Loading...
HomeMy WebLinkAboutCC Resolution 10601 (Mahon Creek Bike Path)RESOLUTION NO. 10601 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL ACCEPTING A PROPOSAL FROM HARDING LAWSON ASSOCIATES (HLA) TO CONDUCT ENVIRONMENTAL AND GEOTECHNICAL INVESTIGATION IN THE AMOUNT OF $34,860 AND AUTHORIZING EXECUTION OF AGREEMENT FOR THE MAHON CREEK BIKE PATH PROJECT BE IT RESOLVED by the Council of the City of San Rafael as follows: WHEREAS, The City is reconfiguring the bank for flood control and constructing a pedestrian bike path along Mahon Creek between Lindaro at Andersen Drive and West Francisco Blvd; and this creek; and WHEREAS, contaminated soil is known to be present along portions of WHEREAS, staff requested and HLA is willing to conduct environmental and geotechnical investigation for the above-mentioned project; and WHEREAS, HLA has furnished a proposal to include these services; and WHEREAS, staff finds the content and cost of the proposal to be acceptable and within industry standards; and WHEREAS, the Agreement will be approved by the City Attorney prior to being executed. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael to hereby authorize the Public Works Director to execute and Agreement with HLA to conduct environmental and geotechnical investigation in the amount of $34,860 for the Mahon Creek Bike Path Project. 0R�GQ IAL 0eo\ I, JEANNE M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the 6°i day of March, 2000, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Heller, Miller, Phillips & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None JEAILEO INI, ity Clerk File No.: 08.02.205 AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made and entered into this 6th day of MARCH , 2000, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and HARDING LAWSON ASSOCIATES (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY has determined that consulting services are required to conduct Environmental and Geotechnical Investigation for the Mahon Creek Bike Path Project. WHEREAS, the CONTRACTOR has offered to render certain specialized professional services in connection with the Project. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: DEFINITIONS. 2. PROJECT COORDINATION. A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The Public Works Director is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Janet Peters is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within seven (7) business days of the substitution. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide services as follows: the CONTRACTOR agrees to provide professional services as an Engineering Consultant as outlined in the Proposal from CONTRACTOR dated February 10, 2000, marked Exhibit "A", attached hereto, and incorporated herein by this reference. The CONTRACTOR agrees to be available and perform the work specified in this agreement in the time frame as specified and as shown in Exhibit "A" 4. DUTIES OF CITY. CITY shall perform the duties described in Exhibit "A" attached hereto and incorporated herein. 5. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown on the current fee schedule as described in Exhibit "A" attached and incorporated herein. The total payment made for any individual work task will not exceed the amounts shown on the Proposal Budget, set out in Exhibit "A". Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 6. TERM OF AGREEMENT. The term of this Agreement shall be from the date of execution until the Project is complete. 7. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon ten (10) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within thirty (30) days of the receipt of said notice. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 8. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. The CITY agrees that all documents, including but not limited to, drawings, specifications, and reports, prepared by CONTRACTOR pursuant to this Agreement are instruments of service in respect to the Project. They are not intended or represented to be suitable for reuse by the CITY or others on modifications or extensions of the Project or on any other project. Any reuse without prior written verification or adaptation by CONTRACTOR for the specific purpose intended will be at the CITY's sole risk and without liability or legal exposure to CONTRACTOR. Any such verification or adaptation of documents requested of CONTRACTOR by CITY will entitle CONTRACTOR to additional compensation at rates to be agreed upon by CITY and CONTRACTOR. 2 9. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 10. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 11. INSURANCE. A. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage; 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence; 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million ( $1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by section 11. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractual liability and personal injury; 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 4. CONTRACTOR shall provide to PROJECT MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents, employees, and volunteers, as additional named insureds under the policies. 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to CITY's PROJECT MANAGER; 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 12. INDEMNIFICATION. CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, agents, employees, and volunteers, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees and administrative costs, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR'S officers, agents and employees in the performance of their duties and obligations under this Agreement. CONTRACTOR's indemnification obligation hereunder shall not apply to the extent such claims, demands, suits, judgements, losses or liability or expense of any kind are caused by or result in any way from any acts or omissions, intentional or negligence of CITY, or its officers, agents and employees. 13. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 14. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 15. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 16. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY: Mr. David M. Bernardi, Public Works Director City of San Rafael 1400 Fifth Ave. (P.O. Box 151560) San Rafael, CA 94915-1560 TO CONTRACTOR: Janet Peters Harding Lawson Associates 90 Digital Drive Novato, CA 94949 17. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 18. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. 5 C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 19. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 20. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 21. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 22. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR's taxpayer identification number is 68-0146861, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 23. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. 6 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITYSAN RAFAEL ` It David M. Bernardi Public Works Director ATTEST: 7 CONTRACTOR arding Lawson Associates Name: Janet Peters Title: Princival Geoloeist Services/Professional Services Contract Form -1 (Revised 4/96) Harding Lawson Associates - Ex H 16l T Pl ■� February 10, 2000 02874 101BAYA Mr. Andy Preston City of San Rafael 1400 Fifth Street San Rafael, California 94901 Scope of Work and Fee Estimate Environmental and Geotechnical Investigation Creek Bank Reconfiguration and Path Design Mahon Path Project San Rafael, California Dear Mr. Preston: Harding Lawson Associates (HLA) is pleased to present this scope of work and fee estimate to the City of San Rafael Department of Public Works (City) to perform the geotechnical and environmental investigations and documentation for the planned Mahon Path project (Site). The scope of work is based on discussions with the City during a December 21, 1999, meeting, and the preliminary plans and cross- sections provided by CSW/Stuber-Stroeh Engineering Group, Inc. (CSW/St'-). The project consists of reconfiguration of the bank and construction of a pedestrian bike path along two areas of Mahon Creek. The first area is south of the former PG&E property area and north of the Brandon Tire property and includes reconfiguration of the south bank of Mahon Creek and construction of the path (Stations 24+60 through 18+80). The second area is between the current City Corporation Yard and the Shamrock Center and Glass and Sash properties and includes reconfiguration of the bank along both banks of Mahon Creek and construction of the path on the east side of the Creek (Stations 18+10 through 12+20). Review of the preliminary cross sections indicate the majority of the soil requiring removal is located along the slopes of Mahon Creek. It is our understanding that the path must be designed to accommodate the Pacific Gas and Electric (PG&E) line truck easement along that portion of the Path adjacent to the Shamrock Center. Previous investigations in this area have shown the presence of contamination associated with operation of PG&E's Manufactured Gas Plant and the operations of the former Shell Gas Station and the City Corporation Yard. In addition, contamination may be present as a result of the previous use of the subject properties and/or related to other adjacent properties. Engineering and Environmental Services 90 Digital Drive, Novato, CA 94949 415/883-0112 Fax: 415/884-3300 00 Harding Lawson Associates January 19, 2000 02874 101BAYA Mr. Andy Preston City of San Rafael Page 2 SCOPE OF WORK The purpose of our investigation will be to 1) provide geotechnical criteria for the design and construction of the bike path, and 2) provide chemical data regarding the environmental condition of the fill material and sediments that will be excavated or exposed as part of the creek reconfiguration and construction of the path to determine proper health and safety requirements during construction and to allow for direct loading of any soil needing disposal. As discussed with you, HLA assumes that any environmental permitting work will be handled under a separate scope of work. 1 -ILA proposes to perform the scope of work described below. Task 1— Environmental and Geotechnical Investigation Subtask 1.1 Site Reconnaissance, Utility Clearances, and Coordination HLA will perform site reconnaissance, utility clearances and coordination with the necessary agencies and entities. On the basis of our recent communication with you, HLA understands that all drilling and encroachment fees will be waived and access will be provided by the City. HLA will prepare a site specific Health and Safety Plan which designates personal protective equipment and safe work practices during field operations. Subtask 1.2 Geotechnical and Environmental Field Work To evaluate the soil and sediment at the Site for disposal characterization and worker protection, HLA proposes the following scope of work: • Prepare a sampling plan in accordance with US EPA Document SW -846 in order to obtain the correct number of sample locations so the soil can be excavated and loaded at the same time. Divide excavation area into quadrates and mark boring locations and clear the locations by a private underground utility locator and Underground Service Alert (USA) • Drill 60 borings to depths ranging from 2 to 5 feet below ground surface (bgs) to comply with depth of proposed excavation • Collect soil samples at intervals and visually log each boring • Select soil samples from each boring for composite into one sample for analysis by a State certified analytical laboratory. A total of 15 samples will be analyzed • Collect 6 sediment samples from Mahon Creek and composite into 3 samples for analysis Harding Lawson Associates January 19, 2000 02874 101BAYA Mr. Andy Preston City of San Rafael Page 3 • Samples will be analyzed for Total Petroleum Hydrocarbons (TPH), volatile organic compounds (VOCs), polynuclear aromatic hydrocarbons (PNAs) and the metals cadmium, chromium, lead, nickel and zinc on a standard two-week turnaround • Evaluating the analytical results from the soil sampling with the hazardous waste regulations in California Code of Regulation (CCR) Title 22 Section 66260. If the results indicate levels of contaminants are present above landfill acceptance requirements, further analytical testing (analysis of metals by STLC method) of already collected samples may be required, but no additional field work should be required. If required, HLA will discuss this with you before proceeding. In addition, at three selected boring locations, bulk samples will be collected and analyzed for R -value, plasticity index (PI) and particle size analysis to determine the geotechnical characteristics of the project area soil. Samples obtained from the borings will also be examined by the geotechnical engineer to verify field classifications. Task 2 — Geotechnical Engineering and Pavement Design Report Based on field observations, laboratory test results, and our engineering analyses, HLA will provide a report which presents recommendations for asphalt pavement thickness design, utility trench backfilling and grading. Task 3 — Hazardous Material Study Report, Soil Management Plan and Site Health and Safety Plan HLA will present a summary of the results of the environmental investigation in a letter report entitled Hazardous Material Study. HLA will also prepare a Soil Management Plan (SMP) that will include the data summary, describe soil handling procedures to be used during construction, including general grading operations and management of the potentially contaminated soil and sediments. A site health and safety plan (HSP) will be prepared under the direction of a Certified Industrial Hygienist for all activities performed at the site. The HSP will be included as an appendix of the SMP. Both documents should be incorporated in the Bid Spec Documents for the project. Harding Lawson Associates January 19, 2000 02874 101BAYA Mr. Andy Preston City of San Rafael Page 4 COST ESTIMATE HLA proposes to provide the services described above on a time -and -materials basis in accordance with the attached schedule of charges. The total estimated cost for each task is summarized below. Task 1 Task 2 Task 3 HLA Labor $7,300 Equipment 600 Drilling Subcontracor 7,245 Geotechnical and Analytical Laboratories 9,315 HLA Labor 2,050 HLA Labor 8,350 Total Estimated Costs $34,860 Project costs are based on the assumptions discussed above. SCHEDULE HLA is prepared to begin work upon receipt of authorization, which is anticipated by the beginning of March 2000. Fieldwork would take place within 2 weeks of receiving authorization to proceed. HLA anticipates being able to complete the geotechnical and hazardous materials reports, SMP and HSP, within 5 weeks after completing fieldwork. Based on this schedule, HLA anticipates submitting all deliverables to the City by May 1, 2000. DELIVERABLES The following are the deliverable elements for the contract: • Geotechnical Report Hazardous Material Report 0 SMP and HSP Harding Lawson Associates January 19, 2000 02874 101 BAYA Mr. Andy Preston City of San Rafael Page 5 HLA appreciates the opportunity to submit this proposal to the City, and looks forward to working with you on this and future assignments. If you have questions, please feel free to contact Ms. Peters at (415) 884-3103 or Mr. Lieberman at (415) 884-3158. Yours very truly, HARDING LAWSON ASSOCIATES Gary A. Lieberman Senior Geologist Janet Peters Principal Geologist GAL/JP;kb/KB55305.OFS-San Rafael Attachment: Schedule of Charges a v_ Harding Lawson Associates Prepared for The City of San Rafael (10% Discount rate) ""' The following rates are effective 4/1/99 and will be adjusted annually on April 1 to reflect merit and economic salary Increases. Professional Clerical $ 52.00/hour and Technical Technical Word Processor 57.00/hour Services Field Technician 57.00/hour Senior Field Technician 67.00/hour Drafter/CAD Operator 67.00/hour Protect Administrator/ Protect Coordinator 67.00/hour Technical Editor 67.00/hour Staff Engineer and Scientist 76.00/hour Protect Engineer and Scientist 88.00/hour Senior Engineer and Scientist 113.00/hour Associate Engineer and Scientist 132.00/hour Principal Engineer and Scientist 151.00/hour Consulting Vice President 180.00/hour Contract Labor From time to time, Harding Lawson Associates retains outside Professional and Technical labor on a temporary basis to meet peak work load demands. Such contract labor will be charged at regular Schedule of Charges rates. Litigation Support Expert testimony in depositions, hearings, mediation, and trials will be charged at 200% of the above rates. Travel Time Travel time will be charged at regular hourly rates, for actual time involved (8 -hour maximum) . Equipment CADD/Microcomputer $ 25.00/hour Personal Computer 25.00/hour Track and Field Test Equipment 15.00/hour 4 -Wheel Drive Truck 15.00/hour 1/2- to 1 -Ton Pickup Truck 10.00/hour Automobile .31 /mile Geovhvsical. Geotechnical & Environmental Monitoring Equip. Separate Schedule Other Surveving Services Separate Schedule Other Computer Services Separate Schedule Outside Rental of equipment not ordinarily furnished by Harding Lawson Associates Services and all other costs such as special printing, photographic work, travel by common carrier, subsistence, subcontractors, etc. cost + 15% Communication In-house costs for long-distance telephone, telex, telecopier, postage, project labor & Reproduction and printing. charges x 5% Terms Billings are payable upon presentation and are past due 30 days from invoice date. A finance charge of 1.5 percent per month, or the maximum amount allowed by law, will be charged on past -due accounts. Harding Lawson Associates makes no warranty, either expressed or implied, as to its findings, recommendations, specifications, or professional advice except that they are prepared and issued in accordance with generally accepted professional practice. KB55305. DOC-OFS/ San Rafael This fee schedule includes data that is considered confidential and shall not be copied or otherwise disclosed beyond the use intended in this contract or proposal. ICB55305.DOC-OFS/San Rafael