Loading...
HomeMy Public PortalAboutBARR & CLARK, INC.CONSULTANT RETAINER AGREEMENT (City of Carson/Baff & Clark, Inc.) THIS CONSULTANT RETAINER AGREEMENT is made as of October ;4, 2008 (this "Agreement"), by and between the City of Carson, a body corporate and politic ("City") and Barr & Clark, Inc. ("Consultant"). RECITALS A. City has determined that it requires the services of a private contractor to perform lead based paint inspection, testing, and reporting tasks necessary for the completion of rehabilitation projects as part of City's Neighborhood Pride Program. B. City desires to retain Consultant as an independent contractor to provide such services on an as needed basis. C. Consultant represents that it is fully qualified to perform such services by virtue of its experience and the training, education, and expertise of its principals and employees. NOW, THEREFORE, in consideration of performance by the parties of the promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1. Consultant's Services. A. Scope and Level of Services. The nature, scope, and level of the specific services to be perfon-ned by Consultant are as set forth in Exhibit A hereto and by this reference incorporated herein. Consultant shall provide such services on an as needed basis when given written instruction to do so by the Contract Administrator (as defined in Section 4 below). B. Time of Performance. The services shall be performed on a timely, regular basis in accordance with the written instruction of the Contract Administrator. Time is of the essence in the performance of this Agreement. C. Standard of Care. As a material inducement to Agency to enter into this Agreement, Consultant hereby represents and warrants that it has the experience necessary to undertake the services to be provided herein. D. Compliance with Law. All services rendered hereunder by Consultant shall be provided in accordance with all applicable ordinances, resolutions, statutes, rules, and regulations of Agency and any federal, state or local government agency having jurisdiction in effect at the time service is rendered. 2. Term of Agreement. This Agreement is effective on the date set forth in the initial paragraph of this Agreement and shall remain in effect for a period of one year unless earlier terminated pursuant to Section 14. 3. Compensation. City agrees to compensate Consultant for its services according to the fee and payment schedule set forth in Exhibit B. In no event shall the total compensation and costs payable to Consultant under this Agreement exceed the Maximum Amount designated on Exhibit B hereto unless specifically approved in advance, in writing, by City. The funding source for compensation paid to Consultant for services provided under terms of this Agreement shall be Community Development Block Grant ("CDBG") funds provided to the City by the United States Department of Housing and Urban Development ("HUD"), and the availability of funds from which to compensate Consultant for said services is contingent upon the continued availability of said CDBG funds. 4. Representatives. A. Project Manager. The Project Manager for the services required under this Agreement is hereby designated as Matt Crochet, who is a representative of Consultant and authorized to act in its behalf with respect to the services specified herein. It is expressly understood that the experience, knowledge, capability and reputation of the foregoing Project Manager were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing Project Manager shall be responsible during the term of this Agreement for directing all activities of Consultant and for devoting sufficient time to personally supervise the services hereunder. The foregoing Project Manager may not be changed by Consultant without the express written approval of City. B. Contract Administrator. The Contract Administrator and City's representative shall be the person designated as City Manager of the City of Carson or the Economic Development General Manager of the City, or in the absence of either of these individuals, an individual designated in writing by the City Manager of the City of Carson or the Economic Development General Manager. If no Contract Administrator is so designated, the Economic Development General Manager shall be the Contract Administrator. It shall be Consultant's responsibility to assure that the Contract Administrator is kept informed of the progress of the performance of the services, and Consultant shall refer any decisions which must be made by City to the Contract Administrator. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Administrator. 5. Standard of Performance. Consultant shall perform all work in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. 6. Ownership of Work Product. All reports, documents, or other written material developed by Consultant in the performance of this Agreement shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. The City acknowledges the Consultant's designs and construction documents, including electronic files, as instruments of professional service. 7. Status as Independent Contractor. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act on behalf of City as an agent. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its agents are in any manner employees of City. Consultant agrees to pay all required taxes on amounts paid to Consultant under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against Agency by reason of the independent contractor relationship created by this Agreement. Consultant shall fully comply with the workers' compensation law regarding Consultant and Consultant's employees. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with applicable workers' compensation laws. City shall have the right to offset against the amount of any fees due to Consultant under this 2 agreement any amount due to City from Consultant as a result of Consultant's failure to promptly pay to Agency any reimbursement or indemnification arising under this section. 8. Confidentiality. Employees of Consultant, in the course of their duties, may have access to financial, accounting, and statistical data provided by City. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Consultant without written authorization by City. City shall grant such authorization if disclosure is required by law. Upon request, all City data shall be returned to City upon the termination of this Agreement. Consultant's covenant shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that comes into the public domain, nor shall it restrict Consultant from giving notices required by law or complying with an order to provide information or data when such order is issued by a court, administrative agency of other authority with proper jurisdiction, or if it is reasonably necessary for Consultant to defend itself from any suit or claim. 9. Conflict of Interest. Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the services to be performed by Consultant under this agreement, or which would conflict in any manner with the performance of its services hereunder. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid representation of any matter for another person or entity which would come before the City or the Carson Redevelopment Agency ("Agency") during such time as it is engaged by the Agency pursuant to this Agreement. Consultant agrees not to accept any employment or representation during the term of this Agreement which is likely to make Consultant "financially interested" (as provided in California Government Code Sections 1090 and 87100) in any decision made by the City on any matter in connection with which Consultant has been retained pursuant to this Agreement. Nothing in this section shall, however, preclude Consultant from accepting other engagements with the City or the Agency. Notwithstanding the previous paragraph, City specifically grants Consultant permission to bid on and accept work from individual tenants or prospective tenants of redevelopment projects within the City of Carson, provided, however, that the Consultant notifies the Project Administrator prior to submission of a proposal for such work. Upon submission, the Project Administrator may take whatever action necessary to remain in compliance with the previous paragraph, including terminating Consultant's Agreement or current project or assignment for the city. 10. Warranty and Representation of Non -Collusion. No official, officer, or employee of the City or Agency has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of the City or Agency participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State of municipal statute or regulation. The determination of "financial interest" shall be consistent with State law and shall not include interest found to be "remote" or "non interest" pursuant to California Government Code Sections 1091 and 1091.5. Consultant warrants and represents that (s)he/it has not pair or given, and will not pay or give, to any third party including, but not limited to, any City or Agency official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded this Agreement. Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City or Agency official, officer, or employee, as a result or consequence of obtaining or being awarded any agreement. Consultant is aware of and understands that any such act(s), omission(s), or other contact resulting in the payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Consultant: Initials —//%� 11. Indemnification. A. Consultant agrees to indemnify, hold harmless and defend City, Agency, and their respective officers, employees, volunteers, and agents serving as independent contractors in the role of City or Agency officials (collectively, "Indemnitees"), from any claim, demand, liability, loss, cost, or expense, for any damage whatsoever, including bur not limited to death or injury to any person and injury to any property, resulting from willful misconduct, negligent acts, errors, or omissions of Consultant or any of its officers, employees, or agents. B. City does not, and shall not, waive any rights that it may possess against Consultant because of the acceptance by City, or the deposit with City, of any insurance policy or certificate required pursuant to this Agreement. This hold harmless, indemnification, and defense provision shall apply regardless of whether or not any insurance policies are determined to be applicable to the claim, demand, damage, liability, loss, cost, or expense. Consultant agrees that Consultant's covenant under this section shall survive the termination of this Agreement. 12. Insurance. A. Liability Insurance. Consultant shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the services hereunder by Consultant, his/her agents, representatives, employers, or subcontractors. B. Minimum Scope of Insurance. Coverage shall be at least as broad as: (1) Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). (2) Insurance Services Office form number CA 0001 (ed. 1/87) covering Automobile Liability, code I (any auto). (3) Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. than: C. Minimum Limits of Insurance. Consultant shall maintain limits no less (1) General Liability: $1,000,000 per occurrence for bodily injury, personal injury, and property damage. Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this Agreement or the general limit shall be twice the required occurrence limit. 11 (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage. (3) Employer's Liability: $1,000,000 per accident for bodily injury or disease. D. Deductibles and Self -Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City's Risk Manager, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officials, officers, employees, and volunteers; or Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. E. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: (1) City, its officers, officials, employees, agents, and volunteers are to be covered as insureds as respects liability arising out of: activities performed by or on behalf of Consultant; products and completed operations of Consultant; premises owned, occupied, or used by Consultant; or automobiles owner, leased, hired, or borrowed by Consultant or professional services provided by Consultant. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees, agents, or volunteers. (2) For any claims related to this Agreement, Consultant's insurance coverage shall be primary insurance as respects City, its officers, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by City, its officers, officials, employees, agents, or volunteers shall be excess of Consultant's insurance and shall not contribute with it. (3) Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City, its officers, officials, employees, agents, or volunteers. (4) Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (5) Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after 30 days prior written notice by certified mail, return receipt requested, has been given to City. F. Acceptability of Insurers. Insurance is to be placed with insurers with a current A. M. Best's rating of no less than A, unless waived by City's Risk Manager. G. Verification of Coverage. Consultant shall furnish City with original endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that insurer to bond coverage on its behalf. The endorsements are to be on forins provided by City. All endorsements are to be received and approved by City before work commences. As an alternative to City forms, Consultant's insurer may provide complete, certificated copies of all required insurance policies, including endorsements effecting the coverage required by these specifications. H. Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 13. Cooperation. In the event any claim or action is brought against City relating to Consultant's performance or services rendered under this Agreement, Consultant shall render any reasonable assistance and cooperation which City might require. 14. Termination. A. City shall have the right to terminate the services of Consultant at any time for any reason on seven (7) calendar days written notice to Consultant. In the event this Agreement is terminated by City, Consultant shall be paid for services satisfactorily rendered to the last working day this Agreement is in effect, and Consultant shall have no other claim against City by reason of such termination, including any claim for compensation. B. Consultant shall have the right to terminate this Agreement at any time for any reason on seven (7) calendar days written notice to City, and Consultant shall be paid for services satisfactorily rendered to the last working day this Agreement is in effect. 15. Suspension. City may, in writing, order Consultant to suspend all or any part of Consultant's services under this Agreement for the convenience of City or for work stoppages beyond the control of City or Consultant. Sub ect to the provisions of this Agreement relating to j ten-nination, a suspension of the services does not void this Agreement. 16. Notices. Any notices, bills, invoices, or reports required by this Agreement shall be deemed received on (a) the day of delivery if delivered by hand during receiving party's regular business hours of by facsimile before or during receiving party's regular business hours; or (b) on the second business day following deposit in the United States mail, postage prepaid, to the addresses heretofore below, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this section. City: City of Carson Housing and Neighborhood Development Division I Civic Plaza Drive, Suite 500 Carson, California 90745 Attention: Donyea Adams, Housing and Neighborhood Development Manager Telephone: (310) 233-4860 Facsimile: (310) 233-4832 RI Consultant: Barr & Clark, Inc. 12684 Hoover Street Garden Grove, California 92841 Attention: Matt Crochet, President Telephone: (714) 894-5700 Facsimile: (714) 894-5702 17. Nondiscrimination and Equal Employment Opportunity. In the performance of this Agreement, Consultant shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Consultant will take affirmative action to ensure that employees are treated without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. 18. Assignability; Subcontractor. Consultant shall not assign, transfer, or subcontract any interest in this Agreement or the performance of any of Consultant's obligations hereunder, without the prior written consent of City, and any attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be void and of no effect. 19. Compliance with Laws. Consultant shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local governments. Consultant shall obtain and maintain a valid City business license. Consultant shall comply with the Federal Provisions included in Exhibit C hereto and by this reference incorporated herein ' with any provisions related to the use of CDBG funds, provisions listed in Exhibit B hereto, requirements for payment of prevailing wages, and all other laws related to this type of work and the funding therefor. 20. Interpretation. The terms of this Agreement shall be construed in accordance with the meaning or the language used and shall not be construed for or against either party by reason of the authorship of this Agreement. 21. Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 22. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. 7 23. Non -Waiver of Terms, Rights and Remedies. Waiver by either party to this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by Agency of any payment to Consultant constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 24. Attorney's Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees. The venue for any litigation shall be Los Angeles County. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted this Agreement or who had drafted that portion of the Agreement. 25. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provision of any Exhibit or document incorporated herein by reference, the provisions of this Agreement shall prevail. 26. Dispute Resolution. In an effort to resolve any conflicts that arise during the design and construction of the project or following the completion of the project, City and Consultant agree that all disputes between the parties arising out of or relating to this Agreement or a project shall be submitted to nonbinding mediation unless the parties mutually agree otherwise. 27. Entire Agreement. This Agreement, and any other documents incorporated herein by specific reference, represents the entire and integrated Agreement between City and Consultant. This Agreement supersedes all prior oral or written negotiations, representations, or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first written above. 46city, ATTEST: CITY OF CARSON By: Cit� Cfe�kllfelen Ka�vago-e- By: —j-4,40 :b Mayor Jim Dear Approved as to form: "Consultant" ALESHIRE & WYNDER, LLP BARR & CLARK, INC. 7-� By: 0 P By: 5;r City Attorney Its Azim��, By: Its 9 EXHEBIT A SCOPE OF WORK A. Consultant shall perform the following services: I Provide staffing and other resources as required to perform the lead based paint inspection services for the Neighborhood Pride Program. The scope of work shall include the following: a. Conduct lead hazard inspection/evaluation. During the evaluation, consultant shall determine whether lead based paint or hazards exist in the unit and where. b. Conduct paint testing of all surfaces to be disturbed during he rehabilitation process. A certified lead based paint inspector or risk assessor must conduct paint testing. c. Provide the City with a report indicating the findings of the paint testing. d. For rehabilitation work in excess of $5,000, the consultant shall conduct and prepare a risk assessment of the entire unit. A certified risk assessor must conduct the risk assessment. e. Conduct final clearance inspection to make sure the dwelling is safe for its occupants. Final clearance shall assure that the following has been completed: • All lead hazard reduction work covered in the work specifications has been completed. • All areas where paint has been stabilized have been repainted with primer and finish coats of paint. • All causes of deteriorated pain have been repaired. • Encapsulants have been applied according to their manufacturer's recommendations. • Friction and impact surfaces have been treated. • Surfaces that collect lead dust have been cleaned. B. In connection with performance of this Agreement, the Consultant's Project Manager shall be Matt Crochet, President. C The City's Contract Administrator shall be Clifford Graves, Economic Development General Manager. 10 EXHIBIT B COMIPENSATION For the services described in Exhibit "A" of this Agreement, City shall, in the amounts, by the method, and at the times set forth below, pay Consultant as follows: Upon receipt, verification, and approval of Consultant's Monthly Report and Invoice, City shall reimburse Consultant for the approved amount of the invoice. Payment shall be remitted to Consultant within sixty (60) days of receipt of said invoice. Maximum Amount: The total amount paid to Consultant for services provided during the term of this Agreement shall not exceed Seventy-six thousand one hundred seventy dollars and no cents ($76,170.00), as approved by the City Council of the City of Carson on September 2, 2008. Payments to consultant shall be based on the following schedule of fees as documented by submitted timesheets: Combination Lead Based Paint Inspection and Risk Assessment (including visual assessment and cost effective treatments�—This inspection will be in compliance with 24 CFR (Code of Federal Regulations) 35.930 (Title X), California Title 17 Regulations, and the relevant chapters of the current version of the I -IUD Guidelines. Paint testing will be performed using XRF methodology. All laboratory samples (dust and soil samples) will be analyzed for lead content by a local laboratory accredited by the American Industrial Association (AIHA), the National Institute for Standards and Technology (NVLAP), and the California Department of Health Services (ELAP). - Comprehensive LBP Inspection/RA—Typical Single -Family Residence: $325.00 - Comprehensive LBP Inspection/RA—Typical Mobilehome: $295.00 - Limited LBP Inspection—Typical Single -Family Residence or Mobilehome (Exterior Only): $225.00 All laboratory sampling costs are included in the above pricing. LBP Clearance (Single -Family Residence or Mobilehome)--Conduct a lead clearance inspection and issue abatement certification in compliance with 24 CFR 35.930 (Title X) and the relevant chapters of the current version of the HUD Guidelines. - LBP Clearance Inspection—Per job site visit: $150.00 - Laboratory samples for dust wipe or soil (typically 3 samples): $15.00 each Discount—If five or more inspections are ordered concurrently, a 5% discount shall apply. Fees as indicated above shall be inclusive of all normal business overhead (i. e., costs for travel, telephone service, facsimile transmission, et cetera). All invoices shall payable within 30 days of presentation and verification. Payments to Consultant may be withheld, suspended, or terminated in the event of any of the following occurrences: I I If Community Development Block Grant (CDBG) funds to the City are suspended or terminated. If Consultant fails to comply with the provisions of this Agreement, or if the Consultant refuses to accept additional conditions imposed by the City. If Consultant fails to comply with rules and regulations of the City or of the United States Department of Housing and Urban Development ("RUD"). 4. If this Agreement is terminated. 12 EXHIBIT C FEDERAL PROVISIONS During the performance of this Agreement, Consultant agrees to comply with the following Federal provisions: (1) Executive Order 11246 requires that during the performance of this contract, the Consultant agrees not to discriminate against any employee or applicant for employment because of race, religion, sex, color, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, 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. The Consultant agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Consultant setting forth the provisions of this nondiscrimination clause. (2) Section 3 of the Housing and Communi1y Development Act of 1968, as amended, 12 U. S. C. 1701, et seq., requires that to the greatest extent feasible, opportunities for training and employment be given to lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the project. (3) Title V1 of the Civil Rights Act of 1964 provides that no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. (4) Section 109, Title 1, of the Housing and Communi1y Development Act of 1974 provides that no person shall, on the grounds of race, color, national origin, or sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part under this Title. (5) Any prohibition against discrimination on the basis of age under the Age Discrimination Act of 1975, or with respect to an otherwise qualified handicapped individual, as provided in Section 504 of the Rehabilitation Act of 1973, shall also apply to any such program or activity. (6) Contractor agrees to retain and provide to City, access to any books, documents, papers and records for audit or examination for a minimum of three (3) years after final payment and all other pending matters relative to the performance of this contract are closed. 13 City of Carson Report to Mayor and City Council September 2, 2008 New Business Consent SUBJECT: CONSIDERATION OF APPROVAL OF A CONSULTANT RETAINER AGREEMENT WITH BARR & CLARK, INC., TO PROVIDE LEAD-BASED PAINT INSPECTION SERVICES FOR HOUSING AND NEIGHBORHOOD DEVELOPMENT ZDIVMON Submitted by 4 �FW. Graves ApprdN-,�J me G. Groomes Economic Development General Manager City Manager SUMMARY Housing and Neighborhood Development Division staff issued a Request for Proposals (RFP) for lead-based paint inspection and project coordination services in connection with the Division's housing rehabilitation programs. Staff has reviewed the proposals received in response to the RFP, and is recommending selection of a consultant and approval of the Consultant Retainer Agreement. RECOMMENDATION TAKE the following actions: 1. APPROVE a one-year Consultant Retainer Agreement with Barr & Clark, Inc., in an amount not -to -exceed $76,170.00 for lead-based paint inspection and project coordination services. 2. AUTHORIZE the Mayor to execute the agreement following approval as to form by the City Attorney. ALTERNATIVES TAKE another action the City Council deems appropriate. IV. BACKGROUND Inspection for and abatement of lead-based paint (LBP) hazards is an essential component of the housing rehabilitation programs operated by the Housing and Neighborhood Development Division of the Economic Development Work Group. The negative health effects of lead-based paint, particularly in terms of the development of young children, are well documented. As a result, such inspection and abatement is required in the rehabilitation of all residential structures built before 1976 where such rehabilitation is performed using Federal Community Development Block Grant (CDBG) funds, under the provisions of Section 24 of City of Carson Report to Mayor and City Council September 2, 2008 the Code of Federal Regulations (CFR), Part 35. Enforcement of the provisions of 24 CFR Part 35 has become an area of emphasis in recent years for the U. S. Department of Housing and Urban Development (HUD). Housing and Neighborhood Development staff issued a Request for Proposals (RFP) on July 17, 2008, and set a deadline for responses of August 7, 2008. A copy of the RFP is attached as Exhibit No. 1. The scope of services to be performed is summarized as follows: a. Conduct lead hazard inspection/evaluation. During the evaluation, consultant shall determine whether lead-based paint or hazards exist in the unit and where. b. Conduct paint testing of all surfaces to be disturbed during the rehabilitation process. A certified lead-based paint inspector or risk assessor must conduct paint testing. c. Provide the City with a report indicating the findings of the paint testing. d. For rehabilitation work in excess of $5,000, the consultant shall conduct and prepare a risk assessment of the entire unit. A certified risk assessor must conduct the risk assessment. e. Conduct final clearance inspection to make sure the dwelling is safe for occupants. Final clearance shall ensure that all of the following has been completed: All lead hazard reduction work covered in the work specifications has been completed. All areas where paint has been stabilized have been repainted with primer and finish coats of paint. * All causes of deteriorated paint have been repaired. Encapsulants have been applied according to their manufacturer's directions. * Friction and impact surfaces have been treated. e Surfaces that collect lead dust have been cleaned. This RFP was advertised in the Daily Breeze and Our Weekly, and was also sent directly to a list of approximately 60 firms that were identified by staff (Exhibit No. 2). As of the deadline submission date, proposals were received from a total City of Carson Report to Mayor and City Council September 2, 2008 of four firms: Lead Tech Environmental of San Pedro, Barr & Clark, Inc., of Garden Grove, National Econ Corporation of Anaheim, and Condol's Environmental Services of Yorba Linda. After reviewing the proposals, staff determined that all four firms are qualified and capable of performing the work. A summary and comparison of the proposed fees for each of the respondents (on a unit cost basis) is attached as Exhibit No. 3. After careffil consideration of the four proposals, staff is recommending the selection of Barr and Clark, Inc., and the approval of a Consultant Retainer Agreement with that firm. During program years 2004-2005 through 2006-2007, the Housing and Neighborhood Development Division rehabilitated a total of 419 residential units (single-family homes as well as mobilehomes). During program year 2006-2007, 125 units (74 single-family homes and 51 mobilehomes) were rehabilitated using CDBG funds. (Another 11 single-family homes were rehabilitated using Redevelopment Agency housing funds, a funding source that does not carry with it the 24 CFR Part 35 LBP testing and abatement requirements.) Assuming a projected annual CDBG workload of as many as 150 units, and a similar proportion of single-family homes to mobilehomes, this would equate to 89 single- family homes and 61 mobilehomes per year with CDBG funds. Based on the prospect of a full inspection and clearance for each unit, the projected cost for each firm is as follows: Lead Tech International $ 76,950.00 Barr & Clark, Inc. $ 76,170.00 National Econ Corp. $196,500.00 Condol's Environmental Services $129,525.00 Based on the above cost comparison, staff is recommending the award of a one- year contract to Barr & Clark, Inc., at a cost not to exceed $76,170.00. V. FISCAL IMPACT Funds for this proposed contract have been included in the CDBG budget and the approved 2008-2009 Annual Action Plan under Rehabilitation Activities (Neighborhood Pride Program). V1. EXHIBITS 1. Request For Proposals, Lead -Based Paint Inspection Consultaing Services. (pgs. 5-25) 2. Vendor List. (pgs. 26-29) 3. Lead Based Paint UP Comparison. (pgs. 30-32) Document Name -City of Carson Report to Mayor and City Council September 2, 2008 Prepared by: Keith Bennett, Housing and Neighborhood Development Division Id Rev0708 Revie ed bv: City Clerk A City Treasurer Administrative Services De velopment Services Economic Development Set Public Services M Action taken by City Council Date: Action: !I REQUEST FOR PROPOSALS LEAD BASED PAINT INSPECTION CONSULTING SERVICES The City of Carson is seeking proposals from qualified individuals and/or firms for certified lead based paint inspection consulting services in conjunction with the City's Neighorhood Pride Program. The selected individual or firm will be required to perform all of the lead based paint inspection tasks mandated in 24CFR Part 35. The consultant shall assign a representative to the City, who will be responsible for the requested services. This individual will be required to meet with the City's representative on an as needed basis to ensure proper program implementation. INSTRUCTIONS TO BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS: A. GENERAL The City of Carson participates in the U.S. Department of Housing and Urban Development's (HUD) Community Development Block Grant (CDBG) program. The City has programmed funds for conducting lead based paint inspections for the City's Neighorhood Pride Program. - The City is seeking the services of a professional certified consulting firm to provide assistance with lead based paint inspection services. The assistance to be provided will ensure the proper implementation of HUD's requirements as mandated under 24CFR Part 35. CDBG monies will be utilized to fimd the services of the selected firm, and the expenditure of such funds shall adhere to all applicable Federal, State, County, and local regulations. The City will allocate fands out of their program budget to address the Scope of Work to be completed under this RFP. Proposals shall be submitted in writing to the City and completed in the manner and form indicated herein, showing the proposed price clearly and legibly. Proposals presented otherwise may not be consideded.-- Each proposal so submitted must be filed prior to the time, and at the place designated in the Notice Inviting Proposals. A proposal so presented, however, may be withdrawn by the bidder, provided the request therefor is made in writing, is signed Pg. I of 21 Exhibit No. I Request for Proposal Lead Based Paint Consulting Services by the bidder or their authorized representative, and is filed prior to the time fixed for the final filing of proposals. The withdrawal of a proposal does not prejudice the right of the bidder to file a new proposal, provided it is in accordance with the Notice Inviting Proposals. Bidders must satisfy themselves by personal examination of the proposed work and by . such methods that they deem appropriate as to the actual conditions and requirements of the Scope of Work. Bidders shall not at any time after submission of the proposal, dispute or assert that there was any misunderstanding with regard to the nature of any work to be completed. B. SCOPE OF WORK The items to be included in the Scope of Work are indicated below. This list is not inclusive of requirements based on unforeseeable program changes initiated by the City and/or HUD. All work items will be carried out in conjunction with City staff direction, input, and review. 1. Provide staffing and other resources as required to perform the lead based paint inspection services for.the Neighorhood Pride Program. The scope of work shall include the following: a. Conduct lead hazard inspection/evaluation. During the evaluation, consultant shall determine whether lead-based paint or hazards exist in the unit and provide their location(s). b. Conduct paint testing of all surfaces to be disturbed during the rehabilitation process. A certified lead-based paint inspector or risk assessor must conduct paint testing. c. Provide the City with a report indicating the findings of the paint testing. d. For rehabilitation work in excess of $5,000, the consultant shall conduct and prepare a risk assessment in conformance with the requirements delineated under 24CFR Sec. 35.930(c)(2). A certified risk assessor must conduct the risk assessment. e. Conduct a final clearance inspection to ensure the dwelling is safe for its occupants. Clearance examinations shall include a visual assessment, dust samriples, ar ysis a m of sampling results, and preparation of a report. Final clearance shall assure that all of the following has been completed: Ei All lead hazard reduction work covered in the work specifications has Pg. 2 of 21 6 Z4\ Request for Proposal Lead Based Paint Consulting Services been completed in compliance with appropriate protocols, as determined by inspection and any required testing. u All areas where paint has been stabilized have been repainted with primer and finish coats of paint. u All causes of deteriorated paint have been repaired. ci Encapsulants have been applied according to their manufacturer's recommendations. u Friction and impact surfaces have been treated. u Surfaces that collect lead dust have been cleaned. C. PROPOSAL CONTENT The submitted proposal must address the four following areas: 1. Technical Describe the approach to be taken in addressing each of the items set forth in the Scope of Work. This is to include a listing of the specific task identified, as well as others that you feel are required to properly implement the program. A sample Risk Assessment Report which you have prepared shall be attached to your proposal submission. 2. Management and Staffing Describe the management and staffing configuration to be utilized to complete the Scope of Work. Resumes and applicable certificates of all proposed project personnel must be included. The proposal must indicate a staff representative assigned to act as Project Manager, who will have primary responsibility for this program. 3. Prior Related Firm Experience Submitting parties must be thoroughly competent and capable of satisfactorily performing the Scope of Work covered by this proposal. A description of the firm's -h ali related work experiences should be indicated, strong familiarity wit CDBG d HUD programs, demonstrated experience in: conducting lead based paint inspections, preparing risk assessments, and conducting clearance testing. Client references must be included, with a brief description of services provided, Pct. 3 of 21 Request for Proposal Lead Based Paint Consulting Services dates of activity, and the name of a contact person and phone number for each referenced job. 4. Cost and Pricing This section shall include the proposed fees to conduct the five items listed below. The fee shall be for each itern conducted separately. In addition, the consultant shall submit an economy of scale price if applicable. if such a discount exists, the consultant shall include the minimum number of units that would be required per trip in order to qualify for the discount. The five items are as follows: 1. Visual Assessment. 2. Paint Inspection/Paint Testing. 3. Risk Assessment. 4. Clearance Testing. 5. Recommendations Cost Effective Treatments. D. EVALUATION MATRDC/AWARD The award of this contract will be made to the lowest qualified bidder whose proposal complies with all the prescribed requirements. The City reserves the Tight to reject any and all proposals, and to waive any technical errors, irregularities, or discrepancies, if to do so are deemed to serve the best interests of the City. In no event will an award by made until all necessary investigations are made as to the responsibility and qualification of the bidder to whom it is proposed to make such award. Proposals will be reviewed and evaluated by City staff, and ranked based on the following considerations: Technical approach to Scope of Work Experience of Proposal Personnel Experience of Firm co- st In the event that further clarifications are required, on-site interviews may be conducted. Recommendations will be forwarded to the City Council for final selection and award. Pg. 4 of 21 t, Request for Proposal Lead Based Paint Consulting Services E. AGREEMENT The selected proposal will be required to enter into an agreement with the City. The agreement will require that the selected individual/firm comply with all HUD, CDBG, and City requirements. The agreement for the provision of services under this RFP will commence on or about August 1, 2008 and run through June 30, 2009. The City, at its option, may renew the contract for two additional years, or as required by HUD. The agreement with the City will be based on approved unit rates. An agreement with the selected bidder shall be signed and returned to the City within fifteen (15) days after it has been delivered or mailed to them, or their authorized agent. A sample agreement is included in Appendix B of this RFP. No proposal shall be considered as being binding upon the City until the agreement is fully executed, and failure of the awardee to properly execute the awarded agreement shall be just and sufficient cause for annulment of the award by the City. F. DISQUALIFICATION OF PROPOSALS More than one proposal for the same work from any individual, firm, firm partnership, corporation or association under the same or different names will not be accepted. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work will be cause for rejecting all proposals in which such bidder is interested. Apparent collusion among bidders will likewise be sufficient cause for rejecting any or all bids, and the participants in such collusion may be barred from future bidding. Proposals in which the prices are obviously unbalanced and those that are incomplete may be rejected. Pg. 5 of 21 Aq Request for Proposal Lead Based Paint Consultina, Services APPENDIX"A" GENERAL PROVISIONS A. EXAMINATION OF REQUESTS FOR PROPOSALS The bidder is required to examine carefully the Scope of Work. it will be assumed that the bidder has thoroughly investigated the work to be completed and is satisfied as to the conditions to be encountered and as to the quality and quantities of work to be performed. The submission of a proposal shall be considered conclusive evidence that the bidder has made such examination. Any questions regarding the information contained in this RFP should be addressed to Donyea Adams, Housing and Neighborhood Manager, Economic Development Department� City of Carson, I Civic Plaza, Suite 500, Carson, CA 90749, (310) 2336-4800. B. PROPOSAL FORM All proposals must contain and address all items -set forth in Section C - Proposal Content, under Instructions to Bidders. All proposals must contain the prices proposed and must be otherwise properly acknowledged by the bidder. If the bids are made by a partnership, the name(s) and address(es) of the general and limited partner(s) and the managing partner(s) must be shown. If made by a corporation, the bids must show the name of the state under which the laws of the corporation were chartered, and the names, titles and address of the president, secretary, treasurer, manager, and agent for service of process. All proposals shall be submitted in sealed envelopes bearing on the outside the name of the bidder, their address, and the name of the project for which the proposal is submitted. It is the sole responsibility of the bidder to ensure that the proposal is submitted in a timely manner. Any proposal received after the scheduled closing time for receipt of proposals will be returned to the bidder unopened. C. REJECTION OF PROPOSALS CONTAINING ALTERATIONS, ERASURES, OR ---I�RREGUL_AMIE'S Proposals may, at the City's option, be rejected if they contain any alterations, additions, erasures, conditional terms or alternatives, are incomplete, show any irregularities of any kind, or contain any additions or conditional or alternate bids that are not called for or Pg. 6 of 21 10 Request for Proposal Lead Based Paint Consulting Services el otherwise permitted. The City reserves the right to reject any and all proposals. D. LABOR DISCRWINATION No discrimination shall be made in the employment of persons because of race, color or religion of such persons and every bidder in violation of this section is subject to all penalties imposed for violation of Chapter I of Part VII, Division 2 of the Labor Code, in accordance with the provisions of Section 1753 thereof. E. COMPLIANCE WITH APPLICABLE STATUTES, ORDINANCES, AND REGULATIONS The bidder shall comply with all applicable Federal, State, County, and City statutes, ordinances, and regulations. F. SUBLETTING OF AGREEMENT The awardee shall not sublet any portion of this agreement with the City without the express written permission of the City Manager or his designated representative. G. OPTION OF CITY TO TERMINATE AGREEMENT IN EVENT OF FAILURE TO COMPLETE WORK The term of the agreement between the awardee and the City shall commence on or about August 1, 2008 and continue for a period of approximately one-year until June 30, 2009 or until terminated by either party as provided in the attached agreement. Either party may terminate the agreement at any time upon giving thirty (30) days written notice of their intention to do so. Pa. 7 of 21 APPENDIX"B" CONSULTING SERVICES AGREEMENT CONSULTANT RETAINER AGREEMENT (Carson Redevelopment Agency/ Name of Consultant) THIS CONSULTANT RETAINER AGREEMENT is made as of [date], 2008 '(this "Agreement), by and between the Carson Redevelopment Agency, a body corporate and politic ("Agency") and [Name of Consultant] ("Consultant"). RECITALS A. Agency has determined that it requires the services of a private contractor to perform lead based paint inspection, testing and reporting tasks necessary for the completion of rehabilitation projects as part of Agency's Neighborhood Pride Program. B. Agency desires to retain Consultant as an independent contractor to provide such services on an as needed basis. C. Consultant represents that it is fully qualified to perform such services by virtue of its experience and the training, education, certification and expertise of its principals and employees. NOW, THEREFORE, in consideration of performance by the parties of the promises, covenants, and conditions herein contained, the parties hereto agree as follows: Consultant's Services. A. Scope and Level of Services. The nature, scope, and level of the specific services to be performed by Consultant are as set forth in Exhibit A hereto and by this reference incorporated herein. Consultant shall provide such services on an as needed basis when given written instruction to do so by the Contract Administrator (as defined in Section 4 below). B. Time of Performance. The services shall be performed on a timely, regular basis in accordance with the written instruction of the Contract Administrator. Time is of the essence in the performance of this Agreement. C. Standard of Care. As a material inducement to Agency to enter into this Agreement, Consultant hereby represents and warrants that it has the experience necessary to juhdertfflw��gervi-cesio--be-p-rovided�hffdn.-�- D. Compliance with Law. All services rendered hereunder by Consultant shall be provided in accordance with all applicable ordinances, resolutions, statutes, rules, and regulations of Agency and any federal, state or local government agency having jurisdiction in effect at the time service is rendered. Additionally, Consultant agrees to comply with the Pa. 8 of 21 el provisions and requirements of Exhibit C. 2. Term of Agreement. This Agreement is effective on the date set forth in the initial paragraph of this Agreement and shall remain in effect for a period of one year unless earlier terminated pursuant to Section 14. 3. Compensation. Agency agrees to compensate Consultant for its services according to the fee and payment schedule set forth in Exhibit A. In no event shall the total compensation and costs payable to Consultant under this Agreement exceed the Maximum Amount designated on Exhibit B hereto unless specifically approved in advance, in writing, by Agency. 4. Representatives. A. Project Manager. The Project Manager for the services required under this Agreement is hereby designated as (Name of Individual), who is a representative of Consultant and authorized to act in its behalf with respect to the services specified herein. It is expressly understood that the experience, knowledge, capability and reputation of the foregoing Project Manager were a substantial inducement for Agency to enter into this Agreement. Therefore, the foregoing Project Manager shall be responsible during the term of this Agreement for directing all activities of Consultant and for devoting sufficient time to person ' ally supervise the services hereunder. The foregoing Project Manager may not be changed by Consultant without the express written approval of Agency. B. Contract Administrator. The Contract Administrator and Agency's representative shall be the person designated as Executive Director of the Agency or the Economic Development General Manager of the City of Carson, or in his or her absence, an individual designated in writing by the.Executive Director of the Agency or the Economic Development General Manager of the City of Carson. If no Contract Administrator is so designated, the Economic Development General Manager shall be the Contract Administrator. It shall be Consultant's responsibility to assure that the Contract Administrator is kept informed of the progress of the performance of the services, and Consultant shall refer any decisions which must be made by Agency to the Contract Administrator. Unless otherwise specified herein, any approval of Agency required hereunder shall mean the approval of the Contract Administrator. 5. Standard of Performance. Consultant shall perform all work in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. ---------- 6. Ownership of Work Product. All reports, documents, or other written material developed by Consultant in the performance of this Agreement shall be and remain the -property of Agency without restriction or limitation upon its use or dissemination by Agency. The Agency acknowledges the *Consultant's designs and construction documents, including electronic files, as instruments of professional service. Pg. 9 of 21 7. Status as Independent Contractor. Consultant is, and shall at all times remain as to Agency, a wholly independent contractor. Consultant shall have no power to incur any debt, obligation, or liability on behalf of Agency or otherwise act on behalf of Agency as an, agent. Neither Agency nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its agents are in any manner employees of Agency. Consultant agrees to pay all required taxes on amounts paid to Consultant under this Agreement, and to indemnify and hold Agency harmless from any and all taxes, assessments, penalties, and interest asserted against Agency by reason of the independent contractor relationship created by this Agreement. Consultant shall fully comply with the workers' compensation law regarding Consultant and Consultant's employees. Consultant further agrees to indemnify and hold Agency harmless from any failure of Consultant to comply with applicable workers' compensation laws. Agency shall have the right to offset against the amount of any fees due to Consultant under this agreement any amount due to Agency from Consultant as a result of Consultant's failure to promptly pay to Agency any reimbursement or indemnification arising under this section. 8. Confidentiality. Employees of Consultant, in the course of their duties, may have access to financial, accounting, and statistical data provided by Agency. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Consultant without written authorization by Agency. Agency shall grant such authorization if disclosure is required by law. Upon request, all Agency data shall be returned to Agency upon the termination of this Agreement. Consultant's covenant shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that comes into the public domain, nor shall it restrict Consultant from giving notices required by law or complying with an order to provide information or data when such order is issued by a court, administrative agency of other authority with proper jurisdiction, or if it is reasonably necessary for Consultant to defend itself from any suit or claim. 9. Conflict of Interest. Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the services to be performed by Consultant under this agreement, or which would conflict in any manner with the performance of its services hereunder. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid representation of any matter for another person or entity which would come before the City or the Agency during such time as it is engaged by the Agency pursuant to this —Agreement. ---Consultant -agrees-not to acq�ptan the__erm.____ _p rAggesentation during t of -y-ern loyinentor this Agreement which is likely to make Consultant "financially interested" (as provided in California Government Code Sections 1090 and 8 7100) in any decision made by the Agency on any matter in connection with which Consultant has been retained pursuant to this Agreement. Nothing in this section shall, however, preclude Consultant from accepting other engagements with Agency or the City of Carson. Pg. 10 of 21 Z/4 Notwithstanding the previous paragraph, Agency , specifically grants Consultant permission to bid on and accept work from individual tenants or prospective tenants of redevelopment projects within the City of Carson, provided, however, that the Consultant notifies the Project Administrator prior to submission of a proposal for such work. Upon submission, the Project Administrator may take whatever action necessary to remain in compliance with the previous paragraph, including terminating Consultant's Agreement or current project or assignment for the Agency. 10. Warranty and Representation of Non -Collusion. No official, officer, or employee of the City or Agency has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of the City or Agency participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State of municipal statute or regulation. The determination of "financial interest" shall be consistent with State law and shall not include interest found to be "remote" or "non interest" pursuant to California Government Code Sections 1091 and 1091.5. Consultant warrants and represents that (s)he/it has not pair or given, and will not pay or give, to any third party including, but not limited to, any Agency or City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded this Agreement. Consultant finther warrants and represents that (s)heht has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any Agency or City official, officer, or employee, as a result or consequence of obtaining or being awarded any agreement. Consultant is aware of and understands that any such act(s), omission(s), or other contact resulting in the payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Consultant: Initials 11. Indemnification. A. Consultant agrees to indemnify, hold harmless and defend Agency, the City of Carson ("City"), and their respective officers, employees, volunteers, and agents serving as independent contractors in the role of City or Agency officials (collectively, "Indemnitees"), from any claim, demand, liability, loss, cost, or expense, for any damage whatsoever, including bur not limited to death or injury to any person and in ury to any property, resulting from willful misconduct, negligent acts, errors, or omissions of Consultant or any of its officers, employees, or agents. B. Agency does not, and shall not, waive any rights that it may possess against Consultant because of the acceptance by Agency, or the deposit with Agency, of any insurance policy or certificate required pursuant to this Agreement. This hold harmless, Pg. 11 of 21 21 z 1 1.5 indemnification, and defense provision shall apply regardless of whether or not any insurance policies are determined to be applicable to the claim, demand, damage, liability, loss, cost, or expense. Consultant agrees that Consultant's covenant under this section shall survive the termination of this Agreement. 12. Insurance. . A. Liability Insurance. Consultant shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the services hereunder by Consultant, his/her agents, representatives, employers, or subcontractors. than: B. Minimum Scope of Insurance. Coverage shall be at least as broad as: (1) Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). (2) Insurance Services Office form number CA 0001 (ed. 1/87) covering Automobile Liability, code 1 (any auto). (3) Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. C. Minimum Limits of Insurance. Consultant shall maintain limits no less (1) General Liability: $1,000,000 per occurrence for bodily injury, personal injury, and property damage. Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this Agreement or the general limit shall be twice the required occurrence limit. (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage. (3) Employer's Liability: $1,000,000 per accident for bodily injury or disease. D-------D—educt-ibles - and - Sel-f4nsured - Retentions -. -- Any deductibles -or -self-insured retentions must be declared to and approved by Agency. At the option of Agency's Risk Manager, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the Agency, its officers, employees, and volunteers; or Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Pg. 12 of 21 Z 16 E. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: (1) Agency, its officers, officials, employees, agents, and volunteers are to be covered as insured's as respects liability arising out of activities performed by or on behalf of Consultant; products and completed operations of Consultant; premises owned, occupied, or used by Consultant; or automobiles owner, leased, hired, or borrowed by Consultant or professional services provided by Consultant. The coverage shall contain no special limitations on the scope of protection afforded to Agency, its officers, officials, employees, agents, or volunteers. (2) For any claims related to this Agreement, Consultant's insurance coverage shall be primary insurance. as respects Agency, its officers, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by Agency, its officers, officials, employees, agents, or volunteers shall be excess of Consultant's insurance and shall not contribute with it. (3) Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to Agency, its officers, officials, employees, agents, or volunteers. (4) Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (5) Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after 30 days prior written notice by certified mail, return receipt requested, has been given to Agency. F. Acceptability of Insurers. Insurance is to be placed with insurers with a current A. M. Best's rating of no less than A, unless waived by Agency's Risk Manager. G. Verification of Coverage. Consultant shall furnish Agency with original endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that insurer to bond coverage on its behalf. The endorsements are to be on forms provided by Agency. All endorsements are to be received and approved by Agency before work commences. As an alternative to Agency forms, Consultant's insurer may provide Pa. 13 of 21 Z 1.17 \ complete, certificated copies of all required insurance policies, including endorsements affecting the coverage required by these specifications. H. Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 13. Cooperation. In the event any claim or action is brought against Agency relating to Consultant's performance or services rendered under this Agreement, Consultant shall render any reasonable assistance and cooperation which Agency might require. 14. Termination. A. Agency shall have the right to terminate the services of Consultant at. any time for any reason on seven (7) calendar days written notice to Consultant. In the event this Agreement is terminated by Agency, Consultant shall be paid for services satisfactorily rendered to the last working day this Agreement is in effect, and Consultant shall have no other claim against Agency by reason of such termination, including any claim for compensation. B. Consultant shall have the right to terminate this Agreement at any time for any reason on seven (7) calendar days written notice to Agency, and Consultant shall be paid for services satisfactorily rendered to the last working day this Agreement is in effect. 15. Suspension. Agency may, in writing, order Consultant to suspend all or any part - of Consultant's services under this Agreement for the convenience of Agency or for work stoppages beyond the control of Agency or Consultant. Subject to the provisions of this Agreement relating to termination, a suspension of the services does not void this Agreement. 16. Notices. Any notices, bills, invoices, or reports required by this Agreement shall be deemed received on (a) the day of delivery if delivered by hand during receiving party's regular business hours of by facsimile before or during receiving party's regular business hours; or (b) on the second business day following deposit in the United States mail, postage prepaid, to the addresses heretofore below, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this section. Agency: Carson Redevelopment Agency Housing and Neighborhood Development Division 1-,Civic-Plaza-Drivaj -Suite-5-00 Carson, California 90745 Attention: Donyea Adams, Housing and Neighborhood Development Manager Telephone: (310) 233-4860 Facsimile: (310) 233-4832 Pg. 14 of 21 z IR Consultant: Name of Firm Street Address City, State, Zip Attention: Individual's Name and Title Telephone: Facsimile: 17. Nondiscrimination and Equal Employment Opportunity. In the performance of this Agreement, Consultant shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Consultant will take affirmative action to ensure that employees are treated without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. 18. Assignability; Subcontractor. Consultant shall not assign, transfer, or subcontract any interest in this Agreement or the performance of any of Consultant's obligations hereunder, without the prior written consent of Agency, and any attempt by Consultant to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be void and of no effect. 19. Compliance with Laws. Consultant shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local governments. Consultant shall obtain and maintain a valid City business license. 20. Interpretation. The terms of this Agreement shall be construed in accordance with the meaning or the language used and shall not be construed for or against either party by reason of the authorship of this Agreement. 21. Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity -deprives either -party of the -basic benefit -of -their bargain -or -renders -this Agreement_ meaningless. 22. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing Pg. 15 of 21 Z 149 this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering. into this Agreement does not violate any provision of any other Agreement to which said party is bound. 23. Non -Waiver of Terms, Rights and Remedies. Waiver by either party to this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by Agency of any payment to Consultant constitute or be construed as a waiver by Agency of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by Agency shall in no way impair or prejudice any right or remedy available to Agency with regard to such breach or default. 24. Attorney's Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees. The venue for any litigation shall be Los Angeles County. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted this Agreement or who had drafted that portion of the Agreement. 25. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provision of any Exhibit or document incorporated herein by reference, the provisions of this Agreement shall prevail. 26. Dispute Resolution. In an effort to resolve any conflicts that arise during the design and construction of the project or following the completion of the project, the Agency and the Consultant agree that all disputes between the parties arising out of or relating to this Agreement or a project shall be submitted to nonbinding mediation unless the parties mutually agree otherwise. 27. Entire Agreement. This Agreement, and any other documents incorporated herein by specific reference, represents the entire and integrated Agreement between Agency and Consultant. This Agreement supersedes all prior oral or written negotiations, representations, or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. Pg. 16 of,21 A aD IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first written above. "Agency" ATTEST: M - Secretary Helen Kawagoe Approved as to form: ALESHIRE & WYNDER, LLP -0 City Attorney "Consultant" CITY OF CARSON Bv:. City Manager Jerome G. Groomes [NAME OF FIRM] By: Its Pg. 17 of 21 k21 EXHIBIT A SCOPE OF WORK A. Consultant shall perform the following services: 1. Provide staffing and other resources as required to perform the lead based paint inspection services for the Neighborhood Pride Program. The scope of work shall include the following: a. Conduct lead hazard inspection/evaluation. During the evaluation, consultant shall determine whether lead-based paint or hazards exist in the unit and where. b. Conduct paint testing of 0 surfaces to be disturbed during the rehabilitation process. A certified lead-based paint inspector or risk assessor must conduct paint testing. c. Provide the City with a report indicating the findings of the paint testing. d. For rehabilitation work in excess of $5,000, the consultant shall conduct and prepare a risk assessment of the entire unit. A certified risk assessor must conduct the risk assessment. f. Conduct final clearance inspection to make sure the dwelling is safe for their occupants. Final clearance shall assure that all of the following has been completed: Li All lead hazard reduction work covered in the work specifications has been completed. • All areas where paint has been stabilized have been repainted with primer and finish coats of paint. • All causes of deteriorated paint have been repaired. E3 Encapsulants have been applied according to their manufacturer's recommendations. ci Friction and impact surfaces have been treated. Li Surfaces that collect lead dust have been cleaned. Pg. 18 of 21 Z 22, EXHIBIT B COMPENSATION For the services described in Exhibit "A" to this Agreement, City shall, in the amounts, by the method, and at the times set forth, pay Consultant as follows: Upon receipt� verification, and approval of Consultant's Monthly Report and Invoice, City shall reimburse Consultant for the approved amount of the invoice. The total paid to Consultant shall not exceed dollars ($ by end of program year. Payment shall be for eligible services related to the 2008-2009 Neighborhood Pride Program only, and shall be drawn from City's Community Development Block Grant allocation. Payments will be made only upon Consultant completion of the contracted services, and utilizing the Citys standard warrant register procedures. Payments to Consultant shall be based on the following schedule as documented by submitted timesheets: [To be completed based on proposal] Payment to the Consultant may be withheld, suspended or terminated under the following terms: If CDBG funds to the City are suspended or terminated, or if the Consultant refuses to accept additional conditions imposed by the City. 2. If Consultant fails to comply with the provisions of this Agreement. . 3. If Consultant fails to comply with HUD or City rules and regulations. 4. If this Agreement for Contract Services is terminated Pg. 19 of 21 A 2S EXHIBIT C FEDERAL PRIOVISONS A. - During the performance of this contract, Consultant agrees to comply with the following federal provisions: (1) Executive Order 11246 requires that during the performance of this contract, the Consultant agrees not to discriminate against any employee or applicant for employment because of race, religion, sex, color, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color 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. The Consultant agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Consultant setting forth the provisions of this nondiscrimination clause. (2) Section 3 of the Housing and Community Development Act of 1968, as amended, 12 U.S.C. 1701 et. seq.,"requires that to the greatest extent feasible, opportunities for training and employment be given to lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the project. (3) Title VI of the Civil Rights Act of 1964 provides that no person shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity,receiving federal financial assistance. (4) Section 109, Title I of the Housing and Communily Development Act of 1974 provides that no person shall, on the ground of race, color, national origin, or sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part under this Title. (5) Any prohibition against discrimination on the basis of age under the Age Discrimination Act of 1975, or with respect to an otherwise qualified handicapped individual, as provided in Section 504 of the Rehabilitation Act of 1973, shall also apply to any such program or activity. Pg. 20 of 21 Z 2t (6) Contractor agrees to retain and provide to Agency, access to any books, documents, papers and records for audit or examination for a minimum of three (3) years after final payment and all other pending matters relative to the performance of this contract are closed. Pg. 21 of 21 k25 Vendor List—Lead Based Paint Request for Proposals AAA LEAD Consultants and Inspections, Inc. Corona, CA ACC Environmental Consultants, Inc. Los Angeles, CA A Rapco — West Los Angeles, CA ATE Environmental, Inc. City of Industry, CA A to Z Building Services Torrance, CA Absolute Abatement Placentia, CA Ace Sandblasting Corp. Glendale, CA Allied Environmental Services/Allied Industries Sherman Oaks, CA Allied Industries, Inc. North Hollywood, CA American Environmental Group Westlake Village, CA American Freezeblast, Inc. Canoga Park, CA Apex Environmental Recovery San Juan Capistrano, CA Arena Painting Contractors, Inc. Gardena, CA Asbestos Environment & Safety Hacienda Heights, CA Asbestos Instant Response, Inc. Los Angeles, CA BMW Environmental Services Corp. Glendale, CA Exhibit No. 2 /26 Barr & Clark, Inc. Garden Grove, CA Bielski Specialty Services Anaheim, CA CNS Environmental, Inc. Norwalk, CA CST Environmental, Inc. Brea, CA Certified Contracting Services, Inc. Van Nuys, CA Channel Coast Corp. Santa Barbara, CA Citadel Environmental Service, Inc. Glendale, CA Clark Seif Clark, Inc. Chatsworth, CA Condol's Environmental Services Yorba Linda, CA Envirocheck, Inc. Orange, CA Envirocon, Inc. Cypress, CA Environmental Construction Group, Inc. Long Beach, CA Envirotech Industries, Inc. Montebello, CA Evans Sandblasting Corp. Los Angeles, CA Executive Environmental Services Corp. Arcadia, CA FCG & Co. Baldwin Park, CA Forbess Consulting Group, Inc. Ojai, CA z27 Forensic Analytical Specialties, Inc. Rancho Dominguez, CA Fresh Air Environmental Services, Inc. Commerce, CA Gale/Jordan Associates, Inc. Torrance, CA Gonzalez Construction Company Los Angeles, CA International Environmental Corp. Ventura, CA Key Environmental Services/Universal Abatement Services, Inc. Los Angeles, CA Lead Tech International San Pedro, CA Ray Lewis, Certified Mold & Remediation Inspection Palmdale, CA MEC, Inc. Demolition/Environmental Remediation Edwards AFB, CA MTGL, Inc. Anaheim, CA Matrix Environmental, Inc. Santa Fe Springs, CA Miller Environmental, Inc. Anaheim, CA Multiple Plant Services, Inc. Anaheim, CA National Econ Corporation Anaheim, CA PEB Environmental & Safety, Inc. Pomona, CA Pacific Demolition, Inc. Anaheim, CA Resource Environmental, Inc. Long Beach, CA Z28 Service 1st Environmental Costa Mesa, CA Spectra Company Pomona, CA Techno Coatings, Inc. Anaheim, CA Total Environmental Industries, Inc. Fontana, CA Tri Span, Inc. Brea, CA Universal Abatement Services Los Angeles, CA Universal Abatement Services, Inc. Huntington Beach, CA Unlimited Environmental, Inc. Signal Hill, CA R. E. Williams & Sons, Inc. Torrance, CA Zenco Engineering Camarillo, CA z29 Lead Based Paint RFP Comparison A. Lead Tech Environmental Contact: Steven DenzIer 605 S. Pacific Ave., Suite 202 San Pedro, CA 90731 (310) 831-2479 Full HUD XFR Inspection and Risk Assessment Typical Single -Family Residence Typical Mobilehome Limited Lead Based Paint Inspection, Single -Family Residence and Mobilehome $325.00 $325.00 $200.00 Full HUD XFR Inspection and Risk Assessment (Economy of Scale Discountl Typical Single -Family Residence $299.00 Typical Mobilehome $299.00 Limited Lead Based Paint Inspection, Single -Family Residence and Mobilehome $185.00 Lead Based Paint Clearance Inspection Lead Based Paint Clearance Inspection $149.00 Dust or Soil Sample (typically 3 samples) $ 13.00 each Examples: 1 Single -Family Residence Inspection and Clearance $513.00 1 Mobilehome Inspection and Clearance $513.00 2 or more Single -Family Residence Inspection and Clearance $487.00 2 or more Mobilehome Inspection and Clearance $487.00 *Economy of scale discount applies when two or more projects are scheduled on the same day. B. Barr & Clark, Inc. Contact: Matt Crochet 12684 Hoover St. Garden Grove, CA 92841 (714) 894-5700 Full HUD XFR Inspection and Risk Assessment Typical Single -Family Residence $325.00* Typical Mobilehome $295.00* Limited Lead Based Paint Inspection, Single Family Residence and Mobilehome $225.00** Exhibit No. 3 z 30 Barr & Clark continued Lead Based Paint Clearance Inspection Lead Based Paint Clearance Inspection $150.00 Dust or Soil Sample (typically 3 samples) $ 15.00 each Examples: 1 Single -Family Residence Inspection and Clearance $520.00 1 Mobilehome Inspection and Clearance $490.00 5 or more Single -Family Residence Inspection and Clearance $494.00 5 or more Mobilehome Inspection and Clearance $469.50 *5% Discount for five or more inspections ordered concurrently. "Exterior only C. National Econ Corp. Contact: Mark S. Ervin 1899 Santa Cruz Dr. Anaheim, CA 92805 (714) 978-6320 Full HUD XFR Inspection and Risk Assessment Typical Single -Family Residence Typical Mobilehome Limited Lead Based Paint Inspection, Single -Family Residence and Mobilehome Lead Based Paint Clearance Inspection Lead Based Paint Clearance Inspection Examples: 1 Single -Family Residence Inspection and Clearance 1 Mobilehome Inspection and Clearance $880.00* $880.00* $275.00* $430.00 $1310.00 $1310.00 *Economy of scale discount is $610.00 per unit at 11 units or more. D. Condol's Environmental Services Contact: Davie Condol 18345 Yorba Linda Blvd., Suite 107 Yorba Linda, CA 92886 Z 31 Condol's Environmental Services Continued Full HUD XFR Inspection and Risk Assessment Typical Single Family Residence $539.00 Typical Mobilehome $539.00 Limited Lead Based Paint Inspection, Single -Family Residence and Mobilehome $179.00-$229.00 Lead Based Paint Clearance Inspection Lead Based Paint Inspection $250.00-$399.00 Full HUD XFR Inspection and Risk Assessment (Economy of Scale Discount* Typical Single Family Residence $479.00 Typical Mobilehome $479.00 Limited Lead Based Paint Inspection, Single -Family Residence and Mobilehome $179.00-$229.00 Examples: 1 Single -Family Residence Inspection and Clearance $789.00-$938.00 1 Mobilehome Inspection and Clearance $789.00-$938.00 3 Single -Family Residence Inspection and Clearance $729.00-$878.00 3 Mobilehome Inspection and Clearance $729.00-$878.00 *Economy of scale discount applies when two or more projects are scheduled on the same day. Z� 32