Loading...
HomeMy WebLinkAbout11/07/1990, C-5 - BID AWARD AND CONTRACT EXECUTION FOR PROFESSIONAL SERVICES - UNDERGROUND STORAGE TANK REPLACEMENT P QVIUM111�1cityOf San IUIS OBISPO DATE: November ?, 1990 A� WNGe COUNCIL AGENDA REPORT FROM: Michael Dolder, Fire Chief Vis: Bob Neumann, Fire Marshal SUBJECT. Michael Smith, Hazardous Materials Inspect SND�j�JECT: Y 6�� Bid Award and Contract Execution for Professional Services - Underground Storage Tank Replacement Program, (Spc No. FD90-2) CAO RECOMMENDATION: By motion, approve the award to, and authorize the Mayor to execute, a contract with Tait & Associates in the amount of$29,000 for the design of plans and specifications for the installation of six underground storage tanks. DISCUSSION: The City of San Luis Obispo maintains thirteen (13) underground fuel and waste oil storage tanks. Each of these tanks is of single-wall construction without any secondary containment or leak detection system. Previous existing law requires that these types of tanks be upgraded to provide for leak detection and inventory control measures. Fiscal Year 1987-89 CIP funds (approximately $86,000), were appropriated for the upgrading of these existing tanks to meet the minimum requirements of the law, however, due to recent amendments of the laws governing underground storage tanks, it is estimated that the minimum upgrading costs may exceed $130,000. This is significant since 1998 is the deadline for removing all single-walled tanks from service. Based on this premise, removing all City owned tanks and replacing selected tanks offers a better long-term economic alternative than upgrading. By committing to the replacement of selected tanks, the costs associated with the minimum upgrading requirements can be redirected toward a more permanent solution. New double-wall tanks, piping and related equipment will ensure maximum protection against potential loss of hazardous material product into the environment, while meeting the requirements of the laws governing underground storage tanks. Before removal and replacement may move forward, engineering plans and specifications must be developed. In April, staff received CAO authorization to distribute a Request For Proposal (RFP) for professional engineering services for developing the plans and specifications needed to install new underground storage tanks. Proposals were received from two firms. A staff committee, consisting of three members, conducted interviews and ranked the firms as follows: 1. Tait & Associates of Orange, California 2. Engineering Development Associates of San Luis Obispo, California. Tait & Associates was ranked number one based on their extensive and current experience with similar fuel system design projects. Their highly experienced design team and availability of multi- disciplined support staff will ensure the City of receiving quality and timely work. Staff has negotiated the proposed contract with Tait & Associates, (see attached). � ��Pi� lll city of San LUIS OBISPO WMIGe COUNCIL. AGENDA REPORT The proposed fuel system design will evaluate the existing site conditions, simplicity of long-term maintenance, accessibility and location of monitoring equipment, simplicity of construction and estimated cost, testability of complete system, depth to water table, concrete loading dynamic/static, establish fuel flow rates, provide methanol compatibility, vapor recovery piping for diesel tank. (future), cardlock system and interface with tank gauging system and utility availability. FISCAL IMPACT: Both the Fiscal Year 1987-89 and Fiscal Year 1989-91 Budgets have addressed the underground storage tank program in two separate CIP Programs. Fiscal Year 1987-89 CIP Budget, included the Underground Storage Tank Upgrading and Monitoring Program which was funded at $86,000. The Fiscal Year 1989-91 CIP Budget, included the Underground Fuel Tanks Monitoring and Removal Program which was funded at $120,000. Past expenditures include $17,000 on annual tank testing and maintenance and $20,000 for the removal of a storage building above a tank at.Fire Station #1. Additionally, on October 16, 1990, staff received Council approval to spend $35,000 to remove five underground storage tanks. Both of the CIP Programs are integrated and have been combined to accomplish the single goal of bringing City-owned underground tanks into State compliance. The current request of $29,000 is for the design of engineering plans and specifications for the replacement and installation of new underground fuel systems at various location throughout the City. Sufficient funds are available for the professional services contract out of the CIP budgets, as follows: DESCRIPTION BUDGET EXPENDITURES BALANCE FY 1987-89 862000. 86,000. FY 1989-91 120,000. 206,000. Tank Testing 17,000. 189,000. Building Removal 20,000. 169,000. UGT Removal (5 tanks) 359000. 1349000. Engineering Plans and SPECS 29,000. 1059000. ALTERNATIVES: There are three alternatives associated with this proposal, however, only two will meet the regulatory provisions governing underground storage tanks. They are: (011101 IIJ JAI city of san Luis oBispo 1MA17a COUNCIL AGENDA REPORT Alternative #1: Approve the request authorizing the soliciting of bids and contract award for engineering design standards and plans for underground storage tank replacement PRO: This will ensure compliance with all underground tank regulations and provide maximum protection against the potential release of hazardous materials product into the environment Also, this alternative offers the City a long-term management solution to their underground storage tanks. CON: Once committed to the replacement of existing tanks, an unknown site remediation cost could be associated with each site. It should be noted however, that this unknown cost will always be present, in fact in will most likely be higher in the future. Alternative #2: Deny the request for a design plan, instead, implement the minimum upgrading requirements for existing underground tanks. PRO: This will ensure immediate compliance with the underground tank regulations and provide a short term savings of $25,000 - $30,000 by not replacing the single-walled tanks. CON: Current minimum upgrading costs are approximately $130,000, which will provide a temporary "fix" for the underground tanks. Replacing the tanks with double-walled tanks will cost $168,000, but will provide a long-term solution. Also, 1998 is the deadline for all single-walled tanks to be removed from the ground, regardless of upgrading modifications, and any site remediation that may be associated with these tanks must eventually be addressed Alternative #3: Do not approve the design plan or implement any tank upgrading requirements. PRO: An estimated cost savings of at least $130,000. CON: This is in violation of City Ordinance, State and Federal laws governing underground storage tanks. Consequences of Not Taking Recommended Action: The City would be in violation of City Ordinance, State and Federal laws governing underground storage tanks. Failing to act will only delay the inevitable upgrading requirements and eventual replacement and/or removal of all City owned underground storage tanks. ATTACE MENT: Professional Services Contract FD90-ZCAO �J I G CONSULTANT SERVICE CONTRACT This contract, made this day of 1990, by and between the City of San Luis Obispo, California (hereinafter referred to as 'City'), and Tait R A c e o c i a t e c, . Tn c;_ (hereinafter referred to as 'C(Insultant'). WITNESSETH WHEREAS, City desires to retain certain services in conjunction with developing plans and specifications for installing underground storage tank. WHEREAS,City desires to engage consultant to provide services by reason of its qualifications and experience for performing such services; WHEREAS, Consultant has offered to provide the required services on the terms and in the manner set forth herein; NOW, THEREFORE in consideration of their mutual covenants, the parties hereto agree as follows: 1. PROJECT COORDINATION a. City. The Fire Chief shag be the representative of the City for all purposes under this agreement. The Fire Chief, or his designated representative, hereby is designated as the Project Manager for the City and shall supervise the progress and execution of the project under this agreement. b. Consultant. Consultant shall assign a single Project Manager to liaison with the City's representative. Should circumstances or ,conditions subsequent to the execution of this agreement require a substitute Project Manager for any reason, the Project Manager replacement shall be subject to the prior written acceptance and approval of the Fire Chief: Consultant's Project Team is further described in Exhibit 'A' attached hereto and incorporated herein by this reference. The individuals identified and the positions held as described in Exhibit 'A' shall not be changed except by prior written approval of the City. Such approval shall not be unreasonably withheld by the City. 2 DUTIES OF CONSULTANT a. Services to be furnished. Consultant shall provide all specified services as set forth in Exhibit 'A' attached hereto and incorporated herein by this reference. � 1 L ZS' b. Laws to be observed: Consultant shall to the extent of its abilities: 1) Procure all permits and licenses (including a City of San Luis Obispo business license), pay charges and fees, and give all notices which may be necessary and incidental to the due and lawful prosecution of the services to be performed by Consultant under this agreement; 2) Keep itself informed of all existing and proposed federal, state and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this agreement, any materials used in Consultant's performance under this agreement, or the conduct of the services under this agreement; 3) At all times observe and comply with, and cause all of its employees to observe and comply with all of said laws,ordinances, regulations, orders, and decrees mentioned above. 4) Immediately report to the City's Project Manager in writing any discrepancy or inconsistency it discovers in said laws, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawings, specifications, or provisions of this agreement. C. Release of reports and information. Any reports, information, data, or other material given to, or prepared or assembled by, Consultant under this agreement shall be the property of City and shall not be made available to any individual or organization by Consultant without the prior written approval of the City's Project Manager. The Consultant shall be allowed, for promotional purposes, to make known the nature of the assignment is a general statement during the project and may reproduce design information after it has become public information or upon completion of this project. d. Copies of reports and information. If City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Consultant is required to furnish in limited quantities as part of the services under this agreement, Consultant shall provide such additional copies as are requested, and City shall compensate Consultant for the costs of duplicating of such copies at Consultant's direct expense. e. Qualification of Consultant. Consultant represents that it is qualified to furnish the services described under this agreement. 3. DUTIES OF Cny The City agrees to cooperate with Consultant to perform that work described in Exhibit "A" attached hereto and incorporated by this reference 2 4. COMPENSATION a. The Consultant will perform the work as described in Exhibit "A". b. Consultant will bill City as provided for in the consultant's fee schedule as described in Exhibit "A" attached hereto. City will pay this bill within 30 days of receipt. The Consultant may not charge more than $29,000 without prior approval of the City's Project Manager. 5. TWE FOR COMPLETION OF THE WORK a Project shall be completed within forty-five (45) calendar days from date of execution of this agreement by City. b. Time extensions maybe allowed for delays caused by City, or factors not directly brought about by thenegligence or lack of due care on the part of the consultant. 6. TEMPORARY SUSPENSION The Fre Chief shall have the authority to suspend this agreement wholly or in part, for such period as he deems necessary due to unfavorable conditions or to the failure on the part of Consultant to perform any provision of this agreement. Consultant will be paid the compensation due and payable to the date of temporary suspension. 7. SUSPENSION/TERMINATION a Right to Terminate. The City retains the right to terminate this agreement for any reason by notifying Consultant in writing seven days prior to termination and by paying the compensation due and payable to the date of termination; provided, however, if this agreement is terminated for fault of Consultant, City shall be obligated to compensate Consultant only for that portion of Consultant services which are of benefit to City. Said compensation is to be arrived at by mutual agreement of the City and Consultant and should they fail to agree, then an independent arbitrator is to be appointed and his decision shall_be binding upon the parties. b. Return of Materials. Upon such termination, Consultant shall turn over to the City immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by Consultant, and for which Consultant has received reasonable compensation, or given to Consultant in connection with this agreement Such materials shall become the permanent property of City. Cbnsaltant, however, Shan not be liable for City's use of complete documents if used for other than the project contemplated by this agreement 3 & INSPECTION Consultant shall furnish City with every reasonable opportunity for City to ascertain that the services of Consultant are being performed in accordance with the requirements and intentions of this agreement. All work done and all materials furnished, if any, shall be subject to the City's Project Manager's inspection and approval. The inspection of such work shall not relieve Consultant of any of its obligations to fulfill its agreement as prescnbed. 9. OWNERSHIP OF MATERIALS All original drawings, models, plan documents and other materials prepared by or in possession of Consultant pursuant to this agreement shall become the permanent property of the City, and shall be delivered to the City upon demand. Theconsultant may retain a reproducible copy for their records. 10. ASSIGNMENT: SUBCONSULTANTS: EMPLOYEES This agreement is for the performance of professional services of the Consultant and isnot assignable by the Consultant without prior consent of the City in writing. The Consultant may employ other specialists to perform special services as required with prior approval by the City. 11. NOTICES All notices hereunder shall be given in writing and mailed, postage prepaid, by Certified Mail, addressed as follows:- To ollows:To City. Fire Department City of San Luis Obispo 748 Pismo Street San Luis Obispo, CA 93401 To Consultant: Tait & Associates Inc. P.O. Box 4429 Orange, CA 92613 12. INTEREST OF CONSULTANT Consultant covenants that it presently has no interest, and shall not acquire any interest, direct or indirect, financial or otherwise,which would conflict in any manner or degree with the performance of the services hereunder. Consultant further covenants that, in the performance of this agreement, no subcontractor or person having such an interest shall be employed by consultant. Consultant certifies that no one who has or will have any.financial interest under this agreement is an officer or employee of City. It is expressly agreed that, in the performance of the services hereunder, Consultant shall at all times be deemed an independent contractor and not an agent or employee of City. 4 O 13. INDEMNITY Consultant hereby agrees to indemnify and save harmless City, its officers, agents, and employees of and from: a. Any and all claim and demands which may be made against City, its officers, agents or employees by reason of any injury to or death of any person or corporation caused by any negligent act or omission of Consultant under this agreement or of Consultant's employees or agents; b. Any and all damage to or destruction of the property of City, its officers, agents, or employees occupied or used by or in the care, custody, or control of Consultant, or property of other;; or in proximity to the site of Consultant's work, caused by any negligent act or omission of Consultant under this agreement or of Consultant's employees or agents; C. Any and all claims and demands which may be made against City, its officers, agents, or employees by reason of any injury to or death of or damage to property suffered or sustained by any employee or agent of Consultant under this agreement, however caused, excepting, however, any such claims and demands which are the result of the negligence or willful misconduct of City, its officers, agents, or employees; d. Any and all claims and demands which may be made against City, its officers, agents, or employees by reason of any infringement or alleged infringement of any patent rights or claims caused by the use of any apparatus, appliance,or materials furnished by Consultant under this agreement; and e. Any and all penalties imposed or damages sought on account of the violation of any law or regulation or of any tern or condition of any permit, when said violation of any law or regulation or of any term or condition of any permit is due to negligence on the part of the Consultant Consultant, at its own cost,expense, and risk,shall defend any and all suits,actions,or other legal proceedings that may be brought against or for employees on any such claim or demand of such third persons, or to enforce any such penalty, and pay and satisfy any judgment or decree that may be rendered against City, its officers, agents, or employees in any such suit, action or other legal proceeding, when same were due to negligence of the Consultant. 14. WORKERS COMPENSATION Consultant certifies that it is aware of the provisions of the Labor Code of the State of California, which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provision of that code, and it certifies that it will comply with such provisions before commencing the performance of the work of this agreement S j 15. INSURANCE At the request of the City, Consultant shall provide proof of comprehensive general liability insurance($1,0009000 including automobile)and professional liability insurance ($1,000,000) satisfactory to the City. City shall be an additional named insured. 16. AGREEMENT BINDING The terms, covenants, and conditions of this agreement shall apply to, and shall bind, the heirs, successors, executors, administrators, assigns,.and subcontractors of both parties. 17. WAIVERS The waiver by either party of any breach.or violation of any term, covenant, or condition of this agreement or of any provision, ordinance, or law shall not be deemed to be a waiver of any subsequent breach or violation of the same or of any other term, covenant, condition,. ordinance, or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, covenant, or condition of this agreement or of any applicable law or ordinance. I& COSTS AND ATTORNEY'S FEES The prevailing ply in any action between the parties to this agreement brought to enforce the terms of this agreement or arising out of this agreement may recover its reasonable costs and attorney's fees expended in connection with such an action from the other party. 19. DISCRAM47ION No discrimination shall be made in the employment of persons under this agreement because of the race, color, national origin, ancestry, religion or sex of such person. If Consultant is found in violation of the nondiscrimination provisions of the State of Consultant Service Agreement California Fain Employment Practices Act or similar provisions of federal law or executive order in the performance of this agreement, it shall thereby be found in material breach of this agreement. Thereupon, City shall have the power to cancel or suspend this agreement, in whole or in part, or to deduct from the amount payable to Consultant the sum of Two-hundred-fifty Dollars ($250) for each person for each calendar day during which such person was discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this paragraph. 6 20. AGREEMENT CONTAINS ALL UNDERSTANDINGS This document represents the entire and integrated agreement between Cray and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oraL This document may be amended only by written instrument, signed by both City and Consultant. All provisions of this agreement are expressly made conditions. This agreement shall be governed by the laws of the State of California.. IN WITNESS WHEREOF, City and Consultant have executed this agreement on the day and year fust above written CONSULTANT By Thomas R. Turner, Vice. President CITY OF SAN LUIS OBISPO By. Ron Dunin, Mayor ATTEST: City Clerk APPROVED AS TO FORM t "ey APPROVED AS TO CONTENT \. ity Ad inist ive f icer Jp Fire Chief 7 �-SaID i I EXHIBIT "A" Project approach by Tait & Associates: Tait & Associates has significant experience designing fuel facilities and our approach to projects has been refined for 26 years. For projects such as fuel facilities, the approach is simple: 1. Research existing conditions. 2. Evaluate preliminary design ideas with the client. 3. Create final design documents. 4. Obtain final approval from the client. 5. Provide backup services during bidding and construction. Particular work items are outlined in the fee proposal. The most critical step in the project is establishing the preliminary design. The following factors and problems relating to the design of the fuel facility must be considered and can be resolved by open and frequent communication and interaction. Tait & Associates has significant experience as a facilitator between client interests in creating a final solution which is acceptable to all. • Existing site conditions • Simplicity of long-term maintenance -� • Accessibility of monitoring equipment • Simplicity of construction • Construction costs • Testability of secondary containment • Water table • Concrete loading dynamic/static • Fuel flow rates • Methanol compatibility • Vapor recovery piping on diesel tank (future) • Cardlock system: interface with tank gauging system • Regulatory compliance: present and future • Tank size • Utility availability • Location of fill points • Monitoring system location Our approach to establishing the preliminary design is simple. We discuss each system issue and component,outlining advantages and disadvantages of available alternatives. Each system that Tait has designed is uniquely tailored to the client's preferences. The scheduling and completion of final designs is quite simple. Tait &.Associates, Inc., has several computer scheduling systems and will utilize our MAS-90 Job Cost/Invoicing system to track this project. A-1 f OEXHIBIT W Overall, we feel the most important factor in having a successful project is communication. Our significant experience with.similar projects has confirmed our project manager focused approach. All communication flows through the project manager, a single point of contact is established. Experience shows that our approach to communication and project management results in well thought out and executed projects, FEE PROPOSAL Design Fee: • Initial Kick-off Meeting and Feld Investigation • Preliminary Design. (3 sites) • Progress Meeting • Final Design (3 sites) • Pre Construction Meeting • Blue Printing/Travel Expenses Fee Proposal; $24,000 Schedule: Presently we anticipate being able to, perform the design phase in 4 to 6 weeks. Bidding and Construction Administration: Time and Material Basis. As Built Drawings: The City shall provide as built drawings of all 3 sites. O A2 ]EXEMUT OW (Revised 10/10/90) Project Team Organization Chart Project Manager Terry Foyt, P.E. Project Advisor Project Designer Quality Control homas R. Turner, V.P. Bill Duree _ Robert Close, P.E Staff Support Dale Dunlap, P.E. CADD Drafters Designer/Drafters Specification Writers Permit Expeditors A3