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