Loading...
HomeMy WebLinkAboutContracts & Agreements_99A-2019PJ' 1 1 (1 24 19) AGREEMENT TO PERFORM PROFESSIONAL SERVICES This agreement for the provision of construction quality assurance services and groundwater testing related to a monitoring well at 1205 West Redlands Boulevard ("Agreement'') is made and entered in this 29th day of May, 2019 ( `Effective Date"), by and between the City of Redlands, a municipal corporation ("City)" and Geo -Logic Associates, Inc ("Consultant") City and Consultant are sometimes individually referred to herein as a "Party" and, together, as the "Parties " In consideration of the mutual promises contained herein, City and Consultant agree as follows I1 ARTICLE 1 — ENGAGEMENT OF CONSULTAN r City hereby engages Consultant to provide construction quality assurance services and groundwater testing related to a monitoring well at 1205 West Redlands Boulevard services for City (the "Services") 1 2 The Services shall be performed by Consultant in a professional manner, and Consultant represents that it has the skill and the professional expertise necessary to provide the Services to City at a level of competency presently maintained by other practicing professional consultants in the industry providing like and similar types of Services. ARTICLE 2 — SERVICES OF CONSULTANT 2 1 The Services that Consultant shall perform are more particularly described in Exhibit "A," entitled "Scope of Services," which is attached hereto and incorporated herein by reference 2 2 Consultant shall comply with applicable federal, state and local laws and regulations in the performance of this Agreement including, but not limited to, State prevailing wage laws AR f1CLE 3 — RESPONSIBILITIES Of CITY 3 I City shall make available to Consultant information in its possession that may assist Consultant in performing the Services 3 2 City designates Chris Boatman, Quality of Life Director, as City's representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to performance of the Services ARTICLE 4 --- PERFORMANCE OF SERVICES 4 1 Consultant shall perforin and complete the Services in a prompt and diligent manner Consultant shall complete the Services by June 30, 2019, unless the Services are terminated earliei as provided for herein 1 L 1caldtm\Agreements\Geo Logic Phase 11I Testing Professional Services.PS 1 1 5 28 19 docx.jn PS t 1 (t 24 19) 4 2 If Consultant's Services include deliverable electronic visual presentation materials, such materials shall be delivered in a form, and made available to the City, consistent with City Council adopted policy foi the same It shall be the obligation of Consultant to obtain a copy of such policy from City staff AR 1 ICLE 5 — PAYMENTS TO CONSULTANT 5 1 Total compensation for Consultant's performance of the Services shall be in a not to exceed amount of fourteen thousand five hundred eighty four dollars ($14,584) City shall pay Consultant on a time and materials basis up to the not to exceed amount in accordance with Exhibit "C" entitled ("Fee Schedule") attached hereto and incorporated herein by reference 5 2 Consultant shall submit monthly invoices to City describing the Services performed during the preceding month Consultant's invoices shall include a brief description ofthe Services performed, the dates the Services were performed, the number of hours spent and by whom, and a description of reimbursable expenses related to the Services City shall pay Consultant no later than thirty (30) days after receipt and approval by City of Consultant's invoice 5 3 Any notice or other communication required, or which may be given, pursuant to this Agreement, shall be in writing Any such notice shall be deemed delivered (i) on the date of delivery in person, (ii) five (5) days after deposit in first .,lass registered mail, with return receipt requested, (iii) on the actual delivery date if deposited with an overnight courier, or (iv) on the date sent by facsimile, if confirmed with a copy sent contemporaneously by first class, certified, registered or express mail, in each case properly posted and fully prepaid to the appropriate address set forth below, or such other address as a Party may provide notice in accordance with this section City City Clerk City of Redlands 35 Cajon Street P 0 Box 3005 (mailing) Redlands, CA 92373 Consultant Michael D Reason, Principal Geologist Geo -Logic Associates, Inc 2777 E Guasti Road, Suite 1 Ontario, CA 91761 mdreason@geo-logic com 909-626-2282 ARTICLE 6 — INSURANCE AND INDEMNIFICATION 6 1 The following insurance coverage required by this Agreement shall be maintained by Consultant for the duration of its performance of the Services Consultant shall not perform any Services unless and until the required insurance listed below is obtained by Consultant Consultant shall provide City with certificates of insurance and endorsements evidencing such insurance prior to commencement of the Services Insurance policies shall include a provision prohibiting cancellation or modification of the policy except upon thirty (30) days prior written notice to City 2 L 1ca\djmlAgrcements)Geo Logic Phase 111 res4ing Professional_Services PS 1 1 5.28 19 doexjn PS 11(12419) A Workers' Compensation and EmpIoyer's Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City, or certification to City that Consultant is self-insured or exempt from the workers' compensation laws of the State of California Consultant shall execute and provide City with Exhibit "D" entitled "Workers' Compensation Insurance Certification," which is attached hereto and incorporated herein by this reference prior to performance of the Services 13 Comprehensive General Liability insurance with carriers acceptable to City in the minimum amount of One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000) aggregate, for public liability, property damage and personal injury is required City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City C Business Auto Liability coverage, with minimum limits of One Million Dollars ($1,000,000) pei occurrence, combined single limit bodily injury liability and property damage liability This coverage shall include all Consultant owned vehicles used in connection with Consultant's provision of the Services, hired and non -owned vehicles, and employee non -ownership vehicles City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self- insurance maintained by City D Consultant is expressly prohibited from assigning or subcontracting any of the Services without the prior written consent of City In the event of mutual agreement by the Parties to assign or subcontract a portion of the Services, Consultant shall add such assignee or subcontractor as an additional insured to the insurance policies required hereby and provide City with the insurance endorsements prior to any Services being performed by the assignee or subcontractor 6 2 Consultant shall defend, indemnify and hold harmless City and its elected officials, employees and agents from and against any and al] claims, losses or liability, including attorneys' fees, arising from injury or death to persons or damage to property occasioned by any negligent act or omission by, or the willful misconduct of, Consultant, or its officers, employees and agents in performing the Services ARTICLE 7 — CONFLICTS OF INTEREST 7 I Consultant covenants and represents that it does riot have any investment or interest in any real property that may be the subject of this Agreement or any other source of income, interest in real property or investment that would be affected in any manner or degree by the performance of Consultant's Services Consultant further covenants and represents that in the performance of its duties hereunder, no person having any such interest shall perform any Services under this Agreement 7 2 Consultant agrees it is not a designated employee within the meaning of the Political Reform Act because Consultant. 3 L 1ca\djm\Agreements\Geo Logic Phase III Testing Professional Servic s,PS 115 28 19 docx jn PSI 1 (1 24 19) A Does not make a governmental decision whether to (i) approve a rate, rule or regulation, or adopt or enforce a City law, (ii) issue, deny, suspend or revoke any City permit, license, application, certification, approval, order or similar authorization or entitlement, {iii) authorize City to enter into, modify or renew a contract, (iv) grant City approval to a contract that requires City approval and to which City is a party, or to the specifications for such a contract, (v) grant City approval to a plan, design, report, study or similar item, (vi) adopt, or grant City approval of, policies, standards or guidelines for City or for any subdivision thereof 13 Does not serve in a staff capacity with City and in that capacity, participate in making a governmental decision or otherwise perform the same or substantially the same duties for City that would otherwise be performed by an individual holding a position specified in City's Conflict of Interest Code under Government Code section 87302. 73 In the event City determines that Consultant must disclose its financial interests, Consultant shall complete and file a Fair Political Practices Commission Form 700, Statement of Economic Interests, with the City Clerk's office pursuant to the written instructions provided by the City Clerk ARTICLE 8 — GENERAL CONSIDERATIONS 8 1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the use of in- house counsel by a Party 8 2 Consultant shall not assign any of the Services, except with the prior written approval of City and in strict compliance with the terms and conditions of this Agreement Any assignment or attempted assignment without such prior written consent may, in the sole discretion of City, results in City's immediate termination of this Agreement 8 3 Consultant is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor Neither City nor its agents shall have control over the conduct of Consultant or Consultant's employees, except as herein set forth Consultant shall supply all necessary tools and instrumentalities required to perform the Services Assigned personnel employed by Consultant are for its account only, and in no event shall Consultant or personnel retained by it be deemed to have been employed by City or engaged by City for the account of, or on behalf of City Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent, nor shall Consultant have any authority, express or implied, to bind City to any obligation 4 L Ica\djm1Agrcementslaeo Logic Phase 111 Testing Professional Services.PS 1 1 5 28 19 docx_in PS 1 1 (1 24 19) 8 4 This Agreement may be terminated by City, in its sole discretion, by providing not less than five (5) days prior written notice to Consultant of City's intent to terminate If this Agreement is terminated by City, an adjustment to Consultant's compensation shall be made, but (I) no amount shall be allowed for anticipated profit or unperformed Services, and (2) any payment due Consultant at the time of termination may be adjusted to the extent of any additional costs to City occasioned by any default by Consultant Upon receipt ofa termination notice, Consultant shall immediately discontinue its provision of the Services and, within five (5) days of the date of the termination notice. deliver or otherwise make available to City, copies (in both hard copy and electronic form. where applicable) of project related data, design calculations, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by Consultant in performing the Services Consultant shall be compensated on a pro -rata basis for Services completed up to the date of termination 8 5 Consultant shall maintain books ledgers, invoices, accounts and other records and documents evidencing costs and expenses related to the Services for a period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant pursuant to this Agreement Such books shall be available at reasonable times for examination by City at the office of Consultant 8 6 This Agreement, including the Exhibits incorporated herein by reference, represents the entire agreement and understanding between the Parties as to the matters contained herein, and any prior negotiations, written proposals or verbal agreements relating to such matters are superseded by this Agreement Except as otherwise provided for herein, any amendment to this Agreement shall be in writing, approved by City and signed by City and Consultant 8 7 This Agreement shall be governed by and construed in accordance with the laws of the State of California 8 8 If one or more of the sentences, clauses, paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction, the same shall be deemed severable from the remainder of this Agreement and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs 01 sections contained herein, unless to do so would deprive a Party ofa material benefit of its bargain under this Agreement 5 L 1caldimlAgrecmentslCeo Logic Phase 111 "resting Professional Services.PS 1 1 5.28 19 dacx�n PS -1 1 (1.24 19) IN WITNESS WHEREOF, duly authorized representatives of City and Consultant have signed in confirmation of this Agreement. Assistant City Manager Attest e Donaldson, City Clerk GEO-LOGIC ASSOCIATES, INC. Y Michael D Reason, Principal Geologist 6 L.lcaldjm\Agrccments\Geo Logic Phase Iii Testing Professional.Services.PS 1 1 5.28 19.doex.n PS I 1 (1 24 19) EXHIBIT "A" SCOPE OF SERVICES Scope of work includes the oversight of the excavation of one soil boring sampling and testing of well B-4 and existing well B-3 GLA assumes that access to the proposed testing locations will be granted and that site conditions will allow for the performance of the proposed field activities Project tasks are detailed below TASK 1 PROJECT WORK Upon receipt of a notice to proceed, GLA will update the site-specific Health and Safety Plan (HASP) that evaluates hazards that may be encountered while performing field activities, and the course of action that will be taken if an injury is sustained Prior to the City's contractor conducting drilling, GLA will obtain a well permit from the County of San Bernardino Department of Environmental Health Services and contact Underground Service Alert of Southern California (DigAlert) so that utility locations can be marked at the site GLA will perform a site visit prior to contacting DigAlert so that borehole location can be clearly marked prior to utility locating During the field investigation, GLA field personnel will monitor the drilling program for general compliance with the approved scope of work, work plan, and the HASP OVERSIGHT OF DRILLING GLA will observe the excavation of one soil boring at the approximate location shown on Figure 1 as performed by City contractor A GLA field geologist/engineer will maintain detailed logs of lithologic materials encountered during drilling and supervise all field activities After completion of all field activities, GLA will ensure that locations where sampling activities occurred are restored as close as possible to their original condition 7 1 IcatdhmlAgreemenls\Geo Logic Phase 111 Testing Professional Services.PS 1 1 5.28 19 docx jn PS -1 1 (1 24 19) Figure 1 Tentative Boring Location Map Investigation Derived Waste Disposal Based on the analytical results from soil samples analyzed during the 2017 site assessment, GLA assumes that soil cuttings and groundwater generated during drilling may be contaminated with petroleum hydrocarbons Therefore, GLA will ensure all soil, decontamination rinse water, and purge water derived from well B-4 will be containerized in California Department of Transportation (Caltrans) -approved, 55 -gallon steel drums and labelled accordingly based on the results of analytical testing Labels will comply with all regulatory guidelines for such Upon completion of drilling by the City's Contractor, GLA will verify all drums will be removed and transported to a licensed facility for proper disposal For budgeting purposes, it is assumed that 12 drums of contaminated soil and 3 drums of decontamination water will be transported to and disposed of at a licensed facility GLA intends to contract the services of HazMat Trans Inc of San Bernardino, California to complete the IDW classification, hauling, and disposal Groundwater Sampling Within one week of development of the well by City's Contractor, the newly installed well B-4 will be sampled in conjunction with well B-3 Groundwater levels will be gauged using an electronic water level sounder to within 0 01 -foot accuracy After gauging, the wells 8 LlcaldimWgreements\Geo Logic Phase 111 Testing Professional Services PS 1 1 5.28 19 docx.jn P4 1 1 (1 24 19) will be purged using dedicated, disposable, polyethylene hand bailers A minimum of three casing volumes will be bailed from the wells to ensure that representative samples of formation groundwater are obtained If the wells are purged dry, they will be sampled when the well has recharged sufficiently for sample collection During purging, groundwater field parameters including dissolved oxygen (DO), oxidation-reduction potential (ORP), electrical conductivity (EC), pH, and temperature will be measured using a YSI 556 MPS meter, or equivalent device To minimize volatilization and ensure sample integrity, a polyethylene bottom -emptying device will be used to transfer the groundwater sample from the bailer to the appropriate containers Samples collected for VOC analysis will be transferred from bailers into laboratory -prepared 40 -milliliter (mL) glass sample bottles that contain a laboratory -approved preservative The bottled groundwater samples will be labeled and preserved on ice in an insulated cooler for delivery to the subcontract laboratory Groundwater samples will be analyzed for VOCs, including BTEX and oxygenates, using EPA Method 82606, for TPH as gasoline and as diesel/motor oil using EPA Method 8015B, and for lead using EPA Method 200 8 Groundwater samples will be accompanied by full chain -of custody documentation at all times TASK 2 — REPORTING Upon completion of the well installation, development, and receipt of analytical data, GLA will prepare an installation report for well B-4 and will include discussions of work performed and the groundwater analytical results for B-3 and B-4 The conclusions and recommendations section will include a comparison of analytical data and the level of groundwater impacts, if any, between the two wells The report will be prepared under the direct supervision of a California -licensed geologist that has experience as an environmental professional with specific experience in fuel -based contamination and remediation Report preparation will follow the general guidelines provided in ASTM E1903-11, and will include a certification statement indicating such GLA will prepare a draft well installation report for submittal to the City for a brief review and comment period After the City has reviewed the document, GLA will respond to City comments and questions, and promptly finalize the report Upon finalization, GLA will submit the final draft of the report Only one City review and comment period has been assumed for this scope of work 9 L ticaldjm3Agrcements\Geo Logic Phase III I esting Professional Services.PS I 1 5.28 19 docx.)n PS 1 1 (1 24 19) EXHIBIT r?BU PROJECT SCHEDULE GLA is prepared to initiate work on this project immediately upon notice to proceed Permitting will require about two weeks Oversight of the well drilling, well installation, and well development will require approximately 3 days Sampling will require about one-half day, and laboratory testing will require about two weeks (assuming normal laboratory turn -around times for the samples). The draft report will be submitted to the City within three weeks of groundwater sample collection ]0 L Icaldjmlhgreements\Geo Logic Please 11I i estmg Professional Servjces.PS 1 1 5 28 19 doex jn PS 1 1 (1 24 19) EXHIBIT "C" Fee Schedule Title Rate Prin Pro 1 $242/hr Staff Pro III $126/hr CADD Manager I $100/hr Tech IV $136/hr GW Sampling Fquipment $15/hr Vehicle $14/hr Survey/ $3583 flat Lab Analyst2 $668 flat Disposal of IDW3 $3,080 Notes (1) Survey cost for as -built location (2) Costs based on BCL laboratory rates for 2 sets of VOC, TPH g, o,&d, and Lead analyses (3) Disposal based on KVAC pricing 11 L lcaidpnlAgrcements\Geo Logic Phase III TestFng Professional Servsces.PS 1 15.28 19 docxin PS 1 1 (1.24 19) EXHIBIT "D" WORKERS' COMPENSATION INSURANCE CERTIFICATION Every employer, except the State, shall secure the payment of compensation in one or more of the following ways (a) By bang insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this State (b) By securing from the Director of Industrial Relations, a certificate of consent to self -insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his or her employees CHECK ONE -/ I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work and activities required or permitted under this Agreement (Labor Code §1861) I affirm that at all times, in performing the work and activities required or permitted under this Agreement, I shall not employ any person in any manner such that 1 become subject to the workers' compensation laws of California However, at any time, if I employ any person such that I become subject to the workers' compensation laws of California, immediately I shall provide the City with a certificate of consent to self -insure, or a certification of workers' compensation insurance I certify under penalty of perjury under the laws of the State of California that the information and representations made in this certificate are true and correct GEO-LOGIC ASSOCIATES, INC B Y Michael Reason, Principal Geologist 12 L•lealdjmlAgreements\Geo Logic Phase 111 Testing Professional Services PS 1 1 5.28 19 docx•jn Date /11? 2./J '1,p) 9 r oM1V Rt/sIDS "ACnYTHAr'WoRxs" Sole Source/ Single Source/ Standardization Form For procurement of supplies, equipment and services valued at $5,000 and over NOTE Every question must be answered with appropriate documentation attached; incomplete forms will be immediately rejected by Purchasing. Date 5/23/19 TO. Purchasing Division FROM. Quality of Life Department Purchase Requisition # 78502 Estimated Total Cost: $ 14,854 00 Proposed Vendor: Geologic Request Term: nia This form must accompany the purchase document whenever an exception to the competitive process is requested. Requests for goods and/or services from a specific vendor or limited to a specific brand, where substitutes to the recommended vendor or brand are unacceptable, must be accompanied by a written justification explaining the circumstances that make alternatives unacceptable The City Manager will determine whether the justification is appropriate Requests for exception must be supported by factual statements that will pass an audit EXCEPTION TO BIDDING AND DISCLOSURE STATEMENT 2 Page INSTRUCTIONS 1 Please check all applicable categories (a through 1) below and provide additional information where indicated a The requested product is an integral repau part or accessory compatible with existing equipment • Existing Equipment Manufacturer/Model Number Age Current Estimated Value b The requested product has unique design/performance specifications or quality requirements that are not available in comparable products c I have standardized the requested product and the use of another brand/model would require considerable time and funding to evaluate d The requested product is one in which I (and/or my staff) have specialized trainmg and/or extensive expertise Retraining would incur substantial cost m time and/or funding e The requested product is used or demonstration equipment available at a lower -than - new cost Repair/Maintenance service is available only from manufacturer or designated service representative g Upgrade to or enhancement of existing software is available only from manufacturer h Service proposed by vendoi is unique, therefore, competitive bids are not available or applicable 1 Othei factors (provide detailed explanation m #2 below) 2 Provide a detailed explanation and pertment documentation for each category checked in item 1 above Attach additional sheets if necessary Geologic performed the Phase 11 testing, and were involved with the discussions with the Water Board on what further testing is required They have unique knowledge of the case that would take extra time and extra cost to provide to another company Rev 1 31 19 EXCEPTION TO BIDDING AND DISCLOSURE STATEMENT 3 Page 3 Was an evaluation of other equipment, products, or services performed? Yes • No If yes, please explain the type of evaluation performed and provide all supporting documentation 4. List below the name of each individual who was involved in the evaluation, if conducted, and in making the recommendation to procure this product or service Attach additional information, if necessary 5 Explain what action(s) the department would take of the sole/single source services were no longer available We would have to find another qualified company to conduct the testing 6. I certify that the above information is accurate to the best of my knowledge, and a signed copy of this document will be kept on file and available for audit in my department Tf ICIa Swope Daitelt 2019.052309x115:38-0700 5123119 Prepared by Date epartment Director Date /? Purchasing Approvals 63/M Purchasmg Agent Approval Date Rev 1 31 19 (twit }�(litttivN 6-17-t1 ager Approval Date Requesting Prepared Authorized Person Delivery W9 Dept QUALITY OF LIFE Purchase Requisition # 78502 by Tricia Swope Date 5/23/2019 Suggested Address Phone # Email Vendor 2777 E Guasti Rd, St Geologic by ‘--------P-7--_ Date 0�.7,/,q 1, Ontario, CA 91761 to contact if ions arise Tricia Swope Ext 47010'/ 909 626-2282 Fax # address Dept mdreason@geo-Ioaic.com X On file Attached For use by Purchasing Purchasing Agent/ City Manager Approval Department only. Insurance X On file Attached NA Business License On file Attached NA Annual Account PO Term X NA P0# Date Number 406130 725 ITEM DESCRIPTION QTY UNIT PRICE TOTAL 1 Construction Quality Assurance Services 1 $ 14,584.00 $14,584 00 2 and groundwater testing related to a monitoring well at 1205 W Redlands Blvd 3 4 5 6 7 8 Additional Instructions/Com Estimated Estimated Shipping Estimated in Book Tax Total $ 14,584 00 NOTE PLEASE PROVIDE ALL QUOTES YOU MAY HAVE White Copy-Purchasing Yellow Copy Remains