Loading...
HomeMy WebLinkAboutContracts & Agreements_98-2004_CCv0001.pdf AGREEMENT FOR PROFESSIONAL SERVICES FOR DESIGN, PERMITTING AND INSTALLATION OF FLARE MODIFICATIONS TO INCORPORATE DIGESTER GAS This Agreement is made and entered into this 6th day of July, 2004 by and between the City of Redlands, a municipal corporation (hereinafter "City") and Janechek & Associates hereinafter("Consultant"). In consideration of the mutual promises contained herein, City and Consultant agree as follows: ARTICLE I - ENGAGEMENT OF CONSULTANT 1.1 City hereby engages Consultant to perform design, permitting and installation services 4:� associated with the evaluation and modification of City's existing LFG Flare as a means to combust digester gas in order to meet South Coast Air Quality Management District requirements (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 ID professional consultants in the industry providing like and similar types of services. ARTICLE 2 - SERVICES OF CONSULTANT 2.1 The Services which Consultant shall perform are more particularly described in Exhibit "A" entitled "Scope of Work" which is attached hereto and incorporated herein by this reference. 2.2 Consultant shall comply with 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 commencing at California Labor Code section 1770 et. sLeq. and non-discrimination laws including the American's with Disabilities Act. 2.3 Consultant further understands that if it violates the provisions of the California Labor Code relating to prevailing wage, that City may enforce the California Labor Code by withholding of contract payments to Consultant or subcontractor pursuant to Labor Code sections 1726, 1727 and 1771.6. 2.4 If Consultant executes an agreement with a subcontractor to perform any part of the Services, Consultant shall comply with California Labor Code section 1775 and 1777.7 including providing the subcontractor with copies of the provisions of Sections 1771, i:leni\agreej anechek 1775, 1776, 1777.5, 1813 and 1815 of the Labor Code. Consultant acknowledges that the statutory provisions for penalties for failure to comply with state wage and hour laws and to pay prevailing wages may be enforced by the City pursuant to Labor Code sections 1775 and 1813. ARTICLE 3 -RESPONSIBILITIES OF CITY 3.1 City shall make available to Consultant information in its possession that is relevant to the performance of Consultant's Services. 3.2 City will provide Consultant with access to City-owned property to perform the Services. 3.3 City designates Doug Headrick to act as its representative with respect to the Services to be performed under this Agreement. 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 "Proposed Schedule." ARTICLE 5 -PAYMENTS TO THE CONSULTANT 5.1 The total compensation for Consultant's performance of the Services shall not exceed the amount of$109,145.34. City shall pay Consultant on a time and materials basis up to the not to exceed amount, in accordance with Exhibit "C" entitled "Project Costs," based upon the hourly rates shown in Exhibit "D" entitled"Fee Schedule." 5.2 Consultant shall bill City within ten days following the close of each month by submitting an invoice indicating the portion of 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. 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 JANECHEK& ASSOCIATES Doug Headrick Alan Janechek Municipal Utilities Department Janechek & Associates P.O. Box 3005 248 Hili Place Redlands Ca 92373 Costa Mesa CA 92627 (909) 798-7658 (949) 887-5422 FAX (909) 798-7670 FAX (909) 515-7789 Nem\agree\janeehek 2 When so addressed, such notices shall be deemed given upon deposit in the United States Mail. Changes may be made in the names and addresses of the person to whom notices 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 shall 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 City. Consultant shall not perform any Services pursuant to this Agreement unless and until all 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 work. All insurance policies shall include a provision prohibiting cancellation of the policy except upon thirty (30) days prior written notice to City. 6.2 Workers' Compensation and Employer's Liability A. Consultant shall secure and maintain Workers' Compensation and Employer's Liability insurance throughout the duration of this Agreement in amounts which meet statutory requirements with an insurance carrier acceptable to City. B. Consultant expressly waives all rights to subrogation against City, its elected officials, 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 Comprehensive General Liability Insurance. Consultant shall secure and maintain in force throughout the duration of this 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. Consultant shall obtain an endorsement that City shall be named as an additional insured. 6.4 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 occurrence and two million dollars ($2,000,000) annual aggregate. 3 6.5 Business Auto Liability Insurance. Consultant shall have business auto liability coverage, with minimum limits of one million dollars ($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. Consultant shall obtain an endorsement that City shall be named as an additional insured. 6.6 Assignment and Insurance Requirements. 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, Consultant shall add the subcontractor as an additional insured and provide 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. 6.7 Hold Harmless and Indemnification. Consultant shall defend, indemnify and hold harmless City, its elected officials, officers, employees and agents, from and against any and all actions, claims, demands, lawsuits, losses and liability for damages to persons or property, including costs and attorney fees, that may be asserted or claimed by any person, firm, entity, corporation, political subdivision or other organization arising out of or in connection with Consultant's negligent and/or intentionally wrongful acts or omissions under this Agreement; but excluding such actions, claims, demands, lawsuits and liability for damages to persons or property arising from the sole negligence or intentionally wrongful acts of City, its officers, employees or agents. 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 All documents, records, drawings, designs, cost estimates, electronic data files, databases, and other documents developed by Consultant pursuant to this Agreement and any copyright interest in said above described documents, shall become the property of City and shall be delivered to City upon completion of the Services, or upon the request of City. Any reuse of such documents and any use of incomplete documents will be at City's sole risk. 7.3 Consultant is for all purposes an independent contractor. Consultant shall supply all tools and instrumentalities required to perform the consulting services in this Agreement. 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. 4 7.4 Unless e arlier t erminated, a s p rovided f or b elow, t his A greement s hall t erminate upon completion and acceptance by City of the Services. 7.5 This Agreement may be terminated by either party, without cause, by providing seven (7) days prior written notice to the other party (delivered by certified mail, return receipt requested) of intent to terminate. 7.6 If this Agreement is terminated by City, an adjustment to Consultant's compensation shall be made, but no amount shall be allowed for anticipated profit or unperformed services, and 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. 7 7 I., Upon receipt of a termination notice from City, Consultant shall discontinue all services and 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 documents that may have been prepared or assembled by Consultant in performing the Services. 7.8 Consultant shall maintain books, payroll costs and all expenses associated with the Services. Such books shall be available at all reasonable times for examination by City at the office of Consultant. 7.9 This Agreement, including the attachments incorporated herein by reference, represents the entire agreement of the parties as to the matters contained herein, and any prior negotiations, written proposals or oral agreements relating to the subject matter hereof are superseded by this Agreement. Any amendment to this Agreement shall be in writing, approved by City Council of City and Consultant. 7.10 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 JANECHEK &ASSOCIATES By: By: .--' san Peppler Alan Janechek Mayor Dated: Juin 6, 2004 Dated: _ 0L/ ATTEST: ,rte City erk, City of, ds 6 ATTACHMENT A SCOPE OF WORK for Design, Permitting and Installation of Flare Modifications to Incorporate Digester Gas for the CITY OF REDLANDS WASTEWATER TREATMENT PLANT INTRODUCTION The purpose of this proposal is to present the proposed scope of work for selected tasks related to the landfill gas co-generation facility at the City of Redlands Wastewater Treatment System. Janechek & Associates is extremely well qualified to assist the City of Redlands with this project. J&A operates the landfill gas flare under a separate agreement with the City and has also designed the most recent upgrades to the flare system. J&A staff have experience in all phases of landfill gas and power distribution projects, including design work on over 100 landfill gas systems throughout the world. Background The City of Redlands has requested J&A to evaluate using the existing LFG flare as a means to combust digester gas (DG) in the flare in order to meet South Coast Air Quality Management District (SCAQMD) requirements. The LFG flare currently meets all SCAQMD requirements for emissions control. The flare has enough capacity to combust both the LFG and DG flows combined. TASK 1: Design, Permitting and PLC Programming This task will include of designing the modifications to the existing facility to interconnect the DG gas lines with the existing flare system. The design will include a Process and Instrumentation Diagram, layout drawings, detail drawings and electrical interconnection drawings. Permitting will consist of preparing the SCAQMD permit application for modification of the existing flare to combust DG. This task also includes one meeting with SCAQMD staff to discuss the proposed design. PLC programming will consist of modifying the existing PLC programming to allow for additional modes of operation, including combustion of both DG and LFG, LFG only, DG only, LFG only in standby, and DG with LFG in standby. TASK 1: Installation This task will consist of installation of the design as approved by the City and SCAQMD. The installation of the flare modifications include welding new flare nozzle, inlet shutoff valve, flame arrestor, HDPE piping, control valves, condensate knockout, gas blower, motor control section, oxygen sensor, pressure transmitter, conduit and wiring, trenching, asphalt replacement, concrete pad, SS pipe and fittings from stubouts to digester ATTACHMENT C PROJECT COSTS PROPOSED SCHEDULE TASK COMPLETION DATE 1A. Permitting July 11, 2004 1B. Design and PLC Programming July 31, 2004 2. Project Completion Septe ber 17, 2004 G���N� �► air!► SCNE���� connections, SS pipe and fittings from blower to flare, and condensate drain connection to existing sump. PROJECT COSTS The proposed project costs are included as Attachment C. The fee schedule used for developing the project costs is included as Attachment D. LIMITATIONS This proposal is the property of Janechek & Associates and may be used only by the City of Redlands and only for the purposes stated, within a reasonable time from its issuance. CITY OF REDLANDS DIGESTER FLARE DESIGN SENIOR ELECTRICAL ELECTRICAL CATEGORY TASK ENGINEER ENGINEER DESIGNER DRAFTER RATE $82.00 $90.00 $85.00 $45.00 DESIGN HOURS SUBTOTAL * FLARE MODIFICATION DESIGN 64 24 $6,328.00 PLC PROGRAMMING 56 $4,592.00 PERMITTING 40 $3,280.00 EXPENSES QUANTITY RATE MILEAGE 1000 $0.35 $350.00 SUBTOTAL- DESIGN $14,550.00 INSTALLATION HOURS SUBTOTAL Construct flare modifications including,welding new flare nozzle, inlet shutoff valve,flame arrestor, HDPE piping,control valves,condensate knockout, gas blower,motor control section,oxygen sensor, pressure transmitter,conduit and wiring,trenching, asphalt replacement,concrete pad,SS pipe and fittings from stubouts to digester connections,SS pipe and fittings from blower to flare,condensate drain connection to existing sump. $94,595.34 SUBTOTAL- INSTALLATION 0 00 $94,595.34 OPTIONAL TASKS SUBTOTAL $0.00 $0.00 $0.00 EXPENSES QUANTITY RATE $0.00 SUBTOTAL - OPTIONAL TASKS $0,00 * Design budget is for a degin/build project and does not include preparation of bid documents, specifications or construction inspection. TOTAL BUDGET ESTIMATE $109,145.34 ATTACHMENT D FEE SCHEDULE JANECHEK & ASSOCIATES SCHEDULE of CHARGES for City of Redlands Effective on Contract Start Date 1. For hourly workers, time worked in excess of eight hours per day and weekend work will be charged at 1.5 times the hourly rate. 2. Outside services will include a 15% markup unless listed in the project scope of work. FEE SCHEDULE Principal Engineer $85/hr Engine Technician $82/hr Operations Technician $45/hr Electrical Engineer $100/hr Electrical Designer $95/hr Construction Manager $70/hr Drafter $45/hr Environmental Technician $50/hr Construction Laborer $50/hr Mileage $0.35/mi. D-Size Plots (Mono) $1800e ch D-Size Plots (Color) $32.00 each Drawing Bluelines $7.50 each