Loading...
HomeMy WebLinkAboutURS Greiner Woodward-Clyde Inc; 1999-09-24;Agreement Cover Sheet Please fill out section A and send this form with documents attached to the City Clerk for routing. Once the documents are fully executed, they will be returned with this form. When a purchase request is submitted, section B of this form should be completed and this form should be sent to Purchasing along with a copy of the fully executed document. SECTION A Aareement Tvbe (check one) name of contractor I x Original Agreement - Amendment and Extension - Master Agreement - Extension - Amendment - Ratification Aareement Reauirements (initial all items received) dAc Proposals Received J Notarization AL Sole Source AL Business License J Insurance a Conflict of Interest dk Corporate Resolution Oriainal Aareement Data Date of original agreement Term of original agreement Dollar amount of original Amendments Amount Amount Amount Extensions Person with authority to renew Number of allowable extensions No.- Length No.- Length Length of allowable extensions * No.- Length SiCTlON B SiCTlON B u u Purchase Requisition number: Purchase Order number associated with original agreement, extensions and/or amendments: Rev. 09/02/99 A CITY OF CARLSBAD PROFESSIONAL SERVICES AGREEMENT UNDER $10,000 This letter will serve as an agreement between URS Greiner Woodward a Nevada Corporation and the City of Carlsbad for professional services pursuant to Carlsbad Municipal Code Section 3.28.140 or 150. Your letter, dated Auoust 13, 1999 , (attached as Exhibit “A”), outlines the scope of work to be completed within sixty (60) [w&&g/calendar] days at a cost not to exceed $5700; payment to be at a rate of $ See Attached Exhibit “B” per hour, billed monthly. The Contractor shall perform the services provided for herein as an independent contractor and in pursuit of his/hers independent calling, and not as an employee of the City. Contractor shall be under the control of the City only as to the results to be accomplished. The Contractor shall obtain and maintain policies of comprehensive 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 Bests Key Rating guide of at least A-:V in an insurable amount of not less than five hundred thousand dollars ($500,000) each, unless otherwise authorized and approved by the City Attorney or the City Manager. This insurance shall be in force during the life of this agreement and shall not be canceled without thirty (30) days prior written notice to the City by certified mail. The City and the District shall be named as an additional insured on all these policies, except workers’ compensation and professional liability. The Contractor shall furnish certificates of insurance, with endorsements to the City before commencement of work. The City has determined using the guidelines of the Political Reform Act and the City’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement, However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. This agreement may be modified by mutual consent of the City and the Contractor. Any change shall be in writing with a statement of estimated changes in charges or time schedule. The Contractor 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. The Contractor acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from participating in the selection process. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement in San Diego County, California. A City of Carlsbad business license shall be obtained and maintained for the duration of the contract. The City Manager or the Contractor may terminate the agreement at any time after a discussion, and written notice to the other party. The City will pay Contractor’s costs for service 03/22/99 - A delivered up to the time of termination, if the services have been delivered in accordance with the agreement. Acknowledged and Accepted: CONTRACTOR: CITY OF CARLSBAD: Name of Contractor (sign here) ALETHA L. RAUTENKRANZ, City Clerk @Q& \ 3 yUl,hbq~&+&f pS;k Gubr FCzziFi BLIP; (print name/title) RIAUREEN O’CONNOR NOTARY PUBLIC OF NEW JERSEY Architect/License Number Architect/License Number Date (Proper notarial acknowledgment of execution by Contractor must be attached.) (Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer(s) signing to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney 03122199 - - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of , beforeme, s& L~L HOW Name and Title of Officer (e.g., “Jane Doe, Notary Public”) personally appeared /a ‘ RrII*v*+r -t & Name(s) of Signer-;f) e t ?&personally known to me a proved to me on the basis of satisfactory evloence My Comm. Expires May 1 acknowledged to me that-he/she/they executed the same in -bis/her/tbei+ authorized capacityH and that by 4ielherItheir signature* the instrument the personwor the entity upon behalf of which the personw acted, executed the instrument. WITNESS my hand and official seal. I - Place Notary Seal Above Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ffoj? &i 4 iced G r J btc d / Document Date: Number of Pages: Signer(s) Other Than Named Above: iPeter P4LI iNi Capacity(ies) Claimed by Signer 0 Individual Corporate Officer - 0 Partner -Cl Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6627 URS Creiner Woodward Clyde A Division of URS Corporation August 13, 1999 1615MurrayCanyonRoad,SuitelOOO San Diego,CA92108 Tel:619.294.9400 Fax:619.293.7920 Offices Worldwide Ms. Kelly J. Efimoff, P.E. Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008 Subject: Proposal for Additional Groundwater Testing Vista/Carlsbad Interceptor Sewer Replacement Project and South Carlsbad Village Storm Drain Project CMWD Project No. 91-403 and Project No. 3538 Carlsbad, California URSGWC Proposal No. 9758099360.85 Dear Ms Efimoffz URS Greiner Woodward Clyde (URSGWC) is pleased to present the Carlsbad Municipal Water District (CMWD) and City of Carlsbad (City) this proposal for additional groundwater testing for the proposed interceptor sewer replacement and storm drain pipeline project. This proposal has been prepared at your request based on a telephone discussion with Mr. Very1 Wittig of our firm on August 10, 1999. The purpose of the additional groundwater testing will be to provide the CMWD additional information pertaining to long-term groundwater quality from dewatering during construction of the pipeline. . SCOPE OF SERVICES URSGWC installed 4 sets of groundwater sampling and monitoring wells in 1997 as part of our geotechnical investigation for the project. Based on our telephone discussion with you, it is our understanding that CMWD is requesting that URSGWC collect samples at these 4 locations along the project alignment. We plan to use the following 4 wells to sample groundwater for additional testing: l MW-1 1A: Near the intersection of Carlsbad Village Drive and Jefferson Street l MW-22A: Near the intersection of Chestnut and Jefferson Street l MW-27A: About 200 feet north of Tamarack Avenue along the NCTD right-of-way l MW-18A: About 200 feet south of Pine Avenue along the NCTD right-of-way It is our understanding that CMWD is interested in evaluating long-term total dissolved solids (TDS) concentrations in groundwater to estimate long-term groundwater quality during continuous dewatering during pipeline construction. Standard water sampling guidelines suggest Ms. Kelly J. Efimoff, P.E. Carlsbad Municipal Water District August 13, 1999 Page 2 EXHIEIT A URS Creiner Woodward Clyde purging a minimum of 3 borehole volumes to remove stagnant water from the borehole, and to obtain a water sample that is representative of formational groundwater conditions. To assist CMWD with estimating TDS concentrations during dewatering, we propose to purge each well for a period of at least one hour, or until 10 borehole-volumes of water have been removed from each well. During purging, we will monitor pH, temperature and conductivity of the water, and record the measurements on a field log. It is our understanding that CMWD would also like URSGWC to collect samples from the 4 wells for TDS analyses. URSGWC recommends collecting 2 to 4 samples per well to evaluate the change in TDS concentrations as the volume of water removed from each well increases. It is our understanding that CMWD will provide the appropriate sample containers, and that subsequent to sampling, URSGWC will return the samples to CMWD, or their laboratory, for analysis. Purge water generated during sampling will be containerized and transported to a location to be determined by CMWD for disposal. We estimate that approximately 1,000 to 1,500 gallons of purge water will be generated during sampling. Subsequent to sampling, we will prepare a letter report summarizing our field procedures and field monitoring of water quality parameters previously described. We propose to perform the scope of work presented herein for a total lump sum of $5,700. We plan to perform our work and invoice in accordance with our existing contract with the City. Our cost estimate is based on the following assumptions: l l 0 We The proposed field sampling will be conducted during normal business hours (8:00 a.m. to 5:OO p.m.) during a two-day period CMWD, or their laboratory, will provide the appropriate sample containers CMWD will arrange for disposal/discharge of the purge water at a City/CMWD facility CMWD will arrange for sample analyses are prepared to initiate the proposed scope of services upon receiving authorization to proceed. Therefore, we request that the City issue a work order to initiate the proposed scope of services described herein. We estimate that the scope of services described herein can be . . EXHIBITA URS Creiner Woodward Clyde Ms. Kelly J. Efimoff, P.E. Carlsbad Municipal Water District August 13,1999 Page 3 completed within 2 weeks of receiving authorization to proceed. We appreciate the opportunity to submit this proposal to the CMWD and City. If you have any questions, please call. Sincerely, URS GREJNER WOODWARD CLYDE Very1 Wittig Project Manager David L. Schug Associate VWlDLS:lej W,NDIEGOOPERATION - - 1999SCH.ciDULEOFFEESANDCHhZGES I BCHIBIT B The foliowing describes the basis for compensation for setices performed during the fu;cal year 1999. This Schedule of Fees and Charges wiIl be adjusted annually on November 1 of each subsequent year to reflect merit and economic salary increases, and changes 14 the expected level and mode of operations for the new year. TIte new Schedule of Fees aqd Charges will apply to existing and new usi~ta ERSONNEL CHARGES OTHER PROJECT CHARGES he cbqc for all time required in the performance of the cope of Services, including off& field and travtl t.imc, ill be at the Unit price Hourly Rates set forth below for le l&or ckssifications indicated. Hour& R@e~$~ 46 Subcontracts ad Equipment Rental Tbe cost of services subcontracted by UIXS Greiner Woodwrd Clyde u, others and other costs incurred by WRS Grciner Woodward Clyde will be charged at cost plus 15%. 2Chnid AssistmUWord Ptocessof 56 Ktmidan’ 74 rdterlllkistratO1' 76 rsislant Staff Phssional 78 tnidm 90 lbFleklsu~F 80 aff Profmional 94 mior Drafter lllusffator 104 Mdor staff Professional 106 @tanI Project Ptofessional 122 eject Prufebial 136 mbr Pfojat Pnhsional 150 lrtdhgProf~d 162 lnbrconsu~Professiial hc@al Professbnal z harp for contract personnel under URS Grokr ‘cod& Clyde supervision and using URS Grciner ‘oodward Clyde facilities will be made according to the nJr1.y rate corresponding to their classificalion. Communlcationr The cost of communications for offke r&phone. t&x, facsimile, postage and incidental copying costs will be charged at a flat rate of 3% of total gross labor charges. Cellular telephone and ovemight dclivcry costs are nor included in this rate. Computers The charge for use of in-house computers for analytical calculations, database management, graphics getion, modeling applications and other similar functions is $17.00 per hour, The charge for use of Computer-Aided Design and Dr&18 (CADD) is 525.00 per hour and for u3e of Geographic Information Sys&ms (GIS) is $35.00 per hour. In addition to the above, there will be a charge of $5.00 each for paper plots and S15.W each for mylar plots gcncr- ated by the CADD and GIS systems. Document Aepmduetion In-house reproduction will be charged at the following rates: hen URS Grciner Woodward Clyde staff appear as pert w4msscs at cow trials, mediation, arbitration arings and depositions, their time will be charged at !swhwr. si (in.) Letterthru 11 xl7 other Black & White $O.larpase 82.75lpage wrtimc (bow worked in excess of eight (8) hours per my) by exempt personnel will be chargad at the above sight time hourly rate. Ovenimc by non-exempt pu- nnel (classifications identif=d with an asterisk “*‘I) will : chuged at 1.3 times the above hourly rates. Spetialkd Equipment The cost of spccialized URS Greiner Woodward Clyde equipment will be the fixed rental rates set forth in the Schedule of Gcxmchnical Engkexing laboratory Testing and Equipment Charges. &al project accounting, reporting and financial serv- ts, including submission of invoice support documenta- tn. will be charged at the rate of a clerk Vehfcles and Mileage PBORATORY SERVICES The mileage charge for personal vehicles used on project assignments will be the then current mileage rate esrab- lishcd by the Internal Revenue Scrvicc for tax purposes, which is currently $0.325 per mile. be charges for laboratory testing performed at URS rciner Woodward Clyde facilities are set forth in the heduk of Geotechnical Engineering Laboratory Testing d Equipment Charges. URS Greiner Woodward Clyde-owned vehicles usecl on project assignmcnls will be charged at S65.W per day. The minimum charge is one-half day. Color $1.5o/page Thl fee schcduk confdns conjidentirrl business inforwwion and b not to be copied or distributed for any purpose other than the use intended in d8i.9 contmct orpr~posai :ference No. l ** 1 'd 8E'TON BXl3-UIWMUOOM Nd8P:P 6661 '81 '3nV . .