Loading...
HomeMy WebLinkAboutAECOM Technical Services Inc; 2011-03-09; PEM807PEM807 AGREEMENT FOR PROFESSIONAL SERVICES FEDERAL EMERGENCY MANAGEMENT AGENCY PROCESSING OF THE CONDITIONAL AND FINAL LETTERS OF MAP REVISION FOR AGUA HEDIONDA AND CALAVERA CREEKS, CITY OF CARLSBAD (AECOM TECHNICAL SERVICES, INC.) THIS AGREEMENT is made and entered into as of the day of , 2011, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and AECOM TECHNICAL SERVICES, INC., a Delaware corporation, ("Contractor"). RECITALS A. City requires the professional services of an engineering and environmental services firm that is experienced in the mapping requirements and procedures of the Federal Emergency Management Agency. B. Contractor has the necessary experience in providing professional services and advice related to said required services required by the City. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK 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 one (1) additional one (1) year period or parts thereof in an amount not to exceed ten thousand dollars ($10,000) 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 of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version 9.22.10 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be eleven thousand five hundred four dollars ($11,504). 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". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 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 of this section, and that this section will survive the expiration or early termination of this Agreement. City Attorney Approved Version 9.22.10 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-:VM". OR with a surplus 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 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 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 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 General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. City Attorney Approved Version 9.22.10 10.4 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or 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 clearly 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 City For Contractor Name David Hauser Name Jennifer Guigliano Title Director Title Associate Principal Department PEM Address 1420 Kettner Boulevard, Suite 500 City of Carlsbad San Diego, CA 92101 Address 1635 Faraday Avenue Phone No. 619-233-1454 Carlsbad, CA 92008 Phone No. 760-602-2739 City Attorney Approved Version 9.22.10 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version 9.22.10 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 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, 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 AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 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. City Attorney Approved Version 9.22.10 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 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. III III III III III III III City Attorney Approved Version 9.22.10 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR AECOM TECHNICAL SERVICES, INC., a Delaware corporation *By: <7/> (sign here) (print name/title) (sign here) William E. Garrett/Assistant Secretary (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: Gity Memogcr or Director ATTEST: LORRAINE M. WOOD City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. 'Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney Bv: M). I &„ Deputy City Attorney 8 City Attorney Approved Version 9.22.10 Exhibit "A" AECOM Design + Planning 1420 Kettner Boulevard, Suite 500, San Diego. California 92101 T619.233.1454F619.233.0952www.edaw.com January 21, 2011 John Cahill Planning and Programs City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Subject: FEMA Scope Items Related to the Agua Hedionda and Calavera Creeks Channel Dredging and Improvements Project Dear Mr. Cahill, AECOM Design + Planning has prepared this amendment to Contract PWENG747 to provide additional services related to the Conditional Letter of Map Revision (CLOMR)/Letter of Map Revision (LOMR) submittals for the City of Carlsbad. The proposed work is needed to address additional comments from the Federal Emergency Management Agency (FEMA) on the final submittal and finalize the LOMR for the Agua Hedionda and Calavera Creeks. As discussed during our (Jennifer Guigliano (AECOM), John Cahill (City of Carlsbad), and Chris Herencia (Brown and Caldwell)) conference call on January 10, 2011, FEMA requested the following to complete their review of the hydraulic models (HEC-RAS project files) for the subject project: 1. Provide a chronological accounting of all 100-Year discharge (Q100) volumes, particularly the origin and relevancy of the numbers. 2. Provide additional mapping to support the hydrologic model provided from the Rick Engineering Company report, "Rancho Carlsbad Mobile Home Park Preliminary Alternative Analysis for Agua Hedionda Channel Maintenance (dated January 2002)". 3. Remove extraneous cross-sections from the submitted Calavera Creek HEC-RAS hydraulic model and reflect the newly published and approved mapping as represented by the FIRM MAP, Panel Number 0276P-060285-1021AC. 4. Provide official FEMA computational tables with required data input for both the Agua Hedionda and Calavera Creeks. This data is required as a means to check the existing versus proposed change in flood elevation. 5. Provide tie-in points for the Agua Hedionda HEC-RAS model to tie-in to the newly published and approved mapping as represented by the FIRM MAP, Panel Number 0276P-060285-1021AC. 6. Revise the encroachment analysis (an internal component of the HEC-RAS model) for both the Agua Hedionda and Calavera Creeks HEC-RAS models to reflect a smooth transition from proposed model to existing conditions. This encroachment revision is a requirement due to the newly published mapping. Modify ineffective flood flow conditions in the requested cross-sections. This is to fit new Floodway mapping. Mr. John Cahill January 21,2011 Page 2 As a result of the supplemental FEMA comments received by Brown and Caldwell and subsequent discussions with FEMA representatives, Brown and Caldwell has identified the following additional scope of services to address their request: 1. Brown and Caldwell has a good understanding of what FEMA has requested. As such, a concise chronological accounting of data will be provided, including sup-porting documents and/or attachments. This will not be a letter report; however, it will provide sufficient information for the FEMA reviewer to understand the origins of the data and how it was utilized in our submittal. Please be aware that this supporting information was submitted in the original documentation and will be referenced in our response. (It is estimated that compilation of the information will take 3 hours to complete.) 2. Per discussion with FEMA, the reviewer understands that the Rick Engineering Report is a supporting document. Brown and Caldwell will only provide the appropriate mapping that identifies the model hydrology and a clean version of the original Quadrangle maps used by Rick Engineering that clearly depict the floodway. (It is estimated that compilation of the information will take 3 hours to complete.) 3. The original HEC-RAS models generated for the Agua Hedionda and Calavera Creeks study were based on aerial topography. Although, the extra cross-sections do not impact the model (with respect to hydraulics), Brown and Caldwell will remove the extraneous cross-sections as requested. However, the HEC-RAS models must be re-run, checked for any errors and flow regime changes. HEC-RAS modeling data and mapping will be re-submitted for FEMA review. (It is estimated that the HEC-RAS modeling work for both creeks will take 24 hours to complete. Removal and re-generation of work maps will take 16 hours to complete.) 4. Brown and Caldwell will prepare and submit the FEMA computation tables. These FEMA tables are generated as a review and validation check of our HEC-RAS models. (It is estimated that compilation of the data tables will take 8 hours to complete.) 5. Brown and Caldwell will revise the tie-in points for the Agua Hedionda HEC-RAS model to better reflect final conditions of the published FIRM MAP, Panel Number 0276P-060285-1021AC. The Brown and Caldwell model submitted tied-in to the latest approved FEMA map published in their web site (1997 FIRM MAP). The revised FIRM MAP (the Chang study work map) was not available at the time of original submittal. This background mapping will have to be revised and resubmitted per FEMA requirements. (It is anticipated that the removal, replacement and re-generation of the mapping in the work maps will be performed in conjunction with task number 3. However, it will require an additional 4 hours to incorporate background mapping into all exhibits.) 6. Brown and Caldwell will revise the encroachment analysis (an internal component of the HEC-RAS model) for both the Agua Hedionda and Calavera Creeks to reflect a smooth transition from proposed model to existing conditions. In addition, ineffective flow modification will be performed in the cross- sections. (It is anticipated that the HEC-RAS modeling work will be performed in conjunction with task number 3. However, it will require an additional 4 hours to recalculate ineffective flow for cross-sections identified by FEMA. Review (QA/QC) time of 4 hours, as well as, management time (2 hours) has been incorporated into the estimate.). This scope has been prepared to complete these tasks as Amendment 1 to PWENG747. As shown below, Table-1 provides the labor hours, rates and direct costs. ATCOM Mr. John Cahill January 21,2011 Page 3 TABLE -1 PROJECT STAFF: EDAW Senior Project Manager Administrative Other Direct Costs EDAW Subtotal B&C Project Manager/Sup Engr. Senior Engineer Engineerlll ST. Analyst/Developer Hydrpgeqlpgist II WP/Proj. Assistant Other Direct Costs B&C Subtotal Subconsultant Markup TOTAL Mrs 0 0 0 22 28 0 20 0 2 72 Rate 190 95 171.00 146.00 130.00 110.00 110.00 79.00 10% Sub Total 0 0 3,762.00 4,088.00 0.00 2,200.00 0.00 158.00 250.00 Total 0 0 10,458.00 $1,046.00 $11,504.00 As shown, the estimated cost for the proposed scope is $11,504. We appreciate your consideration of this request. If you have any questions, please call me at (619) 233-1454. Sincerely, * Jennifer Guigliano, CESSWI, CPESC, CPSWQ, REA Associate Principal ATCO/V1