Loading...
HomeMy WebLinkAbout4.02 AprvAgrmntSRHansen93-11 CITY OF DUBLIN AGENDA STATEMENT City Council Meeting Date: March 14, 1994 SUBJECT: 93-11 Approval of Agreement with S.R. Hansen & Associates for Testing ~f the NPDES Pervious Concrete Pilot Project Report by: Public Works Director Lee Thompson EXHIBITS ATTACHED: Agreement RECO~%~ENDATION: ~Approve Agreement and authorize Mayor to sign for the City FINANCIAL STATEMENT: The cost of testing services is on a time and materials basis not to exceed $4,950 and will be reimbursed by the Alameda County Clean Water Program. DESCRIPTION: As part of the local program of the National Pollution Discharge Elimination System (NPDES), Dublin has undertaken a pilot project at the Shannon Center parking lot to clean storm waters from the parking lot before the water can contaminate downstream creeks. The construction of this pilot project has been completed, as has base-line contaminant testing of the stormwaters flowing from the parking lot. The last phase of the work is to now test the completed improvements to see if significant pollutants are, in fact, being filtered out. If this project is successful, then similar projects may be used in new construction where there is the propensity for pollutant runoff, such as from gas stations. The consulting firm being recommended is already doing pollutant load monitoring for other NPDES projects in Alameda County and is very familiar with the program. The scope of the control testing will include "spiking" water with pollutants similar to those found in previous field tests of runoff from the parking lot and passing this water through the filtering system. Water will then be picked up at the pipe outlet and tested for pollutant loading. Once the testing has been completed, the City will write a final report for the project explaining the process and the results of the testing. Staff recommends that the City Council approve this agreement for consulting services and authorize the Mayor to sign the agreement for the City. a:(NPDES)~94-1~agstagmt ITEM NO. ~ COPIES TO: S.R. Hansen & Associates STANDARD CONSULTING ENGINEERING SERVICES ]~GREEMENT THIS AGREEMENT is made at Dublin, California, as of , 1993, by and between the CITY OF DUBLIN, a municipal corporation ("City"), and S.R. Hansen & Associates ("Consultant"), who agree as follows: 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in Exhibit A. Consultant shall provide said services at the time, place, and in the manner specified in Exhibit A. 2. PAYMENT. city shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth in Exhibit B. The payments specified in Exhibit B shall be the only payments to be made to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all billings for said services to city in the manner specified in Exhibit B; or, if no manner be specified in Exhibit B, then according to the usual and customary procedures and practices which Consultant uses for billing clients similar to City. 3. FACILITIES AND EQUIPMENT. Except as set forth in Exhibit C, Consultant shall, at its sole cost and expense, furnish all facilities and equipment which may be required for furnishing services pursuant to this Agreement. City shall furnish to Consultant only the facilities and equipment listed in Exhibit C according to the terms and conditions set forth in Exhibit C. 4. GENERAL PROVISIONS. The general provisions set forth in Exhibit D are part of this Agreement. In the event of any inconsistency between said general provisions and any other terms or conditions of this Agreement, the other term or condition shall control insofar as it is inconsistent with the general provisions. 5. EXHIBITS. All exhibits referred to herein are attached hereto and are by this reference incorporated herein. 6. SUBCONTRACTING. The Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by the City, except that which is expressly identified in the Consultant's proposal. 7. CHANGES. City may from time to time require changes in the scope of the services by Consultant to be performed under this Agreement. such changes, including any change in the amount of Consultant's compensation which are Agreement Page 1 of 2 12/29/93 mutually agreed upon by City and Consultant, shall be effective as amendments to this Agreement only when in writing. 8. RESPONSIBLE CHARGE. Consultant shall assign a project manager(s) to the project for the duration of the project. There shall be no change in the Project Manager or members of the project team without prior written approval by the city. The Project Manager for Consultant shall be Stephen R. Hansen. 9. CONTRACT ADMINISTRATION. This Agreement shall be administered by LEE S. THOMPSON ("Administrator"). All correspondence shall be directed to or through the Administrator or his designee. NOTICES. Any written notice to Consultant shall 10. be sent to: S.R. Hansen & Associates Environmental Consulting 4085 Nelson Avenue, Suite 1 Concord CA 94520 Phone: (510) 687-5400 Fax: (510) 687-2269 Any written notice to City shall be sent to: Lee S. Thompson Director of Public Works/City Engineer P. O. Box 2340 Dublin, CA 94568 Executed as of the day first above stated: CITY OF DUBLIN, a municipal corporation By "City" Attest: city Clerk "Consultant" Approved as to form: city Attorney Agreement Page 2 of 2 12/29/93 EXHIEIT A SCOPE OF SERVICES RND SCHEDULE ATTACHED LETTER DATED DECEMBER 15, 1993, FROM STEPHEN R. HANSEN, PH.D. IN ADDITION TO ATTACHED LETTER SCOPE OF WORK, THE CONSULTA/qT IN FINAL REPORT sHALL SPECIFY W/~EN CITY MUST REMOVE THE SA/~D FILTER THAT CAN BE USED IN CONSTRUCTION PROJECT. ALSO, CONSULTANT SHALL PROVIDE 25 COPIES OF FINAL REPORT- Exhibit A Paqe 1 of 1 _ S.R. HANSEN & Associates Environmental Consulting December 15, 1993 Mr. Mehran Sepehri Senior Civil Engineer City of Dublin 100 CMc Plaza Dublin, California 94568 Dear Mehran: In response to your request, S.R. Hansen & Associates (SRH&A) is please to submit this letter proposal for the performance of a study to evaluate the ability of the "concrete cover and sand bed system" (i.e., system) to treat stormwater runoff from the parldng lot in Shannon Park. Overview Conceptually, there are two ways to approach this issue. These can be described as follows: 1. Controlled Experiments - In this approach, clean water would be spiked with a variety of contaminants (concentrations based on prior data from site) and passed through the system. At set intervals, samples of water leaving the system would be collected and analyzed for the spiked analytes. The results generated would provide a quantified estimate of the effectiveness of the treatment for each of the contaminants added. The advantage of this approach is that we have excellent estimates of what is going into the system and can gain some insight into break- through characteristics. The disadvantage is that this is a simulation of reality as opposed to the real thing. 2. Stormwater Monitoring - In this approach, an actual storm event would be monitored. Samples entering the system and ex/ting the system would be collected a set time periods and analyzed for a selected number of contaminants. The results generated would generate an estimate of the effectiveness of the the system to remove each of the contaminants throughout the storm event. Probably emphasis on sampling and analysis would be made during the early:part of the storm when contaminant concentrations would be expected to be the highest. The advantage of this approach is that an actual storm event is being evaluated and the dynamics over the course of the storm can be considered. The disadvantages include varying input concentrations over time (perhaps no contaminants would be present), problems in influent collection, and the possibility of missing the start of the runoff due to the unpredictability of storm initiation. 4085 Nelson Avenue, Suite I · Concord, CA 94520 · (510) 687-5400 · Fox (510) 687-2296 M. Sepehri Page 2 Proposed Approach If sufficient funds were available, we would propose that a combination of the two approaches be used. First, controlled experiments would be performed to evaluate the theoretical effectiveness of the system. Second, actual runoff monitoring would be performed to confirm what the controlled experiments predicted. However, due to the limited funds available, we propose that the controlled experiments would be the most advantageous. In the controlled experiment, 400 gallons of distilled water or Dublin-San Ramon Service District Water (depending upon chemical composition) would be spiked with concentrations of oil & grease, chromium, copper, lead, nickel, and zinc. The concentrations of the spikes would be based on concentrations previously measured in stormwater runoff from the site. For 30 minutes, dean water (unspiked distilled water) would be passed through the system to eatablish a water quality baseline. Following this baseline period, spiked water would then be passed through the system to simulate runoff from a 0.5 inch storm for aproximately 3 hours. Samples leaving the treatment system would be collected at the endpoint of the baseline period, after the first five minutes of spiking, and every 30 minutes thereafter. Each sample (total of 8) would be analyzed for each of the spiked constituents. Estimated Cost Equipment & Supplies Water = $ 550 Tanks = 600 Miscellaneous = 300 Personnel 32hrs @ $40/hr = 1,280 Chemical Analysis $200/sample X 8 samples = 1,600 Data Analysis & Report Preparation = 620 Total $ 4,950 Food for Thought It should be noted that we feel it unlikely that the sand barrier will provide a good medium for sorption of organics and/or heavy metals. You might want to consider supplementing this layer with organic material (i.e., clay or activated carbon) prior to initiation of the study. If this proposal is acceptable to you, we will be prepared to initiate the experiments at your convenience. Sincerely, Step e~n R. Hansen, Ph.D. Principal EXHIBIT E PAYMENT SCHEDULE city shall pay Consultant an amount not to exceed the total sum of Four Thousand Nine Hundred-Fifty Dollars ($4,950) for services to be performed pursuant to this Agreement. Consultant shall submit invoices at the end of project based on the cost for services performed in accordance with the Exhibit A cost estimate of Four Thousdand Nine Hundred-Fifty Dollars ($4,950) . The total sum stated above shall be the total which city shall pay for the services to be rendered by Consultant pursuant to this Agreement. city shall make no payment for any extra, further or additional service pursuant to this Agreement unless such extra service and the price therefor is agreed to in writing executed by the city Council or other designated official of City authorized to obligate city thereto prior to the time such extra service is rendered. The services to be provided under this Agreement may be terminated without cause at any point in time in the sole and exclusive discretion of city. If the Agreement is terminated by city, Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials to the effective date of such termination. In that event, all finished and unfinished documents and other materials shall, at the option of the city, become City's sole and exclusive property. Consultant hereby expressly waives any and all claims for damages or compensation arising under this Agreement. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to date. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of a fully executed Purchase Order from the Finance Department of the City of Dublin. Exhibit B Page 1 of 1 EXHIBIT C city shall furnish physical facilities such as conference space, as may be reasonably necessary for Contractor's use while consulting with City employees and reviewing records and the information in possession of City. The location, quantity, and time of furnishing said physical facilities shall be in the sole discretion of City. In no event shall city be obligated to furnish any facility which may involve incurring any direct expense, including, but not limiting the generality of this exclusion, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Exhibit C Page 1 of 1 12/29/93 EXHIBIT D GENEi~AL PROVISIONS INDEPENDENT CONTRACTOR. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of city. City shall have the right to control Consultant only insofar as the results of Consultant's engineering services rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. LICENSES; PERMITS; ETC. Consultant represents and warrants to city that he has all licenses, permits, qualifications and approvals of whatsoever nature which are legally required for Consultant to practice his profession. Consultant represents and warrants to city that Consultant shall, at his sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for Consultant to practice his profession. TIME. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for satisfactory performance of Consultant's obligations pursuant to this Agreement. INSURANCE REQUIREMENTS. Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Consultant, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Consultant's bid. Minimum Scope of Insurance. Coverage shall be at least as broad as: (1) (2) Insurance Services office form number GL 0002 (Ed. 1/73) covering comprehensive General Liability and Insurance Services office form number GL 0404 covering Broad Form Comprehensive General Liability; or Insurance Services office Commercial General Liability coverage ("occurrence" form CG 0001). Insurance Services office form number CA 0001 (Ed. 1/78) covering Automobile Liability, code 1 "any auto" and endorsement CA 0025. (3) Worker's Compensation insurance as required by the Labor Code of the State of California and Employers Liability Insurance. Exhibit D Page 1 of 5 12/29/93 Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $1,000,000 combined single limit per Occurrence for bodily injury, personal injury and property damage. If commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. (2) Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. (3) Workers Compensation and Employers Liability: Workers Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the city, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials and employees; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The policies are to contain, or be endorsed to contain, the following provisions: (1) General Liability and Automobile Liability Coverages. (a) The City, its officers, officials, employees and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of the protection afforded to the City, its officers, officials, employees or volunteers. (b) The Consultant's insurance coverage shall be primary insurance as respects the city, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. Exhibit D Page 2 of 5 12/29/93 He (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. (d) The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (2) Worker's Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the city, its officers, officials, employees and volunteers for losses arising from work performed by the Consultant for the City. (3) Professional Liability. Consultant shall carry professional liability insurance in an amount deemed by the city to adequately protect the City against liability caused by negligent acts, errors or omissions on the part of the Consultant in the course of performance of the services specified in this Agreement. (4) Ail Coverages. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a Bests' rating of no less than A:VIII. Verification of Coveraqe. Consultant shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. The Risk Manager of city may approve a variation of those insurance requirements upon a determination that the coverages, scope, limits and forms of such insurance are either not commercially available or that the City's interests are otherwise fully protected. Exhibit D Page 3 of 5 12/29/93 CONSULTANT NO AGENT. Except as city may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of city in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind city to any obligation whatsoever. ASSIGNMENT PROHIBITED. No party to this Agreement may assign any right or obligation pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no effect. PERSONNEL. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that city, in its sole discretion, at any time during the term of this Agreement, desires the removal of any such persons, Consultant shall, immediately upon receiving notice from city of such desire of City, cause the removal of such person or persons. STANDARD OF PERFORMANCE. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the geographical area in which Consultant practices his profession. All instruments of service of whatsoever nature which Consultant delivers to city pursuant to this Agreement shall be prepared in a substantial, first class and workmanlike manner and conform to the standards of quality normally observed by a person practicing in Consultant's profession. HOLD HARMLESS AND RESPONSIBILITY OF CONSULTANTS. Consultant shall take all responsibility for the work, shall bear all losses and damages directly or indirectly resulting to him, to any subconsultant, to the city, to City officers and employees, or to parties designated by the city, on account of the negligent performance or character of the work, unforeseen difficulties, accidents, occurrences or other causes predicated on active or passive negligence of the Consultant or of his subconsultant. Consultant shall indemnify, defend and hold harmless the city, its officers, officials, directors, employees and agents from and against any or all loss, liability, expense, claim, costs (including costs of defense), suits, and damages of every kind, nature and description directly or indirectly arising from the negligent performance of the work. This paragraph shall not be construed to exempt the city, its employees and officers from its own fraud, willful injury or violation of law whether willful or negligent. For purposes of Section 2782 of the civil Code the parties hereto recognize and agree that this Agreement is not a construction contract. By execution of this Agreement Consultant acknowledges and agrees that he has read and understands the provisions hereof and that this paragraph is a material element of consideration. Exhibit D Page 4 of 5 12/29/93 10. 11. Approval of the insurance contracts does not relieve the Consultant or subconsultants from liability under this paragraph. GOVERNMENTAL REGULATIONS. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant shall comply with all applicable rules and regulations to which city is bound by the terms of such fiscal assistance program. DOCUMENTS. All reports, data, maps, models, charts, designs, plans, studies, surveys, photographs, memoranda or other written documents or materials prepared by Consultant pursuant to this Agreement shall become the property of city upon completion of the work to be performed hereunder or upon termination of the Agreement. No such materials or properties produced in whole or in part under this Agreement shall be subject to private use, copyrights, or patent rights by Consultant in the United States or in any other country without the express written consent of city. city shall have unrestricted authority to publish, disclose (as may be limited by the provisions of the California Public Records Act), distribute, and otherwise use, copyright or patent, in whole or in part, any such reports, studies, data, statistics, forms or other materials or properties produced under this Agreement. Exhibit D Page 5 of 5 12/29/93