HomeMy WebLinkAboutAtkins North America Inc; 2015-12-01; TRAN1359TRAN1359
RATIFICATION OF AGREEMENT FOR THE EL CAMINO REAL WIDENING
ENVIRONMENTAL MONITORING SERVICES
ATKINS NORTH AMERICA, INC.
-i~is Ratification of Agreement is entered into as of the ./:/ Zl! day of
( · ;;/ ' ' · ·· · \ , 20 /({l, but effective as · of the 1st day of
December, 2015, by d between the CITY OF CARLSBAD, a municipal corporation, ("City"),
c:md ATKINS NORTI4 AMERICA, INC., a Florida corporation, ("Contractor") (collectively, the
/''Parties") for the El Camino Real Widening Environmental Monitoring Services.
RECITALS
A. City requires the professional services of an environmental consultant that is
experienced in archaeological monitoring. Contractor has the necessary experience in providing
these professional services, has submitted a proposal to City and has affirmed its willingness and
ability to perform such work; and
B. The Parties desire to ratify any work already performed by the Contractor without
the benefit of an agreement.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. RATIFICATION
The retroactive Agreement is ratified.
2. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in Exhibit "A", attached and incorporated by this reference in
accordance with the terms and conditions set forth in this Agreement.
3. TERM
This Agreement will be effective for a period of sixty (60) days from the date first above written.
4. COMPENSATION
The total fee payable for the Services to be performed will not exceed five thousand seven
hundred sixty dollars ($5,760). No other compensation for the Services will be allowed except for
items covered by subsequent amendments to this Agreement. City reserves the right to withhold
a ten percent (10%) retention until City has accepted the work and/or the Services specified in
Exhibit "A."
5. WAGE RATES
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. The contractor to whom the contract is awarded shall not pay less than the said
specified prevailing rates of wages to all workers employed by him or her in the execution of the
contract.
City Attorney Approved Version 4/1/15
TRAN1359
6. STATUS OF CONTRACTOR
Contractor will perform the Services as an independent contractor and in pursuit of Contractor's
independent calling, and not as an employee of City. Contractor will be under the control of City
only as to the results to be accomplished.
7. 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 attorney's
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 of this section, and that this
section will survive the expiration or early termination of this Agreement.
8. INSURANCE
Contractor will obtain and maintain policies of commercial general liability insurance, automobile
liability insurance, a combined policy of workers' compensation, employers liability insurance, and
professional liability insurance from an insurance company authorized to transact the business of
insurance in the State of California which has 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, in an amount of not less than one million dollars ($1 ,000,000) each,
unless otherwise authorized and approved by the Risk Manager or the City Manager. Contractor
will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-
made coverage. The insurance will be in force during the life of this Agreement and will not be
canceled without thirty (30) days prior written notice to the City by certified mail. City will be named
as an additional insured on General Liability which shall provide primary coverage to the City. The
full limits available to the named insured shall also be available and applicable to the City as an
additional insured. Contractor will furnish certificates of insurance to the Contract Department,
with endorsements to City prior to City's execution of this Agreement.
9. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
10. COMPLIANCE WITH LAWS
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment and will obtain and maintain a City of Carlsbad Business License
for the term of this Agreement.
11. TERMINATION
City or Contractor may terminate this Agreement at any time after a discussion, and written notice
to the other party. City will pay Contractor's costs for services delivered up to the time of
termination, if the services have been delivered in accordance with the Agreement.
City Attorney Approved Version 4/1/15
2
TRAN1359
12. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of
false claims as set forth in the California False Claims Act, Government Code sections 12650, et
seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges
that debarment by another jurisdiction is grounds for the City of Carlsbad to terminate this
Agreement.
13. JURISDICTIONS AND VENUE
Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes
between the parties arising out of this Agreement is the State Superior Court, San Diego County,
California.
14. ASSIGNMENT
Contractor may assign neither this Agreement nor any part of it, nor any monies due or to become
due under it, without the prior written consent of City.
15. AMENDMENTS
This Agreement may be amended by mutual consent of City and Contractor. Any amendment will
be in writing, signed by both parties, with a statement of estimated changes in charges or time
schedule.
Ill
/II
/II
/II
Ill
/II
Ill
Ill
/II
/II
Ill
/II
Ill
/II
Ill
/II
City Attorney Approved Version 4/1/15
3
TRAN1359
EXHIBIT "A"
SCOPE OF SERVICES
Atkins will provide a qualified archaeological monitor on a "time and materials" basis to be present
on site during grading and excavation activities in native soils. The archaeological monitor(s) will
be actively looking for potential cultural or archeological artifacts. Atkins has assumed an average
of 6 hours per day of monitoring as this reflects our experience on this project to date. Our cost
estimate is based on providing these services for up to five (5) weeks.
In the event of an archaeological discovery, the Municipal Projects Manager (MPM) will be
contacted immediately, and the MPM-in coordination with our archaeological monitor-will
either redirect or temporarily halt ground-disturbing activities in the area of the discovery to allow
for preliminary evaluation. Atkins archaeological monitor(s) will then conduct an evaluation of the
discovery and its potential significance as a cultural/archeological artifact and immediately notify
the MPM and Atkins project manager.
Daily monitoring logs and/or forms will be completed for every day or partial day that we provide
archeological monitoring services. Summaries of weekly finds, if any, will be provided to the City
on a routine basis, and it is assumed that this will occur on Mondays for consistency with our
previous work on this project.
If formal evaluations of cultural artifacts are required, these efforts will be conducted under a
separate scope of work and cost estimate.
JOB QUOTATION
ITEM HOURLY QTY DESCRIPTION PRICE
NO. RATE
1 $135 8 Construction Monitoring-Senior Engineer Ill $1,080
2 $65 72 Construction Monitoring -Research Assistant $4,680
TOTAL* $5,760
*Includes taxes, fees, expenses and all other costs.
City Attorney Approved Version 4/1/15
5
December 10, 2015
Mr. Brandon Miles
Associate Engineer
Public Works-Transportation
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008
Dear Mr. Miles:
Atkins North America, Inc.
3570 Carmel Mountain Road, Suite 300
San Diego, California 92130
Telephone: +1.858.874.1810
Fax: +1.858.259.0741
www.atkinsglobal.com/northamerica
Exhibit "A"
Atkins North America, Inc. (Atkins} has been conducting archaeological monitoring for the El Camino Real
Widening Project (project} since June 2015, as the project proceeds additional monitoring days are
necessary to support the project while the City of Carlsbad (City} finalizes a new contract with others to
provide these services in 2016. At the request of the City, Atkins provides this scope of work and cost
estimate for continuing archaeological monitoring services in support ofthe project. To provide continuity
for this project, Atkins understands that an Atkins archaeological monitor may only need to be on-site
through December 2015. We understand that this will be a time and materials based contract; therefore,
to ensure ongoing continuity, our scope of work and cost estimate extends an additional two weeks into
January 2016.
1. Background information and understanding
Atkins' San Diego environmental staff is currently providing these services on the El Camino Real Widening
project and has performed cultural resources monitoring on this site since June 2015. As a result, Atkins
recognizes that there will be days where only a portion of the construction activities will require
monitoring, and many days when work is completed in previously disturbed soils, which would require no
monitoring. In response to these conditions Atkins will continue to coordinate with LA Engineering, the
general contractor on site, to ensure that monitors are only on site when needed.
2. Scope of
Atkins will continue working seamlessly with Saving Sacred Lands and the City. In this role, Atkins will
provide a qualified archaeological monitor to be present on site during grading and excavation activities
in native soils. The archaeological monitor(s} will be actively looking for potential cultural or archeological
artifacts. Atkins has assumed an average of 6 hours per day of monitoring as this reflects our experience
on this project to date. Our cost estimate is based on providing these services for up to five (5} weeks.
In the event of an archaeological discovery, the Municipal Projects Manager (MPM} will be contacted
immediately, and the MPM-in coordination with our archaeological monitor-will either redirect or
Brandon Miles
City of Carlsbad
December 10, 2015
Page 2 of 3
temporarily halt ground-disturbing activities in the area of the discovery to allow for preliminary
evaluation. Atkins archaeological monitor(s) will then conduct an evaluation of the discovery and its
potential significance as a cultural/archeological artifact and immediately notify the MPM and Atkins
project manager.
Daily monitoring logs and/or forms will be completed for every day or partial day that we provide
archeological monitoring services. Summaries of weekly finds, if any, will be provided to the City on a
routine basis, and it is assumed that this will occur on Mondays for consistency with our previous work on
this project.
If formal evaluations of cultural artifacts are required, these efforts will be conducted under a separate
scope of work and cost estimate.
5. Fee
Our cost estimate is separated into services required through December 2015 and an additional10 days
in January 2016. December 2015 services would be $5,760.00; January 2016 would be $4,575.00, if
necessary. Atkins' current rate schedule is attached.
We thank you for providing the opportunity to continue our work for the City. Should you have any
questions regarding our capabilities or about this proposal, please contact me at 858.514.1083 or
sandra.pentney@atkinsglobal.com.
Sincerely,
Sandra Pentney, MA, RPA
Project Manager
ATKINS SOUTHWEST INFRASTRUCTURE
Atkins North America, Inc.
3570 Carmel Mountain Road, Suite 300
San Diego, California 92130
Telephone: +1.858.874.181 0
Fax: +1.858.259.0741
STANDARD RATE SCHEDULE, EFFECTIVE APRIL 1, 2015 www.atkinsglobal.com/northamerica
ENGINEERING SERVICES OTHER PROFESSIONAL SERVICES
Principal Engineer V ....................................... $265.00 Principal Professional ................................... $196.00
Principal Engineer IV ........................................ 240.00 SupeNising Professional. ............................... 170.00
Principal Engineer 111. ........................................ 220.00 GASp/Access Specialist ................................. 150.00
Principal Engineer!!. ......................................... 200.00 Sr. Professional Ill/ Sr. GIS Analyst Ill .......... 150.00
Principal Engineer 1. .......................................... 190.00 Senior Professional II/ Sr. GIS Analyst II ...... 135.00
SupeNising Engineer II .................................... 180.00 Senior Professional I/ Sr. GIS Analyst I ........ 122.00
SupeNising Engineer I ..................................... 165.00 Professional II/ GIS Analyst 11. ....................... 1 01.00
Senior Engineer 111 ...........................................• 160.00 Professional I/ GIS Analyst 1. ........................... 88.00
Senior Engineer!! ............................................. 145.00
Senior Engineer 1 .................................•............ 135.00
Engineer Ill ....................................................... 125.00
Engineer 11 ........................................................ 115.00
Engineer I ......................................................... 105.00
Engineering Aide ................................................ 70.00
DESIGN & GRAPHIC SERVICES
Senior Designer IV ....................................... $165.00
Senior Designer 111. ......................................... 140.00
Senior Designer 11. .......................................... 135.00
Senior Designer 1. ........................................... 120.00
Designer II ...................................................... 11 0.00
CONSTRUCTION RELATED SERVICES Designer I ....................................................... 1 00.00
Senior Construction Manager ......................... $175.00 Graphics Designer 11 ....................................... 100.00
Senior Project Engineer (Const.) ...................... 155.00 Graphics Designer 1 ...........••.•••••....................... 95.00
Construction Manager ...................................... 140.00 CAD Technician 111. ........................................... 95.00
Prevailing Wage Field Rep.** ........................... 125.00 CAD Technician 11... .......................................... 85.00
Senior Field Representative* ............................ 115.00 CAD Technician 1... ........................................... 70.00
Construction Management Rep. II* .................. 100.00
Construction Management Rep. I* ..................... 90.00
Sr. Contract Administrator ................................ 100.00
Contract Administrator ........................................ 85.00
LANDSCAPE ARCHITECTURE
Sr. Landscape Architect .............................. $180.00
Sr. Landscape Architect II ............................. 120.00
Landscape Architect!. ................................... 100.00
ENVIRONMENTAL SCIENCE SERVICES
SupeNising Scientist ...................................... $225.00
Senior Scientist 111. ............................................ 190.00
Senior Scientist!!. ............................................. 165.00
Senior Scientist 1 ............................................... 140.00
Scientist Ill ........................................................ 135.00
Scientist II ......................................................... 110.00
Scientist I ............................................................ 90.00
Assistant Scientist. .............................................. 85.00
Research Assistant ............................................. 65.00
ADMINISTRATIVE SERVICES
Senior Administrator 11 .................................. $135.00
Senior Administrator 1 ..................................... 115.00
Senior Administrative Assistant 111 .................... 95.00
Senior Administrative Assistant 11. .................... 85.00
Senior Administrative Assistant I ...................... 80.00
Administrative Assistant Ill ............................... 75.00
Administrative Assistant II ................................ 65.00
Administrative Assistant 1/ Clerk ...................... 60.00
* Non-Prevailing Wage
** Prevailing Wage Rate-Overtime will be charged at 1.25 times and Sundays and holidays will be charged at 1. 70 times the above rates.
EXPENSES AND OUTSIDE SERVICES
Fees for litigation and expert witness services will be charged at $450.00 per hour with a 4-hour minimum per day.
Computer Aided Drafting, hydrologic water, sewer and stormwater modeling, GIS, automated mapping, database and web programming, etc.,
is charged at $5 per labor hour.
PAYMENT TERMS
A late payment finance charge at a rate of 18 percent per annum will be applied to any unpaid balance commencing 30 days after the date of
original invoice.
This rate schedule is subject to annual and/or periodic revisions as necessary to accommodate inflationary trends, salary adjustments and the
general costs of business.