As always, we appreciate the opportunity to work with the City of Carlsbad on this very important project to our City and the Carlsbad community and look forward to hearing from you soon. At your convenience we would be pleased to review with you our fee and scope in detail and answer any questions you may have. Please don’t hesitate to call either Dan Lee, Principal-In-Charge, at email Dan.Lee@aecom.com or phone at 858.812.5218 or Eric Zielke, Project Manager, at email Eric.Zielke@aecom.com or phone at 619.610.7715. Sincerely, Daniel A. Lee, P.E.Eric A. Zielke, P.E. Principal-In-Charge Project Manager Attachments City of Carlsbad CMP Replacement Program Fee 2019 06 14.pdf CMP Phased Effort - 6-13-2019_phase2.pdf DocuSign Envelope ID: 7F32F071-918D-44E2-AB17-435C0231AF9C City of Carlsbad ‐ CMP Replacement Program ‐ Phase IIPersonnel HoursBudgetPrincipal‐In‐Charge/ Civil Dept. ManagerProject ManagerPrincipal Civil/ Environmental EngineerCivil/ Environmental Engineer IVCivil/ Environmental Engineer IIICivil/ Environmental Engineer IICivil/ Environmental Engineer ICADD Designer/ Drafter IVGIS Specialist IIIGIS Specialist IITechnical Editor/ Word Processor IITotal HoursLaborNon‐Labor FeeTotal1Project Management and AdministrationGeneral Project Management4 242452 7,520$ 7,520$ Estimated Number of Meetings (4)4 1212 1240 5,360$ 5,360$ QA/QC44 760$ 760$ 2Additional Review and Special Spec. CoordinationEstimated Budget (Hours/ Costs)20 410640 6,060$ 6,060$ 3Prepare Plans, Specs., and Estimate (PS&E)50% Submittal16 2040 60 60 10 26 8 240 31,070$ 31,070$ 100% Submittal16 2020 40 40 8 16 4 164 22,000$ 22,000$ Final Submittal16 1020 20 10 8 16 2 102 13,480$ 13,480$ 4Design Services During ConstructionEstimated Budget (Hours/ Costs)220 4 4 20 2070 10,340$ 10,340$ 5Expenses/ ReimbursablesEstimated Budget (Hours/ Costs)‐‐$2,000 2,000$ Totals:10 124 62 4 0 146 132 136 26 58 14 712 96,590$ $2,00098,590$ Personnel Category $/HRPrincipal‐In‐Charge/ Civil Dept. Manager $230.00Project Manager $165.00Principal Civil/ Environmental Engineer $190.00 Civil/Environmental Engineer IV $155.00Civil/ Environmental Engineer III $140.00Civil/ Environmental Engineer II $110.00Civil/ Environmental Engineer I $95.00CADD Designer/ Drafter IV $150.00GIS Specialist III $140.00GIS Specialist II $125.00Technical Editor/ Word Processor II $110.00June 14, 2019Task DescriptionDocuSign Envelope ID: 7F32F071-918D-44E2-AB17-435C0231AF9C CMP Replacement Program Phase II Group Count Facility ID Unit ID Up Unit ID Down CMP Diameter [in] Length [ft] As‐Built Drawing Number As‐Built Sheet Number Remedial Action 1 1 SDP101690 25C‐S239 25C‐14 12 36 811‐4 AC‐1 Liner 2 SDC2501 5A‐43 5A‐42 15 55 269‐7 1‐3 Liner 3 SDP101810 5A‐42 5A‐S212 15 45 269‐7 1‐3 Liner 3 4 SDC1824 4D‐1 4D‐3 18 88 167‐2 1 Liner 5 SDC7908 41A‐21 41A‐23 18 80 109‐4,383‐3 13,3 and 10A Liner 6 SDP102196 41A‐S92 41A‐24 18 50 109‐4, 383‐3 13, 3, 10A Liner 7 SDC7909 41A‐23 41A‐S92 24 81 109‐4,383‐4 13,3 and 10A Liner 5 8 SDC8783 37C‐12 37C‐10 18 48 298‐8 2 and 4 Liner 6 9 SDP102188 27A‐J10 27A‐7 18 15 233‐8 2 Liner 10 SDC2518 4D‐27 4D‐26 24 19 192‐5 2 Liner 11 SDC2519 4D‐26 4D‐25 24 76 192‐5 2 Liner 12 SDP101885 49A‐42 49A‐S542 36 41 168‐9 3 Liner 13 SDC5693 49A‐42 49A‐S717 18 10 168‐9 3 Slurry 14 SDC7938 35A‐9 35A‐10 42 27 330‐2,256‐7B 2 Liner 15 SDC7939 35A‐10 35A‐12 42 37 330‐2,256‐7B 2 Liner 10 16 SDC5178 45A‐46 45A‐45 42 132 188‐6 23 Liner 17 SDC2662 29B‐42 29B‐45 84 106 264‐6 15 Liner 18 SDC2663 29B‐45 29B‐44 84 38 264‐6 15 Liner 12 19 SDC2925 27D‐29 27D‐30 18 56 Slurry 13 20 SDP101915 30B‐S160 30B‐S161 18 183 192‐4 2 Slurry total => 1223 Dia. [in] Count Length [ft] Dia. [in] Count Length [ft] 18 3 249 12 1 36 15 2 100 18 5 281 24 3 176 36 1 41 42 3 196 84 2 144 total => 17 974 Facilities to be Abandoned Facilities to be Lined 2 4 7 8 9 11 DocuSign Envelope ID: 7F32F071-918D-44E2-AB17-435C0231AF9C ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDNYVY) ~ 03/21/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Marsh Risk & Insurance Seivices NAME: PHONE I FAX CA License #0437153 IA/C No l'xtl• IA/C Nol: 777 South Figueroa Street E-MAIL Los Angeles, CA 90017 ADDRESS: Attn: LosAngeles.CertRequest@Marsh.Com INSURER(S) AFFORDING COVERAGE NAIC# CN101348564-STND-GAUE-18-19 04 2022 INSURER A : ACE American Insurance Comoanv 22667 INSURED INSURER B : N/A N/A AECOM AECOM Technical Seivices, Inc. INSURER c : Illinois Union Insurance Co 27960 401 West A Street, Suite 1200 INSURER D : SEE ACORD 101 San Diego, CA 92101 INSURER E: - INSURERF: COVERAGES CERTIFICATE NUMBER· LOS-002357427-08 REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERI_OD ; INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,.· EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. . .; INSR ADDL SUBR POLICYEFF POLICY EXP .. LTR TYPE OF INSURANCE ,, .. ~~ IWltn POLICY NUMBER IMM/DDNYYYl I IMM/DDNYYYI LIMITS .. A X COMMERCIAL GENERAL LIABILITY HDO G71093669 04/01/2018 04/01/2019 EACH OCCURRENCE $ 2,000,000 ~ □ CLAIMS-MADE 0 OCCUR DAMA1.;E Tu RENTED PREMISES /Ea occurrence! $ 2,000,000 I--- MED EXP (Any one person) $ 5,000 ~ PERSONAL & ADV INJURY $ 2,000,000 I--- GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 p=i □ PRO-Owe PRODUCTS -COMP/OP AGG $ 4,000,000 POLICY JECT OTHER: $ A AUTOMOBILE LIABILITY ISA H25157229 04/01/2018 04/01/2019 f OMBINED SINGLE LIMIT $ 1,000,000 I---Ea accident) X ANY AUTO BODILY INJURY (Per person) $ ~ -OWNED SCHEDULED BODILY INJURY (Per accident) ·$ ~ AUTOS ONLY ~ AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ I---AUTOS ONLY 1---AUTOS ONLY I Per accident) $ UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ 1--- EXCESSLIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ D WORKERS COMPENSATION SEE ACORD 101 1 v uv,ro..Jl\,I 04/01/2019 X I ~-\%uTE I I OTH- AND EMPLOYERS' LIABILITY ER YIN ANYPROPRIETOR/PARTNER/EXECUTIVE 0 E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ 1,000,000 If yes. describe under E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below C ARCHITECTS & ENG. EON G21654693 04/01/2018 04/01/2019 Per Claim/Agg $1,000,000 PROFESSIONAL LIAB. 'CLAIMS MADE' Defense Included DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Re: AECOM Project No: 60335018; Client Reference No: TRAN1138; AECOM Project Name: Faro! Court Drainage Improvement City of Carlsbad is named as additional insured for GL coverage, but only as respects work performed by or on behalf of the named insured and where required by written contract. This insurance is primary and non- contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract with respect to the GL coverage. CERTIFICATE HOLDER CANCELLATION City of Carlsbad/CWMD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE c/o EXIGIS Insurance Compliance Seivices THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO Box 4668 ACCORDANCE WITH THE POLICY PROVISIONS. ECM#35050 New York, NY 10163-4668 AUTHORIZED REPRESENTATIVE of Marsh Risk & Insurance Services I James L. Vogel ~ © 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: _C_N_1_0_1_34_8_5_6_4 ___________ _ LOC #: Los Angeles ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED Marsh Risk & Insurance Services AECOM AECOM Technical Services, Inc. POLICY NUMBER 401 West A Street, Suite 1200 San Diego, CA 92101 CARRIER I NAICCODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation/Employer Liability cont. Policy Number Insurer WLR C64788759 Indemnity Insurance Company of North America -NAIC # 43575 WLR C64788723 ACE American Insurance Company -NAIC # 22667 SCF C64788747 ACE American Insurance Company-NAIC # 22667 WCU C64788802 ACE American Insurance Company -NAIC # 22667 qualified States Covered AOS CA and MA WI Retro OH, Ohio Qualified Self Insured (QSI) -SIR: $500,000; Only applicable to specific entities self-insured in the state of Ohio Page 2 of 2 ··• . .. :=: ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: .HOO G71093669 1 Endorsement Number: 3 COMMERCIAL GENERAL LIABILITY CG 20 26 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ. IT CA:REFULL Y. ADDITIONAL INSURED --DESIGNATED PERS,ON OR ORGANIZATION This endorsem~nt modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(sJ Or Organlzation(s): Any person qr organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. lnfOrmatlon required to complete this ~chedule, if not shown above, will be shown in the. Declarations. A. Section II -Who. Is An Insured is amended .to include as ~n ~ditional insured the person(s) or organiz1:1tion(s) shown in the Schedule, but only with respect to liability for "bodily injury". "property damage" or "personal and advertising injury" caused. in whole .or in part, by your acts or omissiari~ pr the. acts of omissions of those acting on your ~half: 1. 1n the performance of your ongoing operations; or 2. In connection with your premi~es owned by or rented to y9u. However: 1. The insurance afforded to such additional insured .only applies to the extent permitted by law; and 2. If coverage provided to tile additional insured 1s required by a contract or agreement, the insur~nce afforded to such additional insured will not be broader than that which you are required by the contract Qr agreement to provide for such additional insured. e. With respect to the insurance ~ffo'r(::!ed to the~ additional insµreds, the following is addet;f to Section Ill -limits Of Insurance: If coverage proyide<;I to the additional in~ured is required by a cx:,ntract or agreement,·tha mo$t we wrn pay on behalf of the additional ins.ured is the amount of insurance: 1. Requirecfby the contract or agreement; or 2. Available under tile ~pplicable Limits of Insurance shown in the Detlan;itions; whichever is less. This endorsement shall not increase the applicable Lim.its of 'Insurance shown in the Declarations. CG 202$0413 © ln$uraoce Services Office, Inc., 2012 Page 1 of1 POLICY NUMBER: HOO G71093669 1 Endorsement Number: 11 COMMERCIAL GENERAL LIABILITY CG 2001 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifie$:insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following i$ t:1dded to the Other lnsi.,rance Condition and supersedes any provision to the contrary: · Primary Afld .Noncontributory Insurance This insurance is prlmary to and will n¢ seek contribution from any other insurance available to an additional insured under your policy proviQed that: (2) You have agreed in writing in a contract or a9.reement that this in~urance wou.ld be primary and would riot seek contribution from any other insurance available to the additional insured. (1) The additional insured is a Named Insured under such other insurance; and CG 20 01.04 13 ©,Insurance Services Office, Inc., 2012 Page 1 of 1 ~'lied INured T:m.!Dm:mtl\\ Niltnbf1 AECOM 999 TOWN & COUNTRY ROAD l'!Jlity N11mbcr QRANGe CA 92ese. l'uhcy f>en\ld · 04-01.-2018 CAUFORNM WAIVER OF OUR RIGHT TO kECOVf!:R FROM OTHERS ENDORSEMENT This endorsement applies o~ly t~ the in1-unmce provii:jed i:ly lhe policy bci;ause California is shown in item 3.A. of the Information Page. We hove the rlghue, rccover~ur p.iymeftls frnm anyone foible for an 1nju1y covered by this policy. We wi[I not enforce our right againsl ihe person or orgnniz.11i~m r»am~d in lite Schedule, but this waiver applies only with re~p<:~t to bodily injury-arising oµt of-the operations described in the Schedule. wh~re you arc required by a wnt•¢11 contract fa ob1ai11 this waiver. from us. You must mnin~ain payroll records ac~(lr.dely scgrc~aliog the remuneration of your employees white 1.mgaged in tite wo:rk described in the Schedule, Schedule I. ( ) Specific Waiver Name of pc;rson or organizalion: ( )( ) Blanket Wa1vtr Any· person Qr organb:alion for whom tile Named lr\$11red has agreed by written contract t9 furnish this waiver 2. Operauom· Al.el OPERA"flONS CONDUCTED BY AN INSUREO PURSUANT TO SUCH \l'v'RITTEN CONTRACT 3. Premium: The premium charge for thi~ endorsement shaU be 2 o percent of I.he Cali fomia ,>rem ium dei/e loped 00 payroll in conneclio~ with W~tk p~rfOfn'!ed for lht.tibove'person(s) ororganizatlon(s) arising 0!.ll oflhe operaiions dcS<;fibed. · 4. Minimum Premium : $0 WC990H2 ... PSA19-576CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 6607 This first Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between AECOM Technical Services, a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Storm Drain Engineering Services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated December 27, 2018, (“proposal”), attached as Appendix "A" for the Corrugated Metal Pipe Replacement Program - Phase 1, (the “Project"). The Project services shall include review of existing data related to the City's corrugated metal pipe storm drain inventory and prepare a condition assessment report to plan remedial action. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one (1) year thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on calendar days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $53,270. DocuSign Envelope ID: 7F24BAE2-F08D-4746-9CF8-845D88F8B864 January 25, 2019 PSA19-576CA City Attorney Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT CONDUCT A CONDITION ASSESSMENT OF THE REMAINING CITY OWNED CORRUGATED METAL PIPE STORM DRAIN INVENTORY. TASK GROUP TIME & MATERIALS Project Management and Administration $4,730 Data Collection and Review $11,200 Visual Inspection & Field Visit $8,320 Condition Assessment Report $28,520 Expenses/Reimbursable $500 TOTAL (Not-to-Exceed) $53,270 CONTRACTOR AECOM Technical Services AECOM Technical Services (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Bill Graham, Principal (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ for Scott Chadwick, City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: 7F24BAE2-F08D-4746-9CF8-845D88F8B864 January 25, 2019 DocuSign Envelope ID: 7F24BAE2-F08D-4746-9CF8-845D88F8B864 DocuSign Envelope ID: 7F24BAE2-F08D-4746-9CF8-845D88F8B864 DocuSign Envelope ID: 7F24BAE2-F08D-4746-9CF8-845D88F8B864 APPENDIX “A” DocuSign Envelope ID: 7F24BAE2-F08D-4746-9CF8-845D88F8B864 AECOM 401 West A Street, Suite 1200 San Diego, CA 92101 www.aecom.com +1 619 610 7600 tel December 27, 2018 Mr. Daniel Zimny, Assistant Engineer City of Carlsbad Public Works Transportation Division 1635 Faraday Avenue Carlsbad, CA 92008-7314 Subject: CMP Replacement Program Task Order – Master Agreement for Storm Drain Engineering Services; 19-576CA (Dec. 2018 – Dec. 2021) Dear Mr. Zimny, Please find enclosed our scope and fee breakdown for the engineering services associated with the City of Carlsbad (the City) Corrugated Metal Pipe (CMP) Replacement Program Task Order/s under the Master Services Agreement (MSA) for Storm Drain Engineering Services; 19-576CA. The CMP Program for this contract is broken into three (3) phases with the first phase focused on a condition assessment, the second phase focused on engineering design services for pipelines with minimal constraints, and the third phase focused on the engineering design services for facilities with many more constraints than that of Phase II. This letter is to serve as formal scope and fee documentation to commence Phase I of the Program. The Phase I Scope of Work task breakdown will be as follows: Scope of Work (Phase I) Task I – Project Management and Administration Project management tasks will include invoicing, budget tracking, conducting QA/QC review of submittals and deliverables, attending and coordinating any necessary meetings with the City, and providing project status updates (attached with monthly invoices). Task 2 – Data Collection and Review All existing data of the CMP inventory will be collected and analyzed thoroughly by our AECOM staff. This inventory provided by the City will include CCTV inspection data, the City’s GIS database files, assessment management scores, as-built drawings, and other internal documentation/ reports. AECOM will identify and request additional information as necessary to complete the evaluation. All reference information that is useful for the evaluation will be noted and included in the appendices of the report. Task 3 – Visual Inspection and Field Visit Where accessible and safe, AECOM will conduct visual inspection of all remaining CMPs remaining within the program (an estimated 8,600 linear feet at roughly 50 site locations). An inspection team of two (2) engineers prepared with cameras will visually inspect the sites for existing damage in addition to any pertinent site conditions and constraints. Field work is expected to take no longer than one week (40-hrs) within the after completion of Task 2. Task 4 – Condition Assessment Report This task consists of compiling all relevant data and information from the field visits into one, cohesive report documenting recommended remediation measures (e.g., remove/ replace, CIPP liner, abandon in place) for all remaining CMPs that have not yet been addressed within the City CMP Replacement Program. This report will be used to move the program forward into Phase II and Phase III. Task 5 – Expenses/ Reimbursables Any reimbursable expense at no added cost (no mark-up) such as reproduction costs, mail costs, and mileage or car rental costs. DocuSign Envelope ID: 7F24BAE2-F08D-4746-9CF8-845D88F8B864 Phase II will consist of the engineering design services associated with all pipelines that can be easily remediated as identified in Phase I of this program. This will include the preparation of plans, specifications, and estimate (PS&E) and design services during construction (DSDC). Phase III will consist of engineering design services for the remaining pipelines but projected to occur towards the end of the program (e.g., 2020) due to environmental processing and/or time necessary to gather more design information not yet available. Both Phase II and Phase III are expected to be lumped into separate Bid Set projects with the anticipation of the Phase II project being in construction by the time the Phase III project is nearing completion. Because more information is necessary to scope and calculate the anticipated cost for Phase II and Phase III, the design services needed for these two (2) phases of the program will be scoped and estimated towards the end of Phase I (spring/ summer 2019). AECOM will complete services addressed in Phase I and outlined in Tasks 1 through 5 in the scope of services for an estimated amount not to exceed $53,270 on a time-and-materials basis in accordance with the cost proposal (attached). This scope, schedule, and fee is based on AECOM’s current understanding of the project and discussions with the City during the kick-off meeting for the MSA held on Dec. 4, 2018. If the actual work required is significantly different from what is anticipated during executing the work, AECOM will meet with the City to come to an agreement to revise the scope and fee accordingly. The anticipated work schedule of all three (3) phases is as follows: Period of Performance Phase I: Phase II: Phase III: Jan. 2019 – July 2019 July 2019 – Dec. 2020 July 2020 – Dec. 2021 As always, we appreciate the opportunity to work with the City of Carlsbad on this very important project to our City and the Carlsbad community and look forward to hearing from you soon. At your convenience we would be pleased to review with you our fee and scope in detail and answer any questions you may have. Please don’t hesitate to call either Dan Lee, Principal-In-Charge, at email Dan.Lee@aecom.com or phone at 858.812.5218 or Eric Zielke, Project Manager, at email Eric.Zielke@aecom.com or phone at 619.610.7715. Sincerely, Daniel A. Lee, P.E. Principal-In-Charge Eric A. Zielke, P.E. Project Manager Assoc. Vice President Attachments DocuSign Envelope ID: 7F24BAE2-F08D-4746-9CF8-845D88F8B864 City of Carlsbad ‐ CMP Replacement Program ‐ Phase IPersonnel Hours BudgetPrincipal‐In‐Charge/ Civil Dept. ManagerProject ManagerPrincipal Civil/ Environmental EngineerCivil/ Environmental Engineer IVCivil/ Environmental Engineer IIICivil/ Environmental Engineer IICivil/ Environmental Engineer ICADD Designer/ Drafter IVTechnical Editor/ Word Processor IITotal HoursLaborNon‐Labor FeeTotal1Project Management and AdministrationGeneral Project Management2 6 12 20 2,770$ 2,770$ Estimated Number of Meetings (2) 4 4 8 1,580$ 1,580$ QA/QC22 380$ 380$ 2Data Collection and ReviewEstimated Budget (Hours/ Costs)20 20 60 100 11,200$ 11,200$ 3Visual Inspection and Field VisitEstimated (50) Site Locations 32 32 64 8,320$ 8,320$ 4Condition Assessment ReportEstimated Budget (Hours/ Costs)2 40 4 20 160 20 4 250 28,520$ 28,520$ 5Expenses/ ReimbursablesEstimated Budget (Hours/ Costs)‐‐$500 500$ Totals:8 102 2 4 0 52 252 20 4 444 52,770$ $500 53,270$ Personnel Category$/HRPrincipal‐In‐Charge/ Civil Dept. Manager $230.00Project Manager $165.00Principal Civil/ Environmental Engineer $190.00Civil/ Environmental Engineer IV $155.00Civil/ Environmental Engineer III $140.00Civil/ Environmental Engineer II $110.00Civil/ Environmental Engineer I $95.00CADD Designer/ Drafter IV $150.00Technical Editor/ Word Processor II $110.00December 27, 2018Task DescriptionDocuSign Envelope ID: 7F24BAE2-F08D-4746-9CF8-845D88F8B864 0C)R DATE (MMIDD/YYYY)A RDCERTIFICATE OF LIABILITY INSURANCE 0/121 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CNAET Marsh Risk & Insurance Services NHONEFA CA license #0437153 C. No. Exv (A/C, No:777 South Figueroa Street E-MAIL Los Angeles, CA 90017 ADDRESS: Attn: LosAngeles.CertRequest@Marsh.Com INSURER(S) AFFORDING COVERAGE NAIC # CN101348564-STND-GAUE18-19 04 2022 INSURER A: ACE American Insurance Company 22667 INSURED ACMINSURER B: N/A N/A AECOM Technical Services, Inc. INSURER C: Illinois Union Insurance Co 27960 401 West A Street, Suite 1200 INSURER D: SEE ACORD 101San Diego, CA 92101 ISRRE INSURER F: C O V E R A G E S C E R T I F I C A T E N U M B E R :IN S R E R 5 4 2 -0 F :I I N U B R THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLS~UBR POLICY EFF POLICY EXPLTR TYPE OF INSURANCE INS AM POLICY NUMBER (MMIDDYYY) (MM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY HDO G71093669 04/01/2018 04/01/2019 EACH OCCURRENCE $2,000,000 D7 DAAE To RENTEDCLAIMS-MADE LfJ OCCUR PRMIES (ER ccurrene $ 2,000,000 ___________________________MED EXP (Any one person) $ 5,000 _____________________PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 XPOLICY 0 PRO- D LOC PRDCS-CM/PAG$4,000,000 OTHER: I$ A AUTOMOBILE LIABILITY ISA H25157229 04/01/2018 04/01/2019 COMBINED SINGLE LIMIT $ 1,000,000(Es accident) ___________ X ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $5AUTOS ONLY AUTOSHIRED NON-OWNED PROPERT DAMAGE $AUTOS ONLY AUTOS ONLY Per acdet $__________ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS ULAB CLAIMS-MADE AGGREGATE $ _DED I IRETENTION $ r$ D WORKERS COMPENSATION SEE ACORD 101 ~71~W 04/01/2019 XI PERTE 0TH-AND EMPLOYERS' LIABILITY STAUT EANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $1,000,000OFFICER/M EMBER EXCLUDED? [_NjN/A A (Mandatory in NH) E.L DISEASE -EA EMPLOYEE $ 1,000,000 if yes, describe under 1000DESCRIPTION OF OPERATIONS below __________E.L. DISEASE -POLICY LIMIT $10000 C ARCHITECTS &1 ENG. EON G21654693 04/01/2018 04/01/2019 Per Claim/Agg $1,000,000 PROFESSIONAL LIAB. "CLAIMS MADE" Defense Included DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Re: AECOM Project No: 60335018; Client Reference No: TRAN1 138; AECOM Project Name: Farol Court Drainage Improvement City of Carlsbad is named as additional insured for GL coverage, but only as respects work perfonned by or on behalf of the named insured and where required by written contract. This insurance is primary and non- contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract with respect to the GL coverage. CERTIFICATE HOLDER CANCELLATION City of Carlsbad/C WMD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOREdo EXIGIS Insurance Compliance Services THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INPD Box 4668 ACCORDANCE WITH THE POLICY PROVISIONS. ECM #35050 New York, NY 101 63-4668 AUTHORIZED REPRESENTATIVE of Marsh Risk & Insurance Services James L. Vogel - @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN101348564 LOC #: Los Angeles Ac(:>RD: ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh Risk & Insurance Services AECOM __________________________________________________AECOM Technical Services, Inc. POUCY NUMBER 401 West A Street, Suite 1200 San Diego, CA 92101 CARRIER NAIC CODE EF CTV DA : ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 295 FORM TITLE: Certificate of Liability Insurance Workers Compensation/Empioyer Liability coat. Policy Number Insurer States Covered WLR C64788759 Indemnity Insurance Company of North America -NAIC # 43575 AOS WLR C64788723 ACE American Insurance Company -NAIC # 22667 CA and MA SCF C64788747 ACE American Insurance Company -NAIC # 22667 Wi Retro WCU C64788802 ACE American Insurance Company -NAIC # 22667 OH-, Ohio Qualified Self Insured (051) -SIR: $500,000; Only applicable to specific qualified entities self-insured in the state of Ohio ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: HDO.G71 093669 Endorsement Number. 3 COMMERCIAL GENERAL. LIABILITYCG 20.26 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Na me Of Additional I nou red Perso n(s) Or Organization(s): Any person or organization whom you haveagreed to include as an additional insured under a written contract.. provided such contract was executed prior tothe date of loss. Information required to cornplete this Schedule, if not shown above. will be shown in the. Declarations. A. Section 11 -Who. Is An Insured is amended to B. With respect to the insurance afforded to theseinclude as an additional insured thie person(s) or additional insureds, the following is added tooranization(s) shown in the Schedule, but only Section III -Limits Of Insurance:with respect to. liability for "bodily injury', "property If coverage provided to the additional insured isdamnage' or "personal and advertising injury" required by A contract or agreement, 'the most wecaused, in whole or in part, by your acts or will pay on behalf of .the additional insured is theomissions or the acts or omissions of those acting amount of insurance:on your beohalf- 1.Rqie- y hecnrcoagemtr1. In the performance of your ongoing operations; 1 eurdb h otato gemn;oor 2. Available under the applicable Limits of 2. In connection with your premises owned by or Isrnesoni h elrtos rented to you. whichever is less. However: This endorsement shall not increase the 1. The insurance afforded to such additional applicableLitso'nurce hwnnte insured only applies. to the extent permitted by elrtoslaw. and 2. If coverage provided to the additional insured isrequired by a contract or agreement, the insurance afforded to such additional insuredwill not be broader than that which you arerequired by the contract or agr'eemenit toprovide for such additional insured. CG 20 26 04 13 (0 Insurance Services Office, Inc,, 2012 Pa el1of i POLICY NUMBER: HDO G71093669 Endorsement Number: 11 COMMERCIAL GENERAL LIABILITY CS620 0104 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION Tis enidorsemnent modifies: insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE .PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that thi insurance would be contrary: primary and would niot 'seek contributioni PriaryAri Noconribtor Inuracefrom any. other insurance available to. thePrimry nd oncntriutoy Isurnceadditional insured.This insurance is primary to and WIII not seek contribution from any other insurance- available to an additional insured under your policy provided that: (Ij The additional insured is a Named Insured under such other insurance; and. CG 20 01.04 13 © Insurance Services Office, Inc., 2012 Page I olf I 999 TOWN & COUNTRY ROAD ORAN( r CA 92860WR i~erC4872 Prilwy Pgaw Efbecl rate of rctrwcol04-G'I-201fi T 04.01-2018 IMUZti(4In DrtsuflC ACE AMERIC AN INSURANCE COtAPANY __________ CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This end~rsement applies only to the in4urnne provided by: The policy because Calibhruia is shown in Iter 1.A. of theInformaion Page. We have the right to rccover our payninis-from anon iable for an injury covered by this policy, WVo will vot enorce our tight.against the person or irganizaiiion tpamed in. lie Schedule, but this waiver applies only with re~pe. to bo iiury arising outoFihe-operations described in thia Sahedule,,whcre you are required by a writlen contact ic obtain this waiver, from us. You must maintain Payroll records accuratcly segragaling the remulteration of your employees -while engaged in the workdescribed in the Schedule. Schadule 1. -)Specific Waiver Wafleof porsort or organizal ion: (X Blanket Wa iverAny person or organi~mfion for whom the Named Insured has agreed by written contract to furnish thiswaiver ALL OPERATIONS CONDUCTED avY AN INSURED PURSUANT TO SUCH VVTTEN CONTRACT 3. Premium, The premium charge for dIis endorservent shall be 20 _percent of the California premium developedon payroll in connect ion with wokprimdfrteaoepros)oognzins rsngutfthoperations &iscribed. rprordfr h bvpeon)Orrrztinsaiihgo fth 4. Minimum 'Prqmium :$0 PSA 19-576CA MASTER AGREEMENT FOR STORM DRAIN ENGINEERING SERVICES AECOM TECHNICAL SERVICES, INC. THIS AGREEMENT is made and entered into as of the ,;2~ day of No..J::c:Vv'.\'C?:6C: , 2018, by and between the City of Carlsbad, a municipal corporation, ("City"), and AECOM Technical Services, Inc., a California corporation, hereinafter referred to as "Contractor." RECITALS A. The City requires the professional services of a consulting firm that is experienced in storm drain engineering services. B. The professional services are required on a non-exclusive, project-by-project basis. C. Contractor has the necessary experience in providing professional services and advice related to storm drain engineering services. D. Contractor has submitted a proposal to the City under Request for Qualifications (RFQ} No. 18-05, and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, the City and Contractor agree as follows: 1. scopE OF WORK The 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. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 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. JEBl4 The term of this Agreement will be effective for a period of three (3) years from December 1, 2018, through November 30, 2021. 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, the 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. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by the City and be completed within the time specified in the Task Description for the project (see paragraph 5 below}. Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the City Manager or the Division Director as authorized by the City Manager ("Director"). The City Manager or Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by the City inaction or other agencies' lack of timely action. City Attorney Approved Version 6/12/18 PSA 19-576CA 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed three hundred thousand dollars ($300,000) per Agreement term. Fees will be paid on a project-by-project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, the City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for the City, the City Manager or Director, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 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 the City. Contractor will be under control of the City only as to the result to be accomplished, but will consult with the City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of the 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. The City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. The 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 the City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which the City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, the 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 the City. If Contractor subcontracts any of the Services, Contractor will 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 Agreement will create any contractual relationship between any subcontractor of Contractor and the 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 the City. a. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INQEMNlflCATION 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 by any negligence, recklessness, or willful misconduct 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. City Attorney Approved Version 6/12/18 2 PSA 19-576CA The parties expressly agree that any payment, attorney's fee, costs or expense the 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. 10. 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-: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 the 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. The 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. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this projecUlocation or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for the City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to the City's satisfaction, a declaration stating this. 10.1.4 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: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. City Attorney Approved Version 6/12/18 3 PSA 19-576CA 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 the City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to the City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to the City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then the 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 the City to obtain or maintain insurance and the 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. The City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS UCENSE 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. 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 the City 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 the 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 the 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 the City and Contractor relinquishes all claims to the copyrights in favor of the City. Ill Ill Ill City Attorney Approved Version 6/12/18 4 PSA 19-576CA 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of the City and on behalf of the Contractor under this Agreement. For City Name Eleida Felix Yackel Title Senior Contract Administrator Department Public Works City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. 760-602-2767 For Contractor Name Dan A. Lee Title Principal-In-Charge 1999 Avenue of the Stars Address Suite 2600 Los Angeles, CA 90067 Phone No. 213-593-8000 Email dan.lee@aecom.com 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. CONfUCT 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 categories. Yes0 No D 17. GENERAL COMPLIANCE WIJH 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 the 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 (10) business days. If the resolution thus obtained City Attorney Approved Version 6/12/18 5 PSA 19-576CA 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, the City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If the City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, the 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 the City and all work in progress to the City address contained in this Agreement. The City will make a determination of fact based upon the work product delivered to the City and of the percentage of work that Contractor has performed which is usable and of worth to the City in having the Agreement completed. Based upon that finding the 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 the City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to the 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. The City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. 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, the 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. 22. CLAIMS ANQ LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to the 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 the 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 the 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 the City to terminate this Agreement. City Attorney Approved Version 6/12/18 6 PSA 19-576CA 23. JURl§DlCTlON 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. 24. succEssoRs AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon the City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of the City, which shall not be unreasonably withheld. 25. 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. 26. pusuc AGENCY CLAUSE Contractor agrees that any public agency as defined by Cal. Gov. Code section 6500, if authorized by its governing body, shall have the option to participate in this contract at the same prices, terms, and conditions. If another public agency chooses to participate, the term shall be for the term of this contract, and shall be contingent upon Contractor's acceptance. Participating public agencies shall be solely responsible for the placing of orders, arranging for delivery and/or services, and making payments to the Contractor. The City of Carlsbad and Carlsbad Municipal Water District shall not be liable, or responsible, for any obligations, including but not limited to financial responsibility, in connection with participation by another public agency. Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 6/12/18 7 PSA 19-576CA 27. 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. Executed by Contractor this _____ day of, ___________ , 2018. CONTRACTOR AECOM Technical Services, Inc., a California corporation By ~ ~- ~here) Eugene J. Kim, Vice-President (print name/title) By: ----==========::--=:::::;, ($------~ (sign here) Armond Tatevossian, Assistant Secretary (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California ATTEST: If required by the 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: CELIA A. BREWER, City Attorney BY~~ Deputy City Attorne City Attorney Approved Version 6/12/18 8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On October 16, 2018 Date before me, Leticia Cisneros Notary Public Here Insert Name and Title of the Officer personally appeared __ E_u~g_e_ne_K_im ________________________ _ Name(sj of Signer(s)- ------------------------------------------- who proved to me on the basis of satisfactory evidence to be the person(s)-whose name(s)-isfare subscribed to the within instrument and acknowledged to me that he/31,el#ley executed the same in his/ber/theif,authorized capacity{ies), and that by his/he##leir signature(s} on the instrument the person(s), or the entity upon behalf of which the personW.acted, executed the instrument. ' -; ,L,~.<•c1. ... •.' ,I•-~~'.)_; ~: 1,0:,, CIS'.iEROS :\ Cc:nrTiission #" 2089546 ~~ Notary Public -California j§ ,. ··,,/ Los AnQr_les County ~ · rl'.y Comm. Expires Dec 7, 20181'> ~-•.-.✓:•,-,~---.-~;-1Dt;;,.:.__.~i~~ .. "l,~~~•.;?v~ Place Notary Seal Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature~ -ca ___. Signature of Notary Public ----------------OPTIONAL---------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Master Agreement for Storm Drain Engineering Services; PSA19-576CA T'tl T f D t City of Carlsbad D t D October 16, 2018 1 e or ype o ocumen : _____________ ocumen ate: _______ _ Number of Pages: 1 Signe$) Other Than Named Above: ____ N_o_ne ________ _ Capacity(ies) Claimed by Signer(&} Signer's Name: _E_u~g'-e_n_e_K_im _______ _ Sign ' Name: ____________ _ ~Corporate Officer -Title(s): Vice President • Corpor Officer -Title(s): ______ _ • Partner -• Limited • General IJ Partner - · ited • General =:= Individual • Attorney in Fact • Individual orney in Fact • Trustee • Guardian or Conservator • Trustee • Guar · or Conservator •Other:_______________ • Other: ---------""""'.:------ Signer Is Representing: AECOM Technical Services, Inc. Signer Is Representing: ---------.::---- ~'Q(,~~~~~~~~~~~"Q(;,"§(,~"§(,~U,g,"G<;,~ ©2014 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On October 16, 2018 Date before me, Leticia Cisneros Notary Public Here Insert Name and Title of the Officer personally appeared __ A_r_m_o_n_d_T_a_te_v_os_s_ia_n ______________________ _ Name(s) of Signer(&}- --------------------------------------------- who proved to me on the basis of satisfactory evidence to be the person~ whose name~ isfare subscribed to the within instrument and acknowledged to me that he/31,eAAey executed the same in his/bee/their-authorized capacity(ies), and that by his/hel;ltheir signature{&) on the instrument the person(s), or the entity upon behalf of which the person~ acted, executed the instrument. Place Notary Sea/ Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. :~::~:ctt 0~ - Signatw·eootary Public ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. J. <.,. Description of Attached Document M_aster Agreement for Storm Drain Engineering Services; p~~19-576CA . City of Carlsbad October -N[ 2018 Title or Type of Document: _____________ Document Date: ________ _ Number of Pages: 1 SigneF(s) Other Than Named Above: ____ N_o_ne ________ _ Capacity(ies) Claimed by Signer{s} Signer's Name: Armond Tatevossian ~Corporate Officer -Title(s): Assistant Secretary • Partner -• Limited • General • Individual • Attorney in Fact • Trustee • Guardian or Conservator • Other: --------,-,--------,---- Signer Is Representing: AECOM Technical Services, Inc. Signer Is Representing: _________ _ ~~-~-~~~~~~~~~~~~00<::~~~~00,::~~~~~~~~~~~!'e"l'C'l~~ ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 PSA 19-576CA EXHIBIT "A" scopE Of SERVICES Perform a variety of storm drain engineering services related tasks as outlined in individual Project Task Description & Fee Allotments (PTD&FA) related to the following: A. Hydro Modification.Retention and Low Impact Design B. Hydrology and Hydraulics Studies C. NPDES Compliance Training and Program Monitoring D. Plan Review and Compliance E. Storm Drain Design F. Storm Water Management Plans (SWMP) G. Storm Water Pollution Prevention Plans (SWPPP) Requests for work not listed above must be contracted under separate agreement. City Attorney Approved Version 6/12/18 9 AS'COM June 21, 2018 Eleida Felix Yackel, Senior Contract Administrator City of Carlsbad Public Works Contracts Administration 1635 Faraday Avenue Carlsbad, CA 92008 401 West A Street, Ste. 1200 San Diego, CA 92101 www.aecom.com PSA 19-576CA 619.610.7575 tel 619.610.7601 fax RE: City of Carlsbad RFQ 18-05: Master Agreement Consultant Services. Discipline No. 14 (Storm Drain Engineering) Dear Ms. Yackel, This envelope contains the RFQ-required Exhibit 8 -Master Agreement Rate Schedule for AECOM. Please contact me if I can assist you further. On behalf of the AECOM team, thank you for your consideration. AECOM Technical Services, Inc. Dan Alee Principal-in-Charge dan.lee@aecom.com 619.610.7615 (office), 858.220.3514 (mobile) Transmittal Letter -Page 1 10 EXHIBIT 8-SAMPLE MASTER AGREEMENT RATE SCHEDULE Prices valid through Term of Agreement STAFF NAME TITLE 1. Tim Wolfe Archaeologist/ Architectural Historian I 2. Colin Recksieck, Marcos Ramos-Archaeologist/ Architectural Historian II Ponciano, Kyle Ports 3. Stephanie Jow, Lauren Downs, Archaeologist/ Architectural Historian Ill Theodore Cooley 4. Tanya Wahoff Archaeologist/ Architectural Historian IV 5. Emma Fraser Biologist I Michelle Maloney, Jimmy 6. McMorran, Alex Fowler, Rachel Biologist II Chen, Brenda McMillan, Brennan Mulrooney Julia Groebner, Alonso Cabello, 7. Eric Piehel, John Messina, Keely Biologist Ill Craig 8. Aaron Andrews, Scott McMillan Biologist IV 9. Jeff Patteson* CADD Designer/ Drafter II 10. Richard Roth* CADD Designer/ Drafter IV Morgan Wolfe. Jordan Zimmer, 11. Ethan Donnelly, Julia Bermudez. Civil/ Environmental Engineer I Jasmine Trac 12. Renee Chuang*, Mark Laurance, Civil/ Environmental Engineer II Jackie Vila 13. Kevin O'Callahan Civil/ Environmental Engineer Ill 14. Keri Gannon* Civil/ Environmental Engineer IV 15. Eui-jo Marquez Environmental Scientist I 16. Paola Pena Environmental Scientist II 17. Amy Gardner* Environmental Scientist Ill 18. Stephanie lohstroh* Environmental Scientist IV 19. Ardeshir Beheshti GIS Specialist I 20. Daniel Arellano. Paul Moreno GIS Specialist II 21. Peter Augello* GIS Specialist Ill 22. Jonathan Austin Landscape Architecture I / Designer I 23. Anabel Cardenas-Viteri Landscape Architecture II / Designer II PSA 19-576CA HOURLY RATE $80 $90 $110 $125 $90 $105 $125 $150 $110 $150 $95 $110 $140 $155 $85 $105 $130 $145 $100 $125 $140 $95 $120 Master Agreement ConslJting Services 14 of 24 Request for Qualification RFQ No.18-05 11 PSA 19-576CA EXHIBIT 8-SAMPLE MASTER AGREEMENT RATE SCHEDULE 24. Dick Roi Landscape Architecture Dept Manager $190 25. Eric Zielke* Project Manager $165 26. Jonathan Winn Principal Civil/ Environmental Engineer $190 27. Mark Williams* Principal Environmental Scientist $190 28. John Gleason* Principal/ Environmental Dept Manager $220 29. Daniel Lee*, Domenic Lupo Principal-In-Charge/ Civil Dept. Manger $230 30. Robin Rice* Technical Editor/ Word Processor I $90 31. Therese Tempereau*, Marisa Technical Editor/ Word Processor II Fabrigas* $110 *Indicates staff included in SOQ organizational chart SUB-CONSULTANTS NAMElFIRM TITLE HOURLY RATE 1. N/A-No subconsultants are being used on this contract EXPENSES DESCRIPTION COST %MARKUP 1. Reproduction: Daily Activities No Added Cost No Markup 2. Reproduction: Reports & Large Plan Sets At Cost No Markup 3. Regular Mail No Added Cost No Markup 4. Courier: Priority Deliveries At Cost No Markup 5. Travel: Lodging & Airfare Negotiated by Task No Markup 6. Mileage Latest Federal Rate No Markup (e.g., 54.5 cents/ mile) Other Direct Costs All other reimbursable expenses will be billed at cost Mileage will be billed the Federal Mileage Rate. Consistent with the RFQ, rates are valid for the life of the contract The labor categories included in this rate sheet are provided to cover potential future needs of the project Through the life of the project staff may move between categories due to promotions. Additional staff may be added to this rate sheet (within the labor categories noted above). as project task orders warrant. Master Agreement Consllmg Services 14 of24 Request for Qualification RFQ No.18-05 12 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDDIYYYY) ,.___.., 03/21/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Marsh Risk & Insurance Services NAME: PHONE I FAX CA License #0437153 l41C Noc_,, IA/C Nol: m South Figueroa Street E-MAIL Los Angeles, CA 90017 ADDRESS: Attn: LosAngeles.CertRequesl@Marsh.Com INSURERISI AFFORDING COVERAGE NAIC# CN101348564-STND-GAUE-18-19 04 2022 INSURER A ; ACE American Insurance Company 22667 INSURED INSURER B : NIA NIA AECOM AECOM Technical Services, Inc. INSURER c : IUinois Union Insurance Co 27960 401 West A Stree~ Suite 1200 INSURER D : SEE ACORD 101 San Diego, CA 92101 -INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER· LOS-002357427-08 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD . INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ' CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, - EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. . ; INSR TYPE OF INSURANCE ADDL SUBR POLICYEFF POLICY EXP LIMITS LTR , .. ~~ lwun POLICY NUMBER IMMIDDIYYYYJ IMM/DDNYYYl .. A X COMMERCIAL GENERAL LIABILITY HDO G71093669 04/01/2018 04/01/2019 EACH OCCURRENCE $ 2,000,000 -0 CLAIMS-MADE 0 OCCUR ~REMIBEJ YE~~~~er,ce) -$ 2,000,000 MED EXP (Any one person) $ 5,000 - PERSONAL & ADV INJURY $ 2,000,000 - GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 ✓ ~ POLICY • m?r OLoc PRODUCTS -COMP/OP AGG $ 4,000,000 OTHER: $ A AUTOMOBILE LIABILITY ISA H25157229 04/0112018 04/01/2019 COMBINED SINGLE LIMIT $ 1,000,000 IEa acddentl X ANY AUTO BOOIL Y INJURY (Per person) $ -OWNED ~ SCHEDULED AUTOS ONLY AUTOS BOOILY INJURY (Per accident) -$ -HIREO f--NON-OWNED ~~:&:~J:RAMAGE $ -AUTOS ONLY f--AUTOS ONLY s UMBREUA LIAB H OCCUR EACH OCCURRENCE $ f-- EXCESSLIAB CLAIMS-MADE AGGREGATE $ OED I I RETENTION$ $ D WORKERS COMPENSATION SEE ACORD 101 04/0VLUi8 04/01/2019 X I ~f~TUTE I I OTH- AND EMPLOYERS UABILITY ER YIN ANYPROPRIETOR/PARTNER/EXECUTIVE 0 E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUOED? NIA (Mandatory In NH) E.L. DISEASE· EA EMPLOYEE $ 1,000,000 If yes. describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 C ARCHITECTS & ENG. EON G21654693 04/01/2018 04/01/2019 Per Claim/Agg $1,000,000 / PROFESSIONAL LIAB. "CLAIMS MADE" Defense lnduded DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (ACORD 101, Addltlonal Remarks Schedule, may be attached If more space Is required) Re:AECOM Project No: 60335018; Client Reference No: TRAN1138; AECOM Project Name: Farnl Court Drainage Improvement Ctty of Cadsbad is named as additional insured for GL coverage, but only as respects v.ork performed by or on behalf of the named insured and where required by wrilten conlract. This insurance is primary and non- contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract with respect lo the GL coverage. CERTIFICATE HOLDER CANCELLATION City of Carlsbad/CWMD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE do EXIGIS Insurance Compliance Services THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO Box 4668 ACCORDANCE WITH THE POLICY PROVISIONS. ECM#35050 New York, NY 10163-4668 AUTHORIZED REPRESENTATIVE of Marsh Risk & Insurance Services I James L. Vogel ~ © 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: _C_N_1_0_1_34_8_5_6_4 ___________ _ LOC #: Los Angeles ADDITIONAL REMARKS SCHEDULE AGENCY ilAMED INSURED Marsh Risk & Insurance Services AECOM AECOM Technical Services, Inc. POLICY NUMBER 401 West A Street, Suite 1200 San Diego, CA 92101 CARRIER I NAICCODE EFFECTIVE DATE; ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation/Employer Liability conl PoHcy Number Insurer WLR C64788759 Indemnity Insurance Company of North America-NAIC # 43575 WLR C64788723 ACE American Insurance Company -NAIC # 22667 SCF C64788747 ACE American Insurance Company-NAIC # 22667 WCU C64788802 ACE American Insurance Company -NAIC # 22667 quafifled States Covered AOS CA and MA WI Retro OH, Ohio Qualified SeW Insured (OSI) -SIR: $500,000; Only applicable to specific entities self~nsured in the state of Ohio Page 2 of 2 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: HOO G71083669 1 Endorsement Number: 3 CQMMERCIAL GENERAL LIABILITY CG20260413 THIS E.NDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED --DESIGNATED PERS.ON OR ORGANIZATION This endors~nt modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEOULE Name Of Additional Insured Person{sJ OrOrganlzation(s): Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the da1e of loss. Information required to complete this $chedule, if not $hown above, will be shown In the Dacleretiooe. A. Section II -Who Hi An Insured is amended .to Include as en ~ditional insured tfle person{s) or organil.f:dion(s) shown In the Schedule, but only with f8$pect to llabUlty for "bodily injury". "property damage" or "personal and advertising injury" caused, in whole .or in part, by yqur acts or omission~ or the. acts or omissiom,. of those acting on your bi:l~lf:· 1. In the performance of your ongoing operations; or 2. In con.Jlection with yQur premiJes owned by or rented to you. However: 1. The insurance afforded to such additional Insured .only applies to the extent' permitled by law, and 2. If coverage provided to the additional insured ls required by a contract or agreement, the lnsur~ce afforded to such .additional insured will not be bro,?tder than tha1 whlph you are required b;i the contract or agreement to provide for such additional insvred. 8. With respect. to lhe inSL!rance efforcted to t~ additional insµreds, the following is added to Section Ill -Limits Of Insurance: If coverage pro1Jlde<;I to the additional in~ured is required by.a contract or agreement, ·t11e mo&t we wiD pay on behalf of. the additional ins.ure<t Is the amount of insu11:1nce: 1. Required'by the contract or agreement; or 2. Available under tt1e applicable Limits of Insurance shown in the Declan;wtions; whichever is less. This endorsement shall not increase the applicable Limits of 'Insurance shown in the Declarations. CG 20260413 © ln$urarice Services Office. Inc., 2012 Page 1 of 1 POLICY NUMBER: HOO G71093669 1 Endorsement Number: 11 COMMERCIAL GENERAL LIABILITY CG 20010413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This end.orsement modifi~:insurance provided unc,ler the following: The followi~g iJ .etdded to the Other lns~rance Condition and S1Jpersedes any provision to the conlrary: Priinary -And .Noncontributory ln~urance This insurance is primacy to and will n9t seek contribution from any other insurance· available to an additional insured under your policy provided that: (1t The ad~itional ii,$ured is a Named Insured under such other lnsuranqe; and (2) Yo1,1 have agreed in writing in a contract or agreemen\ that thi$ insurance wol.lld be primary and would not seek contribution from any other insurance available. to-the additional insured. CG 20010413 © .Insurance Services Office, Inc., 2012 Page 1 of1 Var. t'!I' Compe1mmon •n. mp Y«fl II I)' 1J IC¥ d£ lo 'Ubtu r.r Na.'IICd lniured £mlarscmt/\l Nulnhtr AECOM 999 TOWN & COUNlffY ROAD l"!JJ1(~N1.1111bcr QRAN()E CA 928.Ge. Svml,al WLR N11111bcr C64 78872.3 Pol1cy !'eri,id · E1r«:tl\'C: CntcorEndotSIITTl~nl 04-01-2016 TO 04-01.:201~ 04•01-2018 IS$11cd Uy (Hom~ nflflSII/IIACC C'OIIIIW\V~ ACEAMER~ANINSURANCECOMPANY IHC11lN.llal1cv "11111bi:c' ·11\l icQ111,f(rcflhl, 111f0flll41M:n 11111bc ,...-.1c1ed 1111111 Wllt11 lhiJ a.~-•fu ,,.,.,.. 11,-111 ~ .....,_,,.1111., oflllc ...,,i.;,,. CALlli'ORNIA WAIVER OF OUR RIGHT TO RECOV~R. FROM OTHERS ENDORSEMENT Thi~ endorsemimt applies o~ly (p lhe i~~rance p~i;;fed by lhe policy bci:ausei California is shown in Item 3.A. of the ln(onn111ion P~1,1e, We hove the righuo rccover<1ur payn11:n1.s from anyone llriblc for an injury covered by this policy. W~ will not enforce our riaht againsl lhe person oi organiza1i91) .nai:ned in. lhe Schedule:, but this waiver applies only wilh re$pei::t to bodily injwy arising o"t ofthe oper:allon$ described in the Schedule,wh~ce you arc required by a w,i1t1m (Ontrai:t 10 ob1al11 thi5 waiver. from us. You mus, main~ain P.ayroll records ac~uratel)' ~ct:Vaa.a1iog the rcmUlltration or your employees white cogaged in tfie Wo'i:k described in the Si:hedtde. I. ( Specific Waiver Nam1rnfpcrso" or organizallon: ( )( ) Blanket Waiwr Any· pemon Qr organi!aUon for whom lhe Named lnaured ~s ag~eld by w~n contract to furnish this waiver 2. Opemuom · Al,L OPERP.7IONS OONC)UOTED BV AN JNSUREO PURSUANT T9 SUCH \NRITJ"EN CONTRACT a. Premium: The .premiwn charge for dli$ cndorscmc"I shall be . 2 o percent oflhc Califomia premium developed on piyroU in connection with WQrK pcr(orm,e.d for ttie oboveperaon{s) .or organization(s) arising QUI ciflhe operatioDs dckribed. 4. Minimum Pn;miom: $0 .. W<:9903 ll