HomeMy WebLinkAboutContracts & Agreements_66-2002_CCv0001.pdf AGREEMENT TO FURNISH
CONSULTING SERVICES FOR OPERATION AND EXPANSION
OF THE CALIFORNIA STREET LANDFILL
This Agreement is made and entered into this 7th day of May 2002, by and between the City of
Redlands, a municipal corporation (hereinafter "City") and Vector Engineering, Inc., hereinafter
("Consultant"}.
In consideration of the mutual promises, covenants and conditions hereinafter set forth, City and
Consultant hereby agree as follows:
ARTICLE] - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant,and Consultant hereby accepts the engagement,to perform
professional engineering services("Services")for operational support and expansion of the
City's California Street Landfill, located at 2151 Nevada Street, Redlands, California
("Project").
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 high quality
Services for the Project at the level of competency presently maintained by other practicing
professional engineers in the industry providing like and similar types of services.
ARTICLE 2 - SERVICES OF CONSULTANT
2.1 The specific Services which Consultant shall perform are more particularly described in
Attachment"A,"entitled"Scope of Work,"which is attached hereto and incorporated herein
by this reference.
2.2 Consultant hereby agrees to abide by all applicable Federal, State and local rules, laws and
regulations in the performance of this Agreement including but not limited to all applicable
Labor Code and prevailing wage laws.
ARTICLE 3 - RESPONSIBILITIES OF CITY
1.1 City shall make available to Consultant information in its possession that is pertinent to the
performance of Consultant's Services.
3.2 City will provide access to and make provisions for Consultant to enter upon City-owned
property or right-of-way as required by Consultant to perform the Services.
3.3 City designates Gary Van Dorst,Project Manager,to act as its representative with respect to
Manager,
the Services to be performed under this Agreement.
I
ARTICLE 4 - PERIOD OF SERVICE
4.1 Consultant shall perform the Services in a prompt and diligent manner and in accordance
with the schedule set forth in Attachment"B", entitled"Project Schedule".
ARTICLE 5 - PAYMENTS TO THE CONSULTANT AND NO-TICE
5.1 The total compensation for Consultant's performance of the Services shall not exceed
$125,000 in accordance with Attachment C -Project Costs. City shall pay Consultant on a
time and materials basis at the hourly rates shown in Attachment D-Fee Schedule.
5.2 Consultant shall bill City within ten days following the close of each month by submitting
an invoice indicating the Services performed,who performed the Services,indirect costs,and
the detailed cost of all Services including backup documentation. Payments by City to
Consultant shall be made within 30 days after receipt and approval of Consultant's invoice,
by warrant payable to Consultant.
5.3 All notices, bills and payments shall be made in writing and may be given by personal
delivery or by mail. Notices,bills and payments sent by mail shall be addressed as follows:
City Consultant
Gary Van Dorst Scott Purdy, President, CEO
Solid Waste Division Vector Engineering, Inc.
35 Cajon Street 12438 Loma Rica Dr., Suite C
P. O. Box 3005 Grass Valley, CA 95945
Redlands, CA 92373
When so addressed, such notices shall be deemed given upon deposit in the United States
Mail. In all other instances,notices,bill and payments shall be deemed given at the time of
actual delivery. Changes may be made in the names and addresses of the person to whom
notices,bills, and payments are to be given by giving notice pursuant to this paragraph.
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6.1 Consultant's Insurance to be Primary
All insurance required by this Agreement is to be maintained by Consultant for the duration
of this Project and shall be primary with respect to City and non-contributing to any
insurance or self-insurance maintained by the City. Consultant shall provide City with
Certificates of Insurance and endorsements evidencing such insurance within fifteen (15)
days of execution of this Agreement,or prior to commencement of work,whichever occurs
first.
2
6.2 Workers' Compensation and Emplover',s Liability
A. Consultant shall secure and maintain Worker Compensation and Employer's
Liability insurance throughout the duration of this Agreement in an amount which
meets the statutory requirement with an insurance carrier acceptable to the City.
Such insurance shall be primary and non-contributing to any insurance or self-
insurance maintained by the City. The insurance policy shall include a provision
prohibiting cancellation of said policy except upon thirty (30) days prior written
notice to City. Certificates of Insurance shall be delivered to City within fifteen(15)
days of execution of this Agreement or prior to commencement of work,whichever
occurs first.
B. Consultant expressly waives all rights to subrogation against the City, its officers,
employees and volunteers for losses arising from work performed by Consultant for
City by expressly waiving Consultant's immunity for injuries to Consultant's
employees and agrees that the obligation to indemnify, defend and hold harmless
provided for in this Agreement extends to any claim brought by or on behalf of any
employee of Consultant. This waiver is mutually negotiated by the parties. This
shall not apply to any damage resulting from the sole negligence of City, its agents
and employees. To the extent any of the damages referenced herein were caused by
or resulted from the concurrent negligence of City, its agents or employees, the
obligations provided herein to indemnify, defend and hold harmless is valid and
enforceable only to the extent of the negligence of Consultant,its officers,agents and
employees.
6.3 14nid Harmless and Indemnification. Consultant shall indemnify,hold harmless and defend
City and its elected officials, agents, and employees from and against any and all claims,
losses or liability, including attorney's fees, arising from injury or death to persons or
damage to property occasioned by any act, omission or failure of Consultant, its officer,
agents and employees in performing the Services required by this Agreement. Consultant's
obligations under this provision shall not be limited in any way by any terms of this
Agreement, or the insurance limits.
6.4 Assignment. Consultant is expressly prohibited from subletting or assigning any of the
services covered by this Agreement without the express written consent of City. In the event
of mutual agreement between parties to sublet a portion of the Services,the Consultant will
add the subcontractor as an additional insured and provide the City with the insurance
endorsements prior to any work being performed by the subcontractor. Assignment does not
include printing or other customary reimbursable expenses that may be provided in this
Agreement.
3
6.5 Corot Irehensive General Liability Insurance. Consultant shall secure and maintain in force
throughout the duration of the Agreement comprehensive general liability insurance with
carriers acceptable to City. Minimum coverage 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 the
insurance policy shall include a provision prohibiting cancellation of said policy except upon
thirty(30)days prior written notice to the City. Such insurance shall be primary and non-
contributing to any insurance or self-insurance maintained by City. Certificates of insurance
and endorsements shall be delivered to City within Meyer
15) dayof execution of this
Agreement or prior to commencement of work, icoccurs first.
6.6 Professional Liability Insurance. Consultant shall secure and maintain professional liability
insurance throughout the duration of this Agreement in the amount of one million dollars
($1,000,000)per claim made for the term of this Agreement. The consultant must obtain an
endorsement extending the reporting period twelve (12)months beyond the current shall
expiration date of February 13,2003. Certificate of liabilityinsurance and endorsement
be delivered to City within fifteen (l 5) days of execution of this Agreement or prior to
commencement of work,whichever occurs first.
6.7 Business Auto Liability Insurance. Consultant shall have business auto liability coverage,
with minimum limits Of One million($1,000,000)per occurrence,combined single limit for
bodily injury liability and property damage liability. This coverage shall include all
consultant owned vehicles used on the project,hired and non-owned vehicles,and employee
non-ownership vehicles. The City shall be named as an additional insured and a certificate
of insurance shall be delivered to City within fifteen (15) days of execution of this
Agreement or prior to commencement of work, whichever occurs first.
ARTICLE 7 - GENERAL CONSIDERATIONS
7.1 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.
7.2 Consultant shall not assign any of the Services required by this Agreement,except with and
the
ity and in strict compliance with the terms, provisions
prior written approval of C
conditions of this Agreement.
7.3 Consultants key personnel for the Project will be Scott Purdy.Cnsult agrees that tnot be
he key
personnel shall be made available and assigned to the Projecto, andhat they shall
replaced without concurrence from City.
7.4 All documents, records, drawings, designs, costs estimates, electronic data files and
databases and other project documents developed by the Consultant pursuant to this
4
Agreement shall become the property of City and shall be delivered to City upon completion
of the Services or upon the request of City.
7.5 Consultant is for all purposes an independent contractor. All personnel employed by
Consultant are for its account only, and in no event shall Consultant or any 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.
7.6 Nothing in this Agreement shall give Consultant authority with respect to any City decision
beyond the consulting services as outlined herein and specifically as set forth in Attachment
4`xl'"Scope of Work,"and the rendition of information,advice,recommendation or counsel.
7.7 Consultant shall supply all tools and instrumentalities required to perform the consulting
services in this Agreement.
7.8 Unless earlier terminated, as provided for below, this Agreement shall terminate upon
completion and acceptance by City of the Services.
7.9 This Agreement may be terminated by the City,without cause,by providing thirty(30)days
prior written notice to the Consultant(delivered by certified mail,return receipt requested)
of intent to terminate.
7.10 Upon receipt of a termination notice,Consultant shall(1)promptly discontinue all services
affected,and(2)deliver or otherwise make available to City,copies(in both hard copy and
electronic form,where applicable)of any 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 required by this Agreement.
Consultant shall be compensated on a pro-rata basis for any work completed by Consultant
up until Notice of Termination.
7.11 Consultant shall maintain books and accounts of all Project related payroll costs and all
expenses. Such books shall be available at all reasonable times for examination by the City
at the office of Consultant.
7.12 This Agreement,including the attachments incorporated herein by reference,represents the
entire agreement and understanding between the parties and any prior negotiations,proposals
or oral agreements are superseded by this written Agreement. Any amendment to this
Agreement,to be effective,shall be in writing and approved by the City Council of City and
signed by City and Consultant.
7.13 This Agreement shall be governed by and construed in accordance with the laws of the State
of California.
5
IN WITNESS WHEREOF,duly authorized representatives of the City and Consultant have signed
in confirmation of this Agreement.
City of Redlands Vector Engineering, Inc.
("City") ("Consultant")
By: By:
KARL N.HAWS VINCE SURYASASMITA
Mayor Executive Vice President
DATE: May 7, 2002
ATTEST:
City�lerk, City o cam' ands
6
AGREEMENT TO FURNISH
CONSULTING SERVICES FOR EXPANSION
OF THE CALIFORNIA STREET LANDFILL
ATTACHMENT A
SCOPE OF WORK
7
ATTACHMENT A—SCOPE OF WORK
Task 1: Finalize Joint Technical Document
Based on the preparation of the Preliminary Design Report and meetings with the RWQCB,modify
and finalize the Joint Technical Document fort expansion of the California Street Landfion
ll.
Modifications to the bottom liner and capping system for the expansion will be made based
changes directed by the RWQCB. Quantities, site life,and drawings will be updated as necessary.
Deliverables: Joint Technical Document
Task 2: Support for CEQA and Response to Comments
Task 2 involves providing support to the City during the remaining CEQA process and addressing
comments and revisions from the RWQCB. Vector will review and revise/update the draft EIR as
necessary to address the latest changes involving the design of the expansion. These updates and
changes will be provided to Dodson for completion of the EIR.
Deliverables: Responses to Comments and Update of Draft EIR
Task 3: Phase I Expansion Design & Bid Package Preparation
Task 3 will consist of preparing a final design report, construction specifications, bid package,
construction quality assurance plan, and drawings associated with the Phase I Expansion at the
California Street Landfill. The final design report will consist of the following components:
Along with the design report, the technical specifications, CQA plan, bid package, and drawings
associated with the first phase of development will be prepared. The drawings will be construction
ready and show all the grades and liner system components. The drawings to be prepared will
include, but not be limited to the following:
Cover sheet
Existing site plan
Grading plan
Liner system layout
Leach collection and removal system layout
Surface drainage
Details.
The original plans (on mylars) and reproducible specifications will be delivered to the City for
copying, for bidding and for record purposes. Electronic files of the plans on disk in AutoCAD
format and of the specifications in MS Word will be provided to the City.
8
For the preparation of the project manual (specifications,bid package, and CQA plan),Vector will
look to the City for assistance in preparation of the bidding requirements,contract forms,and general
requirements. Vector will provide typical language from other projects, which the City engineers
can modify for site specific conditions. As discussed,Vector will work with the City such that our
final design costs can be reduced as reflected in Schedule C,Cost Estimate. Should the City prefer
to have Vector prepare the above information, we will provide a detailed cost estimate prior to
initiating the work.
As part of the work, Vector will prepare a bid sheet, quantities, and an engineer's estimate of
construction costs.
Deliverables: Phase I Drawings, Design Report, and Project Manual.
Task 4: Other Tasks
Task 4 will cover unforeseen contingencies that may arise during the course of the above three tasks.
Any work done under Task 4 will be conducted per the written authorization of the City of Redlands
at the unit rates provided in Attachment D. Other tasks may include meetings with the regulatory
agencies, additional analysis of material properties, design changes, etc.
9
AGREEMENT TO FURNISH
COINSULTING SERVICES FOR OPERATION
AND EXPANSION
OF THE CALIFORNIA STREET LANDFILL,
ATTACHMENT B
PROJECT SCHEDULE
10
ATTACHMENT B - SCHEDULE
Task I - Finalize Joint Technical Document
The Joint Technical Document will be completed by the end of May 2002.
Task 2 - CEQA Support
Comments to the draft EIR will be completed and forwarded to Dodson by the end of May
2002.
Task 3 - Phase I Expansion Design & Bid Package Preparation
Preparation of thetechnical specifications,construction drawings,bidding documents, CQA
plan, design report, and engineer's estimate will be complete by the end of June 2002.
Task 4 - Other Tasks
Work under this task provided per written authorization and schedule.
1t
AGREEMENT TO FURNISH
CONSULTING SERVICES FOR OPERATION
AND EXPANSION
OF THE CALIFORNIA STREET LANDFILL
ATTACHMENT C
PROJECT COSTS
12
CALIFORNIA STREET LANDFILL-CITY OF REDLANDS
SUMMARY OF PROFESSIONAL SERVICES-VECTOR ENGINEERING, INC
Expansion Design
Budgeted Previous Current Remaining
Hours Costs Hours Costs Hours Costs Hours Costs
Task 1 -Finalize Joint Technical Document
Scott Purdy-CEG $100/hr 24 $ 2,400 0 $ - 0 $ - 24 $ 2,400.00
Woodward/Ramey/Twede/Leduc/Shafer $90/hr 64 $ 5,760 0 $ - 0 $ - 64 $ 5,760.00
Russell $75/hr 16 $ 1,200 0 $ - 0 $ - 16 $ 1,200.00
Dodge/Campbell-Lund $65/hr 117 $ 7,605 0 $ - 0 $ - 117 $ 7,605.00
Butler$40/hr 24 $ 960 0 $ - 0 $ - 24 $ 960.00
Total -Task 1 245 $ 17,925 0 $ - 0 $ - 245 $ 17,925.00
Task 2 -CEQA Support/Response to Comments
Scott Purdy-CEG $100/hr 40 $ 4,000 0 $ - 0 $ - 40 $ 4,000.00
Woodward/Ramey/Twede/Shafer $90/hr 64 $ 5,760 0 $ - 0 $ - 64 $ -5,760.00
Russell $75/hr 24 $ 1,800 0 $ - 0 $ - 24 $ 1,800.00
Dodge/Campbell-Lund $65/hr 36 $ 2,340 0 $ - 0 $ - 36 $ 2,340.00
Butler$40/hr 8 $ 320 0 $ - 0 $ - 8 $ 320.00
Total -Task 2 172 $ 14,220 0 $ - 0 $ - 172 $ 14,220.00
Task 3 - Phase 1 Detailed Design & Bid Package Preparation
Scott Purdy -CEG $100/hr 140 $ 14,000 0 $ - 0 $ - 140 $ 14,000.00
Woodward/RameylTwede $90/hr 260 $ 23,400 0 $ 0 $ 260 23,400.00_
Russell $75/hr 200 $ 15,000 0 $ - 0 $ 3,4400 0.00
DodgelCampbell-Lund$65/hr $ - 200 $ 15,000,00
300 $ 19,500 0 $ - 0 $ - 300 $ 19,500.00
Butler$40/hr
120 $ 4,800 0 $ _ 0 $
Soils Laboratory Testing 1 $ 5,500 0 $ - 0 $ - 1201 $ 4,800.00
Total -Task 3 1020 $ 82,200 0 $ - 0 - 1 $ 5,500.00
Task 4-Other Tasks $ - 1020 $ 82,200.00
Scott Purdy-CEG $100/hr 39 $ 3,900 0 $ _ 0 $ 39 _3,900.00
Woodward/Ramey/Twede $90/hr 40 $ 3,600 0 $ - 0 $ - 40 $ 3,600.00
Russell $75/hr 18 $ 1,350 0 $ - 0 $ - 18 $ 1,350.00
Dodge/Campbell-Lund$65/hr 21 $ 1,365 0 $
Butler$40/hr 0 $ 21 $ 1,365.00
Total -Task 4 -
11 $ 440 0 $ - 0 $ - 11 $ 440.00
Total Project Costs 118 $ 10,655 0 $ 0 $ - 118 $ 10,655.00
1437 $ 114,345 0 7 - 0 $ 1437 $ 125,000.00
Vector Engineering, Inc. Job No. 981020.13
AGREEMENT TO FURNISH
CONSULTING SERVICES FOR OPERATION
AND EXPANSION
OF THE CALIFORNIA STREET LANDFILL
ATTACHMENT D
FEE SCHEDULE
14
Attachment D - Fee Schedule
The unit rates for personnel will be provided under the following categories and
individuals. Direct expenses will be converted to personnel hours.
Principal Professional (Purdy) - $100/hr.
Senior Professional (Ramey/WoodwardfFwede/Leduc/Shafer) - $90 hour
Project Professional (Russell) - $75 hour
Staff Professional (Dodge/Campbell/Hemmen) - $65 hour
Clerk (Butler/Steams) - $40
15