Loading...
HomeMy WebLinkAboutDudek; 2012-07-25; UTIL884UTIL884 AGREEMENT FOR ENVIRONMENTAL SERVICES (DUDEK) -/A )THJ^ AGREEMENT is made and entered into as of the tSjS day of , 2012, by and between the CITY OF CARLSBAD, a municipal rati;>fi, ("City"), and DUDEK, a California corporation, ("Contractor"). RECITALS City requires the professional services of a contractor that is experienced in climate change. 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. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein. City and Contractor agree as follows: I- 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. 2. TERM This Agreement will be effective for a period of six (6) months from the date first above written. 3. COMPENSATION The total fee payable for the Services to be performed will be three thousand seven hundred fifty dollars ($3,750). 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." 4. 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. 5. 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 2/17/12 6. 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 rating in the Best's Key Rating guide of at least A-:VII 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", 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. Contractor will furnish certificates of insurance to the Contract Department, with endorsements to City prior to City's execution of this Agreement. 7. 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. 8- 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. 9. 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, ifthe services have been delivered in accordance with the Agreement. IO- 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. 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. 12. 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. 13. 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. City Attorney Approved Version 2/17/12 14. 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 DUDEK, a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By Frank Dudei City Manager or Mayor or Director By: ATTEST: (sign here) Dydtli June Collins Lorraine Wood, City Cle 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 Assistant Cit^TAttorney City Attorney Approved Version 2/17/12 DUDEK EXHIBIT A MAIN OFFICE 605 THIRD STREET ENCINITAS. CALIFORNIA 92024 T 760.942.5147 T 800.4S0.i8!8 F 760.632 0164 July 5, 2012 Sherri Howard City of Carlsbad Utilities Engineering Division 1635 Faraday Avenue Carlsbad, CA 92008 Subject: Corrugated Metal Pipe Replacement Program - Proposal to Prepare Climate Change Technical Memorandum Dear Ms. Howard: Dudek is pleased to submit this proposal to prepare a climate change technical memorandum for the Corrugated Metal Pipe Replacement Program (proposed project) in the City of Carlsbad, Califomia. This proposal includes our understanding of the proposed project and a description of the work required to satisfy the requirements of the City. PROJECT DESCRIPTION The Hoover/Lagoon portion of the proposed project involves rehabilitating approximately 474 lineal feet of 21-inch corrugated metal pipeline (CMP) with a cured-in-place liner. The project also includes replacing approximately 24 lineal feet of 21-inch CMP with 18-inch high-density polyethylene (HDPE) pipe via open trench immediately upstream of the damaged drainage outfall structure. The project is located within the public right-of-way of Hoover Street and vacant land between the southem end of Hoover Street and the northem edge of the Agua Hedionda Lagoon. In addition, the project includes the constmction of a 1) storm drain cleanout, 2) headwall, and 3) riprap energy dissipater. The Highland/Adams portion of the proposed project consists of replacing approximately 132 lineal feet of 12- and 15-inch damaged and degraded CMP with an 18-inch reinforced concrete pipe (RCP) within the public right-of-way at the intersection of Highland Drive and Adams Street. In addition, the project includes constmction of 1) two catch basins, 2) two storm drain cleanouts, 3) a concrete drainage swale, 4) a concrete drainage ditch, 5) a concrete spillway, and 6) a riprap energy dissipater. WWW.DUDEK.COM Sherri Howard Subject: Corrugated Metal Pip Replacement Program - Proposal to Prepare Climate Change Technical Memorandum Staging for equipment storage, etc., during constmction for both projects is assumed to occur within roadways or other disturbed, vacant lots that are devoid of biological resources. ASSUMPTIONS The apphcant will provide a current detailed description of the constmction activities associated with the proposed project. This description will include the following information: • Overall constmction start date and end date • Constmction phases (mass grading, fine site grading, trenching, constmction, etc.) o Start and end date of each phase o Equipment utilized during each phase o Soil import/export, and location of donor/receiver site (if any) o Maximum acres graded per day SCOPE OF WORK The cUmate change technical memorandum will include an assessment of the project in relation to the potential impacts on global climate change. Dudek will calculate the potential GHG emissions associated with constmction of the project using the URBEMIS2007 (URBan EMISsions) land use and air emissions model, as well as other tools Dudek staff have developed. For the purposes of this proposal, we have assumed that this project would not result in any operational emissions. Because neither the SDAPCD nor any statewide numerical thresholds have been adopted for GHG emissions, a qualitative assessment of global climate change and the project's potential to significantly contribute to the production of greenhouse gases will be included in the report. In addition, the amendments to the State CEQA Guidelines, adopted by the Califomia Natural Resources Agency on December 30, 2009, became effective on March 18, 2010. The climate change technical memorandum will reflect the recent amendments to the extent they are applicable. COST SUMMARY Dudek estimates the tasks outlined herein can be completed for an amount not to exceed $3,750. The project will be billed on a Time and Materials basis according to our 2012 Schedule of Charges. The time and materials fee provided in this proposal represents an estimate of the anticipated level of effort required to complete the tasks described in the proposal. DUDEK 2 July 2012 Sherri Howard Subject: Corrugated Metal Pip Replacement Program - Proposal to Prepare Climate Change Technical Memorandum Should the actual effort to complete the proposed tasks be greater than anticipated and include out of scope requests, additional fee authorizations will be requested. No work in excess of the proposed fee or outside of the proposed scope of work will be performed without written authorization from the client. SCHEDULE Dudek will prepare a draft report within three weeks after written authorization. This proposal is in effect for a period of 60 days. Work performed will be billed monthly in accordance with the attached Schedule of Charges, and payment is due thirty days after receipt of the invoice. We look forward to the opportunity to work with you on this project. If you have any questions regarding this proposal, please feel free to contact me at 760.479.4248, or bgrover@dudek.com. Sincerely, Brian Grover Environmental Project Manager cc: Dave Deckman, Dudek Vipul Joshi, Dudek DUDEK 3 July 2012 DUDEK 2012 STANDARD SCHEDULE OF CHARGES ENGINEERING SERVICES Project Director $235.00/hr Principal Engineer III $220.00/hr Principal Engineer II $205.00/hr Principal Engineer I $195.00/hr Program Manager $200.00/hr Senior Project Manager $185.00/hr Project Manager $175.00/hr Senior Engineer III $165.00/hr Senior Engineer II $160.00/hr Senior Engineer I $150.00/hr Project Engineer IV/Technician IV $140.00/hr Project Engineer Ill/Technician III $130.00/hr Project Engineer ll/Technician II $120.00/hr Project Engineer I/Technician I $105.00/hr Project Coordinator $85.00/hr Engineering Assistant $75.00/hr ENVIRONMENTAL SERVICES Principal $225.00/hr Senior Project Manager/Specialist II $210.00/hr Senior Project Manager/Specialist I $200.00/hr Environmental Specialist/Planner VI $180.00/hr Environmental Specialist/Planner V $160.00/hr Environmental Specialist/Planner IV $150.00/hr Environmental Specialist/Planner III $140.00/hr Environmental Specialist/Planner II $130.00/hr Environmental Specialist/Planner I $120.00/hr Analyst $100.00/hr Planning Research Assistant $80.00/hr COASTAL PLANNING/POLICY SERVICES Senior Project Manager/Coastal Planner I $200.00/hr Environmental Specialist/Coastal Planner VI ..$190.00/hr Environmental Specialist/Coastal PJanner V ...$170.00/hr Environmental Specialist/Coastal Planner IV ..$160.00/hr Environmental Specialist/Coastal Planner lll...$150.00/hr Environmental Specialist/Coastal Planner ll....$140.00/hr Environmental Specialist/Coastal Planner I $130.00/hr ARCHAEOLOGICAL SERVICES Senior Project Manager/Archaeologist II $210.00/hr Senior Project Manager/Archaeologist I $200.00/hr Environmental Specialist/Archaeologist VI ..$180.00/hr Environmental Specialist/Archaeologist V...$160.00/hr Environmental Specialist/Archaeologist IV..$150.00/hr Environmental Specialist/Archaeologist III ..$140.00/hr Environmental Specialist/Archaeologist II ...$130.00/hr Environmental Specialist/Archaeologist I ....$120.00/hr Archaeologist Technician II $70.00/hr Archaeologist Technician I $50.00/hr CONSTRUCTION MANAGEMENT SERVICES Principal/Manager $195.00/hr Senior Construction Manager $180.00/hr Senior Project Manager $160.00/hr Construction Manager $150.00/hr Project Manager $140.00/hr Resident Engineer $140.00/hr Construction Engineer $135.00/hr On-site Owner's Representative $130.00/hr Construction Inspector III $125.00/hr Construction Inspector II $115.00/hr Construction Inspector I $105.00/hr Prevailing Wage Inspector $135.00/hr HYDROGEOLOGICAL SERVICES Principal $220.00/hr Sr. Environmental Engineer $190.00/hr Sr. Hydrogeologist/Sr. Proj Mgr $170.00/hr Project Manager $155.00/hr Associate Hydrogeologist/Engineer $140.00/hr Hydrogeologist IV/Engineer IV $125.00/hr Hydrogeologist Ill/Engineer III $115.00/hr Hydrogeologist ll/Engineer II $105.00/hr Hydrogeologist I/Engineer I $95.00/hr Technician $95.00/hr DISTRICT MANAGEMENT & OPERATIONS District General Manager $175.00/hr District Engineer $160.00/hr Operations Manager $150.00/hr District Secretary/Accountant $85.00/hr Collections System Manager $95.00/hr Grade V Operator $100.00/hr Grade IV Operator $85.00/hr Grade III Operator $80.00/hr Grade II Operator $63.00/hr Grade I Operator $55.00/hr Operator in Training $40.00/hr Collection Maintenance Worker II $55.00/hr Collection Maintenance Worker I $40.00/hr OFFICE SERVICES Technical/Drafting/CADD Services 3D Graphic Artist $150.00/hr Senior Designer $135.00/hr Designer $125.00/hr Assistant Designer $120.00/hr GIS Specialist IV $150.00/hr GIS Specialist III $140.00/hr GIS Specialist II $130.00/hr GIS Specialist I $120.00/hr CADD Operator III $115.00/hr CADD Operator II $110.00/hr CADD Operator I $95.00/hr CADD Drafter $85.00/hr CADD Technician $75.00/hr SUPPORT SERVICES Technical Editor III $140.00/hr Technical Editor II $125.00/hr Technical Editor I $110.00/hr Publications Assistant III $100.00/hr Publications Assistant II $90.00/hr Publications Assistant I $80.00/hr Clerical Administration II $80.00/hr Clerical Administration I $75.00/hr Forensic Engineering - Court appearances, depositions, and interrogatories as expert witness will be billed at 2.00 times normal rates. Emergency and Holidays - Minimum charge of two hours will be billed at 1.75 times the normal rate. Material and Outside Services - Subcontractors, rental of special equipment, special reproductions and blueprinting, outside data processing and computer services, etc., are charged at 1.15 times the direct cost. Travel Expenses - Mileage at cunent IRS allowable rates. Per diem where ovemight stay is involved is charged at cost Invoices.Late Charges. - All fees will be billed to Client monthly and shall be due and payable upon receipt. Invoices are delinquent if not paid within thirty (30) days from the date of the invoice. Client agrees to pay a monthly late charge equal to one percent (1%) per month ofthe outstanding balance until paid in full. DUDEK Effective January 1, 2012