HomeMy WebLinkAboutStearns, Conrad and Schmidt Consulting Engineers; 2014-07-02; PEM1099PEM1099
AGREEMENT FOR ENVIRONMENTAL DUE-DILIGENCE ASSESSMENT SERVICES
(STEARNS, CONRAD AND SCHMIDT CONSULTING ENGINEERS, INC.,
dba SCS ENGINEERS)
^-TTHIS AGREEMENT is made and entered into as of the /6 day of
C V/y / \/ , 2014, by and between the CITY OF CARLSBAD, a municipal
c^mefation,/city''), and STEARNS, CONRAD AND SCHMIDT CONSULTING ENGINEERS,
l1$CVdba SCS ENGINEERS, a Virginia corporation, ("Contractor").
RECITALS
A. City requires the professional services of an environmental consulting company
that is experienced in environmental due diligence assessments.
B. Contractor has the necessary experience in providing professional services and
advice related to environmental engineenng.
C. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein. City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year from the date first above
written. The City Manager may amend the Agreement to extend it for three (3) additional one year
periods or parts thereof in an amount not to exceed thirty thousand dollars ($30,000) per
Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance.
City needs, and appropriation of funds by the City Council. The parties will prepare a written
amendment indicating the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5 COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be in
an amount not to exceed thirty thousand dollars ($30,000). No other compensation for the
Services will be allowed except for items covered by subsequent amendments to this Agreement.
The City reserves the right to withhold a ten percent (10%) retention until City has accepted the
work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
City Attorney Approved Version 1/30/13
PEM1099
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contnbutions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty
(30) days for any tax, retirement contribution, social security, overtime payment, unemployment
payment or workers' compensation payment which City may be required to make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election. City may deduct the indemnification amount from any balance
owing to Contractor.
7. SUBCONTRACTING , ^ ^.^
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirect y
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION ^. . ,
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attomeys
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers
compensation is included as a loss, expense or cost for the purposes of this section, and that this
section will survive the expiration or eariy termination of this Agreement.
10. INSURANCE ^ ^ ,,
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractors
agents representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of Califomia. The insurance
City Attorney Approved Version 1/30/13
PEM1099
carrier is required to have a current Best's Key Rating of not less than "A-:VH". OR with a surplus
line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating
in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk
Manager or City Manager approves a lower amount. These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of the
insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate.
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit
per occurrence for bodily injury, personal injury and property damage. If the submitted policies
contain aggregate limits, general aggregate limits will apply separately to the work under this
Agreement or the general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liabilitv. (if the use of an automobile is involved for Contractor's
work for City). $1,000,000 combined single-limit per accident for bodily injury and property
damage.
10.1.3 Workers' Compensation and Employer's Liabilitv. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensation will not be required if
Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
10 1.4 Professional Liabilitv. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period of five years following the date of completion of the work.
I I if box is checked. Professional Liability
City's Initials Contractor's Initials Insurance requirement is waived.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 The City will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to the City.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10 2 3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10 4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
City Attorney Approved Version 1/30/13
PEM1099
replacement insurance or pay the premiums that are due on existing policies in order to maintain
the required coverages. Contractor is responsible for any payments made by City to obtain or
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carisbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be cleariy identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of three
(3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For Citv
Name Joe Garuba
Title Municipal Property Manager
Department PW -PEM
For Contractor
Name Daniel Johnson
Title Vice President
City of Carisbad
Address 405 Oak Avenue
Carisbad, CA 92008
Phone No. (760) 434-2893
Address 8799 Balboa Avenue, Suite 290
San Diego, CA 92123
Phone No.
Email
(858) 571-5500 ext. 234
diohnson@scsengineers.com
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
City Attorney Approved Version 1/30/13
PEM1099
16. CONFUCT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not othenwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views to writing. A copy of such documented dispute will be forwarded to both parties
involved along with recommended methods of resolution, which would be of benefit to both
parties The representative receiving the letter will reply to the letter along with a recommended
method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The
City Manager will consider the facts and solutions recommended by each party and may then opt
to direct a solution to the problem. In such cases, the action of the City Manager will be binding
upon the parties involved, although nothing in this procedure will prohibit the parties from seeking
remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination. Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City address contained in this Agreement. City will make a
determination of fact based upon the work product delivered to City and ofthe percentage of work
that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment ofthe Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement In this event and upon request of City, Contractor will assemble the work product and
put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work
performed to the termination date; however, the total will not exceed the lump sum fee payable
City Attorney Approved Version 1/30/13
PEM1099
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion,
to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution Contractor acknowledges that California Government Code sections 12650 elseg..
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attomey's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another junsdiction is
grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a nght
or rights provided for by this Agreement will be tried in a court of competent junsdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement or any part of it nor any monies due or
to become due under it may be assigned by Contractor without the prior consent of City, which
shall not be unreasonably withheld.
25. ENTIRE AGREEMENT , . . ,
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms
ofthe Agreement supersede the purchase order. Neither this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by both parties.
///
///
City Attorney Approved Version 1/30/13
PEM1099
///
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
STEARNS, CONRAD AND SCHMIDT
CONSULTING ENGINEERS, INC., dba
SCS ENGINEERS, a Virginia corpojation
By
(sign he
/print name/title)
CITY OF CARLSBAD, a municipal
corporation ofthe State of California
lager or lyfaybr or Divisiot{^irector^
uthorizea by the City Manager
Jim Howell
By:
(sign here)
(print name/titie)
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a corporation. Agreement must be signed by one corporate officer from each of the following
two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY: MI OL-
Assistant City Attorn^
City Attorney Approved Version 1/30/13
PEM1099
EXHIBIT "A"
SCOPE OF SERVICES
SCS Engineers will conduct a Phase I Environmental Site Assessment in general accordance
with the following:
• Environmental Protection Agency (EPA), 40 CFR Part 312, Standards and Practices for All
Appropriate Inquiries (AAI); Final Rule
• ASTM Standard Practice for Environmental Site Assessments: Phase I Environmental Site
Assessment Process E 1527-13
• The scope, conditions, and limitations of this Exhibit.
The scope will assess the likelihood that recognized environmental conditions are present at the
properties from the current or historical site land use or from a known and reported off-site source.
The scope will include all items referenced in SCS Engineers Proposal 010575214 dated June 5,
2014.
TASK 1: SITE AND SITE VICINITY RECONNAISSANCE AND INTERVIEWS
A Site and Site vicinity reconnaissance will be conducted by a professional site reconnaissance
team from SCS. The purpose of the reconnaissance will be to observe and document existing
Site and Site vicinity conditions.
In particular, SCS personnel will note evidence of present or past land uses that may have
involved the storage, use, or disposal of hazardous materials or wastes. SCS personnel will note
the obvious presence of indicators of hazardous materials/wastes at the Site and the immediate
Site vicinity that could impact the Site. For example:
Aboveground and underground storage tanks
Hazardous materials/wastes
Active and inactive landfills
Fuel dispensers
Chemicals and raw materials
Transformers and other sources of polychlorinated biphenyls
Pits, sumps, dry wells, and catch basins
Drums
Large areas of staining or discolored soil or concrete
Stressed or dead vegetation.
Readily available personnel (past and present owners, operators, and occupants of the Site) will
be interviewed to gather information regarding the potential for contamination at the Site. An
Environmental Questionnaire and Disclosure Statement will be submitted to the available
personnel, and information from the questionnaire will be included in the report of findings. Color
photographs will be taken to document Site and Site vicinity conditions.
TASK 2: REGULATORY AGENCY RECORD REVIEW
Readily available regulatory agency records will be reviewed to assess the possible impacts to
the Site from on- and off-site sources of hazardous materials. These records are from the
California Regional Water Quality Control Board (RWQCB), California Integrated Waste
Management Board, local hazardous waste enforcement agency, Cal-EPA, EPA, tribal records,
and local fire departments. We will contract with an outside vendor to provide us with a regulatory
City Attorney Approved Version 1/30/13
PEM1099
database report (Database Report) covering the Site. The Database Report will be prepared in
general accordance with the ASTM guidance and AAI Final Rule and will include a review for the
following:
Permitted and leaking underground storage tanks
Hazardous materials storage and waste generation (detailed review for Site and adjacent
properties only)
Landfills
"Superfund" sites (state and federal)
Precursor Superfund sites (CAL-Sites and CERCLIS listings)
Hazardous waste and substance sites (HWSSL)
Tribal records
Activity use limitations (please see Task IV)
Environmental clean-up liens (please see Task IV)
Review of the above-referenced records will be augmented by a review of our in-house
databases
Regulatory agency personnel will be interviewed and files reviewed, as necessary, to further
evaluate possible hazardous waste impacts to the Site. In order to complete the Assessment, it
may be necessary to review regulatory agency or Client-provided files (e.g., leaking tanks or
releases) for the Site or facilities in the immediate Site vicinity.
TASK 3. HISTORICAL SITE LAND USE REVIEW AND WATER QUALITY SURVEY
To assess possible historical sources of introduction of hazardous materials/wastes to the Site,
readily available historical resources will be reviewed. Such resources may include, but are not
limited to:
Historical aerial photographs
Historical United States Geological Survey (USGS) topographic maps
Historical city directories
Sanborn fire insurance maps
Building department records
Fire department records
Chain-of-title reports provided by the Client
Other reports and maps as made available by the Client.
Appropriate personnel will be interviewed, as necessary, to obtain additional information on the
historical use of the Site. Also, as part of this task we will review readily available information
regarding the topography, geology, hydrogeology, and soils of the Site vicinity. This information
may include, but is not limited to USGS topographic maps, California Division of Mines and
Geology geologic surveys, RWQCB designation of surface and groundwater uses, available
USGS groundwater reports, and available United States Soil Conservation reports. Available
information on the flow direction and depth of groundwater within the Site vicinity will also be
reviewed.
City Attorney Approved Version 1/30/13
PEM1099
TASK 4. DATA EVALUATION, FIGURE PREPARATION, AND ASSESSMENT REPORT
After completing the Site and Site vicinity reconnaissance and data review, this information will
be evaluated and formatted for inclusion into a letter report (Report). The Report will include:
• An assessment of the likelihood that a recognized environmental condition exists at the Site
from current or historical Site land use, or from a known and reported off-site source
• Figures and color photographs depicting current Site and Site vicinity conditions and items of
potential concern
• Opinions, conclusions, and recommendations, if appropriate.
As required by the EPA and ASTM standards, the results of the Assessment will be reported by
an Environmental Professional. The Report will be peer reviewed and signed by appropriately
registered professionals.
Note:
The above proposed scope of work will be completed for an amount not to exceed three thousand
dollars ($3,000). If a determination is made by the City of Cartsbad project manager that
additional work is required, an amendment to the agreement will be issued forthe additional scope
of work and fee schedule.
City Attorney Approved Version 1/30/13
10
PEM1099
SCS ENGINEERS FEE SCHEDULE
Rate/Hour
Clerical 72
Administrative/Secretarial 74
Technician 80
Senior Engineering Technician 82
CADD Drafter 86
Designer/Drafter 88
Office Services Manager/Project Administrator 88
Technical Editor 92
Associate Staff Professional 92
Staff Professional 1 105
Staff Professional II 113
Project Professional I 120
Project Professional II 128
Construction Superintendent 123
Laboratory Manager 133
Senior Project Professional 1 146
Senior Project Professional II 156
Certified Safety Professional 169
Certified Environmental Manager 169
Certified Industrial Hygienist 169
Project Manager 1 169
Project Manager II 179
Senior Project/Technical Manager 198
Senior Project Advisor 198
Project Director 217
General Terms
• Scheduled labor rates include overhead, administration, and profit.
• Houriy Rates for Principals will be $241/hour for Vice Presidents and other Principals and
$285/hour for Senior Vice Presidents and Senior Executives.
• Expert witness testimony (depositions and trial) will be negotiated on a case by case basis.
Preparation for testimony and general litigation support will be charged at normal houriy rates.
• Direct project expenses (such as field equipment, subcontracted services including drilling,
laboratory analyses, etc., permits, supplies, etc.) will be charged at cost plus 15 percent.
Company trucks are charged at $50 for up to a half day (4 hours) of use, and $100 for up to
a full day (company cars at $40/$80). These charges incorporate an allowance of 100 miles
per job per day; additional miles will be charged at the Federal mileage rate then in effect.
• Per diem will be charged on all projects requiring overnight stays from our office. The per diem
rate is $175.00 per day per person or the federal per diem rate for the area, whichever is
greater.
• Overtime will be charged at 125 percent of standard rates for weekday work in excess of 8
hours. Work performed on holidays and weekends will be charged at 150 percent of standard
rates.
City Attorney Approved Version 1/30/13
11