Loading...
HomeMy WebLinkAboutSSWG 2019 ContractNON-FEDERAL FUNDS STANDARD SERVICE CONTRACT NORTH CAROLINA SERVICE CONTRACT TOWN OF CARRBORO THIS CONTRACT is made, and entered into by and between the TOWN of CARRSORO, a political subdivision of the State of North Carolina, (hereinafter referred to as "TOWN". party of the first part and Stormwater Services Groum, LLC, (hereinafter referred to as "CONTRACTOR"). party of the second part. 1. SERVICES TO BE PROVIDED CONTRACTOR hereby agrees to provide services and/or materials under this contract (hereinafter referred to collectiveh_= as "SERVICES" pursuant to the provisions and specifications identified in "Attachment C. 2. TERM OF CONTRACT The term of this CONTRACT for services and supplies is from August 1, 2019 to June 30, 2020, 3. PAYMENT TO CONTRACTOR CONTRACTOR shall receive from TOWN an amount not to exceed $5135. based on the amount specified in the attached proposal plus a $325 contingency for services authorized by the Town but not specified in the proposal. CONTRACTOR shall submit itemized invoices to Town of Carrboro, 301 W Main Street. Carrboro, NC 275 10 attention Public Works Department at the Public Works Department of the Toren of Carrboro, NC 27510. Payment will be processed within 30 days upon receipt and approval of the invoice by TOWN. 4. INDEPENDENT CONTRACTOR TOWN and CONTRACTOR agree that CONTRACTOR is an independent contractor and shall not represent itself as an agent or employee of TOWN for any purpose in the performance of CONTRACTOR'S duties under this contract. Accordingly, CONTRACTOR small be responsible for payment of all federal, state and local taxes as well as business license fees arising out of CONTRACTOR'S activities in accordance with this contract. For purposes of this contract taxes shall include, but not be limited to, Federal and State Income, Social Security and Unemployment Insurance taxes. CONTRACTOR as an independent contractor, shall perform said services in a professional manner and in accordance with the standards of applicable professional organizations and licensing agencies. [This page left intentionally blank] 5. INSURANCE AND INDEMNITY To the fullest extent permitted by laws and regulations, the CONTRACTOR shall indemnify and hold harmless the TOWN and its officials, agents, and employees from and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers or architects, attorneys, and other professionals and costs related to court action or arbitration) arising out of or resulting from the performance of this Contract or the actions of the CONTRACTOR or its officials, employees, or contractors under this Contract or under the contracts entered into by the CONTRACTOR in connection with this Contract. This indemnification shall survive the termination of this agreement. In addition, CONTRACTOR shall comply with the North Carolina Workers' Compensation Act and shall provide for the payment of workers' compensation to its employees in the manner and to the extent required by such Act. CONTRACTOR shall supply TOWN with certification of insurance for workers' compensation coverage with North Carolina statutory limits. CONTRACTOR shall maintain, at its expense, the following minimum insurance coverage: General Liability with Combined Single Limit Bodily Injury and Property Damage not less than $1.000,000 and products and Completed Operations Liability not less than $1,000,000. CONTRACTOR agrees to furnish TOWN a certificate of insurance from an insurance company, licensed to do business in the State of North Carolina and acceptable to TOWN verifying the existence of any insurance coverage required by TOWN. The certificate will provide for thirty (30) days advance notice in tite event of termination or cancellation of coverage. 6. HEALTH AND SAFETY CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs required by OSHA and all other regulatory agencies while providing services under this contract. 7. NON-DISCRIMINATION IN EMPLOYMENT CONTRACTOR shall not discriminate against any employee or applicant for employment because of age, sex, race, creed, national origin disability or on the basis of sexual orientation or gender expression/identity. CONTRACTOR shall take affirmative action to ensure that applicants are employed and that employees are treated fairly and legally during employment with regard to their age, sex, race, creed, national origin, disability or on the basis of sexual orientation or gender expression/identity. In the event CONTRACTOR is determined by the final order of an appropriate agency or court to be in violation of any non-discrimination provision of federal, state or local law or this provision, this Contract maybe canceled, terminated or suspended in whole or in part by TOWN, and CONTRACTOR may be declared ineligible for further TOWN contracts. S. GOVERNINGLAW This contract shalt be governed by and in accordance with the laws of the State of North Carolina. All actions relating in any way to this contract shall be brought in the General Court of Justice in the County of Orange and the State of North Carolina 9. AMENDMENT This contract may be amended only in writing by mutual agreement by both parties. 10. TERMINATION OF AGREEMENT This contract may be terminated at any time by either party by written notice of a minimum of ninety Of) days. This contract may be terminated for cause, by the non -breaching party notifying the breaching party of a substantial failure to perform in accordance with the provisions of this contract and if the failure is not corrected within ten (10) days of the receipt of the notification. Upon such termination, the parties shall be entitled to such additional rights and remedies as may be allowed by relevant law. Termination of this agreement, either with or without cause. shall not form the basis of any claim for loss of anticipated profits by either party. 11. SUCCESSORS AND ASSIGNS CONTRACTOR shall not assign its interest in this contract without the written consent of TOWN. CONTRACTOR has no authoritv to enter into contracts on behalf of TOWN. 12. COMPLIANCE WITH LAWS CONTRACTOR represents that it is in compliance with all Federal, State, and local laws, regulations or orders; as amended or supplemented. The implementation or this contract will be carried out in strict compliance with all Federal. State, or local laws regarding discrimination in employment. 13. NOTICES All notices which may be required by this contract or any rule of law shall be effective when received by certified mail sent to the following addresses: TOWN OF CARRBORO FINANCE OFFICER 301 WEST MAIN STREET CARRBORO, NORTH CAROLINA, 27510 14. AUDIT RIGHTS For all services being provided under this contract TOWN shall have the right to inspect examine, and make copies of any and all books, accounts. invoices, records and other writings relating to the performance of said services. Audits shall take place at times and locations mutually agreed upon by both parties, although CONTRACTOR must make the materials to be audited available within one (1) week of the request for them. 15, TOWN NOT RESPONSIBLE FOR EXPENSES TOWN shall not be liable to CONTRACTOR for any expenses paid or incurred by CONTRACTOR prior to the commencement date of contract, unless otherwise agreed in writing. 16. ENTIRE AGREEMENT This Agreement and the attached document labeled "Attachment 1" shall constitute the entire understanding between TOWN and CONTRACTOR and shall supersede all prior understandings and agreements relating to the subject matter hereof and may be amended only by written mutual agreement of the parties. Auxiliary Assistant Waterways Management Representative [This page left intentionally blank] 17. HEADINGS. The subject headings of the paragraphs are included for purposes of convenience only and shall not affect tite construction or interpretation of any of its provisions. is. E-VERIFY The CONTRACTOR shall comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes. CONTRACTOR shall require subcontractors to comply with the requirements of Article 2, Chapter 64 of the North Carolina General Statutes. 19. IRAN DIVESTMENT ACT CERTIFICATION Contractor hereby certifies that Contractor, and all subcontractors, are not on the Iran Final Divestment List ("List") created by the North Carolina State Treasurer pursuant to N.C.G.S. 147-86.58. Contractor shall not utilize any subcontractor that is identified on the List. 20. DIVESTMENT FROM COMPANIES THAT BOYCOTT ISRAEL Contractor certifies that Contractor has not been designated by the North Carolina State Treasurer as a company engaged in the bovcott of Israel pursuant to N.C.G.S. 147-86.81. It is the responsibilityof each contractor to monitor compliance with this restriction. Contracts valued at less than $1.000.00 are exempt from this restriction The CONTRACTOR hereby agrees that each clause of this CONTRACT has been read and fully understands the meaning of the same and will comply with all of its terns. Revision Date: 05 August 2015 TOWN OF CARRBORO Signature Title: ATTEST Date: S i ,- - - -,: 2-' c Signature Title: C/wh Date: Q' CONTRACTOR �W,:"v/",Z�_ Signature Title: �izCSi�jDate: 07 09�� ATTEST Signature Title: f&'Z&EAP- f Date: D? l/ This instrument ben pre -audited in the manner required by the Local Government Budget and Fiscal Control Act. Finance Officer 8916 Oregon Islet Court Raleigh, North Carolina 27603 Phone: 919.661.9954 Fax: 919.661.8108 July 6, 2019 Mr. Randy Dodd Town of Carrboro Public Works Department 301 W. Main St Carrboro, NC 27510 RE: NPDES Stormwater Discharge Permit Compliance Services —FY 2019-2020 Proposal Number 219-074 i-17718V t&II7,13.AA Stormwater Services Group is pleased to provide you with this proposal for NPDES Stormwater Discharge Permit Compliance services. We understand that the Town of Carrboro operates a municipal fleet maintenance garage in Carrboro, NC. This facility drains to Morgan Creek, which is within the Jordan Lake watershed and the Cape Fear River basin. The facility is subject to NPDES General Permit NCGO80000 as issued by NCDEQ. Compliance activities required by the Permit during the 2019-2020 Fiscal Year include review & update the SWPPP, semi-annual site inspections, semi-annual outfall monitoring, and employee training. Stormwater Services Group can provide compliance activities as turnkey services. We propose to provide our services on a task order basis as described below: TASK 0001 — Review Stormwater Pollution Prevention Plan: This task will include all the labor and materials necessary to review & update the stormwater pollution prevention plan (SWPPP) for your facility in accordance with the current General Permit at Part II Section A.B. We will conduct an on -site inspection of the facility, review your physical operations and processes, identify new potential and actual pollutant sources, select additional best management practices as appropriate, and provide a schedule for implementing the permit requirements. The SWPPP review will include all elements required by the current permit. Our deliverable will consist of new pages, tables, BMPs, and schedules which will be inserted into the current SWPPP binder. It is our policy to maintain strict client confidentiality and we will not disclose any findings without your written percussion to a third party except that which is required by the Permit. This task will occur in the Is' Quarter 2020. The lump sum fee for Task 0001 will be $590.00. �D AccOFTaskOOOI Town of Carrboro Proposal #219-074 Page 2 SwSG TASK 0031— Semi -Annual Site Inspections: This task will include the labor and materials to conduct a site inspection at your facility once every six months. This inspection will utilize the appropriate forms and checklists provided in this facility's Stormwater Pollution Prevention Plan. Items to be inspected include areas where hazardous materials are exposed to stormwater, secondary containment structures, material delivery and storage areas, on -site storm drainage systems, implemented BMPs, required Permit documentation, training records, review of the SWPPP, and overall facility compliance with the Permit The site inspections should occur in the Fall 2019 and Spring 2020. Our deliverables will consist of the completed checklists and forms, and a report summarizing our findings and any recommended BMPs or other actions. Fail 2019: The lump sum fee for Task 0031a will �C be $445.00. Accept mktN131a Spring 2020: The lump sum fee for Task 00316 will be $445.00. Accept Tac 0031 b TASK 0032 — Stormwater Discharge Sample Collection and Analysis: This task will include all the labor and materials necessary to collect, analyze, and report the findings of one representative stormwater discharge gab sample from one outfal] at your facility as described in the Permit at Part 11 Section B. Under this task, we will arrange with a North Carolina certified laboratory for the analysis, we will visit the site to identify and prepare an appropriate outfall, we will collect the sample during a valid storm event, and we will submit the analysis results to you on a form approved by NCDEQ. The permit parameters for which we will analyze, measure, and report will include Total Suspended Solids, Total Petroleum Hydrocarbons (EPA 1664b), pH, and Total Rainfall. Sample collection and analysis is required twice per year in accordance with General Permit NCG080000 issued November 1, 2018. The discharge sample collected under Task 0032 will represent the stormwater runoff from areas of the facility where industrial activities occur. As this task is weather dependent, we cannot guarantee a date by which the samples will be collected. we may have to collect the samples after normal working hours; we will arrange access to the facility upon acceptance of this proposal. In previous years, we have collected samples at SDO-001 and SDO-005. Fail 2019: The cost for Task 0032a is $625.00 per grab sample for the first outfall, and 5335.00 for each additional outfail at the same facility. Accept Task 00320 Caffbor Town al #219-07 SwS w Proposal #219-074 u Page 3 Spring 2020: The cost for Task 0032b is $625.00 per grab sample for the first outfall, and $335.00 for each additional outfall at the same facility. Accept Task 0032b TASK 0033: Qualitative Monitoring of Outfalls: Under this task, we will conduct, a single dry weather and wet weather visual observation (qualitative monitoring) at each stormwater outfall as described in the Permit at Part II Section D and submit the report on a form approved by NCDEQ. The Permit requires that all outfalls discharging stormwater from industrial activity areas of the facility will be visually observed once every six months. The fee for this task is for one (1) set of visual observations to be conducted during one semi-annual period only. There are five (5) outfalls at this facility subject to Qualitative Monitoring Fail 2019: The lump sum fee for Task 0033a is $115.00 for the feat outfail and $25.00 for each additional outfalL ul"D Spring 2020: The lump sum fee for Task 0033b is Accept Task 0033a S115.00 for the first outfall and $25.00 for each additional outfall. -R L Accept Task 0033b TASK 0050 — Employee Training — Permit and SWPPP Compliance Workshop: Under this task we will conduct one training workshop at your facility. We will develop a multi -media presentation and prepare a workshop manual for five (5) employees. The workshop takes approximately two hours and will include information and instruction on how to comply with the Permit and the SWPPP, how to conduct required site inspections, how to collect and analyze stormwater discharge samples, how to conduct required outfall observations, and how to maintain Permit documents and records. This workshop is intended for members of the SWPPT (stormwater pollution prevention team) and will meet the training requirements as described in the current General Permit at Part II Section A Paragraphs 6 and 9. The lump sum fee for Task 0050 wa1 be 5990.00 per workshop. The fee for each additional employee over five will be $65.00. This task can be performed during the 4' Quarter 2019. Accept Ti6k 0050 Town of Carrboro Proposal #219-074 Page 4 S"G All other services authorized by you but not described in a task above will be invoiced at the rate of $105.00 per hour. Such services may include response letters to NCDEQ, meetings with regulatory agencies, and BMP review and/ or design. If you accept this proposal, initial the accepted tasks, sign below, and fax a copy to us. You may instead issue a purchase order indicating the task(s) you wish to secure. Indicate on the purchase order the task number, quantity, and our proposal reference number. Of course, do not hesitate to call if you have any questions. Terms are balance due upon receipt of invoice. A late charge of 1.5% per month will be added to all charges more than 30 days overdue. We look forward to working with you and the Town of Carrboro again. Please let us know if there are other environmental services we can provide. Sincerely, ces Group, LLC lames D. Frei Senior Project Manager cc: File C. PrjA y'" { Signatwe C�Q"-r6Gr0 Representing PhoneNumber 7Igl2-0ts Date