Loading...
HomeMy WebLinkAbout4.9 Agreement with EOA, Inc. for Stormwater NPDES Implementation AssistanceSTAFF REPORT CITY COUNCIL Page 1 of 3 Agenda Item 4.9 DATE:April 19, 2022 TO:Honorable Mayor and City Councilmembers FROM:Linda Smith, City Manager SUBJECT:Agreement with EOA, Inc. for Stormwater NPDES Implementation AssistancePreparedby:Shannan Young,Environmental &Sustainability Manager EXECUTIVE SUMMARY:The City Council will consider approval of an agreement with EOA, Inc. for assistance with implementing programs required by the Municipal Regional Stormwater National Pollutant Discharge Elimination System (NPDES) Permit. The City of Dublin is one of 76 co-permittees under this permit issued by the San Francisco Bay Regional Water Quality Control Board. STAFF RECOMMENDATION:Adopt the Resolution Approving the Consulting Services Agreement Between the City of Dublin and EOA, Inc. for Stormwater NPDES Implementation Assistance. FINANCIAL IMPACT:The consultant services agreement under consideration is not to exceed $450,000 for a term of three years.There is sufficient appropriation in Fiscal Year 2021-22 to cover the current year cost. Future year costs will be incorporated in each respective fiscal year budget requests. Theentire contract cost is proposed to be funded by General Fund. DESCRIPTION:The City of Dublin is a co-permittee of the Municipal Regional Stormwater National Pollutant Discharge Elimination System (NPDES) Permit, also known as the MRP. The MRP is issued by the San Francisco Bay Regional Water Quality Control Board (Water Board) to meet the requirements of the federal Clean Water Act. The MRP is re-issued every five years.The third reissuance of the MRP is anticipated to go before the Water Board in May 2022 with an expected implementation date of July 1, 2022.The reissued MRP is anticipated to include several new and expanded requirements, including but not limited to: Green Storm Infrastructure (GSI) -Three acres of impervious surface area will be required 147 Page 2 of 3 to be treated with GSI per 50,000 population, prorated based on 2019 population (approximately four acres for Dublin). Road reconstruction – Road projects that involve reconstruction of existing streets or roads, which create and/or replace greater than or equal to one contiguous acre of impervious surface will be required to include GSI. Trash controls – 90% trash load reduction required by June 30, 2023, and 100% trash load reduction will be required by June 30, 2025. Cost Reporting – Each permittee will be required to annually prepare and submit a fiscal analysis of the costs incurred to comply with the MRP, including land cost, capital expenditures, personnel cost, consultant costs, overhead, and operations and maintenanceexpenditures. Asset Management – Each permittee will be required to develop and implement an Asset Management Plan to ensure the satisfactory condition of all hard assets. GSI asset management – GSI asset management plan will be required to include life cycle costs and beneficial design changes for GSI. Climate Change Adaptation Report – This report will be required to identify climate change related threats to assets. The Public Works Department utilizes consultants on environmental and sustainability programs and projects and for on-call, as-needed services. In the case of stormwater assistance, the City has previously utilized two separate firms, as well as City staff to assist in implementing the rules and regulations in place at that time. This agreement consolidates that work and incorporates the work anticipated under the new MRP.Consultants are solicited through an open and competitive Request for Proposals (RFP) process to identify consulting firms with the necessary background and experience to provide services at competitive costs. The RFP (Attachment 3) was sent to firms that have expressed interest in receiving RFPs and was posted on the City's website. EOA, Inc. is one of four firms that responded to the RFP issued by the City for MRP implementation assistance. One firm was disqualified from consideration due to an incomplete response to the RFP. EOA, Inc. was selected based on the quality and completeness of the submission of their response to the RFP and the firm’s experience with engagements of similar scope and complexity. Table 1 below provides an overview of the proposals received by the City in response to the RFP. Table 1. Proposals received in response to the RFP issued for MRP implementation assistanceFirmResponse Areas Proposed Staff RatesEOA, Inc.All (Categories 1 –6)$86 -$299/hour Geosyntec Consultants All (Categories 1 –6)$65 -$295/hourTetra Tech Categories 1, 2, 3, 6 $65 -$350/hour Endemic Environmental Services, Inc. Not fully responsive to RFP. STRATEGIC PLAN INITIATIVE:None. NOTICING REQUIREMENTS/PUBLIC OUTREACH: 148 Page 3 of 3 The City Council Agenda was posted. ATTACHMENTS:1) Resolution Approving the Consulting Services Agreement Between the City of Dublin and EOA, Inc. for Stormwater NPDES Implementation Assistance2) Exhibit A to the Resolution – Consulting Services Agreement Between the City of Dublin and EOA, Inc.3) Request for Proposals for Stormwater NPDES Implementation Assistance 149 Attachment 1 Reso. No. XX-22, Item X.X, Adopted XX/XX/2022 Page 1 of 1 RESOLUTION NO. XX – 22 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING THE CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND EOA, INC. FOR STORMWATER NPDES IMPLEMENTATION ASSISTANCE WHEREAS,the City is a co-permittee of the Municipal Regional Stormwater National Pollutant Discharge Elimination System (NPDES) Permit, also known as the MRP; and WHEREAS,The MRP is re-issued every five years, and the third reissuance of the MRP, expected to be implemented July 1, 2022, is anticipated to include several new and expanded requirements with which Staff requires assistance in implementing; and WHEREAS,on February 4, 2022, the City issued a Request for Proposals for Stormwater NPDES Implementation Assistance; and WHEREAS,Staff reviewed and evaluated the proposals in accordance with the RFP rating criteria and determined that EOA, Inc. best met the City desired scope of services based on quality, completeness of the submission, and the firm’s experience with engagements of similar scope and complexity; and WHEREAS,the City desires to enter into a consultant services agreement with EOA, Inc. for a not-to-exceed amount of $450,000 over a three-year term for stormwater NPDES implementation assistance. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the agreement with EOA, Inc. attached hereto as Exhibit A. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the agreement and make any necessary, non-substantive changes to carry out the intent of this Resolution. PASSED, APPROVED AND ADOPTED this 19th day of April 2022, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ______________________________ Mayor ATTEST: _________________________________ City Clerk 150 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 1 of 14 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND EOA, INC. FOR STORMWATER NPDES IMPLEMENTATION ASSISTANCE THIS AGREEMENT for consulting services is made by and between the City of Dublin (“City”) and EOA, Inc. (“Consultant”) (together sometimes referred to as the “Parties”) as of April 20, 2022 (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2025, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month-to-month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City’s right to terminate the Agreement as provided for in Section 8. 1.2 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. 1.3 Assignment of 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 reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Consultant’s obligations hereunder. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $450,000 notwithstanding any contrary indications that may be contained in Consultant’s proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant’s proposal, attached as Exhibit A, regarding the amount of compensation, the Attachment 2 151 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 2 of 14 Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information:  Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.;  The beginning and ending dates of the billing period;  A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion;  A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense  The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder;  The Consultant’s signature;  Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12-month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time 152 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 3 of 14 necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B, and shall not exceed $6,000. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by 153 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 4 of 14 this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant’s use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers’ Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and 154 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 5 of 14 b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non-owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an “occurrence” basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self- 155 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 6 of 14 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. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $2,000,000 covering the licensed professionals’ errors and omissions. Any deductible or self-insured retention shall not exceed $150,000 per claim. 4.3.2 Claims-Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims-made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 156 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 7 of 14 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant’s obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. 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, employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a “wasting” policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days’ prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant’s breach:  Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement;  Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or 157 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 8 of 14  Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 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. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City’s business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an 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. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant’s failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall 158 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 9 of 14 comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person’s race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a “Protected Characteristic”), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days’ written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to 159 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 10 of 14 reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City’s remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final 160 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 11 of 14 approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant’s Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 161 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 12 of 14 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City’s sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant’s economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Kristin Kerr EOA, Inc. 1410 Jackson Street Oakland, CA 94612 Any written notice to City shall be sent to: City of Dublin Attn: Shannan Young, Environmental & Sustainability Manager 100 Civic Plaza 162 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 13 of 14 Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, and C represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification 10.12 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City-approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant’s signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE 163 Consulting Services Agreement between City of Dublin and 04/20/2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Page 14 of 14 The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN EOA, Inc. Linda Smith, City Manager Ray Goebel, Vice President/Manager of Operations Attest: Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 164 Consulting Services Agreement between City of Dublin and April 20, 2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Exhibit A – Page 1 of 7 EXHIBIT A SCOPE OF SERVICES Stormwater NPDES Implementation Assistance During the period of this contract, the Consultant will provide specialized technical and engineering services, including labor, equipment, and/or materials, as needed, to support the City in its implementation of the Municipal Regional Stormwater NPDES Permit. Services requested may include a subset of the projects listed below, or all of the projects, as determined by the City. On a task-by-task basis, specific work requirements, time frames for completion, and approximate cost or “not to exceed cost” shall be mutually agreed upon by Consultant and the City, as described pursuant to individual task orders, prior to commencement of each task. Rate of payment shall be as provided in the Fee Schedule, as shown in Exhibit B. Category Project Description Related MRP Provision(s) Timeline General Technical Support Annual Report Preparation Assistance Assist in data collection, analysis, and input of data required for the Annual Report to the Water Board, including special reports. Assist with report writing. All Reports due to the Water Board September 30 annually. General Technical Support Update the Corp Yard Stormwater Pollution Prevention Plan Review and update the SWPPP for the City’s Corp Yard. C.2 FY2023 General Technical Support Update to the spill response plan Review and revise the City’s spill response plan, including taking a photo inventory of existing spill response materials and vendors, and providing a list of suggested C.5 FY2023 165 Consulting Services Agreement between City of Dublin and April 20, 2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Exhibit A – Page 2 of 7 supplemental materials. General Technical Support Update the City’s Enforcement Response Plan (ERP) Review and revise the ERP, including making recommendations related to adjust how the City issues stormwater citations. C.3, C.4, C.5 FY2023 General Technical Support Update the City’s Integrated Pest Management (IPM) Administrative Procedure Review the City’s IPM Administrative procedure and make recommendations for improvements to meet MRP requirements. C.9 FY2023 General Technical Support IPM verification inspections Conduct training and periodic verification inspections that IPM practitioners are adhering to policies. C.9 FY2023 General Technical Support Report on database options Provide a report on comprehensive stormwater database options. The database should interact with City databases and the Clean Water Program AGOL database. All FY2023 General Technical Support Update reporting forms and documents Update and develop reporting forms such the stormwater requirements checklist, CIP checklists, inspection checklists, O&M Agreement, etc. All As needed. General Technical Support Develop outreach materials Develop outreach materials for print and web page applications (best management All As needed. 166 Consulting Services Agreement between City of Dublin and April 20, 2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Exhibit A – Page 3 of 7 practices and source control fact sheets, mailings, etc.) to support MRP required activities/programs. General Technical Support Training support Provide training support on various stormwater topics (e.g. develop PowerPoint presentations, procure encroachment permits for spill response training, procure supplies or equipment needed, coordinate schedules, etc.). All As needed. Green Stormwater Infrastructure GSI Program Implementation Assist with updating municipal processes, ordinances, plans, and procedures to ensure the City’s GSI Plan is being implemented. C.3 As needed. Green Stormwater Infrastructure GSI concept plans Assist in identifying and developing concept plans for potential GSI projects. C.3 June 30, 2027 – 3.89 acres treated Green Stormwater Infrastructure Alternate Compliance Program Assist with feasibility investigation and planning for a potential alternate compliance program in Dublin. Activities may include but are not limited to: conducting feasibility studies, determine type of program, C.3 Complete FY2024 167 Consulting Services Agreement between City of Dublin and April 20, 2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Exhibit A – Page 4 of 7 identify technical and financial tracking procedures, and assist with developing a guidance manual. Green Stormwater Infrastructure Bioretention soil mix (BSM) pilot studies To maximize water retention in treatment facilities and reduce irrigation needs, conduct pilot studies to determine if adding biochar to the standard MRP BSM will meet the requirements for the alternative MRP BSM specification. If positive results are achievable, assist in implementing field pilot studies of the alternative mix. C.3 Complete FY2024 Green Stormwater Infrastructure Typical details & bid specifications Develop new or update existing typical details and bid specifications. C.3 As needed. Trash Load Reduction Analysis to determine how to get to 90% and 100% trash load reduction. Help determine how the City will achieve 90% and 100% trash load reduction, including but not limited to the following: conducting on-land visual trash assessments, determining where and why it is technically infeasible to install full trash capture devices, conduct field surveys of installed devices C.10 Complete by October 2022. 168 Consulting Services Agreement between City of Dublin and April 20, 2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Exhibit A – Page 5 of 7 and identifying alternative controls to full trash capture devices. Trash Load Reduction Revised Trash load reduction plan Assist with the development of a revised Trash Load Reduction plan, based on the trash load reduction analysis. C.10 2023 AR Trash Load Reduction Private lands drainage area Help determine an approach to private lands drainage areas to ensure they are managed by full trash capture devices or equivalent. C.10 FY2023 Trash Load Reduction Revised Trash Generation area map Provide guidance on a revised trash generation area map, based on on-land visual trash assessments or other assessment methods. C.10 2024 AR PCB’s and mercury reduction programs Building demolition and bridge maintenance programs. Help establish Dublin specific protocols. Conduct inspections of construction sites and review verification documents confirming that materials are properly disposed. C12. On-going Cost Reporting Accounting Tracking Framework Assist with developing Dublin- specific accounting methods to support the cost reporting required in the new MRP 3 Cost Reporting Provision. C.20 After Water Board Executive Officer approval of cost reporting framework 169 Consulting Services Agreement between City of Dublin and April 20, 2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Exhibit A – Page 6 of 7 and methodology (FY2023). Cost Reporting MRP 1 Unfunded Mandate Assist with data- gathering, evaluation and standardization, as needed, to support Dublin as the lead claimant for the MRP 1 unfunded mandate test claim. To the extent feasible, the analysis shall follow the cost reporting format developed for the new MRP 3 Cost Reporting Provision. C.20 Anticipated in FY2023. Asset Management Inventory storm drain inlet markers Conduct field inspections to verify that municipally- owned storm drain inlets have storm drain medallions installed. C.2 FY2025 Asset management Complete update for missing MS4 elements Assist with identifying information missing from MS4 maps and develop a plan and schedule to compile additional MS4 information, considering the potential to identify component locations, size or specifications, materials and construction and condition. C.5 FY2025 Asset management Asset Management Plan Assist with development of an C.21 FY2025 170 Consulting Services Agreement between City of Dublin and April 20, 2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Exhibit A – Page 7 of 7 asset management plan, including an O&M Rehab and Replacement Plan. Asset Management GIS Development and Support Assist with updating and maintaining City of Dublin data into the Clean Water Program’s ArcGIS on- line database. various On-going Miscellaneous Miscellaneous As-needed Stormwater Assistance not identified above N/A As-Needed 171 Consulting Services Agreement between City of Dublin and April 20, 2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Exhibit B – Page 1 of 2 EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES 172 Environmental and Public Health Engineering EOA 2022 FEE SCHEDULE The following fee schedule covers personnel rates for EOA, Inc. staff. Our charges are divided into two categories: personnel, and direct expenses. A new fee schedule is issued at the beginning of each year. Charges for all work, except where other arrangements have been made, are based on the new schedule of charges. PERSONNEL Personnel charges are for any technical, clerical or administrative work necessary to perform the project. Work tasks include geologic and environmental consulting, engineering and computer services, regulatory liaison, and report preparation. Personnel rates are as follows: Personnel Category Hourly Rates Principal…………………………………………………………………….. $299 Managing Engineer/Scientist III……………………………………………. $291 Managing Engineer/Scientist II…………………………………………….. $274 Managing Engineer/Scientist I……………………………………………... $262 Senior Engineer/Scientist III – Project Leader……………………………... $242 Senior Engineer/Scientist/Planner II……………………………………….. $220 Senior Engineer/Scientist/Planner I…………………………….................... $202 Associate Engineer/Scientist III ………………………………................... $192 Associate Engineer/Scientist II…………………………………................... $183 Associate Engineer/Scientist I……………………………………………… $155 Assistant Engineer/Scientist……………………………………................... $140 Technician, Administrative Manager …..………………………………….. $121 Clerical/Computer Data Entry……………………………………………… $86 Charges for professional services are in increments of one quarter-hour. Depositions/legal testimony charged portal-to- portal, at 200% of standard rates, with a four-hour minimum charge. In accordance with California Civil Procedure 2037.7, where applicable, the minimum fee must be paid prior to commencement of testimony. Preparation for court cases is charged on a time-and-materials basis as outlined in this fee schedule. DIRECT EXPENSES Reimbursement for expenses directly related to services provided will be charged at cost plus 10%. Examples of such direct expenses include: • Costs of sub-consultants or subcontractors • Costs of special fees (insurance, permits, etc.) • Costs of copying, drafting, blueprints, etc. (EOA copies charged at $0.10 each for B&W, $0.35 each for color. Large format $0.15/sq ft for B&W, $0.50/sq ft for color) • Costs of color map production supplies (color ink and large format paper) • Costs or rental of special equipment. Daily use fees of monitoring equipment charged at the following rates: - Single-parameter field meter - $10/day - Multi-parameter field meter and sonde - $100/day • Costs of authorized travel and related expenses • Costs of laboratory analyses INVOICES Invoices are prepared and submitted on a monthly basis, as either final or progress billings and are payable upon receipt unless prior arrangements have been made. Interest of 1-1/2% per month, or the maximum rate allowed by law, is payable on accounts not paid within 60 days. EOA, Inc. • 1410 Jackson Street • Oakland, CA 94612 • Tel: (510) 832-2852 • Fax: (510) 832-2856 173 Consulting Services Agreement between City of Dublin and April 20, 2022 EOA, Inc. for Stormwater NPDES Implementation Assistance Exhibit C – Page 1 of 1 EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant’s work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant’s proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant’s services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant’s proportionate percentage fault. 174 REQUEST FOR PROPOSALS Stormwater NPDES Implementation Assistance City of Dublin Proposals must be received by: March 4, 2022 Jordan Foss, Management Analyst II 100 Civic Plaza City of Dublin, CA 94568 Proposals will be evaluated on the following: a) responsiveness to the Request for Proposal questions, b) experience of the firm, c) experience and qualifications of the assigned individuals and d) Satisfaction of previous clients. Attachment 3 175 Request for Proposal For Engineering and Technical Services Overview The City of Dublin (City) is inviting proposals for specialized technical and engineering services to assist staff in meeting requirements contained in the third iteration of the Municipal Regional Stormwater NPDES Permit (MRP 3). The San Francisco Bay Regional Water Quality Control Board (Water Board) intends to schedule adoption of the MRP 3 to ensure an effective date of July 1, 2022. Although the City does not anticipate significant changes from the publicly noticed Tentative Order, Staff assumes qualified consultants are tracking the permit adoption process and will be aware of final permit requirements as proposals are finalized. Information and announcement on the MRP Tentative Order may be found at the Water Board’s website: https://www.waterboards.ca.gov/sanfranciscobay/water_issues/programs/stormwater/ Project Description: Categories of on-call technical support covered by this RFP include: 1. General Technical Support, including but not limited to document updates and annual report preparation assistance. 2. Green Stormwater Infrastructure and related projects. 3. Trash load reduction support. 4. Polychlorinated biphenyl’s and mercury reduction programs support. 5. Cost reporting and accounting. 6. Asset management program assistance. City Staff has attempted to identify all anticipated work efforts for which consultant support will be needed, as detailed in Attachment A. Consultants are encouraged to identify any tasks or alternative approaches to providing support services that are believed to be superior to th ose provided in Attachment A. Innovative, integrative, and cost-effective approaches to providing support and ensuring compliance with the MRP are welcomed. Considerations: Proposals shall include a detailed scope of services to provide technical support to assist the City with the requested scope of work. The proposed scope of services should detail the understanding of the requested tasks, the approach to fulfilling the tasks, roles of any subcontractors that will assist in fulfilling the scope of services, recommendations on alternative tasks/approaches not identified in this RFP that are deemed necessary or 176 appropriate for inclusion, anticipated deliverables, and a summary of specialized experience or expertise directly relevant to the proposed tasks. It is anticipated that Consultant team(s) will be engaged for three years through this RFP (through Fiscal Year 2024- 25). Proposals shall include a schedule, broken down by fiscal year, that identifies overall duration for proposed services, duration of individual tasks and subtasks, key milestones, and critical pathways to meeting the overall schedule. Schedules should be developed to meet MRP related compliance deadlines. Please bid these project categories separately. The City reserves the right to engage different firms for each project or project category to secure the desired set of services addressing the overall project needs. Process and General Conditions 1. Proposers shall submit one electronic PDF copy of the proposal to: Jordan Foss Management Analyst II 100 Civic Plaza Dublin, CA 94568 Jordan.Foss@dublin.ca.gov 2. Deadline for submitting the proposal is March 4, 2022, at 5:00 p.m. 3. The City will not pay for any costs incurred in preparation and submission of the proposals or in anticipation of a contract. The format of submittals is at the discretion of the Proposer. Each proposal shall be limited to a maximum of 20 pages using minimum 12-point font size. Page limit excludes a table of contents and resumes for Consultant’s team. Schedule for RFP Process February 4, 2022 Request for Proposals posted to City website. February 11, 2022 Deadline to submit questions to City of Dublin. Submit questions to Jordan.Foss@dublin.ca.gov. February 18, 2022 Addendum posted, if required. March 4, 2022 Proposals are due no later than 5:00 PM via email to Jordan.Foss@dublin.ca.gov. Late submittals will not be accepted. Week of March 14, 2022 Interview firms (optional) April 19, 2022 Consulting Services Agreement scheduled for approval by the Dublin City Council. 177 (Tentative dates, subject to change) RFP Submittal Requirements Please prepare and organize your Statement of Qualification based on the requirements provided below. Any other information you would like to include should be placed in a separated section at the back of your Statement of Qualification. Please note however that the RFQ submittal is limited to 20 pages maximum single-sided in 12- point font. Page limit excludes a table of contents and resumes for Consultant’s team. Include the following in the Proposal: 1. Enclose a cover letter not to exceed one page, describing the firm's interest and commitment to perform work necessary to provide consulting services. The person authorized by the firm to negotiate a contract with the City of Dublin shall sign the cover letter. Please include this cover letter within document and not as a separate page. 2. State the qualifications and experience of the firm/individual(s). Please emphasize the specific qualifications and experience with engagements of similar scope and complexity. 3. Provide at least three references (names and current phone numbers) from recent work (previous five years) similar to the services outlined in this request for qualification. Please include a brief description of the work performed and the role your firm performed. 4. List key staff members, including identification of the Principal-in-Charge and Project Manager/primary point-of-contact. Include each team member’s availability, including all existing committed hours, and the ability of being able to complete the project in time and budget. 5. Provide an approach to completing this project, showing the flow of various tasks of the work and demonstrating the clear understanding of the requested work. 6. Provide a project schedule. 7. Present proposed project budget, to include a compensation rate schedule for services. 8. Provide confirmation of your firm’s ability to meet the City’s Standard Consulting Agreement and insurance requirements. Exceptions to the Agreement and insurance requirements shall be specifically noted in the Proposal. Standard Consulting Agreement: It is anticipated that the services covered by the Agreement resulting from this solicitation will be performed on a time and materials fee basis for a specified scope of work. The term of the agreement is anticipated to begin April 20, 2022. A sample of the City’s Standard Consulting Agreement (Agreement), including insurance requirements, is provided as Attachment B. 178 If the interested firm desires to take exception to the Agreement and/or insurance requirements, the interested firm shall clearly identify proposed changes to the Agreement and furnish the reason for these changes, which shall be included in the qualification. Exceptions will be taken into consideration in evaluating Proposals. Otherwise, the interested firm is to state in the proposal that the Agreement and insurance requirements are acceptable. Consideration for exceptions will not be considered if not included in the submitted proposal. Conflict of Interest Proposer agrees that, for the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Proposers must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list of your firm’s clients who are the following: Private clients located or operating within the City of Dublin limits, Dublin San Ramon Service District, US Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFQ as well as current and future commitments to other projects. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. Equal Employment Opportunity Proposer shall not, on the grounds of race, color, sex, age, religion, national origin, ancestry, physical handicap, medical condition, or marital status either discriminate or permit discrimination against any employee or applicant for employment in any manner prohibited by Federal, State or local laws. In the event of Proposer non- compliance, the City of Dublin may cancel, terminate or suspend the Contract in whole or in part. Proposer may also be declared ineligible for further contracts with the City of Dublin. Proposer shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Proposer and its sub-consultants shall post in conspicuous places, available to all employees and applicants for employment, a notice setting forth the following provisions [29 U.S.C. § 623, 42 U.S.C. § 2000, 42 U.S.C. § 6102, 42 U.S.C. § 12112, 42 U.S.C. § 12132, 49 U.S.C. § 5332, 29 CFR Part 1630, 41 CFR Parts 60 et seq.]. 179 Governing Law This RFP summarizes the applicable laws and governance; when in conflict applicable State/Federal guidelines shall apply. The contract and legal relations between the parties hereto shall be governed and construed in accordance with the laws of the State of California. Insurance Requirements The Contractor shall provide insurance coverage as follows in conformance with the City of Dublin’s requirements: General Liability Insurance $1,000,000 Automobile Liability Insurance $1,000,000 Professional Liability Insurance $1,000,000 Workers’ Compensation Insurance $1,000,000 References Contractor must include three (3) references for which the company has provided services similar to those described in this RFP. Reference information shall include: Name, Address, Contact, Title, Phone Number, E-mail Address, and Term of the Contract. Review and Selection Process The City reserves the right to make the selection based on its sole discretion. A subcommittee selected by City Staff will evaluate proposals provided in response to this RFP. The subcommittee will use a forced ranking process (please see Attachment C, Forced Ranking Rating Sheet, for further detail). Informal interviews may be conducted by City staff and may include more than one firm that has submitted a Proposal. Based on input from this review process, a recommendation will be made to the City Manager. The City Manager will make a recommendation to the City Council for award of contract services. The City reserves the right to award a contract to the firm(s) that the City feels best meets the requirements of the RFP. The City reserves the right to reject any and all Proposals prior to execution of the Agreement, with no penalty to the City. Selection of Consultant Submitted Proposals will be evaluated and scored using the following criteria: • Qualifications and specific experience of key project team members. • Quality and completeness of the proposal. • Experience with engagement of similar scope and complexity. • Satisfaction of previous clients. • Cost of providing the consultant services for this project. 180 Attachment A Scope of Services 181 City of Dublin Stormwater Implementation Assistance RFP Page 1 of 5 Scope of Work Category Project Description Related MRP Provision(s) Timeline General Technical Support Annual Report Preparation Assistance Assist in data collection, analysis, and input of data required for the Annual Report to the Water Board, including special reports. Assist with report writing. All Reports due to the Water Board September 30 annually. General Technical Support Update the Corp Yard Stormwater Pollution Prevention Plan Review and update the SWPPP for the City’s Corp Yard. C.2 FY2023 General Technical Support Update to the spill response plan Review and revise the City’s spill response plan, including taking a photo inventory of existing spill response materials and vendors, and providing a list of suggested supplemental materials. C.5 FY2023 General Technical Support Update the City’s Enforcement Response Plan (ERP) Review and revise the ERP, including making recommendations related to adjust how the City issues stormwater citations. C.3, C.4, C.5 FY2023 General Technical Support Update the City’s Integrated Pest Management (IPM) Administrative Procedure Review the City’s IPM Administrative procedure and make recommendations for improvements to meet MRP requirements. C.9 FY2023 General Technical Support IPM verification inspections Conduct training and periodic verification inspections that IPM practitioners are adhering to policies. C.9 FY2023 General Technical Support Report on database options Provide a report on comprehensive stormwater database options. The database should interact with City databases and the All FY2023 182 City of Dublin Stormwater Implementation Assistance RFP Page 2 of 5 Clean Water Program AGOL database. General Technical Support *Update reporting forms and documents Update and develop reporting forms such the stormwater requirements checklist, CIP checklists, inspection checklists, O&M Agreement, etc. All As needed. General Technical Support *Develop outreach materials Develop outreach materials for print and web page applications (best management practices and source control fact sheets, mailings, etc.) to support MRP required activities/programs. All As needed. General Technical Support *Training support Provide training support on various stormwater topics (e.g. develop PowerPoint presentations, procure encroachment permits for spill response training, procure supplies or equipment needed, coordinate schedules, etc.). All As needed. Green Stormwater Infrastructure *GSI Program Implementation Assist with updating municipal processes, ordinances, plans, and procedures to ensure the City’s GSI Plan is being implemented. C.3 As needed. Green Stormwater Infrastructure GSI concept plans Assist in identifying and developing concept plans for potential GSI projects. C.3 June 30, 2027 – 3.89 acres treated Green Stormwater Infrastructure Alternate Compliance Program Assist with feasibility investigation and planning for a potential alternate compliance program in Dublin. Activities may include but are not limited to: conducting feasibility studies, determine type of program, identify technical and financial tracking procedures, and assist with C.3 Complete FY2024 183 City of Dublin Stormwater Implementation Assistance RFP Page 3 of 5 developing a guidance manual. Green Stormwater Infrastructure Bioretention soil mix (BSM) pilot studies To maximize water retention in treatment facilities and reduce irrigation needs, conduct pilot studies to determine if adding biochar to the standard MRP BSM will meet the requirements for the alternative MRP BSM specification. If positive results are achievable, assist in implementing field pilot studies of the alternative mix. C.3 Complete FY2024 Green Stormwater Infrastructure *Typical details & bid specifications Develop new or update existing typical details and bid specifications. C.3 As needed. Trash Load Reduction Analysis to determine how to get to 90% and 100% trash load reduction. Help determine how the City will achieve 90% and 100% trash load reduction, including but not limited to the following: conducting on-land visual trash assessments, determining where and why it is technically infeasible to install full trash capture devices, conduct field surveys of installed devices and identifying alternative controls to full trash capture devices. C.10 Complete by October 2022. Trash Load Reduction Revised Trash load reduction plan Assist with the development of a revised Trash Load Reduction plan, based on the trash load reduction analysis. C.10 2023 AR Trash Load Reduction Private lands drainage area Help determine an approach to private lands drainage areas to ensure they are managed by full trash capture devices or equivalent. C.10 FY2023 184 City of Dublin Stormwater Implementation Assistance RFP Page 4 of 5 Trash Load Reduction Revised Trash Generation area map Provide guidance on a revised trash generation area map, based on on- land visual trash assessments or other assessment methods. C.10 2024 AR PCB’s and mercury reduction programs Building demolition and bridge maintenance programs. Help establish Dublin specific protocols. Conduct inspections of construction sites and review verification documents confirming that materials are properly disposed. C12. On-going Cost Reporting Accounting Tracking Framework Assist with developing Dublin-specific accounting methods to support the cost reporting required in the new MRP 3 Cost Reporting Provision. C.20 After Water Board Executive Officer approval of cost reporting framework and methodology (FY2023). Cost Reporting MRP 1 Unfunded Mandate Assist with data-gathering, evaluation and standardization, as needed, to support Dublin as the lead claimant for the MRP 1 unfunded mandate test claim. To the extent feasible, the analysis shall follow the cost reporting format developed for the new MRP 3 Cost Reporting Provision. C.20 Anticipated in FY2023. Asset Management Inventory storm drain inlet markers Conduct field inspections to verify that municipally- owned storm drain inlets have storm drain medallions installed. C.2 FY2025 Asset management Complete update for missing MS4 elements Assist with identifying information missing from MS4 maps and develop a plan and schedule to compile additional MS4 information, considering C.5 FY2025 185 City of Dublin Stormwater Implementation Assistance RFP Page 5 of 5 the potential to identify component locations, size or specifications, materials and construction and condition. Asset management Asset Management Plan Assist with development of an asset management plan, including an O&M Rehab and Replacement Plan. C.21 FY2025 Asset Management Stream Maintenance Manual Assist with the development of a stream maintenance manual. C.21 FY2025 Asset Management GIS Development and Support Assist with updating and maintaining City of Dublin data into the Clean Water Program’s ArcGIS on-line database. various On-going Miscellaneous Miscellaneous As-needed Stormwater Assistance not identified above N/A As-Needed * Since these are as-needed requests, a detailed budget is not required. Provide the general approach to these projects, the personnel that would be involved, and associated rates that would be charged to provide this assistance. 186 Attachment B Standard Consulting Services Agreement Attachment to RFP Removed for the April 19, 2022 Council Meeting 187 Attachment C Forced Ranking Sheet 188