Loading...
HomeMy WebLinkAboutHabitat Restoration Sciences Inc; 2010-06-08; PWENG766PWENG766 AGREEMENT FOR MAINTENANCE, MONITORING AND REPORTING SERVICES FOR THE LAKE CALAVERA PRESERVE 1-ACRE MITIGATION PROJECT (HABITAT RESTORATION SCIENCES, INC.) THIS AGREEMENT is made and entered into as of the X day of uvfl— 2010, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and HABITAT RESTORATION SCIENCES, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a landscape maintenance firm that is experienced in maintaining, monitoring, and reporting services for native habitat restoration, as required by resource agency permits. B. Contractor has the necessary experience in providing professional services and advice, including the services of a qualified restoration ecologist, related to habitat maintenance and monitoring and reporting services. 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" and in accordance with the bid proposal form, 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 five (5) years 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 fifteen thousand dollars ($15,000) 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. City Attorney Approved Version #05.06.08 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be sixty seven thousand dollars ($67,000) as bid and shown in Schedules "A" and "B". 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. PREVAILING WAGES TO BE PAID 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 Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the 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 execution of the contract. 8. 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 City Attorney Approved Version #05.06.08 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. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. 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. 11. 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". 11.1 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. City Attorney Approved Version #05.06.08 11.1.1 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. 11.1.2 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. 11.1.3 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. 11.1.4 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. 11.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on General Liability. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 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. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 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. City Attorney Approved Version #05.06.08 11.5 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. 12. 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. 13. 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. 14. 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. 15. 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. 16. 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 Kyle Lancaster Name Mark Girard Title Parks Superintendent Title President Department Parks and Recreation Address 650 Alpine Way City of Carlsbad Escondido. CA 92029 Address 799 Pine Avenue Phone No. 760-479-4210 Carlsbad. CA 92008 Phone No 760-434-2941 City Attorney Approved Version #05.06.08 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. 17. 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. 18. 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. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. 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 City Attorney Approved Version #05.06.08 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. 21. 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. 22. 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. 23. 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 City Attorney Approved Version #05.06.08 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. 24. 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. 25. 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. 26. 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. City Attorney Approved Version #05.06.08 8 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement, CONTRACTOR HABITAT RESTORATION SCIENCES, INC., a California corporation • CITY OF CARLSBAD, a municipal corporation of the State of California (sign here)City Manager or Mayor (print name/title) ATTEST: (sign here) (print nam'e/title)/.ORF^lNE /City rk (e-mail address) ' v •*• " \x* If required by City, proper notarial acknowledgment of execution by contractor""10' 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 By: $ cx^L/v v_^V\ ~^^ Deputy City Attbfney City Attorney Approved Version #05.06.08 EXHIBIT "A" SCOPE OF SERVICES PROJECT DESCRIPTION: The project limits are in the Lake Calavera area in the Northeast part of Carlsbad, south of Sky Haven Lane in Oceanside. The project consists of two components: 1. The first component is a 5-acre non-irrigated restoration area that is funded by a SANDAG TransNet Environment Mitigation Program (EMP) grant. The 5-acre area consists of coastal sage scrub (CSS) habitat planted from seed using the imprinting method, and will require maintenance and monitoring for a period of three (3) years. 2. The second component is a 1-acre site that serves as mitigation for the Lake Calavera Trails Master Plan. The 1-acre non-irrigated habitat restoration site consists of CSS habitat planted from seed using the imprinting method, and planted with cuttings of both coast cholla (Opuntia prolifera) and prickly pear cactus (Optunia littoralis), and California Adolphia (Adolphia californica) planted from 1-gal containers. This site will require maintenance and monitoring for a period of five (5) years. Habitat Restoration Sciences, Inc. (HRS) will perform monftoring and reporting services as outlined in Section 6.2 of the Diegan Coastal Sage Scrub Restoration Plan for each project component. HRS will also perform landscape maintenance functions during the 3 or 5 year maintenance and monitoring period. The restoration projects have been designed to use rainfall to establish coastal sage scrub habitat. The goal of the restoration effort is to obtain growth with the least amount of irrigation as possible. However, if determined by post- establishment monitoring that supplemental irrigation is necessary, irrigation by water truck may be required. HRS may be interfacing with the following agencies. City of Carlsbad (CITY), California Department of Fish & Game (CDFG) and the U.S. Fish & Wildlife Service (USFWS). Additionally, the consultant will be coordinating with the open space manager under contract by the City (Center for Natural Lands Management) and with the City's HMP Preserve Steward. Long-Term Monitoring Long-term monitoring will include both qualitative and quantitative data collection to measure the long-term success of the restoration project. EEvery year, qualitative monitoring shall occur monthly during the growing season (March through June) and will continue quarterly for the remainder of the year (September and December) to assess the overall condition of the native plants (e.g., signs of stress or pest damage, percent cover, species mortality, General Counsel Approved Version #05.06.08 1 etc.) and to detect potential problems (e.g., weeds, erosion, etc.). Quantitative monitoring shall occur annually during peak growth (May) as described in the Restoration Plans (years 1-3 for the 5-acre restoration site and years 1-5 for the 1-acre restoration site) to determine if the restoration effort meets the required performance standards for each project component. Quantitative monitoring shall be conducted by using permanent transects using the methods described in the Restoration Plan, or equivalent (if approved by the City). If success criteria are not met for a given year, corrective actions shall be implemented by the contractor immediately. The contractor shall provide plant material and seed replacement annually, as recommended by the restoration ecologist. Maintenance Maintenance visits shall occur at a minimum of every two weeks for the first six (6) months of the project and a minimum of monthly for the remainder of Year 1. During Year 2, site visits will occur monthly. Site visits for Years 3 to 5 (Year 3 for the 5-acre component and Years 3 to 5 for the 1-acre component) shall occur every other month. Maintenance visits are for determining work as needed to meet the maintenance and monitoring requirements and does not infer that one visit every two weeks or monthly is sufficient to carry out the associated maintenance activities that will need to be performed, such as weeding, watering, fertilizing, etc. The restoration ecologist shall direct and monitor the maintenance activities and determine remedial actions to ensure that proper and appropriate maintenance occurs on a timely basis. Weed control and herbivory/predator control are particularly important maintenance issues that often require ongoing attention from maintenance personnel. Weed abatement shall be performed on a weekly basis for six months and then bi- or tri-monthly, or as determined necessary by the restoration ecologist to meet the success criteria outlined in the Restoration Plan for each project component, for the remainder of the maintenance/monitoring period. Maintenance activities will include trash removal, vandalism control and erosion control. The maintenance contractor shall be responsible for replacing torn or broken construction fencing, silt fences, and/or signage during the maintenance period. Replacement signs will be provided by the City. General Counsel Approved Version #05.06.08 Therefore, the Contractor shall: 1. Provide all labor and materials, except where otherwise indicated in this agreement, and supervise the performance of the work. 2. Perform all work necessary and incidental to the orderly performance of the work. 3. Certification Requirements Contractor Certification Requirements. The Contractor must have the following licensed staff working on the job: A. Certified Landscape Technician - at all times. B. State of California Pesticide Qualified Applicator Certificate for crew leader during the application of pesticide. C. State of California Pesticide Qualified Applicator License for supervisor during the application of pesticide. D. State of California Pest Control Advisor License on staff. E. State of California Licensed Landscape Architect for restoration biologist preferable. Copies of the certificates are to be provided to the City Project Manager prior to work starting. 4. Supervisor The Contractor shall provide at least one English-speaking superintendent and one on-site foreman that have direct project experience with long term maintenance of coastal sage scrub restoration projects. The foreman shall be thoroughly familiar with all aspects of mitigation maintenance work including the following areas of specific maintenance knowledge and certifications that are considered mandatory for this project: • Ability to identify upland native and non-native species in seedling and mature stages of growth development • Knowledge of a range of weed control methods including manual removal, chemical applications (various application techniques), and mechanical options • Qualified Applicator's License with Aquatic (F) and Right of Way (C) categories • Knowledge and practical understanding of Best Management Practices General Counsel Approved Version #05.06.08 Knowledge of coastal sage scrub vegetation annual growth and dormancy cycles and water requirements 4. Work Hours Work hours shall be between 7:00 a.m. and 5:00 p.m., Monday through Friday, except City-observed holidays. The Contractor shall obtain the written approval of the City Project Manager if the Contractor desires to work outside hours or at any time during weekends and/or holidays. 5. Scheduling and Inspection A. Scheduling. Contractor shall prepare a bar chart schedule showing each site and the milestones tasks. The bar chart shall be updated monthly and submitted with the request for payment. No payment for the month will be made until the updated schedule and related monitoring reports are received. Preparation, revision and maintenance of the Schedule are incidental to the work and no separate payment will be made. B. Communication. The Contractor shall communicate with the City Project Manager at a minimum of once a month in addition to providing the bar chart and monthly progress report. Contents of the report following in Item 17: Progress Report. C. Inspection. A general inspection of each site with the City Project Manager or his designated representative shall be made during the first week of each month. Inspections shall be scheduled as follows: Coastal Sage Scrub Habitat Year 1 - monthly Year 2 - every two months Year 3 - every three months Wetland/Riparian Habitat Year 1 & 2 - monthly Year 3 - every two months Year 4 & 5 - every three months 6. Emergency Call Out Procedures Emergency Call Out Procedures. Within fifteen (15) working days after the date of this agreement, Contractor shall submit to the City Project Manager or his designated representative for approval, a procedure for emergency response on nights, weekends and holidays. 7. Acceptance of Landscaping Acceptance of Landscaping. Contractor acknowledges having examined the habitat restoration/enhancement sites to be maintained pursuant to this agreement and accepts them "as is". The Contractor without prior approval of General Counsel Approved Version #05.06.08 the City Project Manager shall make no changes in the accepted conditions of the facilities. 8. Pre-project Walk-Through A. Final Plant Establishment Walkthrough. The restoration biologist and the City landscape architect and landscape contractor will walk the site at the end of the 120-day plant establishment period completed with current contract with Habitat West. Both parties will certify as complete after all punchlist from the pre-final Plant Establishment Walk-Through and any new items found during the final walk-through are completed. Areas not certified as complete shall be accepted "as is". 9. Regularly Scheduled Work A. Irrigation. This plan relies on rainfall to germinate and establish the desired Coastal Sage Scrub (CSS) vegetation. Should rainfall prove to be below average and inadequate during the rainy season following seeding, the Landscape Contractor may be asked to provide supplemental water to the restoration area via water trucks. Watering would be dependent on the weather conditions occurring during the first two years of the maintenance period. The optional watering, at an additional expense, would only occur at the recommendation of the restoration ecologist and with the approval of the City of Carlsbad. The contractor shall submit a per occurrence price for watering the restoration area by water truck. This Extra Work Item is included in the bid package. Vehicular access to the site can be provided through the SDGE easement on the east side of Sky Haven Lane, south of Serena Avenue in Oceanside, CA. Contractor shall be responsible for coordination of any Right-of-Entry Permits with the utility company and for obtaining access to the project site on the SDG&E access road. Contractor is not authorized to drive off of the existing access road or trails and shall confirm with the land manager where parking while on site is to be permitted. B. Fertilizing. Fertilizer shall be kept to a minimum and used with written request by the monitoring biologist to the City Project Manager and authorized in writing by the City Project Manager. C. Weed, Pest, and Disease Control. All sites shall be kept clear and free of all weeds, pests, and diseases at all times. Methods and materials used to accomplish this objective are subject to approval by the City Project Manager or his designated representative but are supplied by Contractor. The restoration biologist and Contractor will monitor pest species populations. An integrated Pest Management (IPM) approach will be taken towards pest control, with control measures and prevention playing major roles in suppressing or reducing pest species populations. Active pest control measures will be implemented if a pest species poses a competitive threat to native species establishment. General Counsel Approved Version #05.06.08 Weed Control - Weed control requires constant diligence by the Contractor. The first two years of project establishment is the crucial period for weed control. A 48-inch-wide plant-free band will be maintained around all container plants and cuttings for the first two years after planting. Throughout the rest of the project, the restoration biologist will specify which weed species are to be controlled. Because of the critical nature of weed control at the beginning of the project, the Contractor may be held liable for reseeding if weeds are not controlled in a timely basis, preventing the establishment of the intended species. Weed control procedures will take place every ten (10) working days for the first year and shall be carried out using only hand pulling. The restoration biologist may increase the interval. More frequent control measures will be performed as necessary or as recommended by the restoration biologist to keep weeds at manageable levels. Weed control will continue until the native plant material has gained dominance over weed propagation as determined by the restoration biologist. The Contractor should consult a licensed pest control advisor if specific pest control recommendations are necessary. The Contractor will give special attention to the control of invasive exotic weed species in the wetland mitigation area. These species include, but are not limited to, giant cane (Arundo donax), tamarisk (Tamarix sp.), pampas grass (Coraderia sp.), castor bean (Ricinus communis), tree tobacco (Nicotiana glauca), cocklebur (Xanthium strumarium), black mustard (Brasssica nigra), fennel (Foeniculum vulgare), and gum tree (Eucalyptus sp.). The restoration biologist may recommend other species to be controlled. The Contractor will give special attention to the control of invasive exotic weed species in the coastal sage scrub mitigation and slope planting area. These species include, but are not limited to, mustard weed and sweet clover. Insect and Disease Management - Insect plant pests, vertebrate pests, and plant diseases will be monitored. Plants that are severely diseased will be removed if directed by the restoration biologist. Species substitutions may be required for plants infected with soil borne pathogens, as the replacement plant is likely to become infected as well. Keeping the plants in the mitigation area healthy during the establishment period will be the primary method of avoiding most serious insect and disease problems. D. Reseeding. Any site shall be re-seeded as required by the restoration biologist with consultation to the City Project Manager or his designated representative, at Contractor's expense, if the City Project Manager determines that it is necessary due to negligence by Contractor. When re-seeding, materials and horticultural practices used are subject to inspection and approval by City Project Manager or his designated representative. Re-seeding shall be accomplished per the specifications onDWG411-6A. General Counsel Approved Version #05.06.08 E. Tree and Shrub Replacement. Contractor shall replace, at his expense any trees, shrubs, or ground cover which dies as a result of Contractor's not fulfilling all requirements included in this scope of services. City shall replace any trees, shrubs, turf, or ground cover which dies for reasons other than Contractor's negligence. Size of trees and shrubs shall be determined by City Project Manager or his designated representative; ground covers shall be from flats. The landscape Contractor will be responsible for planting all replacement container plants and seed at the specified replacement dates defined by the restoration biologist. The restoration biologist may recommend species substitutions or spot replacement plants in different locations from the dead plant. The restoration biologist will verify and document dead plant replacement and seeding. Planting shall be per the specifications on DWG 411-6A. Dead and diseased plants will be flagged in the field by the restoration biologist and a list will be provided to the Contractor for replacement. Dead and diseased plants will be replaced annually during the fall months until the completion of the five-year maintenance program. Replacement plants will be installed and mulched. If plants fail to meet performance milestones at the end of any given year, replacement plants may be one of the remedial measures recommended by the restoration biologist. AH plants will be replaced in-kind unless otherwise specified by the restoration biologist. F. Traffic Controls. Contractor shall provide and display all safety devices and traffic controls in accordance with City of Carlsbad standards at all times when working in the public right-of-way. All Contractors' employees shall be attired in approved safety gear at all times and traffic control shall be as outlined by the City Project Manager. Failure to do so will result in an immediate shutdown of activity by the City. Any work not accomplished as a result of this shutdown shall be performed at another time with proper safety devices at no additional expense to the City. It is not anticipated that any of the sites will require traffic control at this tinne. G. Safety. All equipment and machinery utilized by the Contractor while performing work for the City shall be equipped and operated in such a manner so as to conform to all applicable laws and regulations, including, but not limited to, Cal-OSHA, concerning safety and operations. 10. Erosion Control No erosion is expected within the mitigation site. If erosion occurs in any of the mitigation sites, the restoration biologist will assess the damage and recommended remedial measures. Erosion of the adjacent slopes will also be monitored by the restoration biologist. The restoration biologist may recommend silt fencing to prevent sediment from being washed into the mitigation area. This item will be paid for on a time and materials basis based on actual materials costs and hourly rates designated in the agreement. General Counsel Approved Version #05.06.08 7 11. Trash Removal The Contractor will remove all trash from the mitigation site at least monthly throughout the 5-year maintenance period. Care will be taken that trash removal activities minimize or avoid impacts to plants in the mitigation area. All dead limbs and tree fall will be left in the mitigation sites. Weed debris will be removed from the mitigation sites and disposed of legally offsite. 12. Access Control No service vehicles will be allowed in the mitigation area at any time. Maintenance access to the mitigation sites will be limited to the minimum necessary for weed and trash removal. All vehicles will be parked outside the mitigation sites at all times. No power tool fluids will be changed or added while they are in the mitigation area. The Contractor will provide own lock for gated sites. 13. Miscellaneous Items A. All debris generated by the Contractor's activities shall be removed and properly disposed of by the Contractor at his expense. B. Dust or nuisance conditions occasioned by Contractor's work shall be alleviated immediately. C. Each of Contractor's working crews shall have a responsible leadperson who may represent Contractor to discuss work results with the City Project Manager or his designated representative. D. All of Contractor's personnel performing the work of this contract shall maintain appearance and uniforms in a manner acceptable to City standards. E. Large trash items shall be picked up by Contractor prior to moving. F. Contractor shall install City provided signage as required. Signage removed or vandalized shall be replaced immediately. 14. Progress Reports MRS shall submit separate annual monitoring reports according to the requirements of the Restoration Plan for each project component. Three years of reporting is required for the 5-acre site and five years of reporting is required for the 1-acre site. Annual reports shall be submitted to the City by January 31 of each year. Monthly progress reports are required prior to the payment for each project every month. The progress reports are to be a brief one page summary of the month's activities. Each site will have its own report. These reports shall contain the following information: General Counsel Approved Version #05.06.08 8 • Date and number of report • Project name and number • Brief summary of the last month's activities » Weeding • Irrigation • Any other activities that occur that affect the site including, but not limited to: visitors, vandalism, mitigation for vandalism, phone conversations, meetings • Take photographs once annually at the end of the growing season along all ten vegetation monitoring transects. • Bar Chart of current and future site visits and milestones. 15. Meetings A. Monthly Phone Conferences Monthly phone conferences between Project Coordinator and the City's Project Manager to review the progress of all programs under this scope of work. B. Prescheduled Site Meetings Once every four months, in lieu of the phone conference, a formal meeting will be held with the City's Project Manager and Biological Monitor on-site. Trimester meetings will be held in February, June, and November each year to best support annual botanical monitoring and report production. Sufficient time would be allotted for these meetings to allow for individual site visits. Meetings will be attended by Contractor's Project Contract Manager and Coordinator. Meetings will be indicated on project schedule. C. Site Visit by Contractor Contractor shall notify the City's Project Manager by e-mail at least 72 hours in advance of all maintenance and monitoring visits. General Counsel Approved Version #05.06.08 9 16. Payment Schedule - 5-acre Site Year 1 Maintenance, Monitoring & Reporting $12,600.00 Supplemental Watering $500.00 Year 1 Total $13,100.00 Year 2 Maintenance, Monitoring & Reporting $11,900.00 Supplemental Watering $500.00 Year 2 Total $12,400.00 Year 3 Maintenance, Monitoring & Reporting $12,400.00 Supplemental Watering $500.00 Year 3 Total $12,900.00 Year 4 Maintenance, Monitoring & Reporting $12,500.00 Supplemental Watering $500.00 Year 4 Total $13,300.00 Year 5 Maintenance, Monitoring & Reporting $14,600.00 Supplemental Watering $1.000.00 Year 5 Total $15,600.00 Payment Schedule - 1-acre Site Year 1 Maintenance, Monitoring & Reporting $35,200.00 Supplemental Watering $1.000.00 Year 1 Total $36,200.00 Year 2 Maintenance, Monitoring & Reporting $31,400.00 Supplemental Watering $1,000.00 Year 2 Total $32,400.00 Year 3 Maintenance, Monitoring & Reporting $34,400.00 Supplemental Watering $1.000.00 Year 3 Total $35,400.00 CONTRACT TOTAL $171,000 General Counsel Approved Version #05.06.08 10 EXHIBIT "B" RATE SCHEDULE Table I presents the HRS and Dudek schedule of charges for employees that could be newJetl fur thii pnoject. Equfprrwnt rharges and additional expmses are detailed after TaMe I. Please note Clwc this is a special schedule of :twjes rate sheet spccifitilly deigned for this project anrt includes, discounted billing rares for both HRS and Dudek staff to demonstrate cost effectiveness far these City project?, These rates ire reflected in the Wits provided on the Bid Proposal Forms, TABLE I. RATE SCHEDULE; LANDSCAPE HAINTENANCE PREVAILING WAGE Employe* AlisairJrO MeSdlOf Gilberto Chsvarria Jesus Avina RlcsrtD SalHEir Gfnsro MandragDn Edgar A. Cerda AlwraHn ftl A. Ahiarada FranriscD HaTiandez Flt'Ai Sancfisz Ltte Jorge Cs*nx™ Jcse Garcia Jogs M*hnr RcdalfD dfeJdiui RuUlio ccrte: Antonio Rwirft? Fffnarjte A^tiinn Mark Qrarf Jr. Raul MwalK M.gues eon? Ass'stait ManterwreBLabcfier Assetait Ms'ntanance Laborer Assistant MBntensncs Laborer Aisistani MaJnienoice Lsfcwer Assiilsnl Mainisnancs Laborer Aaisiarit Meirrtenance laborer AssiaWil Msilltenanca Laborer AssislanriMantenanDB Laborer Assistent MaintBraoceLatorer Asastent Mainterarrte (Latxirer ftssistsnt Maintarance Laborer Assislaiil Ma'ntenanoa Laborer Assistant Kfe"nte(wio3 Latrt^r Ajiiiial'it J^intenanca Latortr fesislsnt Mairflenanc* Labofs Assistant Maintenance LatKirer ^ssfejteil Maintanance Laborer Assistant Manten«fl« Uhorar A-ssisiant Mainiensrics LStxirw .issisiiii it M3ln1e(ia«a Latorer Maint&nancs Uborer Mantergince Labtnsr Maintenance LatK>-«r Mamianance Laborer Maintenance Labors- Maintenance latorer S2a.Qftihr $20.0fthr S20.061!* j2D.OB.1ir SiO.UU'hf 121.01-hr S20.0a'hr SXJ-Whf S2t.«Mw (SO.CC.'hr 521.CB>Hf 32l.CP.inr S21.HI»r S24.DO'hr S27.GO.Tir Cltivera Preserve HatxDt Restoration and Mitigation 29 11 General Counsel Approved Version #05.06.08 RATE SCHEDULE Employee Etijie ROSES Joaep.i Arosiigui Try*) Durham HRSAdmiriflralw Staff Kevin Mcrrijon Kevin ^sabrtinG JOft Stafford PeteTrotta tort* Gitfrd &>/av Timterlate {Oudek) Fcreiran J58.W SenirrPrcjiKl Manager S65.«r/ Pro-fcno Dyjg Getting* (Duds<) Arrfmw Thcmsoo (Duil$k) Mcrissl HOr (Dwiekj .tohn Winrhh {tXxtek) DuUBkGIS''eraplllcS Ta*. DudBk Cleircal Awlstenl Dudei-.McntorifgSuff HabiQt Kssloraion Speclellsl I .'Morvtor Hatitst Rteteiiion Specialist II.'Monitor Ha6itat R«KK5aljon Specialist IV /Monitor Habits! RestOrStan Ssedellsl Pi'jtiobgjst Urban Forester/Fira Speaafet Senior Projact MansgcwH^ita! Rsslnrab'an Speciallsl'RLA No. 222S Environ. Special IV bVord Processing ftnHVehicIe Use Charges Dump Trailer— , - -.- -• Mule — - - - - CAT 277/303/242/314... _...- ,.-.., _._ $435,m,'diy Water Truck._ ,„_, — ,., -,.„,..,..,„ Koli-olf I ruck.-$600.00,'db.y plus tipping fcc Eister-gtmey and Holidays - Minimum chaise uf 2 hours will be billed at 13 times the normal ma. Sundays are daubk time at 2.0 wncs nor-nal rase. Material and Oiiciids Services - Hcrbkielcs, r-en=l olf sfrtcial equipment, specal fcncmj or signsge rnatttrials, outsice data processing and compucer services, etc, arc charjad at 1. 10 trnes the dii~ecc cost. TYa <e I Expsiiiai - Mileage at $3.50 per mil e. Effective January ) , 201 0 Lake Calavera Preserve Hsbit^t Re:ccirrrriQn and Mr General Counsel Approved Version #05.06.08 12 BID PROPOSAL FORM (Negotiated Price 4-28-10) Lake Calavera 1-acre Mitigation Site The Annual and Monthly Unit Prices contained this Bid Proposal Form are to be filled out and provided with the proposal by those bidding on the Maintenance, Monitoring and Reporting Services for the Lake Calavera Preserve 1-acre Mitigation Site. The dollar amounts provided in the "Monthly Bid Price" categories will be used as the basis for monthly payments to the selected contractor. Extra work for supplemental watering will be included in the contact amount. Payments for supplemental watering made to CONTRACTOR will be based on the CONTRACTOR'S actual supplemental watering performed for the City, consistent with the terms and conditions of the contract documents for supplemental watering. Extra Work is not guaranteed. Note: This agreement is subject to prevailing wage laws, Labor Code Section 1770 et.seq. The undersigned declares he/she has carefully examined the locations of the work, read the Request for Proposal, examined all specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work in accordance with the specifications of the City of Carlsbad, and the General Provisions and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: Schedule A (Negotiated Price 4-28-10) Schedule "A" - Total Amount for five (5) years of Habitat Maintenance. Monitoring and Reporting Services on the Lake Calavera Preserve 1-acre mitigation site as outlined in the RFP. Unit Price per Total Annual Item Month Amount No. Description Duration (Figures) (Figures) A-1 A-2 A-3 A-4 A-5 Year 1 Maintenance, Monitoring and Reporting Year 2 Maintenance, Monitoring and Reporting Year 3 Maintenance, Monitoring and Reporting Year 4 Maintenance, Monitoring and Reporting May 15, 2010 to $ 1,050.00 May 14, 2011 May 15, 2011 to $ 991.66 May 14, 2012 May 15, 2012 to May 14,2013 $ 1.033.33 May 15, 2013 to $ 1,041.66 May 14, 2014 Year 5 Maintenance, Monitoring and Reporting May 15, 2014 to $ 1,216.66 May 14, 2015 Maintenance, Monitoring and Reporting Services for the Lake Calavera Preserve 1-acre Mitigation Site 1 $ 12,600.00 $ 11,900.00 $ 12,400.00 $ 12.500.00 $ 14,600.00 Unit Price per Total Annual Item Month Amount No. Description Duration (Figures) (Figures) Total amount of Contractor's bid in words for Schedule "A": Sixty four thousand dollars Total amount of Contractor's bid in numbers for Schedule "A": $ 64,000.00 Schedule B - Extra Work (Negotiated Price 4-28-10) Schedule "B" - Per occurrence price for supplemental watering on the Lake Calavera Preserve 1-acre mitigation site as outlined in the RFP. Estimated Unit Price per Item Number of Occurrence Total Amount No. Description Occurrences (Figures) (Figures) B Supplemental watering for 12 $ 250.00 $ 3,000.00 one (1) acre of habitat occurrences mitigation area by water truck. Total amount of Contractor's bid in words for Schedule "B": •-Ssvefl-thousand, two-hi.ViCTi°^a~Ptxfv-dollars Total amount of Contractors bid in numbers for Schedule "B": $ 3,000.00 Total amount of Contractor's bid in words for Schedules "A" and "B": Sixty seven thousand dollars Total amount of Contractor's bid in numbers for Schedules "A" and "B": $ 67,000.00 Price(s) given above are firm for 90 days after date of proposal opening. Addendum (a) No(s). N/A has/have been received and is/are included in this proposal. Maintenance, Monitoring and Reporting Services for the Lake Calavera Preserve 1-acre Mitigation Site 2 The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this proposal. The Undersigned agrees that in case of default in executing the required City Contract with the necessary insurance policies within twenty (20) calendar days from the date of award of agreement by the City, the City may at its option and without providing further notice to the apparent best value Contractor administratively authorize the award of the contract to the Best Value Contractor's in descending rank. Mark Girard. President Print Name Title Signature Fax Number 760.479.4183 Phone No. 760.479.4210 Cell No. 760.519.7230 Firm Habitat Restoration Sciences, Inc. Address 650 Alpine Way City, State, Zip Escondido. CA 92029 Auth. Signature Print Name Mark Girard Title President Date 4/28/2010 Maintenance, Monitoring and Reporting Services for the Lake Calavera Preserve 1-acre Mitigation Site 3