Loading...
HomeMy WebLinkAboutAgree-GeoLogic AssociatesAGREEMENT TO PERFORM PROFESSIONAL SERVICES This agreement for construction quality assurance services for the California Street Landfill Gas Extraction Wells Installation Phase 2 & 3 ("Agreement") is made and entered in this 5th day of September 2023 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and Geo-Logic Associates, Inc, a ("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: 1.1 ARTICLE 1— ENGAGEMENT OF CONSULTANT City hereby engages Consultant to provide construction quality assurance services for the California Street Landfill Gas Extraction Wells Installation Phase 2 & 3 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," titled "Scope of Services," which is attached hereto and incorporated herein by this 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, any applicable State prevailing wage laws. ARTICLE 3 — RESPONSIBILITIES OF CITY 3.1 City designates Tabitha Crocker, Facilities and Community Services 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 The term of this Agreement shall be for a period of one hundred twenty (120) days commencing as of the effective Date, unless terminated earlier as provided herein. 4.2 If Consultant's Services include deliverable electronic visual presentation materials, such materials shall be delivered in a form, and made available to City, consistent with City Council -adopted policy for the same. It shall be the obligation of Consultant to obtain a copy of such policy from City staff. 1 I:\cmo\Agreements\Geo-Logic Associates, Inc.FY22-0227.docx jm ARTICLE 5 — PAYMENTS TO CONSULTANT 5.1 Total compensation for the Consultant's performance of the Services shall not exceed the amount of One Hundred Ninety -Four Thousand One Hundred Thirty -Eight Dollars and Sixteen Cents. ($194,138.16). City shall pay Consultant on a time and materials basis up to the not to exceed amount in accordance with Exhibit "B," titled "Fee Schedule" which is 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 of the 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 class 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 or electronic mail transmission (including PDF), 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.O. Box 3005 (mailing) Redlands, CA 92373 jdonaldson@cityofredlands.org Phone: (909) 798-7531 CONSULTANT: David Harich, Principal In Charge Geo-Logic Associates, Inc. 2777 East Guasti Road, Suite 1 Ontario, CA 91761 dharich@geo-logic.com Phone: 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. A. Workers' Compensation and Employer's Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City, or certification to 2 I:\cmo\Agreements\Geo-Logic Associates, Inc.FY22-0227.docx jm 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 "C," titled "Workers' Compensation Insurance Certification," which is attached hereto and incorporated herein by this reference, prior to performance of the Services. B. 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. Consultant shall secure and maintain professional liability insurance throughout the term of this Agreement in the amount of One Million Dollars ($1,000,000) per claim made. D. Business Auto Liability coverage, with minimum limits of One Million Dollars ($1,000,000) per 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. E. 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 and appointed officials, employees and agents from and against any and all 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 7.1 Consultant covenants and represents that it does not 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. 3 I:\cmo\Agreements\Geo-Logic Associates, Inc,FY22-0227.docx jm 7.2 Consultant agrees it is not a designated employee within the meaning of the Political Reform Act because Consultant: 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. B. 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. 7.3 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, result 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 any 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 4 I:\cmo\Agreements\Geo-Logic Associates, Inc.FY22-0227.docx jm whatsoever as an agent, nor shall Consultant have any authority, express or implied, to bind City to any obligation. 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 (1) 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 of a 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, without regard to its conflicts of laws provisions. The Parties agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated only in the state courts located in San Bernardino County, California, and the federal courts located in Riverside County, 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 or sections contained herein, unless to do so would deprive a Party of a material benefit of its bargain under this Agreement. 5 I:\cmo\Agreements\Geo-Logic Associates, Inc.FY22-0227.docx-jm IN WITNESS WHEREOF, duly authorized representatives of City and Consultant have signed in confirmation of this Agreement. CITY OF By: Eddie Tejeda, Mayor ATTEST: e Donaldson, City Clerk 6 I:\cmo\Agreements\Geo-Logic Associates, Inc.FY22-0227.docx-jm GEO-LOGIC ASSOCIATES, INC. <Ii By: 04 A - hn Hower, Senior Vice President EXHIBIT "A" SCOPE OF SERVICES Consultant Construction Quality Assurance (CQA) services during the California Street Landfill Gas Extraction Wells Installation Phase 2 & 3 will include monitoring through observation, regulatory compliance, and documentation along with technical specifications, construction drawings, and the following provisions: • Survey, Layout and protection of Existing Facilities • Landfill Gas Well Drilling • Single, Landfill Gas Extraction Wellhead Installation and Baclll • Landfill Gas Extraction Wellhead Installation and Connection to Lateral • Drill/Abandon Unusable Well Borings • Provide and Install LFG Well Lateral Pipe, with Supports and Guides • Provide and Install Fittings, Valves, and Other Appurtenances • Provide and Install 4-inch Fittings, Valves, and Other Appurtenances • Provide and Install Soil Ramps and Road Crossings • Traffic Control • Construction and Site Management The following tasks provide a description of how Construction Quality Assurance will be completed. Project Management Consultant will assign technical professionals experienced with landfill Gas Collection and Control System (GCCS) construction to monitor gas well construction and piping installation as required by the project. Consultant will coordinate construction oversight with the City's Solid Waste Manager, third party design engineer and will coordinate and attend weekly construction meetings. Consultant will assign a project manager/certifying engineer that will assist the City with submittal and RFI review and prepare and certify the Final CQA Report for agency submittal. The Project Manager will provide daily CQA reports in the field that will be organized and presented to the City during weekly construction meetings and made available to the agencies as required for the duration of the project. All management and administrative hours for the project are included in this task and provided in the Fee Schedule. CQA Field Services Consultant will provide an experienced full time professional CQA technician for the duration of the project. The technician will observe and monitor the Phase 2 & 3 construction in accordance with the project plans, specifications, and special provisions. Consultant will monitor project layout, drilling, record drilling using well logs or similar, well construction, and waste disposal. If the construction contractor schedules additional construction activities, Consultant will assign a part time CQA monitor to provide observation for those activities, e.g., landfill gas header/lateral conveyance piping installation, pipe anchoring, trenching and backfilling, well head installation, and connection to the existing GCCS. Consultant technicians will monitor 7 I:\cmo\Agreements\Geo-Logic Associates, Inc.FY22-0227.docx jm additional construction activity not mentioned above including lateral/header road crossing construction, compliance with traffic control, receipt/storage and conformance of job materials and general jobsite management. Final Construction Documentation Report Consultant will compile and prepare a Final C,QA Report using daily and weekly construction activity logs and observation activities, submittals, job site photos, weekly meeting minutes, and project as built for submittal to the City within 30 days of completion. Consultant will respond to one round of City comments and submit the Final CQA Report to the Santa Ana Regional Water Quality Control Board (RWQCB). The Final CQA report will include a Certification Page sealed by a professional Civil Engineer verifying that the project was constructed in conformance with the Construction Drawings, Specifications, and Special Provisions or approved changes and meets the requirements for GCCS expansion as intended. 8 I:\cmo\Agreements\Geo-Logic Associates, Inc.FY22-0227.docx jm EXHIBIT "B" FEE SCHEDULE PROFESSIONAL STAFF Staff Professional I $128.00/Hour Staff Professional II 142.00/Hour Staff Professional III ..156.00/Hour Project Professional I .170.00/Hour Project Professional II 185.00/Hour Project Professional III 200.00/Hour Senior Professional I 215.00/Hour Senior Professional II ..230.00/Hour Senior Professional III .245 .00/Hour Principal Professional I 260.00/Hour Principal Professional II 274.00/Hour Principal Professional III 289.00/Hour Court Appearance (Expert Witness, Deposition, etc.; four-hour minimum) 2 x Hourly Rate FIEL/LABORATORY STAFF Technician I 95.00/Hour Technician II 108.00/Hour Technician III (or Minimum Prevailing Wage) 122.00/Hour Technician IV ..135.00/Hour Laboratory Manager .169.00/Hour Principal Technician ..170.00/Hour CADD/GIS CADD/GIS/Database Manager I 108.00/Hour CADD/GIS/Database Manager II 128.00/Hour CADD Designer 142.00/Hour GIS Specialist .142.00/Hour SUPPORT STAFF Administrative Assistant I 108.00/Hour Administrative Assistant II 125.00/Hour Administrative Assistant III 122.00/Hour Technical Editor 101.00/Hour Senior Technical Editor 142.00/Hour *Overtime Premium is 35% of PERSONNEL CHARGE EQUIPMENT CHARGES BAT Permeameter 200.00/Day Compaction Testing Equipment & Supplies ... 50.00/Day Peel & Shear Strength Apparatus (FML Seams) ..900.00/Month Portable Laboratory (8' x 32' trailer) with equipment 1,200.00/Month Portable Laboratory (mobilization/demobilization) 1,500.00 ReMi/Refraction Seismograph 600.00/Day Sealed Single Ring Infiltrometer (SSRI) 200.00/Day. or 750.00/Month Sealed Double Ring Infiltrometer (SDRI) ..Call for Quote Slope Inclinometer .250.00/Day Unmanned Aerial Vehicle (Drone) Reconnaissance 130.00/Day EXPENSES Vehicle Use for Field Services 15.00/Hour or 350.00/week Soil Sampling Equipment & Drilling Supplies 5.00/Hour 9 I:\cmo\Agreements\Geo-Logic Associates, Inc.FY22-0227.docx jm Groundwater Sampling Equipment and Supplies 15.00/Hour Per Diem Lesser of (Cost + 15%) or (Local Government Rate) Outside Services (Consultants, Surveys, Chemical lab Tests, etc.) Cost + 15% Reimbursables (Maps, Photos, Permits, Expendable Supplies, etc.) ....Cost TESTING TEST METHOD UNIT RATE Moisture Content, gravimetric D2216/D4643 .$25/Test Moisture Content (volumetric and gravimetric) and Bulky Density D7263 $40/Test Porosity $250/Test Particle Size Analysis Standard Sieves and Hydrometer D422 $230/Test Particle Size Analysis — Dry Sieve D421 $105/Test Particle Size Analysis — Aggregate, no hydrometer D422/C136/CT202 $180/Test Particle Size Analysis with Gravel with hydrometer D422 $250/Test Percent Passing #200 Sieve D1140/C117 $90/Test Atterberg Limits Liquid Limit, Plastic Limit, Plasticity Index (LL, PL, and PI)....D4318 $190/Test Liquid Limit D4318 $105/Test Plastic Limit D4318/CTM 204 . $105/Test Specific Gravity, Fine (<4.75mm diameter materials) D854 $110/Test Specific Gravity, Coarse (>4.75mm diameter materials) C127 .$130/Test Proctor Compaction Test Method A or B (<25% retained on a 3/8"sieve) D698/D1557 $225/Test Method C (>25% retained on a 3/8"sieve) D698/D1557 $265/Test Moisture Density Single Point, std/mod (proctor check point)... D698/D1557 ...$90/Test Moisture Density Curve .CTM 216 .$225/Test Percent Organic Matter by Muffle Furnace D2974 $105/Test Hydraulic Conductivity, Fixed Wall, up to 6" Diameter Ce11 Modified $315/Test Flexible Wall Method, 1" to 4" Diameter Sample D5084 $370/Test Consolidation Test (single point) D2435 $105/Test Consolidation Test (without rate data) D2435 $190/Test Test rate data per load increment D2435 .$70/Test-Load Expansion Index of Soils D4829 $180/Test Expansion Indext Test w/Cement of Lime treated soils D4829 $220/Test Unconfined Compressive Strength (UC), 2-3" D2166 $110/Test Unconsol.-Undrained Triax. Compression (UU), 2-3", 1-pt test D2850 $215/Test Consolidated Undrained Triax. Compressions (CU), 2-3" (per point)......D4767 .$500/Point Consolidated Drained Triax. Compressions (CD), 2-3" (per point) D7181 $745/Point Direct Shear Test (saturated) D3080 $90/Point Direct Shear Test (saturated, recycled — strain rate 0.0042"/min) .D3080 $155/Point Direct Shear Test (consolidated drained) D3080 $205/Point Direct Shear Test (consolidated drained, residual) D3080 $315/Point Direct Shear Test (at natural moisture) D3080 $80/Point R-Value . D2844/CTM301 .$265/Test Sand Content . D2419/CMT217 $100/Test Durability Index (coarse) D3744/CMT229 $200/Test Durability Index (fine) D3744/CMT229 .$160/Test R-Value (lime- or cement -treated soild) D2844/CTM301 .$315/Test Compressive Strength, Soil -Cement D1633/D1632 $205/Point Pocket Penetrometer $20/Test pH of Soil $25/Test Chloride Content (subcontracted) CTM422 $65/Test Sulfate Content (subcontracted) CTM417 $65/Test Soil Resistivity (subcontracted) .G57/CTM643 $125/Test Corrosion Series (Min. resistivity, pH, SO4, CI; subcontracted) $205/Test Special sample preparation and laboratory testing not listed above will be charged at applicable personnel rates. 10 I:\cmo\Agreements\Geo-Logic Associates, Inc,FY22-0227.docx jm All laboratory test rates are for standard turn -around time and normal reporting procedures. Rush orders will be subject to a 25 percent premium. Manpower requirements or test protocol may preclude the granting of a rush request. 11 I:\cmo\Agreements\Geo-Logic Associates, Inc.FY22-0227.docx jm EXHIBIT C 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 being 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 9mys/ I am aware of the provisions of Section 3700 of the Labor Code which requires every ployer 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 I 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. By: 9kti 4- 71- Date: August 25, 2023 J,ghn Hower, Senior Vice President 12 I:\cmo\Agreements\Geo-Logic Associates, Inc.FY22-0227.docx jm