Loading...
HomeMy WebLinkAboutGlenn A. Rick Engineering and Development Co; 2021-11-30; PSA22-1654CA30thNovember DocuSign Envelope ID: 60413904-4ACE-4851-9FD1 -A9DBD820AFD4 (Attachment 8D) PSA22-1654CA MASTER AGREEMENT FOR WATER RESOURCES STUDIES AND ENGINEERING GLENN A. RICK ENGINEERING & DEVELOPMENT CO. THIS AGREEMENT is made and entered into as of the ______ day of ________ , 2021, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City", and Glenn A. Rick Engineering & Development Co., a California corporation, hereinafter referred to as "Contractor." RECITALS A. City requires the professional services of a consulting firm that is experienced in the water resources studies and engineering field. B. The professional services are required on a non-exclusive, project-by-project basis. C. Contractor has the necessary experience in providing professional services and advice related to water resources studies and engineering. D. Contractor has submitted a proposal to City under Request for Qualifications (RFQ) No. 21-1449CA and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 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 three (3) years from December 1, 2021, through November 30, 2024. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten ( 10) days after receipt of notification to proceed by City and be completed within the time specified 1 of 19 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD820AFD4 PSA22-1654CA in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the City Manager or the Division Director as authorized by the City Manager ("Director"). The City Manager or Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City inaction or other agencies' lack of timely action. In no event shall a specific Task Description exceed the term of this Agreement. 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed three hundred thousand dollars ($300,000) per Agreement term. Fees will be paid on a project-by- project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project. work by Contractor, City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for City, the City Manager or Director, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 2 of 19 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD820AFD4 PSA22-1654CA 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any willful misconduct or negligent act or omission 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. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X''; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager 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. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The limits for Commercial General Liability can be achieved through a combination of primary and excess or umbrella liability insurance, provided that such coverage will result in the same or greater coverage as the coverage required under this Section. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1 .3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 3 of 19 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD820AFD4 PSA22-1654CA 10.1.4 Professional Liability. Errors and omIssIons liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim . Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the r,ight to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 4 of 19 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD820AFD4 PSA22-1654CA 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City: For Contractor: Name Eleida Felix Yackel Name Jayne Janda-Timba Title Senior Contract Administrator Title PE, ToR, QSD, QSP Dept Public Works Address 5620 Friars Road CITY OF CARLSBAD SAN DIEGO, CA 92108 Address 1635 Faraday Avenue Phone 619-688-1448 Carlsbad, CA 92008 Mobile 619-540-6855 Phone 760-602-2767 Email JJanda-Timba@RickEngineering.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST 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 categories. YesC29 NoO 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended 5 of 19 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD820AFD4 PSA22-1654CA method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City at the address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 6 of 19 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD820AFD4 PSA22-1654CA 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, wa ived or discharged except in a writing signed by both parties. 26. PUBLIC AGENCY CLAUSE Contractor agrees that any public agency as defined by Cal. Gov. Code section 6500, if authorized by its governing body, shall have the option to participate in this contract at the same prices, terms, and conditions. If another public agency chooses to participate, the term shall be for the term of this contract, and shall be contingent upon Contractor's acceptance. Participating public agencies shall be solely responsible for the placing of orders, arranging for delivery and/or services, and making payments to the Contractor. The City of Carlsbad and Carlsbad Municipal Water District shall not be liable, or responsible, for any obligations, including but not limited to financial responsibility, in connection with participation by another public agency. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill 7 of 19 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD820AFD4 PSA22-1654CA EXHIBIT "A" SCOPE OF SERVICES Perform a variety of water resources studies and engineering tasks as outlined in individual Project Task Description & Fee Allotments (PTD&FA) related to the following: A. Hydrology and hydraulics studies. B. Storm drain design. C. Coastal analyses and design. D. Sediment transport analyses. E. Bridge scour analyses. F. Hydromodification, detention, and retention analyses and design. G. Low Impact Design (LID) analyses and design. H. Storm Water Quality Management Plans (SWQMP). I. Storm Water Pollution Prevention Plans (SWPPP). J. Plan review for compliance. K. Support with Dam Inundation Modeling. Requests for work not listed above must be contracted under separate agreement. 9 of 19 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD820AFD4 PSA22-1654CA Since this solicitation is for As-Needed/On-Call services the fee schedules provide hourly rates for positions. At the Task Order stage, hourly rates and position will be provided for each team member. RICK ENGINEERING COMPANY Hourly Rates -California Offices Rates valid through December 1, 2024 Principal Consultant (Special Projects) ................................... $280.0U Senior Water Quality Manager .................. , .................... , ........ $235.00 Principal .................................................................................... 250.00 Principal Water Resources Designer ......................................... 145.00 Associate Principal .................................................................... 235.00 Associate Water Resources Designer ........................................ 135.00 Associate/Manager ................................................................... 225.00 Assistant Water Resources Designer ........................................ 125.00 Expert Witness .......................................................................... 400.00 Court Appearance per half day or part .................................... 1,600.00 GIS Manager ........................................................................... $190.00 Principal GIS Project Manager ................................................. 180.00 Director of Land Development... ........... , ................................. $215.00 Associate GIS Project Manager.. ............................................... 160.00 Principal Project Engineer/Manager.. ....................................... 200.00 Assistant GIS Project Manager. ............. , .................................. 145.00 Associate Project Engineer/Manager.. ....................................... 180.00 Principal GIS Analyst ................................... , ........................... 135.00 Assistant Project Engineer/Manager .......................................... 165.00 Associate GIS Analyst.. ............. , .............................................. 125 .00 Principal Engineering Designer ................................................. 150.00 Assistant GIS Analyst.. ............................................................. 115 .00 Associate Engineering Designer. ............................................... 135.00 Principal Graphics Designer .................. , .................................. 125 .00 Assistant Engineering Designer.. .............................................. 125.00 Associate Graphics Designer .................................................... 120.00 Principal Engineering Drafter ................................................... 120.00 Assistant Graphics Designer. .................................................... 1 10.00 Associate Engineering Drafter. ................................................. 110.00 CAD Manager ........................................................................... 180.00 Assistant Engineering Drafter .................................................. 100.00 Field Supervisor.. .................................................................... $ 200.00 Principal Construction Engineer/Manager .............................. $ 200.00 One-person Survey Party .......................................................... 150.00 Associate Construction Engineer/Manager ............................... 180.00 One-person Survey Party with Robotics ................................... 200.00 Assistant Construction Engineer/Manager ................................ 165.00 Two-person Survey Party ......................................................... 240.00 Principal Construction Technician ............................................ 150.00 Three-person Survey Party ....................................................... 340.00 Associate Construction Technician ........................................... 135.00 Assistant Construction Technician ........................................... 125.00 3D Laser Scanning Crew (One-Person) ................................... $225.00 3D Laser Scanning Crew (Two Person) .................................... 270.00 Senior Transportation/Traffic Engineer ................................... $205 .00 Principal Transportation/Traffic Engineer.. ............................... 200.00 Principal 3D Laser Scanning Project Manager ........................ $185.00 Associate Transportation/Traffic Engineer.. .............................. 180.00 Associate 3D Laser Scanning Project Manager ......................... 170.00 Assistant Transportation/Traffic Engineer ................................. 165.00 Assistant 3D Laser Scanning Project Manager .......................... 155.00 Principal Transportation/Traffic Designer.. ............................... 150.00 Principal 3D Laser Scanning Specia!ist.. ................................... 135.00 Associate Transportation/Traffic Designer ................................ 135.00 Assistant Transportation/Traffic Designer ................................ 125.00 Associate 3D Laser Scanning Specialist.. .................................. 125.00 Assistant 3D Laser Scanning Specialist... .................................. 115.00 Principal 3D Laser Scanning Technician ................................... 115.00 Principal Community Planner ................... , ............................. $215.00 Associate 3D Laser Scanning Technician .................................. 100.00 Principal Project Planner/Manager ............................................ 195.00 Assistant 3D Laser Scanning Technician ..................................... 90.00 Associate Project Planner/Manager .......................................... 180.00 Senior Planner ........................................................................... 170.00 Photogra1mnetry Supervisor .................................................... $185 .00 Associate Planner ...................................................................... 135.00 Principal Photogrammetrist ...................................................... 145.00 Assistant Planner ....................................................................... 115.00 Associate Photogra=etrist ...................................................... 115.00 Planning Technician .................................................................... 90.00 Assistant Photogra=etrist .......................................... , ............ I 05.00 Principal Landscape Architect.. ............................................... $215.00 Computing & Mapping Director.. ............................................ $195.00 Principal Project Landscape Architect/Manager ....................... 185.00 Principal Survey Analyst ........................................................... 180.00 Associate Project Landscape Architect/Manager .... ................ I 65 .00 Associate Survey Analyst ......................................................... 145.00 Assistant Project Landscape Architect/Manager ...................... 140.00 Assistant Survey Analyst ........................................................... 120.00 Principal Landscape/Urban Designer ....................................... 120.00 Associate Landscape/Urban Designer ................... ,.................. 115 .00 Assistant Landscape/Urban Designer ....................................... 105.00 Associate Project Administrator ................................................ $80.00 Assistant Project Administrator ................................................... 70.00 Administrative Assistant. ................................. , ............................ 75.00 Principal Environmental Project Manager. ............................. $ 190.00 Associate Environmental Project Manager ............................... 165.00 Assistant Environmental Project Manager ............................... 145.00 Principal Environmental Specialist... ........................................ 135.00 Associate Environmental Specialist ......................................... 125.00 Assistant Environmental Specialist ........................................... 115.00 Environmental Technician ........................................................... 95.00 Rates subject to change for prevailing wage contracts (rates will be identified during scoping of each individual task order). When authorized, overtime shall be charged at the listed rates times 1.3. Unless otherwise agreed upon, we shall charge for printing, reproduction, deliveries, transportation, and other expenses. (Costs will be identified during scoping of each individual task order). Mileage will be charged based on the IRS standard mileage rate. 1 () f 1 q A ten ( 10) percent fee for administration, coordination and handling will be aoaeJlto a1rsubcontracted services. DocuSign Envelope ID: 60413904-4ACE-4851 -9FD1-A9DBD820AFD4 0 Mno•e · 1'(1119 &,,.u , PSA22-1654CA STAFF 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Name ',, Jeffrey T. Kent Gregory Farrand Kenneth Mansir, Jr. Mark Cuthbert Ronald Halbert Steve Beck Stephen Waide Beth Abramson-Beck William Morrison Robert Wheeler Marci Richards Adrian Olivares Kai Vedenoja Todd Schmitz Christina Tretinjak Nissa Morton Nicolas Carpenter Gabriel Smith Christine Kuhns Geotechnical & Environmental Sciences Consultants Master Agreement Rate Schedule Prices valid through December 1, 2024 . / Title , / ,, ·+ , ·,, :,, v Hourly Rate ,""i• ,.; ""' , "' x ,;f: ,., , ~ ,..,,A ~ /, ~ , (( ~ 1 / ,c/7-V. ';cZr<A :,;;' ❖ / .,•,!'. f,C *" Principal Engineer $188.00 Principal Geologist $188.00 Principal Engineer $188.00 Principal Engineer $188.00 Principal Engineer $188.00 Principal Geologist $188.00 Principal Industrial Hygienist $188.00 Principal Geologist $188.00 Senior Engineer $178.00 Senior Geologist $178.00 Senior Geologist $178.00 Senior Environmental Scientist $178.00 Senior Project Engineer $173.00 Senior Project Geologist $173.00 Senior Project Geologist $173.00 Senior Project Geologist $173.00 Senior Project Environmental Scientist $173.00 Project Engineer $165.00 Project Engineer $165.00 Pugazhvel Thirthar-Palanivelu Project Engineer $165.00 Zachary Hasten Project Geologist $165.00 Nicholas Marinello Project Environmental Scientist $165.00 Kevin Diner Senior Staff Engineer $150.00 Jeremiah Harrington Senior Staff Engineer $150.00 Bridgette Hassett Senior Staff Engineer $150.00 Tracy Thompson Senior Staff Engineer $150.00 Stephen Quimpo Senior Staff Geologist $150.00 Keith Kastama Staff Geologist I $134.00 Brian Ford Staff Environmental Scientist $134.00 Emad Beshay Special Inspector $104.00 Ivan Guajardo Special Inspector $104.00 Due Nguyen Special Inspector $104.00 Peter Nowicki Special Inspector $104.00 Dorothy Rackstraw Special Inspector $104.00 Patrick Simmons Special Inspector $104.00 Alex Gutierrez Special Inspector/Senior Field Technician $104.00 Julio Guzman Special Inspector/Senior Field Technician $104.00 Daniel Lindsay Sp1rC1aWpSfflctor/Senior Field Technician $104.00 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD82JyJ;,!/D&}(\OOr'e STAFF , ,, Name t. ' ½ y, ':: 39 Everardo Rico 40 Micheil Saad 41 Timothy Timmerman 42 Todd Remund 43 Thanh Tran 44 James Contino 45 Matt Ecker 46 Mark Maccarthy 47 Dalton McCune 48 Mario Palacios 49 Omer Sekander 50 Justin Smolenski 51 Thomas Whelan 52 Richard Agcaoli 53 Roman Aranda 54 Aaron Frederick 55 Timothy Harn 56 Alejandro Jimenez 57 Joseph Tasto 58 Eric Van Ginder 59 Darin Vojtaskovic 60 Alfredo Tapia 61 Joshua Corder 62 Miguel Estrada 63 Norman Gutierrez 64 Ruben Landeros Santana 65 Jesse Lahman 66 Alexis Balane 67 Kate Hughes 68 Angelique Frederick 69 Geraldine Gudoy Geotechnical & Environmental Sciences Consultants Master Agreement Rate Schedule Prices valid through December 1, 2024 : TitJe ,, I 0,,; ·: )k : / / ~,, •,, ~/. ;,; ,.; / .'J./$'_':: _,w Yt '_;_,,, ,,°"',,_.' Special Inspector/Senior Field Technician Special Inspector/Senior Field Technician Special Inspector/Senior Field Technician Special Inspector/Field Technician Special Inspector/Field Technician Senior Field Technician Senior Field Technician Senior Field Technician Senior Field Technician Senior Field Technician Senior Field Technician Senior Field Technician Senior Field Technician Field Technician Field Technician Field Technician Field Technician Field Technician Field Technician Field Technician Supervisory Technician Senior Laboratory Technician Laboratory Technician Laboratory Technician Laboratory Technician Laboratory Technician GIS Analyst Technical Illustrator Geotechnical Assistant Data Processor Data Processor 12 of 19 PSA22-1654CA 1< / / ,, (i ,,, ? i ·,"~; :·Hourly.Rate,,,,,:, ';..)f~ '1 ... 'k .. fi'A"~ .... ,1J'" ... :s:;-;:¥,.,g. $104.00 $104.00 $104.00 $104.00 $104.00 $103.00 $103.00 $103.00 $103.00 $103.00 $1 03.00 $103.00 $103.00 $98.00 $98.00 $98.00 $98.00 $98.00 $98.00 $98.00 $104.00 $103.00 $98.00 $98.00 $98.00 $98.00 $123.00 $98.00 $81.00 $71.00 $71 .00 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9D8D8,yr;;'!/0 & JV\00\9'e EXPENSES Description ,, , ,,_/_; ✓,. ;Jc~ ,, 1 Subcontractor and Expense Geotechnical & Enviroomental Sciences Consultants Master Agreement Rate Schedule Prices valid through December 1, 2024 Co,st ,: " Ji ' < ~ 9 ~"' >f y .,, 0.~ I" _,,i; Z:;:-J.;.,;,~{, y 2 See laboratory fees list (page X) Per test 3 Concrete Coring Equipment /includes technician) $190.00/hr 4 Anchor Load Test Equipment (includes technician $190.00/hr 5 GPR Equipment $180.00/hr 6 Inclinometer $100.00/hr 7 Hand Auger Equipment $ 80.00/hr 8 Rebar Locator (Pachometer) $ 25.00/hr 9 Vapor Emission Kit $ 65.00/kit 10 Nuclear Density Gauge $ 12.00/hr 11 X-Ray Fluorescence $ 70.00/hr 12 PID/FID $ 25.00/hr 13 Air Sampling Pump $ 10.00/hr 14 Field Vehicle $ 15.00/hr 15 Expert Witness Testimony $ 450.00/hr PSA22-1654CA ,,,; :} ,· •1 ·%Markup '" \~:~P:,•v ,2(;;,,;J //./ .Y--'~ '' ,, "'£0.'' ~,.0~,) 10% - - - - - - - - - - - - - - For field and laboratory technicians and special inspectors, regular hourly rates are charged during normal weekday construction hours. Overtime rates at 1.5 times the regular rates will be charged for work performed outside normal construction hours and all day on Saturdays. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day or on Sundays and holidays. Lead time for any requested service is 24 hours. Field Technician rates are based on a 4-hour minimum. Special inspection rates are based on a 4-hour minimum for the first 4 hours and an 8-hour minimum for hours exceeding 4 hours. Field personnel are charged portal to portal. Invoices will be submitted monthly and are due upon receipt. 13 of 19 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD8,YJ: 190 & JV\OOl"e PSA22-1654CA Geotechnical & Environmental Sciences Consultants Schedule of Fees for Laboratory Testing SOILS Atlerberg Limits, D 4318, CT 204 .. California Bearing Ratio (CBR), D 1883-...... Chloride and Sulfate Content, CT 417 & CT 422 ..... . . . Consolidation, D 2435, CT 219 .............. , .. ... $ , .. $ .$ .. $ Consolidation, Hydro-Collapse only, D 2435 .. , Consolidation -Time Rate, D 2435, CT 219 ... Direct Shear -Remolded, D 3080 .. .... .,,.,.$ Direct Shear-Undisturbed, D 3080 ...................... . Durability Index, CT 229 .. Expansion Index, D 4829, IBC 18-3 .................... . Expansion Potential (Method A), D 4546 .................. .. Geofabric Tensile and Elongation Test, D 4632 ........ . Hydraulic Conductivity, D 5084. .. . .... .. .. .. Hydrometer Analysis, D 422, CT 20L.. . ........... . Moisture, Ash, & Organic Matter of Peat/Organic Soils ... Moisture Only, D 2216, CT 226 . Moisture and Density, D 2937 .. . . , , ....... Permeability, CH, D 2434, CT 220 . pH and Resistivity, CT 643 ....... , , ........ , ...... , .......... .. ... $ .. $ ' ... $ $ .... , ... $ .. $ ... $ $ ............ $ ..... $ ....... $ . .. $ .$ ............. $ ' .. , ... $ Proctor Density D1557, D 698, CT 216, AASHTO T-180 .. Proctor Density with Rock Correction D 1557 •.... .......... ,.$ .... , ...... , .. , .. $ R-value, D 2844, CT 301 .. ,....... .. .. , ................ , , . Sand Equivalent, D 2419, CT 217 .. . . . . .. . . . ... .. ............. $ Sieve Analysis, D 422, CT 202 ......................... , ..... . .. , .,.,.$ Sieve Analysis, 200 Wash, D 1140, CT 202 .......... . ' ... , ... $ Specific Gravity, D 854 ................ , ........ .... , . ... , .... , ..... $ Thermal Resistivity (ASTM 5334, IEEE 442)., ....... ,. ... ,.,.$ Triaxial Shear, C.D, D 4767, T 297 . Triaxial Shear, C.U., w/pore pressure, D 4767, T 2297 per pt . Triaxial Shear, C.U., w/o pore pressure, D 4767, T 2297 per pt $ .. , .. $ ......... $ Triaxial Shear, U.U., D 2850 .. • • . ..... , .... . ' ,. ,., ...... $ Unconfined Compression, D 2166, T 208 .......... , .... . ... $ MASONRY 170 550 175 300 150 200 350 300 175 190 170 200 350 220 120 35 45 300 175 220 340 375 125 145 100 125 925 550 450 350 250 180 Brick Absorption, 24-hour submersion, 5-hr boiling, 7-day, C 67 ........... $ 70 Brick Compression Test, C 67 .. .. . . .. ......... . . ......... , ........... $ 55 Brick Efflorescence, C 67 ............................................................. $ 55 Brick Modulus ofRupture, C 67 ....... . . .. .. . . $ 50 Brick Moisture as received, C 67. . . ...... $ 45 Brick Saturation Coefficient, C 67 .. . ............... . $ 60 Concrete Block Compression Test, 8x8x16, C 140 ..... . ...... , .. $ 70 Concrete Block Conformance Package, C 90 ., ........... , ... $ 500 Concrete Block Linear Shrinkage, C 426 ......... $ 200 Concrete Block Unit Weight and Absorption, C 140 ....... $ 70 Cores, Compression or Shear Bond, CA Code ..... . ....... $ 70 Masonry Grout, 3x3x6 prism compression, C 39 ............. $ 45 Masonry Mortar, 2x4 cylinder compression, C 109....... . .......... $ 35 Masonry Prism, half size, compression, C 1019 . . . .... . ... , .$ 120 Masonry Prism, Full size, compression, C 1019 , .. , ................... $ 200 REINFORCING AND STRUCTURAL STEEL Chemica1Analysis,A36,A615 ......................... .. Fireproofing Density Test, UBC 7-6 .. Hardness Test, Rockwell, A 370 ...... , ............... .. High Strength Bolt, Nut & Washer Conformance, ..$ 135 ........... $ 90 .. $ 80 per assembly, A 325. . ........ .... . .. . ....... ....... . . .. $ 150 Mechanically Spliced Reinforcing Tensile Test, ACI.., .... , ........ , .... $ 175 Pre-StressStrand(7wire),A416 ... ..$ 170 Reinforcing Tensile or Bend up to No. 11, A 615 & A 706. .. . ..$ 75 Structural Steel Tensile Test: Up to 200,000 lbs., A 370 ... . .. $ 90 Welded Reinforcing Tensile Test: Up to No. 11 bars, ACL....... . .. $ 80 CONCRETE Compression Tests, 6x12 Cylinder, C 39 . $ 35 Concrete Mix Design Review, Job Spec..... .. .. .... . ........ $ 300 Concrete Mix Design, per Trial Batch, 6 cylinder, ACI .... .. . ... $ 850 Concrete Cores, Compression (excludes sampling), C 42 . . .$ 120 Drying Shrinkage, C 157 .... , . ,.. .. . .. . . . . . .. . . .. .. . ...... $ 400 Flexural Test, C 78 . . . $ 85 Flexural Test, C 293. , .. ,.. .. . ... $ 85 Flexural Test, CT 523 .. .. .. ........................ $ 95 Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACI .. . .. $ 275 Lightweight Concrete Fill, Compression, C 495 .... , .. , .... , .... , .. $ 80 Petrographic Analysis, C 856 ........................... , .. • .. . ... $ 2,000 Restrained Expansion of Shrinkage Compensation ..... , .............. ., ..... $ 450 Splitting Tensile Strength, C 496 ............ , .... .. • .. .. . ..... $ 100 3x6 Grout, (CLSM), C 39 . , .. . ......... , . . .......... $ 55 2x2x2 Non-Shrink Grout, C 109. . . . ...... . . . . ... . . ............. $ 55 ASPHALT Air Voids, T 269 .... $ 85 Asphalt Mix Design, Caltrans (incl. Aggregate Quality) . . . ........... $ 4,500 Asphalt Mix Design Review, Job Spec .... . . . . ... . . .. $ 180 Dust Proportioning, CT LP-4 .. .. . ........ , . ... . . . . , .. $ 85 Extraction,% Asphalt, including Gradation, D 2172, CT 382. .. ....... $ 250 Extraction,% Asphalt without Gradation, D 2172, CT 382 .. . .. $ 150 Film Stripping, CT 302... .. .................... , .. , , .. ... .. $ 120 Hveem Stability and UnitWeightD 1560, T 246, CT 366 ., ............. $ 225 Marshall Stability, Flow and Unit Weight, T 245 .. . , $ 240 Maximum Theoretical Unit Weight, D 2041, CT 309... .. .$ 150 Moisture Content, CT 370. . . $ 95 Moisture Susceptibility and Tensile Stress Ratio, T 238, CT 371 ............ $ 1,000 SlurryWetTrackAbrasion,D3910.. . .......... $ 150 Superpave, Asphalt Mix Verification (incl. Aggregate Quality) . .. $ 4,900 Superpave,GyratoryUnitWt.,T312 .......... , ...... . ... $ 100 Superpave, Hamburg Wheel, 20,000 passes, T 324.. . $ 1,000 Unit Weight sample or core, D 2726, CT308 .... , ..... $ 100 Voids in Mineral Aggregate, (VMA) CT LP-2 ...... .. .. . ... . ..... $ 90 Voids filled with Asphalt, (VFA) CTLP-3 .. . ... $ 90 WaxDensity,D1188 , ..•. ,, , .$ 140 AGGREGATES Clay Lumps and Friable Particles, C 142... . ... . .. ............... $ 180 Cleanness Value, CT 227 .... , .. .... ........... . , ........ , ....... $ 180 Crushed Particles, CT 205 .... , .............. ,.. . $ 175 Durability, Coarse or Fine, CT 229. . . ..... $ 205 Fine Aggregate Angularity, ASTM C 1252, T 304, CT 234 .. . ......... $ 180 Flat and Elongated Particle, D 4791 . .. . .. $ 220 Lightweight Particles, C 123 . . ... $ 180 Los Angeles Abrasion, C 131 or C 535 .. , .............. , .. .. . . . . , .. $ 200 Material Finer than No. 200 Sieve by Washing, C 117 ........ $ 90 Organiclmpurities,C40 ................................. ,,, ........... $ 90 Potential Alkali Reactivity, Mortar Bar Method, Coarse, C 1260 ............. $ 1,250 Potential Alkali Reactivity, Mortar Bar Method, Fine, C 1260 ............ $ 950 Potential Reactivity of Aggregate (Chemical Method), C 289 ............ ,$ 475 SandEquivalent,T176,CT217 .......... $ 125 Sieve Analysis, Coarse Aggregate, T 27, C 136 .................. , ................... $ 120 Sieve Analysis, Fine Aggregate (including wash), T 27, C 136. . ..... $ 145 Sodium Sulfate Soundness, C 88 .... . . .. .. . , , ............ $ 450 Specific Gravity and Absorption, Coarse, C 127, CT 206 .. . ... $ 115 Specific Gravity and Absorption, Fine, C 128, CT 207 .. $ 175 ROOFING Roofing Tile Absorption, (set of 5), C 67 ....... Roofing Tile Strength Test, (set of 5), C 67 .. . ............. . ., .. $ 250 ... ,.$ 250 Special preparation of standard test specimens will be charged·at the technician's hourly rate. Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. 14 of 19 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD820AFD4 PSA22-1654CA BURNS~SDONNELL~ Schedule of Hourly Professional Service Billing Rates Position Classification Hourly Classification Level Billing Rate General Office * 5 $60.00 Technician* 6 $75.00 Assistant* 7 $89.00 8 $119.00 9 $141.00 Staff* 10 $160.00 11 $176.00 Senior 12 $195.00 13 $216.00 Associate 14 $226.00 15 $229.00 16 $231 .00 17 $234.00 NOTES: 1. Position classifications listed above refer to the firm's internal classification system for employee compensation. For example, "Associate", "Senior", etc., refer to such positions as "Associate Engineer", "Senior Architect", etc. 2. For any nonexempt personnel in positions marked with an asterisk (*), overtime will be billed at 1.5 times the hourly labor billing rates shown. 3. For outside expenses incurred by Burns & McDonnell, such as authorized travel and subsistence, and for services rendered by others such as subcontractors, the client shall pay the cost to Burns & McDonnell plus 10%. 4. A charge will be applied at a rate of $9.95 per labor hour for technology usage, software, hardware, printing & reprographics, shipping and telecommunications. Specialty items are not included in the technology charge. 5. Monthly invoices will be submitted for payment covering services and expenses during the preceding month. Invoices are due upon receipt. 6. The services of contracUagency and/or any personnel of a Burns & McDonnell subsidiary or affiliate shall be billed to Owner according to the rate sheet as if such personnel is a direct employee of Burns & McDonnell. 7. The rates shown above are effective for services through December 31, 2024 and are subject to revision thereafter. 15 of 19 DocuSign Envelope ID: 60413904-4ACE-4851-9FD1-A9DBD820AFD4 PSA22-1654CA 111111111111111 IIIII moffatt & nichol RATE SCHEDULE FOR PROFESSIONAL SERVICES City of Carlsbad -Master Agreement Consultant Services Effective through December 31st, 2024 ~L8SSIEl~8IIQtil l::IQUBLY BAil;S PROFESSIONALS TECHNICIANS CLERICAL REIMBURSABLE EXPENSES Principal Engineer/Scientist · Supervisory Engineer/Scientist Senior Engineer/Scientist Engineer/Scientist III Engineer/Scientist II Engineer/Scientist I Staff Engineer/Scientist Senior Technician Designer CADDII CADDI Project Controls/Word Processing General Clerical Subcontracts or Outside Services Outside Reproduction Company Auto/Mileage 16 of 19 $ 280.00 $ 260.00 $ 240.00 $ 220.00 $ 200.00 $ 175.00 $ 155.00 $ 195.00 $ 175.00 $ 155 .00 $ 130.00 $ 100.00 $ 100.00 Cost+10% Cost+l0% $ 0.60/mile DocuSign Envelope ID: 60413904-4ACE-4851 -9FD1-A9DBD820AFD4 PSA22-1654CA DEXTER WILSON ENGINEERING, INC. WATER • WASTEWATER • RECYCLED WATER CONSULllNG ENGINEERS Rate Schedule Effective January 1, 2021 CLASSIFICATION Office Personnel: Planning/Design Principal Engineer (RCE) Managing Engineer (RCE) Project Engineer (RCE) Senior Engineer (RCE) Design Engineer (RCE) Associate Engineer II Associate Engineer I Engineering Aide II Engineering Aide I Drafting/Design Senior Designer Senior Drafter Drafter II Drafter I Clerical 18 of 19 HOURLY RATE $225.00 $215.00 $195.00 $170.00 $130.00 $120.00 $110.00 $110.00 $ 95.00 $120.00 $105.00 $ 90.00 $ 80.00 $ 65.00 Agreement/Amendment/Ratification Cover Sheet Return docs to: Contact Name: Eleida Felix Yackel Dept: PW -Contract Ad min Phone: 760-602-2767 Project Manager MUST ~rovide the following information: City Project Manager: Eleida Felix Yackel Dept: PW-Contract Administration Phone: 760-602-2767 Contractor: Glenn A. Rick Engineering & Contact: Jayne Janda-Email: JJanda- Develor2ment Co. Timba Timba@RickEngineering.com Contractor must file Statement of Economic Interest? YES Previously contracted w/Contractor? □Yes □ No List all individuals who must file: Jayne Janda-Timba Agreement/Contract Title: Master Agreement for Water Resources Studies and Engineering Account Number: N/A (supplied with each task) Funding has been verified? □ PW Contract Type: □Standard Public Works □Minor Public Works □Open Market □Letter of Agreement Non-PW Contracts over $35,000: ~Yes □No # of Proposals Received {ATTACH JUSTIFICATION) Council (Board) Action Required? l:8J Yes □ No Proposed Meeting Date: November 16, 2021 ROUTED TO INITIALS DATE RECEIVED DATE FORWARDED ~ EFY I 10,21,2021 I Deoartment Contact □ Deoartment Head □ Risk Manaaer □ City Attorney/General Counsel □ :5 $35,000 Director > $35,000 City Mgr/ Exec Mgr/ Authorized Signatory n C:itv C:lf'rk / Rn::irrl <:::<>rrf't::irv □ PO Requested: Deoartment Contact Agreement T)rne {check one} IZI Original Agreement □ Amendment I I D Other I I Type: ratification, extension, etc. Original Agreement Data Amendment# / Dollar Amount / Length Date of original agreement 12/1/2021 No. Term of original agreement 3 !'ears No. Dollar amount of original agreement 300,000 Current expiration date of agreement 11/30/2024 No. Person with authority to renew Cit!' Manager No. Number of allowable extensions 1 No. Length of allowable extensions 365 daJ'S No. Agreement Reguirements {check all items received} IZI Proper Signature(s) IZI Certificates of Insurance IZI Endorsements to Policy □ Notarization (if applicable) IZI Exhibits (if applicable) □ Justification -over 35,000 IZI Business License □ Corporate Resolution □ Bonds □ Original Agreement and □ Agreement Summary Sheet □ Other previous amendments (if applicable) Purchase Reguisition Information: Inspection by CM&I? N/A e Agreement Number: PSA22-1654CA e Purchase Requisition No.: B •Purchase Order No. associated with original agreement, ext and/or amendments:~ Rev 10/4/17