Loading...
HomeMy WebLinkAboutContracts & Agreements_207-2025AGREEMENT TO PERFORM PROFESSIONAL SERVICES This agreement for the provision of engineering design and permitting services for the site integration of an ultra -low emissions flare at the California Street Landfill and Wastewater Treatment Plant ("Agreement") is made and entered in this 21" day of October, 2025 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and Civil & Environmental Consultants, Inc. a Pennsylvania corporation ("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: ARTICLE 1 — ENGAGEMENT OF CONSULTANT 1.1 City hereby engages the Consultant to provide engineering design and permitting services for the site integration of an ultra low emissions flare at the California Street Landfill and Wastewater Treatment Plant services for City (the "Services"). 1.2 The Services shall be performed by the 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 Consultant shall perform and complete the Services in a prompt and diligent manner in accordance with the schedule set forth in Exhibit "B," titled "Project Fee Schedule," which is attached hereto and incorporated herein by reference. 1 I:\oma\Agreements\Civil & Environmental Consultants, Inc. FY2526-033.doe-wm 4.2 The term of this Agreement shall be for a period of one (1) year commencing as of the Effective Date, unless terminated earlier as provided herein. 4.3 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 the Consultant to obtain a copy of such policy from City staff. ARTICLE 5 — PAYMENTS TO CONSULTANT 5.1 Total compensation for Consultant's perfonnance of the Services shall be in the amount of two hundred sixty-eight thousand dollars ($268,200). City shall pay Consultant in accordance with Exhibit "B," titled "Project Fee Schedule" which is attached hereto and incorporated herein by this 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 ONSULTANT: Benjamin Arata, Principal Civil & Environmental Consultants, Inc. 2356 Gold Meadow Way, Suite 120 Gold River, CA 95670 barata eecinc.com Phone: (610) 952-0634 ARTICLE 6 — INSURANCE AND INDEMNIFICATION 2 IAcmolAgreemcnts\Civil & Environmental Consultants, Inc. FY2526-031doe-tin 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 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 " ," 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 and Two Million Dollars ($2,000,000) in the aggregate. 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. 3 1: 1emo\Agreements\Civil & Environmental Consultants, Inc. FY2526-033.doe-wm 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. 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 4 C.\cmo\Agreements\Civil & Enviromnental Consultants, Ine. FY2526-033.doc-wm 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 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 snake 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. 5 I:\emo\Agreements\Civil & Environmental Consultants, Inc. FY2526-033.doe-wm 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. IN WITNESS WHEREOF, duly authorized representatives of City and Consultant have signed in confirmation of this Agreement. CITY OF REDLANDS B. Mario Saucedo, Mayor ATTEST: J e Donaldson, City Clerk CIVIL & ENVIRONMENTAL CONSULTANTS, INC. By: Benjami Arata, Principal 6 iicmo\AgreementslCivil & Environmental Consultants, Inc. FY2526-033.doe-wm EXHIBIT "A" SCOPE OF SERVICES Task 1 — General Arrangement Development Plan The proposed flare system will be located on an undeveloped portion of the facility property located north and west of the existing flare station and north of the existing wastewater treatment facility drying beds. Consultant proposes to prepare a general arrangement plan for the City selected ZULE flare package. Consultant has assumed a preliminary flare compound area of approximately 1,500 square feet (SF) of available space for the proposed flare stack, gas blowers, air blower, programmable logic controller (PLC), condensate sump and utility infrastructure. Consultant's efforts in preparing the general arrangement development plan drawings consist of civil site engineering design, City provided survey information (topo, as -built site features and existing utilities), GCCS As -Built piping determinations, process piping alignment, interconnection of the WWTP DG and the existing GCCS LFG. Consultant will review City provided existing and any proposed utility infrastructure to develop an existing conditions site plan proximate to the proposed flare compound. Consultant assumes the following: • There is no need for land subdivision effort and the parcel has the proper zoning classification for this use; • No CEQA (California Environmental Quality Act) or NSR (New Source Review), efforts will be completed as part of this project; • No CUP (Conditional Use Permit) or local permitting is included in the scope of work provided; • Off -site utility design is not required for this project. This includes, but is not limited to, electric, water, sewer, and gas service; • The proposed facility will result in a total land disturbance of less than one (1) acre; and • Consultant does not include services to complete a wetland and stream delineation and associated reports. For data provided to Consultant in AutoCAD drawing file (.dwg) format, Consultant requests that files reference a basis of bearings and vertical benchmark. In the event PDF drawings are provided, the referenced information will be identified as approximate. Consultant assumes that one (1) in -person site visit will be required as part of this task. 7 1:\cmo\Agreements\Civil & Environmental Consultants, Inc. FY2526-033.doc-wm Consultant will provide information to identify critical locations and elevations required for the general arrangement development plan. The City is responsible to contract with the site surveyor. Consultant may require the following information if not readily available from the City: • Verify a minimum of three (3) existing ground control points based on the California State Planes, Zone 5, horizontal GRD coordinates, US Survey Feet NAD 83 (2011) per NGS data sheet EV9296 `BRYN RESET" and vertical datum will be referenced to a standardized datum (i.e., NGVD29). if information is provided in a local coordinate system relevant to the site and project location the associated conversion or shift must be provided. • As an accurate as -built drawing of the existing flare equipment and GCCS system is not available, a 3D terrestrial scan of the existing landfill gas collection and control system components may be required at the City's expense. If required, the Consultant will notify the City within 60 days of notice to proceed. • If the 3D terrestrial scan is required, Consultant will extract certain key data points of the landfill gas collection and control system components from the City provided data. This work would be limited to specific points and locations as directed by the design team and does not include the extraction, processing, or modeling of the entire data set. • The deliverable for this work would include a City provided point file with the coordinates and elevations of the extracted points, an AutoCAD file with the extracted points, and Consultant will present an exhibit, in portable document format (.pdf), depicting the extracted points (if required). • Although not anticipated seasonal conditions and foliage/ground cover conditions are not an undue impediment to the completion of the survey. The City appointed surveyor will coordinate with Consultant to execute the required survey effort to include all requested information. • The City Surveyor should be made available to document utilities and obstructions identified during Subsurface Utility Engineering efforts included in Task 4 — Geotechnical Engineering and Geotechnical Drilling. The project schedule will allow the field portion of this survey to be conducted at a time where the project site area would not unduly obscure the ground surface, site improvements, and/or utilities. If the area to be surveyed is adversely impacted by either of the conditions stated above, the City shall be notified and a decision will be made as to whether the survey work will be initiated at a potentially higher cost and delayed schedule, or the start of fieldwork delayed until site conditions are remediated. Task 2 — Detailed Site Integration Design of Selected Flare Consultant will prepare an existing conditions base map utilizing the recent topographic survey dated December 12, 2024, compiled by Aero Tech Surveys and provided by the City. Consultant 8 1 \cmo\Agreements\Civil & Environmental ConsuUunts, Inc. FY2526-033.doc-wm will utilize this to prepare a site layout/geometric and grading plan. This will reflect a minimum of two (2)- foot and ten (10)-foot, contours. Utilizing the topographic map, City provided as -built information (PDF's), City provided general arrangement (CAD as provided to the City by John Zink Hamworthy Combustion) and terrestrial scanning (if required) site survey (described under Task 1), Consultant will develop a conceptual general arrangement development plan for City review and comment. Development of the general arrangement drawings will be an iterative process involving review and input from the City. The conceptual general arrangement development plan is anticipated to include improvements for site access, the landfill biogas treatment system facility and associated pipework, schematic representation of drainage features, and other miscellaneous site features necessary to define the proposed work. Other site constraints, including easements, rights -of - way, existing utilities, zoning/setback requirements (if any), etc, will be reviewed during concept phase. Given site constraints, and if space permits vehicle access; Consultant will analyze vehicles movements to confirm if truck access is attainable to each component of the flare compound and provide exhibits illustrating vehicle movements. Consultant will develop the general arrangement development plan drawings utilizing the existing conditions base map. Consultant will show the existing stormwater measures such as swales, culverts, trench drains, pipes, and/or inlet requirements to convey the stormwater runoff to the existing storm sewer system or regional stormwater management facilities. Existing landfill gas collection system process piping, dual containment force mains, and drainage pipe alignments, locations, material, and sizes will be indicated for interconnection purposes. General arrangement plans will be developed to convey the overall spatial arrangement of the flare compound, system process equipment and piping for the designated interconnection. The scope of services for this task will also consist of an engineering evaluation and design services to determine the optimum location, arrangement, and alignment of the proposed flare compound. The general arrangement development plan will present the orientation and locations of the proposed flare compound including but not limited to an enclosed flare (John Zink ZULE) T-0" Diameter x 40'-0" high stack, combustion air blower, two (2) gas blowers, knockout vessel, condensate sump, flame arrestor, landfill gas block valves, combustion flowmeters, biogas flowmeter, operational groupings, considering the space requirements for process piping interconnections. 9 I:\cino\Agreements\Civil & Hnvironmental Consultants, Inc. rY2526-033.doe-win am TWA m ISM O `m �Aft ...- ��' !� -M!WWAN ..r Flare Integration Design Example The detailed design will utilize equipment plot dimensions prepared in CAD by John Zink Hamworthy Combustion Biogas Systems and provided by the City to the Consultant. Consultant anticipates that the flare stack will measure approximately T-0" in diameter and 40'-0" in height, while the air piping and combustion blower plot dimension will measure approximately 65'-0" in length and 8'-0" in width. Anticipated blower skid plot dimensions are approximately 20'-0" in length and 8'-0" in width. Consultant will finalize the design based on mutually agreed upon changes. Consultant will prepare construction level drawings, of sufficient detail, for obtaining bids from City -approved contractors. Preliminary design of foundations and structures will be included to evaluate area and spacing requirements. The general arrangement development plan will present the equipment orientation, locations, alignment and interconnections of the required interconnection process piping and condensate drain lines and force mains, and include the following: • Development of 2D equipment general arrangement development plan utilizing original equipment manufacturer (OEM) drawings showing relative layout within the process area boundaries. • Enlarged process area arrangement drawings, as needed for clarification, using the overall process area general arrangement drawing. • If 3D models of OEM equipment are available from the manufacturer, Consultant can include these models into a basic plant model to assist in evaluating issues with safety, operability, maintenance, and constructability. • Incorporation of the required structural, civil, key infrastructure and utilities that need to be considered for construction. 10 [AcmolAgreements\Civil & Environmental Consultants, Inc. FY2526-033.doe-wm Deliverables: Final Design Drawings • COVER SHEET • GENERAL NOTES AND LEGEND • EXISTING GCCS LAYOUT (if available from the City) • EXISTING CONDITIONS • PROPOSED CONDITION LAYOUT • HEADER PLANAND PROFILE • FLARE COMPOUND LAYOUT • DETAILS • EROSION AND SEDIMENT CONTROL PLAN • EROSION AND SEDIMENT CONTROL PLAN DETAILS Task 3 — Structural Engineering Consultant will subcontract with Response Structural Engineers (RSE). The subconsultant will provide structural calculations, foundation design, and anchorage schedule for the flare foundation, air blower foundation, gas blowers foundation, Variable Frequency Drive (VFD) cabinets and required pipe supports. Consultant will incorporate approved structural design drawings into Consultant's final for construction drawing set. Project Description: Provide structural calculations, foundation, and anchorage schedule for Flare Foundation, Air Blower Foundation, Gas Blower Foundation, Pipe Supports. Shallow or Mat Foundations assumed, includes response to Consultant Comments Fee is based on the preliminary information outlined below. Structural Scope Items: Foundations, anchorage and piping support for items listed below. Structural Exclusions: Geotechnical, Architectural, Civil and Mechanical Electrical and Plumbing (MEP) Designs. Site Visits not included. 11 I,\cmo\Agrccmcnts\Civil & Environmental Consultants, Inc. rY2526-033.doe-wn -- ---- -- --- Ez!SrfPk: UrIDER4Fr�lfr�: _ _ _ -- • - - - - - - - -- - -- _" _ �� - - ----- - 7J 10' LR.. "EADER Prat - _ -- - AP W'-E PROPOSED 1 ¢ BLOWER SKID PROPOSED STACK. COMBUSTION AIR BLOWER do 41PING !- ! BARREN C*0UHG ! If TrPC '. ! ! riML�EFGAi�I!NL, iL�O�JfiI 1 I a wFaFVE[: W!tN Fw: rAF�i � a AB.WpONEO N PLACE 1 it Preliminary Layout Landfill Gas and Digester Gas Flare, Consisting of-. • Knockout Vessel, LS -100 • Digester Gas and Landfill Gas Blend Line. • Knockout Vessel, LS-101, for Blended Digester Gas and Landfill Gas. • Two (2) Landfill Gas Blowers. • One (1) Combustion Air Blower, 9,000 SCFM Capacity. • One (1) Flame Arrestor. • Two (2) Automatic Landfill Gas Block Valves. • One (1) Biogas Flow Meter, with Recorder. • One (1) Combustion Air Flow Meter, with Recorder. • One (1) Enclosed Flare, John Zink, Model No. ZULE (Zink Ultra Low Emissions) or Equivalent, 31.6 MMBtulhr (HHV), T-0" Diameter x 40'-0" High, Propane Pilot, Ground Level, with a Combustion Air Blower, Temperature Indicator and Recorder, Automatic Combustion Air Fuel Ratio Control, and UV Flame Scanner. • Two (2) Propane Vessels, V-102 and V-103, Used for Pilot Fuel. Special Conditions: • Site Visits not included in our structural fees. • Fee assumes that RSE drawings can show anchor locations, specifications and details. • Detail references will be coordinated with overall plans by Civil Engineer. • RSE will work with the geotechnical engineer to come up with recommendations appropriate for this type of structure. • Fee assumes that pertinent elevation data will be designed/provided by Civil Engineer. This information will be used to set footing and superstructure height. Task 4 — Geotechnical Engineering and Geotechnical Drilling 12 1Acmo\Agreementsl0vi1 & Envirorunental Consultants- Inc. FY2526-033.doc-wm As part of the flare design, Consultant will subcontract with Converse Consultants (Converse) to perform a geotechnical investigation report. The investigation activities will obtain relevant data to the site integration of the flare station and blower skid package. The general arrangement of the flare compound is anticipated to be 8'-0" Wide x 85'-0" Long in plan dimension. It is anticipated that the equipment will be founded on a concrete mat foundation with loads of less than approximately 1,000 pounds per square foot. The flare station will be located outside of refuse. It is the Consultant's understanding that there is no existing geotechnical data available for the proposed location of the replacement flare. Groundwater at the site is estimated to exist at a depth of 100.0 feet. Soils are anticipated to consist of silty sand. Project Set -Up As part of the project set-up, staff personnel from Converse will conduct the following: • Review as -built drawings and geotechnical report (if available). • Review geology and groundwater maps to assess the existing subsurface conditions. • Conduct a site reconnaissance and mark the boring locations. • Submit Converse field exploration plan for your review and approval. • Obtain any permits required by the City of Redlands (assume permit fees are waived). • Notify underground Service Alert (USA) at least 48 hours prior to drilling to clear the • boring locations of any conflict with existing underground utilities. • Coordinate the field investigation schedule with the City of Redlands. • Discuss specific requirements with the Structural Engineer. Subsurface Exploration Converses subsurface investigation will include drilling a total of one (1) exploratory boring to a maximum depth of 50.0 feet. If refusal is encountered on the first boring, an additional boring will be attempted. If required, a third boring can be performed with approval of a change order. The actual boring locations will be determined in coordination with the Consultant and the City, based on accessibility of the drill rig, landfill operations and underground utilities. The purpose of the boring will be to: • Obtain subsurface information at the proposed flare station. • Obtain undisturbed and bulk samples of the various soil types for laboratory testing. If refusal is encountered before the plan depth is reached, the boring will be terminated at that depth. The boring will be drilled with a truck mounted rig, equipped with hollow stem auger, for soils sampling. Soils will be continuously logged and classified by the geologist✓engineer in the field by visual examination in accordance with the Unified Soil Classification System. 13 1Acmo\Agrcements\Civil & Environmental Consultants, lac. FY2526-033.doc-" n Alternate Standard Penetration Test (SPT) and ring soil samples will be collected at two (2) foot intervals in the upper 10 feet and then at five (5) feet intervals thereafter. SPT samplers will be collected in accordance with ASTM D1586 and ring -lined Modified California split- barrel samplers in accordance with ASTM D3550. Bulk samples of near surface soils and every major change of soil stratigraphy will also be collected from auger cuttings and placed in sealed plastic bags. Modified California drive samples will be collected with a 3.0-inch outside diameter, 2.5-inch inside diameter split -barrel sampler, and a 2.42-inch inside diameter cutting shoe. The sample barrel will be with 18-inches of metal rings for sample collection and has an additional length of waste barrel. Stainless steel or brass liner rings for sample collection are one (I) -inch high, 2.42- inch inside diameter, and 2.5-inch outside diameter. Modified California drive samples will be retained in metal rings and placed in sealed plastic canisters to prevent loss of moisture. SPT drive samples will be obtained using a two (2)-inch outside diameter, and 1.375-inch inside diameter split -spoon sampler without lining. The soils recovered from the SPT sampling will be stored in sealed plastic bags to preserve the natural moisture content. At each sampling interval, the drive samplers will be fitted onto a sampling rod, lowered to the bottom of the boring, and driven 18 inches or to refusal (50 blows per 6 inches) with a 140- pound free -falling hammer, from a height of 30 inches, using an energy -calibrated hammer delivery system. Compared to SPT, the Modified California drive sampler provides less disturbed samples. The borings will be backfilled with soil compacted by pushing down with augers, using the weight of the drill rig. Excess soil will be spread at the site. Laboratory Testing Soil samples obtained during exploratory drilling will be tested in Converse's laboratory to evaluate their physical characteristics and engineering properties. Laboratory testing may include, but will not necessarily be limited to, the following: • In -place moisture content; • Soils corrosivity; • Sieve analysis; • Atterberg limits; • Laboratory maximum density; • Direct shear; and • Consolidation. Engineering Analyses and Geotechnical Report A draft and a final geotechnical investigation report will be prepared for the project. The content of the report is listed below. 14 I:\cmo\Agrccmcnts\Civil & Environmental Consultants, Inc. FY2526-033.doc-wm • Project description. • Description of the streets along the pipe alignments. • A description of the field procedures used in the investigation. • A description of subsurface conditions and controlling engineering properties of the subsurface materials encountered, including documentation of the borings and sampling locations, and groundwater level. • Evaluation of groundwater effects (if encountered) and the necessity for dewatering during construction. Dewatering recommendation is NOT part of this scope of work. • Discussion on the laboratory test results, including soil corrosivity. • Location of faults and potential impacts. • Seismic design parameters based on 2022 California Building Code (CBC). • Compaction characteristics of soil types relative to their use as fill and backfill. • Geotechnical parameters for pad design, including bearing capacity. • Suitability of excavated materials for use as fill. • Excavatability of soils. • Lateral earth pressures. • Since Converse does not practice in the area of corrosion engineering, our report will include typical soil corrosivity test results and general comments on the overall corrosivity of the soils. It will not include specific mitigation recommendation. Geotechnical Engineering and Drilling Services Assumptions • The field work will be done in one mobilization during normal weekday working hours. • BORING LOCATION WILL BE DETERMINED BY CONVERSE IN CONSULTATION WITH THE CONSULTANT AND THE CITY OF REDLANDS. THE CITY OF REDLANDS MUST VERIFY THAT TO THE BEST OF THEIR KNOWLEDGE NO UNDERGROUND STRUCTURES EXIST AT THE LOCATION OF THE PROPOSED BORING. CONVERSE WILL ALSO UTILIZE THE SERVICES OF A THIRD PARTY UNDERGROUND LOCATION SERVICE. • Access to the job site will be available during normal weekday working hours at no additional cost to Consultant. • Permit from the City of Redlands, if required. • No traffic control required. • No refuse will be encountered in our test boring. • Level D protection will be required during our field investigation. • Boreholes will be backfilled with soils. • One electronic pdf copy of the draft report will be submitted for review. Four hard copies of the report will be submitted, signed, and stamped by a registered Civil/Geotechnical Engineer (Converse) • It is understood by both contracting parties that the design phase of the project ONLY drill rig subject to prevailing wage as defined in Labor Code Sections 1770-1780. Task 5 — Electrical Engineering 15 I:\cmo\Agreements\Civil & Environmental Consultants, Inc. FY2526-033.doe-wm Electrical design engineering work for the construction of a new flare will be performed by Consultant. Consultant will review existing plans in detail and verify points of connection for the new flare in the field. After verification of field points, the subconsultant will prepare construction drawings. Consultant will incorporate the final electrical design work into construction level drawings. Deliverables: • Electrical Load List • Single Line Diagrams o Low Voltage • Grounding Plans • Conduit Plans • Electrical Distribution Plans • Panel Schedules • Conduit and Cable Schedule (power, control, & network) with termination Information • Equipment Datasheets and Quote Review o Low -voltage Switchboard Task 6 — Permittin¢ Assistance The Consultant acknowledges that a revision to the existing Permit to Construct, issued by the SCAQMD on September 3, 2024, will be required. The revision pertains specifically to updates in the Equipment Description under Application No.616379. The Consultant will support the City in preparing and submitting the amended permit application. This includes coordination with SCAQMD staff, preparation of the revised Permit Application Form, and incorporation of previously prepared supporting documentation. The City will provide the Consultant with the original SCAQMD application materials in advance of any scheduled meeting with the regulators. The Consultant will submit the amended application package and respond to up to two (2) rounds of comments. Resubmission will be made as necessary to obtain the revised Permit to Construct. It is assumed that the permitting fees will be paid directly by the City and are not included in the Consultant's scope of services. The Consultant has allocated a total of eight (8) hours for Principal -level support, 16 hours for Project Management, and 16 hours for Project Consultant services on a time -and -materials basis. Should additional effort be required beyond these allocations, a Change Order will be submitted to the City for approval. Task 7 — Bid Packaue 16 l icmMgreementslCivil & Environmental Consultants, Inc. FY2526-033.doe-wm The Consultant will prepare a bid package for issuance to third -party contractors to perform the required construction work. This package will include the design documents developed under the preceding tasks, integrated with the City's standard contract documents and a formal bid form. Consultant will require the City to provide its standard contract documents in advance to include in the bid package. The Consultant will participate in the pre -bid meeting, anticipated to be held via Microsoft Teams, and will respond to contractor inquiries received during the bidding period. Consultant will also support the City in evaluating contractor proposals and provide award recommendations. Deliverables: Instruction to Bidders; Drawings/Plans from the work; and Specifications for the Work (Specifications Notes may be included within Drawings). If available Consultant will incorporate the following City provided contracting documents: • Construction Agreement; • Standard General Conditions for Construction; • Scope/Schedule/Price; • Contractor's Health & Safety; • Insurance Requirements; • Application for Payment; • Change Order; • Lien Release; • Final Payment; • Other Contract Administrative Forms; • Distribution of the bid package up to five (5) qualified contractors; • Attendance at the pre -bid meeting via Microsoft Teams; • Preparation and submittal of meeting minutes from the pre -bid meeting; • Written responses to contractor questions submitted during the bidding process; and • Evaluation of contractor proposal and recommendation of'award. Assumptions Consultant has assumed that the following information and documents will be made available prior to work being initiated: • Flare design and I3azardous Area Classification design will be performed by others. The City will provide Consultant with most up-to-date enclosed flare design specifications. • Surveying is not included in Consultant's scope of service and is the responsibility of the City of Redlands. • All as -built drawings showing existing infrastructure, including utilities, which will impact the site layout, will be provided to the Consultant. • Drawings will be prepared using the Consultant CAD Standards .dwg file. 17 IAcmo\Agreements\Civil & Environmental Consultants, Inc. FY2526-033.doe-wm • The latest site topographic and planimetric information will be provided to the Consultant as an AutoCAD Civil 3D .dwg file. • California Environmental Quality Act (CEQA) is excluded from this scope of services. • Construction Management (CM) is excluded from this scope of services. • Construction Quality Assurance (CQA) is excluded from this scope of services. • The City is to pay all permit fees, unless the Consultant is otherwise directed and reimbursed in accordance with a direct cost markup of 12%. • Revisions to the site Title V permit or emissions limits at the site will not be required and are excluded from this scope of services. • Emissions offsets, if required, will be purchased by the site. • The Consultant assumes there will be no modifications to Existing Site Area Classifications. • The Consultant will only request three quotes for equipment. • The client will provide specifications for the network equipment as well as any corresponding network cabling. • Wiring diagrams with termination -information will be provided for the process equipment by the respective vendors. • The Consultant will include control wiring terminations in the cable schedules for the equipment where termination details are provided by the vendor. 18 1:\cmo\Agreements\Civi1 & Environmental Consultants, Inc. FY2526-033.doc-wm EXHIBIT "B" PROJECT FEE SCHEDULE & HOURLY RATES Task - Deseriptp r: Estimated Total 01 Site Assessment and Existing Utility Review (Lump Sum) $13,000 02 Detailed Flare Design (Lump Sum) $88,500 03 Structural Engineering (Lump Sum) $40,500 04 Geotechnical Engineering — (Lump Sum) $30,000 05 Electrical Engineering (Lump Sum) $71,000 06 Permitting Assistance (T&M) $8,200 07 Bid Package (Lump Sum) $17,000 Total Estimate $268,200 Work will be invoiced monthly on a percent complete basis. If project conditions are different than those assumed herein, or additional services appear necessary during the execution of the project, Consultant will contact the City to discuss these conditions and obtain approvals before proceeding with additional services. Additional services will be invoiced on a time and materials basis using the Billable Hourly Rates Schedule of Fees provided below and will be valid through December 31, 2025. Billable Hourly Rates: 2025 California Rate Sheet New Rate Vice -President $ 345.00 Senior Principal $ 303.00 Principal $ 281.00 Senior Consultant $ 263.00 Senior Project Manager $ 236.00 Project Manager III - Engineer $ 206.00 Project Manager III $ 206.00 Project Manager II $ 194.00 Project Manager $ 182.00 Project Manager 1 $ 182.00 Assistant Project Manager $ 175.00 Assistant Project Manager $ 175.00 Project Scientist $ 146.00 Project Consultant $ 146.00 Staff Consultant $ 135.00 Staff Scientist $ 135.00 Designer $ 126.00 19 I:\emo\Agreements\Civil & Environmental Consultants, Ine. FY2526-033.doc-wn 2025 California Rate Sheet (ctd.) Senior Designer $ 126.00 Senior Technician $ 121.00 Survey Technician II $ 118.00 Cadd Technician $ 110.00 Cad Operator $ 110.00 Field Technician $ 101.00 GIS Analyst 11 $ 101.00 Survey Technician 1 $ 101.00 Office Manager $ 91.00 Seasonal Intern $ 89.00 Administrative $ 89.00 Secretary $ 89.00 20 I:\cmo\Agreements\Civil & Environmental Consultants, Inc. rY2526-033.doc-wm 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 X 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 penmitted under this Agreement. (Labor Code § 1861). -_)( l 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. CIVIL & ENVIRONMENTAL CONSULTANTS, INC. By:::25Date: 1450/z- 6- BENJA IN ARATA, PRINCIPAL IF I 21 1 lcmolAgreements\0vi1 & Envirmvnental Consultanss, Inc. FY2526-033.doc-wni