Loading...
HomeMy WebLinkAboutEnvironmental Science Associates; 2021-11-30; PSA22-1623CAPSA22-1623CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 This second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Environmental Science Associates, a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated Nov. 30, 2021, (the “Agreement”), the terms of which are incorporated herein by this reference. 1.CONTRACTOR'S OBLIGATIONS Contractor shall conduct coastal California gnatcatcher surveys in accordance with the proposal dated Feb. 18, 2022, (“proposal”), attached as Appendix "A" for Coastal California Gnatcatcher Surveys, (the “Project"). The Project services shall include focused coastal California gnatcatcher surveys at the Poinsettia Station Preserve, Manzanita Partners Preserve, Morning Ridge Preserve and Emerald Pointe Preserve. 2.PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within six (6) months. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3.FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on hours worked. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $14,627. DocuSign Envelope ID: 1AE16591-A28D-450F-9BD1-6DD7B271971B March 3, 2022 PSA22-1623CA City Attorney Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT COASTAL CALIFORNIA GNATCATCHER SURVEYS TASK GROUP TIME & MATERIALS Conduct Coastal California Gnatcatcher Surveys $14,627 TOTAL (Not-to-Exceed) $14,627 CONTRACTOR Environmental Science Associates (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Barbra Calantas, SoCal Biological Resources Director (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney /// /// DocuSign Envelope ID: 1AE16591-A28D-450F-9BD1-6DD7B271971B 3/3/2022 • • • • • • • • • • • PSA22-1623CA Appendix "A" DocuSign Envelope ID: 1AE16591-A28D-450F-9BD1-6DD7B271971B • • • • • • • • • PSA22-1623CA Appendix "A" (continued) DocuSign Envelope ID: 1AE16591-A28D-450F-9BD1-6DD7B271971B PSA22-1623CA Appendix "A" (continued) DocuSign Envelope ID: 1AE16591-A28D-450F-9BD1-6DD7B271971B 1 Exhibit B Environmental Science Associates & Subsidiaries 2019/2020 Schedule of Fees I.Personnel Category Rates Charges will be made at the Category hourly rates set forth below for time spent on project management, consultation or meetings related to the project, field work, report preparation and review, travel time, etc. Time spent on projects in litigation, in depositions and providing expert testimony will be charged at the Category rate times 1.5. Labor Category Level I Level II Level III Senior Director 240 260 280 Director 190 200 215 Managing Associate 160 170 180 Senior Associate 135 145 155 Associate 105 115 125 Project Technicians 85 100 115 (a)The range of rates shown for each staff category reflects ESA staffqualifications, expertise and experience levels. These rate ranges allow ourproject managers to assemble the best project teams to meet the uniqueproject requirements and client expectations for each opportunity. (b)From time to time, ESA retains outside professional and technical labor on atemporary basis to meet peak workload demands. Such contract labor may becharged at regular Employee Category rates. (c)ESA reserves the right to revise the Personnel Category Rates annually toreflect changes in its operating costs. II.ESA Expenses A.Travel Expenses 1. Transportation a.Company vehicle – IRS mileage reimbursement rateb.Common carrier or car rental – actual multiplied by 1.15 2.Lodging, meals and related travel expenses – direct expenses multiplied by 1.15 B.Communications and Project Support Fee Non-travel expenses incurred for the duration of the agreement for project support but not itemized below, including document retention, delivery and communications. Project labor charges multiplied by 3%. PSA22-1623CA Appendix "A" (continued) DocuSign Envelope ID: 1AE16591-A28D-450F-9BD1-6DD7B271971B ESA 2019 Schedule of Fees 2 C.Printing/Reproduction Rates Item Rate/Page Sample Pricing Black & White – 8.5 x 11 $0.10 Black & White – 11 x 17 $0.20 Color – 8.5 x 11 $0.40 Color – 11 x 17 $0.70 B&W – Plotter (Toner – ECO Quality) $0.40/sf 24x36 B/W CAD drawing would cost $2.40 per sheet B&W – Plotter (Toner – Presentation Quality) $1.00/sf 24x36 B/W CAD drawing would cost $6.00 per sheet Color – Plotter (Inkjet – ECO Quality) $2.00/sf 24x36 Color Drawing would cost $12 per sheet Color – Plotter (Inkjet – Presentation Quality) $4.00/sf 24x36 Color Drawing would cost $24 per sheet CD $10.00 Digital Photography $20.00 (up to 50 images) All Other Items (including bindings and covers) At cost plus 10% D.Equipment Rates Item Rate/Day Rate/Week Rate/Month Project Specific Equipment: Vehicles – Standard size $ 40a $ 180 Vehicles – 4x4 /Truck 85 Vehicles – ATV 125 Noise Meter 100 Hydroacoustic Noise Monitoring Equipment 150 Electrofisher 300 1,200 Sample Pump 25 Field Traps 40 Digital Hypsometer (Nikon) 20 Stilling Well / Coring Pipe (3 inch aluminum) 3/ft Backpack Sprayer 25 Beach Seine 50 Otter Trawl 100 Wildlife Acoustics Bat Detector 125 400 Wildlife Trail Camera 30 100 Fiber Optic Endoscope 125 500 Spot Light 30 Spotting Scope 50 200 Topographic Survey Equipment: Auto Level 40 Total Station 200 600 DJI Quad Drone 300 1,200 RTK-GPS 300 1,200 RTK-GPS Smartnet Subscription 50 200 Trimble GPS 75 350 900 iPad/Android Tablet + 1m GNSS External Sensor (Trimble R1, Bad Elf) 75 350 900 iPad/Android Tablet only (includes Garmin Glo external sensor) 50 225 600 Laser Level 60 Garmin GPS or equivalent 25 250 PSA22-1623CA Appendix "A" (continued) DocuSign Envelope ID: 1AE16591-A28D-450F-9BD1-6DD7B271971B ESA 2019 Schedule of Fees 3 Item Rate/Day Rate/Week Rate/Month Hydrologic Data Collection, Water Current, Level and Wave Measurement Equipment: ISCO 2150 Area Velocity Flow Logger $ 25 $ 100 $ 350 Logging Rain Gage 10 40 125 Marsh-McBirney Hand-Held Current Meter 50 200 FloWav Surface Velocity Radar 50 200 Logging Water Level - Pressure Transducer 10 30 100 Logging Barometric Pressure Logger 5 15 50 Well Probe / Water Level Meter 20 80 Bottom-Mounted Tripod / Mooring 25 100 400 Handheld Suspended Sediment Sampler 20 250 Water Quality Equipment: Logging Turbidimeter/Water Level Recorder $ 25 $ 100 $ 400 Logging Conductivity/Water Level Recorder 20 60 200 In-Situ Troll 9500 logging water quality multiprobe 200 800 Logging Temperature Probe 3 10 40 Hach Hand-Held Turbidimeter Recording Conductivity Meter w/Datalogger 50 200 Refractometer 20 80 YSI Hand-Held Salinity Meter or pH meter 30 120 Hand-Held Conductivity/Dissolved Oxygen Probe (YSI 85) 40 160 HOBO Salinity Gauge 125 Water Quality Sonde 800 YSI 650 with 6920 Multi Probe 180 500 1500 ISCO 6712 Portable Sampler w/ISCO 2105 Module 40 250 900 Sedimentation / Geotechnical Equipment: Peat Corer $ 75 $ 300 60lb Helly-Smith Bedload Sampler with Bridge Crane 175 700 Suspended Sediment Sampler with Bridge Crane 75 300 Guelph Permeameter 50 200 Vibra-core 100 400 Shear Strength Vane 50 200 Auger (brass core @ $ 5/each) 20 80 Boats: 14’ Aluminum Boats with 15 HP Outboard Motor $ 100 $ 400 Single or Double Person Canoe/Kayak 30 120 20’ Lowe Boat w/115 HP Outboard 300 1,500 17' Boston Whaler w/ 90 HP Outboard 300 1,500 a Actual project charges will be either the IRS mileage reimbursement rate or the daily rate, whichever is higher. III. Subcontracts Subcontract services will be invoiced at cost multiplied by 1.15. IV. Other The fees above do not include sales tax. Any applicable or potential sales tax will be charged when appropriate. V. Payment Terms Unless otherwise agreed in writing, ESA will submit invoices on a monthly basis. PSA22-1623CA Appendix "A" (continued) DocuSign Envelope ID: 1AE16591-A28D-450F-9BD1-6DD7B271971B ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 11/29/2021 License # 0E67768 (619) 788-5795 50206 (619) 574-6288 13056 Environmental Science Associates 550 Kearny St., Suite 800 San Francisco, CA 94108 42471 A 2,000,000 X X PSB0007416 12/1/2021 12/1/2022 1,000,000 Cont Liab/Sev of Int 10,000 EXU 2,000,000 4,000,000 4,000,000 1,000,000A X PSA0002468 12/1/2021 12/1/2022 Comp.: $1,000 Coll.: $1,000 3,000,000A PSE0003196 12/1/2021 12/1/2022 3,000,000 10,000 A X PSW0004135 12/1/2021 12/1/2022 1,000,000 1,000,000 1,000,000 B Prof Liab/Ded. $25K PKC112401 12/1/2021 Per Claim 5,000,000 B Poll Liab/Ded. $25K PKC112401 12/1/2021 12/1/2022 Aggregate 5,000,000 Re: All Operations City of Carlsbad/CMWD is Additional Insured with respect to General and Auto Liability per the attached endorsements as required by written contract. Insurance is Primary and Non-Contributory. Waiver of Subrogation applies to General Liability and Workers' Compensation. 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy provisions. City of Carlsbad/CMWD Attn: Public Works Contract Administration 1635 Faraday Avenue Carlsbad, CA 92008 ENVISCI-05 MCCOWANA IOA Insurance Services 4370 La Jolla Village Drive Suite 600 San Diego, CA 92122 Ali Smith Ali.Smith@ioausa.com RLI Insurance Company Crum & Forster Insurance Company X 12/1/2022 X X X X X X X X X X X PSA22-1623CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 6619 This first Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Environmental Science Associates, ("Contractor") a California corporation, and the City of Carlsbad, ("City") dated November 30, 2021, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide environmental services and California Environment Quality Act (CEQA) document preparation in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2021 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated December 2, 2021, (“proposal”), attached as Appendix "A" for the Buena Vista Creek Concrete Channel Maintenance Program Environmental Impact Report, (the “Project"). The Project services shall create the administrative draft Program Environmental Impact Report (PEIR) for the Buena Vista Creek concrete channel maintenance project and all associated environmental technical studies needed to support the CEQA document. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work by November 30, 2024. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in DocuSign Envelope ID: B61359DB-B256-4D9C-BA63-EF2FC6FDBEDA January 24, 2022 PSA22-1623CA City Attorney Approved Version 7/19/17 2 Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $99,874. TABLE 1 FEE ALLOTMENT ADMINISTRATIVE DRAFT PEIR TASK GROUP TIME & MATERIALS Project Management $6,510 Project Description $7,410 Notice of Preparation and Scoping $9,090 Technical Memoranda $8,600 Administrative Draft PEIR $57,500 Conceptual Revegetation Plan $4,170 Permitting Strategy Memo $5,070 Expenses $1,524 TOTAL (Not-to-Exceed) $99,874 CONTRACTOR Environmental Science Associates (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Barbra Calantas, SoCal Biological Resources Director (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Geoff Patnoe, Assistant City Manager, as authorized by the City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: B61359DB-B256-4D9C-BA63-EF2FC6FDBEDA January 24, 2022 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: B61359DB-B256-4D9C-BA63-EF2FC6FDBEDA