HomeMy WebLinkAboutAECOM Technical Services Inc; 2014-10-27; TRAN1138TRAN1138
AMENDMENT NO. 2 TO EXTEND THE AGREEMENT FOR
ENVIRONMENTAL SERVICES FOR FAROL COURT DRAINAGE IMPROVEMENT PROJECT
AECOM TECHNICAL SERVICES, INC.
~ndment No. 2 is entered into and effective as of the }1,4~y of eC' , 2016, extending the agreement dated Octo~014 (the
"Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and AECOM
Technical Services, Inc., a California corporation, ("Contractor") (collectively, the "Parties") to
provide professional services and advice related to performing technical surveys and reports
required for resource agency permits, permit application preparation and permit attainment
assistance ..
RECITALS
A. On October 22, 2015, the Parties executed Amendment No. 1 to the Agreement to
amend and extend the agreement to October 27, 2016; and
B. The Parties desire to extend the Agreement for a period of one (1) year.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. The Agreement, as may have been amended from time to time, is hereby extended
for a period of one (1) year ending on October 26, 2017.
2. All other provisions of the Agreement, as may have been amended from time to
time, shall remain in full force and effect.
3. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, shall include coverage for this
Amendment.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
City Attorney Approved Version 1/30/13
I
TRAN1138
4. The individuals executing this Amendment and the instruments referenced on
behalf of Contractor each represent and warrant that they have the legal power, right and actual
authority to bind Contractor to the terms and conditions hereof of this Amendment.
CONTRACTOR
AECOM TECHNICAL SERVICES, INC., :;•112/I;:
I (sign here)
R.A "( t+R f:N ke?) v I~ f f\,e.S I i) .f:'--N T
(print name/title)
By:
(sign here)
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
If required by City, proper notarial acknowledgment of execution by Contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY:~ --~~~~~~~----------
Deputy City Attorney
City Attorney Approved Version 1/30/13
2
AECOM Technical Services, Inc.
3995 Via Oro Avenue
Long Beach, CA 90810
T 562.213.4139 F 562.420.2915 www.aecom.com
AECOM TECHNICAL SERVICES. INC.
CERTIFICATE OF ASSISTANT SECRETARY
The undersigned, Sarah M. Sabunas, hereby certifies that she is now and at all times relevant
hereto has been the duly elected and acting Assistant Secretary of AECOM Technical Services,
Inc., a California corporation, and that the Board of Directors, by resolution dated June 6, 2014,
has authorized Ray Hrenko, Vice President, to execute various written agreements and
instruments, including the contract for Professional Services for the Farol Court Drainage
Improvement project by and between the City of Carlsbad and AECOM Technical Services, Inc.
on behalf of the corporation or its divisions.
The undersigned does further certify that the foregoing resolution has not been revoked,
amended or modified, and is in full force and effect as of the date hereof.
IN WITNESS WHEREOF, the undersigned has executed this Certificate of Assistant Secretary
and has affixed the corporate seal of this corporation this J'h day of October, 2014.
AECOM TECHNICAL SERVICES, INC.
By-:z,~~
Sarah M. Sabunas, Assistant Secretary
TRAN1138
AMENDMENT NO. 1 TO EXTEND AND AMEND AGREEMENT FOR
ENVIRONMENTAL SERVICES FOR FAROL COURT DRAINAGE IMPROVEMENT PROJECT
AECOM TECHNICAL SERVICES, INC.
(··"'Tf~s ,.Apendment No. 1 is entered in.to and effecti~e as of the ,f/"'.fQday of c·· ·l:>~'flA-:J('' r , 2015, extend1ng and amend1ng the agreement dated October
27, 2014 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"),
and AECOM Technical Services, Inc., a California corporation, ("Contractor") (collectively, the
"Parties") for providing professional services and advice related to performing technical surveys
and reports required for resource agency permits, permit application preparation and permit
attainment assistance.
RECITALS
A. The Parties desire to alter the Agreement's scope of work to prepare a biotechnical
report as required by the City of Carlsbad and permit negotiations; and
B. The Parties desire to extend the Agreement for a period of one ( 1) year ending
October 27, 2016; and
C. The Parties have negotiated and agreed to a supplemental scope of work and fee
schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of
Services and Fee.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. In addition to those services contained in the Agreement, as may have been
amended from time to time, Contractor will provide those services described in Exhibit "A". With
this Amendment, the total annual Agreement amount shall not exceed twenty thousand dollars
($20,000).
2. City will pay Contractor for all work associated with those services described in
Exhibit "A" on a time and materials basis not-to-exceed twenty thousand dollars ($20,000).
Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include
hours performed, hourly rates, and related activities and costs for approval by City.
3. Contractor will complete all work described in Exhibit "A" by October 27, 2016.
4. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
5. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
City Attorney Approved Version 1/30/13
THAN1138
6. The individuals executing this Amendment and the instruments referenced in it on
behalf of Contractor each represent and warrant that they have the legal power, right and actual
authority to bind Contractor to the terms and conditions of this Amendment.
CONTRACTOR
AECOM Technical Services, Inc.,
a California corpor tion
By:
Ray Hrenko I Vice President
(print name/title)
By:
(sign here)
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
::tri~t!~~ Director
If required by City, proper notarial acknowledgment of execution by Contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney // < '·~ BY: K_ /t:erJL/A:::-t~ .. J ·~sistant City Attorney
bep~,t.ty
City Attorney Approved Version 1/30/13
AECOM Technical Services, Inc.
3995 Via Oro Avenue
Long Beach, CA 90810
T 562.213.4139 F 562.420.2915 www.aecom.com
AECOM TECHNICAL SERVICES, INC.
CERTIFICATE OF ASSISTANT SECRETARY
The undersigned, Sarah M. Sabunas, hereby certifies that she is now and at all times relevant
hereto has been the duly elected and acting Assistant Secretary of AECOM Technical Services,
Inc., a California corporation, and that the Board of Directors, by resolution dated June 6, 2014,
has authorized Ray Hrenko, Vice President, to execute various written agreements and
instruments, including the contract for Professional Services for the Farol Court Drainage
Improvement project by and between the City of Carlsbad and AECOM Technical Services, Inc.
on behalf of the corporation or its divisions.
The undersigned does further certify that the foregoing resolution has not been revoked,
amended or modified, and is in full force and effect as of the date hereof.
IN WITNESS WHEREOF, the undersigned has executed this Certificate of Assistant Secretary
and has affixed the corporate seal of this corporation this ih day of October, 2014.
AECOM TECHNICAL SERVICES, INC.
By:~~~
Sarah M. Sabunas, Assistant Secretary
TRAN1138
EXHIBIT "A"
SUPPLEMENTAL SCOPE OF SERVICES AND FEE
This supplemental scope of services and fee supplements the current scope and fee executed
October 27, 2014.
Task 2-Regulatory Permitting
Additional permitting support in the amount of $5,000 is being included in this amendment to
support permit negotiations (approximately 40 hours of support).
Task 5 -Biological Technical Letter Report
AECOM biologists will evaluate the existing conditions within the project area. The analysis will
be limited to the erosion repair area and appropriate buffer (maximum of 500 feet). Prior to any
fieldwork, AECOM will search relevant databases (e.g., California Natural Diversity Database,
California Environmental Resource Evaluation System [or CERES]) to identify sensitive resources
with the potential to occur in the area surrounding the project site. Following the research effort,
a biological field survey will be conducted to map vegetation communities, evaluate existing
habitats for their suitability to support sensitive species that have potential to occur in in the area,
and record the locations of sensitive resources observed incidentally using Global Positioning
System field recording equipment. Field surveys will be documented in a biological resources
letter report that will include an impact assessment per City guidelines. Protocol vireo surveys
and a wetland delineation have already been conducted. No additional species-specific surveys
will be performed. Up to two rounds of revision to the biological letter report are anticipated.
Cost Estimate
The estimate to provide additional permitting support i($5,000 and to complete the biological letter
report is $15,000, given the assumptions incorporated above. The previously executed original
contract dated October 27, 2014, value was $29,952. With this amendment, the total contract
value is $49,952. Work shall continue to be paid on a time and materials basis not to exceed
$49,952.
City Attorney Approved Version 1/30/13
TRAN 1138
AGREEMENT FOR ENVIRONMENTAL SERVICES FOR
FAROL COURT DRAINAGE IMPROVEMENT
AECOM TECHNICAL SERVICES, INC.
./ THIS- AGREEMENT is made and entered into as of the / '^-^^ day of
/ y{-T(f/l/yfy 2014, by and between the CITY OF CARLSBAD, a municipal
:ofpora*''"" /f'r-;*„"\ corporation, ('"City"), and AECOM TECHNICAL SERVICES INC., a California corporation
("Contractor").
RECITALS
A. City requires the professional services of a contractor that is experienced in
providing environmental services.
B. Contractor has the necessary experience in providing professional services and
advice related to performing technical surveys and reports required for resource agency permits,
permit application preparation and permit attainment assistance.
C. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year from the date first above
written. The City Manager may amend the Agreement to extend it for two (2) additional one (1)
year periods or parts thereof in an amount not to exceed thirty thousand dollars ($30,000) per
Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance.
City needs, and appropriation of funds by the City Council. The parties will prepare a written
amendment indicating the effective date and length ofthe extended Agreement.
4. TIME IS OF THE ESSENCE
Time is ofthe essence for each and every provision ofthis Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be
twenty nine thousand nine hundred fifty two dollars ($29,952). No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this Agreement.
The City reserves the right to withhold a ten percent (10%) retention until City has accepted the
work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
City Attorney Approved Version 1/30/13
TRAN 1138
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty
(30) days for any tax, retirement contribution, social security, overtime payment, unemployment
payment or workers' compensation payment which City may be required to make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election. City may deduct the indemnification amount from any balance
owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms ofthis Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys
fees arising out of the performance of the work described herein caused 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.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes ofthis section, and thatthis
section will survive the expiration or early termination ofthis 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-:VH". OR with a surplus
City Attorney Approved Version 1/30/13
TRAN1138
line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating
in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coveraqes and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk
Manager or City Manager approves a lower amount These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits ofthe
insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit
per occurrence for bodily injury, personal injury and property damage. If the submitted policies
contain aggregate limits, general aggregate limits will apply separately to the work under this
Agreement or the general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liabilitv. (if the use of an automobile is involved for Contractor's
work for City). $1,000,000 combined single-limit per accident for bodily injury and property
damage.
10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensation will not be required if
Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period of five years following the date of completion ofthe work.
I I If box is checked, Professional Liability
City's Initials Contractor's Initials Insurance requirement is waived.
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.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions ofthis Agreement.
10.3 Providinq Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to maintain
City Attorney Approved Version 1/30/13
TRAN1138
the required coverages. Contractor is responsible for any payments made by City to obtain or
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be cleariy identifiable. Contractor will allow a representative of 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 City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For Citv For Contractor
Name Sherri Howard Name Michelle Fehrensen
Title Associate Engineer Title AECOM Project Manager
Department PW - Transportation Address 1420 Kettner Blvd Suite 500
City of Carisbad San Diego, CA 92101
Address 1635 Faraday Ave PhoneNo. 619-233-1454
Carisbad, CA 92008 Email Michelle.fehrensen(a)aecom.com
PhoneNo. 760-602-2756
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.
City Attorney Approved Version 1/30/13
TRAN 1138
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulations.
Contractor will be aware ofthe requirements ofthe Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be fonwarded 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 is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be fonwarded 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 ofthe City Manager will be binding
upon the parties involved, although nothing in this procedure will prohibit the parties from seeking
remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City address contained in this Agreement. City will make a
determination of fact based upon the work product delivered to City and ofthe percentage ofwork
that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement In this event and upon request of City, Contractor will assemble the work product and
put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work
performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
City Attorney Approved Version 1/30/13
TRAN 1138
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 ofthis Agreement For breach or violation
of this warranty. City will have the right to annul this Agreement without liability, or, in its discretion,
to deduct from the Agreement price or consideration, or otherwise recover, the full amount ofthe
fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part ofthe Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq..
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement or any part of it nor any monies due or
to become due under it may be assigned by Contractor without the prior consent of City, which
shall not be unreasonably withheld.
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
ofthe 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.
///
///
///
///
City Attorney Approved Version 1/30/13
TRAN 1138
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions ofthis Agreement.
CONTRACTOR
AECOM TECHINICAL SERVICES, INC.
a California corporation
(sign here)
Ray Hrenko / Vice President
(print name/title)
CITY OF CARLSBAD, a municipal
corporation ofthe State of California
By:
t Manaqer or Mayor or Di City Manager or Mayor or Division Director
as authorized by the City Manager
Patrick Thomas
By:
(sign here)
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a corporation. Agreement must be signed by one corporate officer from each of the following
two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY:
Assistant
City Attorney Approved Version 1/30/13
AECOM
AECOM Technical Services, Inc.
3995 Via Oro Avenue
Long Beach, CA 90810
T 562.213.4139 F 562.420.2915 www.aecom.com
AECOM TECHNICAL SERVICES. INC.
CERTIFICATE OF ASSISTANT SECRETARY
The undersigned, Sarah M. Sabunas, hereby certifies that she is now and at all times relevant
hereto has been the duly elected and acting Assistant Secretary of AECOM Technical Services,
Inc., a California corporation, and that the Board of Directors, by resoiution dated June 6, 2014,
has authorized Ray Hrenko, Vice President, to execute various written agreements and
instruments, including the contract for Professional Services for the Farol Court Drainage
Improvement project by and between the City of Carlsbad and AECOM Technical Services, Inc.
on behalf of the corporation or its divisions.
The undersigned does further certify that the foregoing resolution has not been revoked,
amended or modified, and is in full force and effect as of the date hereof.
IN WITNESS WHEREOF, the undersigned has executed this Certificate of Assistant Secretary
and has affixed the corporate seal of this corporation this 7"" day of October, 2014.
AECOM TECHNICAL SERVICES, INC.
Sarah M. Sabunas, Assistant Secretary
Exhibit "A"
ASPQAi AECOM 619.233.1454 tel
1420 Kettner Boulevard 619.233.0952 fax
Suite 500
San Diego, CA 92101
www.aecom.com
September 19, 2014
Ms. Sherri Howard
City of Carisbad
1635 Faraday Avenue
Carisbad, California 92008
Subject: Revised Scope of Work and Cost Proposal for Erosion Repairs within Agua
Hedionda Creek (Coman Property)
Dear Ms. Howard:
AECOM Technical Services, Inc. (AECOM) is pleased to submit this scope ofwork and cost
estimate for the City of Carisbad (City) erosion repairs along a section of bank within Agua
Hedionda Creek.
The proposed scope ofwork, including assumptions, and a fee estimate are described in
detail below.
1. Task 1 - Formal Jurisdictional Delineation and Jurisdictional Delineation Memo
Formal Jurisdictional Delineation Fieldwork - AECOM biologists will conduct a formal field
delineation within the project footprint using the latest federal and state guidance,
methodologies, and mapping standards to identify boundaries, types, and acreages of all
potential jurisdictional waters (including wetlands) ofthe U.S. and/or state occurring within
the project area. Features that present potential aquatic resources within U.S. Army Corps
of Engineers (USACE), California Department of Fish and Wildlife (CDFW), and/or Regional
Water Quality Control Board (RWQCB) jurisdictions will be identified and delineated using
applicable federal and state guidance documents and regulations, including, but not limited
to, the following:
/. 33 CFR Section 328 (Definitions of Water of the United States)
ii. Regulatory Guidance Letters (RGL) 88-06 and 05-05
iii. Ttie Corps ofEngineers Wetlands Delineation Manual (1987 Manual)
iv. The 2008 Regional Supplement to the Corps ofEngineers Wetland Delineation
Manual: And West Region (Arid West Regional Supplement)
V. Relevant guidance and memorandums of agreement based on historic court
decisions (e.g., Solid Waste Agency of Northern Cook County [SWANCC]
V. USACE and Rapanos v. United States)
vi. California Water Code (CWC) Section 13050(e)
vii. California Fish and Game Code (CFGC) Section 1600 et seq.
viii. Title 14 California Code of Regulations (CCR) Section 1.72 and Section 1.56
Ms. Sherri Howard
City of Carisbad
September 19, 2014
Page 2
A total of 12 hours of field/prep time (2 biologists) is assumed forthis effort.
Jurisdictional Delineation Memo - An AECOM biologist will compile applicable field data to
prepare a brief Jurisdictional Delineation (JD) Memo which will include a project description,
a description ofthe results ofthe field delineation for potential waters ofthe U.S. and/or
state, and estimation of impacts. The JD Memo will also include the following as
attachments:
/'. Figures indicating the type, location, extent, and potential jurisdictional status of
delineated waters within the project area.
ii. Representative photographs of potential jurisdictional waters identified during
the field delineation.
iii. Completed USACE Wetland Delineation Data Forms (Version 2.0) completed
during the field delineation.
iv. A Preliminary JD fonv identifying potential waters ofthe U.S. within the project
area.
This JD Memo will be suitable for submittal to USACE to request its review and concurrence
ofthe determination and delineation results. The JD Memo will be provided to the City within
4 weeks of completion ofthe field delineation.
2. Task 2 - Regulatory Permitting
A qualified AECOM biologist will prepare draft permit applications for all pertinent regulatory
agencies which include the USACE, RWQCB, and CDFW, as applicable. Permit packages
would include brief permit cover letters for each agency, and ensure the permits contain all
information and figures needed for permit completeness. Below are the types of permits that
would be drafted and the assumptions for each.
Task 2.1: Clean Water Section 404 Permit Application Preparation
If required and the project does not qualify fora non-notification Nationwide Permit, AECOM
will prepare a draft CWA Section 404 permit package. Upon receipt of comments from the
City on the draft submittal, AECOM will prepare the final CWA Section 404 permit package.
The package components include the following:
• Cover letter (to be printed on City of Carlsbad letterhead).
• Completed USACE PCN form.
• Completed JD Memo.
• Seed mix strategy and/or revegetation strategy, as applicable (see Task 3 below).
MCOM
Ms. Sherri Howard
City of Carisbad
September 19, 2014
Page 3
Task 2.2: Clean Water Act Section 401 Water Qualitv Certification Application Preparation
AECOM will prepare a draft CWA Section 401 permit package. Upon receipt of comments
from the City on the draft submittal, AECOM will prepare the final CWA Section 401 permit
package. The package components include the following:
Cover letter (to be printed on the City's letterhead).
Completed Section 401 Water Quality Certification Application Form.
JD Memo.
Proof of CEQA exemption and/or compliance with CEQA (see assumption below).
Seed mix strategy and/or revegetation strategy, as applicable (see Task 3 below).
Task 2.3: Streambed Alteration Agreement Notification Application Preparation
AECOM will prepare a draft CDFW Section 1600 Notification Application package. Upon
receipt of comments from the City on the draft submittal, AECOM will prepare the final
CDFW Section 1600 Notification Application package. The package components include the
following:
Cover letter (to be printed on SDG&E letterhead).
Notification of Lake or Streambed Alteration form.
JD Memo.
Proof of CEQA exemption and/or compliance with CEQA (see assumption below).
Seed mix strategy and/or revegetation strategy, as applicable (see Task 3 below).
3. Task 3 - Limited Permit Attainment Assistance
After submittal of the permit applications to the agencies, AECOM will coordinate with the
agencies and assist (in a limited capacity) in the attainment of permits; up to 20 hours of
biologist/project manager time is assumed for this coordination.
4. Task 4 - Seeding/Revegetation Strategy
AECOM will develop a seed-mix and/or revegetation strategy to be included in the
construction plans. Seed mixes will include only native species known to occur onsite or in
similar habitats nearby. The seed mix and planting notes will be provided in MS Word to
Chang Consultants for inclusion on their construction plans. No separate conceptual
restoration plan is proposed.
Assumptions
The following assumptions were used in preparing this cost estimate.
• No compensatory mitigation will be required.
• The City will provide proof of CEQA exemption and/or CEQA compliance.
AUCONi
Ms. Sherri Howard
City of Carisbad
September 19, 2014
Page 4
• Permit fees will be paid by the City.
• The City will provide proof of CEQA exemption and/or CEQA compliance.
• Stormwater pollution prevention (SWPPP) and related control measures will not be
needed.
• As needed for the Water Quality Certification, the City will provide information
required regarding information on previous activities at the site, expected site
pollutants, specific BMPs, engineering drawings acceptable to RWQCB, etc.
• The City will conduct Section 106 compliance, as needed, and provide any
necessary documentation for the 404 permit application package.
• No separate restoration plan will be required by the agencies.
Cost Estimate
The estimated cost to perform the scope ofwork described above is $29,952. A tabular
summary by task is provided below, and a detailed breakdown by task in spreadsheet form
is attached.
Task Estimated Cost
1. Formal Jurisdictional Delineation and Jurisdictional
Delineation Memo $8,103
2. Regulatory Permitting $11,469
3. Limited Permit Attainment Assistance $2,450
4. Seed/Revegetation Strategy $7,930
Total Estimated Cost $29,952
Ifyou have any questions regarding this scope ofwork and cost estimate, please do not
hesitate to contact Michelle Fehrensen at Michelle.Fehrensen(a>aecom.com or
(619) 233-1454.
Sincerely,
Michelle Fehrensen
AECOM Project Manager
Dick Rol
Associate Principal
Attachment: Fee Estimate
(C in o o. o
0) 0)
o
0)
Q.
o) 6 c Z
Cf) -ti
CM
Q
c c
CO
sz
O CO XJ c o
T3 0)
X
CO
O)
<
(I) E TJ C O) E <
O
O
XI
T3 0) tt
"E Xl
CO
O)
c
M S
2 iS
3
0)
c o
0}
>
"&> c
t/l
I/O
c re
'</)
< re c c a> g
•i o
Q.
= c
S .2
^ 1
CNJ
I/t
re
C TO
CJ e 5 OJ S .2 o ts
L5 re
o •Q.
3 ^
o
c o
u 03 00 o.
<
re c
_ o
slo
O 73 E
•S cn a5
y •= 5 !?) -1 c c -D .2 3 c -1 S i-S
O
CU
o 1
ro Q
OJ
cu
Q
OOOOOOO CX5 O CO O O T O CD CNJ 00 T—
T- in CN csT csT
Xrr W »
CO Cvl
CO
S 8 S o o
<o o C3 00 o CO CSI o tri'
CM CM O
00 O
CM CM CM
O 00 CM
CM"
O O
d
O
O O o ir> o
0 0 0 0 0 0 0 0 0 0
irj CD cii C3 CD 00 CD 0 0 CM m </» CNT
*«•
o o o o
LO O CO CD •<- 10
o o cri o
CM"
s ^
o o o o
id CD CO CD o
CM
o o o o
0 0 0 0 0 0
16 0 CD CO CM 0 CM
««•
5^
o o o o
CD CD
CD S
X-" ^
o
ITS O U5 10 LO O LO 00 CM O C33 O O
r— 1- T- T- «lO T- T-
V ^ Wfj XfSg Xr^
CD
E
2 CD 0 pal ">
c
LLj ronm Iscap Il/Te 0}
•>
— k_ 0 C35 CD En CC 1 CD
in C= CD "CD CD late C= CD ist II peci 0 0 0 CU Biolog cn
0
O) CO X3 CO CO
<; "s"
Q. Biolog Bioli pes CO 0
0 §
s
1^
0 0 0 0 0 0 CM CI> 0 0 0
CD 06 06 in iri — CM r—
CM
000
CD o
o o
CO 09-
o
CO
000
CD O
in CM
6^
o o
CO
<>0-
o CO
000
CD O 1^ in CM <«• «^ «/>
OOOOO CJ> 1^ CD CD O
i-^ CM CM in iri
CM CN] T—
o m m m o o o
T- T- CJJ CO o o o CD CD o CM iri iri «/»«/></>«/» </9^
m
CO
X 8
TI CD O S;
O i
T3 C
m
CD D> CD Q.
gj 'ca. o O _g o
in r^
.32 .0
35 ™
•5. S
CL ^
CO 2 CD 0} CO U- ^
^ %
•§•-§
0- >
o o cd
o o
CO
00
T—
<fi
CO
CO o
.IS
O „
oX
go
<
o
LU (D
to
CO
0) £
O
CO •o c o
T3 0) I
CO D
<
^ CO Q. 0)
a:
c o
CO
o
m
C/J o
O
o
p