HomeMy WebLinkAboutRincon Consultants; 2013-08-15; UTIL1026UTIL1026
AGREEMENT FOR BIOLOGICAL CONSULTANT SERVICES
FOR THE AGUA HEDIONDA LIFT STATION
(RINCON CONSULTANTS, INC.)
THIS AGREEMENT is made and entered into as of the y^ day of
'A^AJ/' 2013, by and between the CITY OF CARLSBAD, a municipal
corpof^ion, ("City"), and RINCON CONSULTANTS, INC., a California corporation,
("Confractor").
RECITALS
City requires the professional services of a biological consultant that is experienced in
biological effects associated with discharge of urban stormwater runoff. 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:
1. 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 one hundred (100) days from the date first above
written.
3. COMPENSATION
The total fee payable for the Services to be performed will be one thousand five hundred dollars
($1,500). 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 1/30/13
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 phor 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, if the services have been delivered in accordance with the Agreement.
10. 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.
11. 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 1/30/13
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
RINCON CONSULTANTS INC.,
a California corporation
(sign here)
(print name/title)
(sign here) /T"
(print name/title)^
CITY OF CARLSBAD, a municipal
corporation of the State of California
City Manager or Mayor or Director
If required by City, proper notarial acknowledgment of execution by contractor must be
attached. If a corporation. Agreement must be signed by one corporate officer from each of the
following two groups:
Group A.
Chairman,
President, or
Vice-President
Group B.
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
By:.
Assistant City\f\ttorney
City Attorney Approved Version 1/30/13
Loose Certificate to "Agreement For Biological Consultant Services For The Agua Hedionda Lift Station
ACKNOWLEDGMENT
State of California
County of S/eNrOd-A .)
On ^fi\usr ^, ^g>r3 before me, CToSH Pui^cSXc, /JOTT^^ PuB^/d.
(insert name and title of the officer)
personally appeared U>if e^T^ng- Hfir^f^t^ /FNO Qu/^hiC: Mfrt^oa/l pLU^A^
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)/i€/are
subscribed to the within instrument and acknowledged to me that be/$ti€/they executed the same in
bi8/j>er/their authorized capacity (ies), and that by tHs/Jaer/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
OOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOQ
WITNESS my hand and official seal.
Signature
JOSHPURCELL
COMM. #1937390
NOTARY PUBLIC-CAUFORNIA
VENTURA COUNTY
MyCommMonexpir«6
MAY20.2016
(Seal)
EXH IBIT A Rincon Consultants, Inc.
5135 Avenida Encinas, Suite A
Carlsbad, California 92008
760 918 9444
FAX 918 9449
info@rinconconsultants.com
www.rinconconsultants.com
July 24, 2013
Rincon Job No. 13-01243
Mark Biskup, Associate Engineer
City of Carlsbad
1635 Faraday Ave.
Carlsbad, CA 92008
Via email: Mark.Biskup@carlshadca.gov
Subject: Proposal to Prepare Biological Opinion Regarding Water Quality Effects
Agua Hedionda Lift Station Project, Carlsbad, California
Dear Mr. Biskup,
Rincon Consultants, Inc. is please to present this proposal to provide biological consulting
services for a lift station project located south of Agua Hedionda, east of the railroad tracks
and an existing lift station, and north of the former oil storage tanks for the Encinas Power
Station in Carlsbad, San Diego County. It is our understanding that the City of Carlsbad
needs a biological expert opinion regarding water quality effects associated with the
discharge of urban runoff from the proposed development with respect to Agua Hedionda
in compliance with the City's Standard Urban Storm Water Management Plan (SUSMP;
January 2011). Currently, Brown and Caldwell are preparing a Major Storm Water
Management Plan (SWMP) for the facility, and our work would be supplemental to that
study and provide the biological guidance. The purpose of our work is to support a
hydromodification exemption in the SWMP. The following discusses our proposed scope of
work.
SCOPE OFWORK
Biological services requested include preparation of a letter report that provides a brief
project description, provision of urban runoff flows (Q2, QIO, QIOO) from the Brown and
Caldwell draft report, a description of the runoff route to the lagoon, a description of the
point of discharge and associated erosion controls, and the possible effects associated wifh
the discharge of urban runoff from the lift station. The letter report will provide a brief
discussion of the characteristics of the lagoon and compare the anticipated inflow with the
volume of water within the lagoon, with particular reference to changes in salinity. Pictures
of the path from discharge outlet to standing water in the lagoon will be included. Based on
the Brown and Caldwell draft report, stormwater runoff from the site is planned to be
primarily routed into new infiltration basins, with most runoff being routed to one located
on the west side of the site. This basin will be connected to the public storm drain system
that drains an existing public detention basin and discharges to the lagoon just east of the
existing lift station.
Env/ronmenta/ Scientists Planners Engineers
r
City of Carlsbad
Agua Hedionda Lift Station Water Quality Effects
July 24, 2013
Page 2 of 2
SCHEDULE AND COST
We are prepared to start with this project immediately upon your authorization. We
understand that time is of the essence for this assigimient and will prepare the report within
10 working days of authorization. Rincon anticipates that the letter review will require up
to 12 hours of labor time plus expenses, and propose that you set a budget of $1,500 for this
task. We will complete the work scope identified above and any other additional services at
your request on a time and materials expense reimbursement basis in accordance with our
standard fee schedule and a mutually acceptable contract or purchase order. We will not
exceed the $1,500 budget without prior written authorization from you.
This offer for professional services is appUcable for 15 days from the date of this proposal.
We sincerely appreciate your consideration of Rincon Consultants for this project. If you
have any questions or would like any additional information, please contact us.
Sincerely,
RINCON CONSULTANTS, INC.
Duane Vander Pluym, D.Env.
Vice-President
Environmental Scientists Planners Engineers
RINCON CONSULTANTS, INC.
Standard Fee Schedule for Environmental Sciences and Planning Services
Rincon Consultants' fee schedule is based on the time that is charged to projects by otir professionals and
support staff. Direct costs associated with completing a project are also billed to the project as outlined
imder Reimbursable Expenses below. The following sets forth the billing rates for our personnel.
Professional, Technical, and Support Personnel Rate i
Principal II $ 210/hour
Principal I $ 180/hour
Senior Supervisor II $ 160/hour
Supervisor I $ 145/hour
Senior Staff II $ 135/hour
Senior Staff I $120/hour
Professional Staff Analyst III $ 105/hour
Professional Staff Analyst II $ 95/hour
Professional Staff Analyst I $ 85/hour
Environmental Technician $ 60/hour
Environmental Field Aide $ 55/hour
Senior GIS Specialist $ 105/hour
GIS Specialist/CAD Specialist $ 85/hour
Graphic Designer $ 75/hour
Technical Editor $ 85/hour
Qerical/Administrative Support Staff $ 65/hour
Production Technician $ 65/hour
Expert witness services consisting of depositions and in-court testimony are charged at a rate of
$295/hour.
PhotocoDying and Printing
Photocopies will be charged at a rate of $0.08/copy for single-sided copies and $0.16 for double-sided
copies. Colored copies will be charged at a rate of $1.00/copy for single-sided and $2.00/copy for
double-sided or ll"xl7" copies. Oversized maps or display graphics will be charged at a rate of
$8.00/square foot.
Reimbursable Expenses
Expenses associated with completing a project are termed Reimbursable Expenses. These expenses do
not include the hourly billing rates described above. Reimbursable expenses include, but are not
limited to, the following:
1. Direct costs associated with the execution of a project are hilled at cost plus 15% to cover General and
Administrative services. Direct costs include, hut are not limited to, laboratory and drilling services charges,
suhcontractor services, authorized travel expenses, permit charges and filing fees, printing and graphic
charges, mailings and postage, perfotmance honds, sample handling and shipment, equipment rental other
than covered hy the ahove charges, etc. Communications charges and miscellaneous office expenses
(including PDAs, cell plumes, phone, fax, and electronic data transmittals, digital cameras, photo processing,
etc.) are hilled at 3% of total lahor.
2. Vehicle use in company-oumed vehicles will be hilled at a day rate of$85/day for regular terrain vehicle use
and $135 per day for 4-WD off-road vehicle use, plus $0.85/mile for mileage over 50 miles per day. For
transportation in employee-owned automobiles, a rate of$0.85/mile will be charged. Rental vehicles will be
billed at cost plus 15%.
Environmental Scientists Planners
May 2013
Engineers
r RINCON CONSULTANTS, INC.
Equipment Schedule for Environmental Sciences and Planning Services
Equipment Rate Unit
Environmental Site Assessment
Bailer $ 25 Day
Brass Sample Sleeves $ 10 Each
DC Purge Pump $ 35 Day
Disposable Bailer $ 20 Each
Flame Ionization Detector $200 Day
Four Gas Monitor $120 Day
Hand Auger Sampler $ 55 Day
Level C Health and Safety $ 60 Person per day
Oil-Water Interface Probe $ 85 Day
Photo-Ionization Detector $120 Day
Soil Vapor Extraction Monitoring Equipment $140 Day
Water Level Indicator $ 35 Day
Water Resources
Dissolved Oxygen Meter $ 45 Day
Refractometer (salinity) $ 30 Day
Sterilized Sample Jar $ 5 Each
Temp-pH-Conductivity Meter $ 50 Day
Turbidity Meter $ 30 Day
Natural Resources Field Equipment
Fiberoptic Scope $ 90 Day
Infrared Sensor Digital Camera $ 50 Day
Field Equipment Package, amphibian survey (digital camera, GPS,
thermometer, decon chlorine, waders, float tube, hand net) $150 Day
Field Equipment Package, constmction monitoring (digital camera,
GPS, thermometer, binoculars, field computer, safety equipment) $ 95 Day
Field Equipment Package, standard (digital camera, GPS,
thermometer, binoculars, and botanic collecting equipment) $ 45 Day
Field Equipment Package, remote (digital camera, GPS, thermometer,
binoculars, field computer and mifi, Delorme Satellite Beacon, 24-
Hour Safetv Phone) $ 125 Day
Laser Rangefinder/Altitude $10 Day
Mammal trap, large / small $1.50 / $0.50 Each per trap cycle
Minnow trap $ 85 Each per job
Net, hand / large seine $ 10/ $50 Day
Pettersson Bat Ultrasound Detector/Recording Equipment $150 Job
Pit-fall Trap $ 5 Each per trap cycle
Scent Station $ 20 Station
Spotiight $ 5 Day
Trimble® GPS (submeter accuracy) $190 Job
Spotting Scope $150 Job
Multi-Services Field Equipment
Anemometer $ 5 Day
Computer Field Equipment $ 45 Day
GPS unit, standard field $ 10 Day
Sound Level Meter $ 50 Day
Environmental Scientists Planners
May 2013
Engineers