Loading...
HomeMy WebLinkAbout1998-01-26 City Council (15)TO: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL 3 FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SUBJECT: JANUARY 26, 1998 CMR:117:98 APPROVAL TO RENEW CONSULTANT CONTRACT WITH PRA GROUP FOR LANDFILL ENVIRONMENTAL MONITORING AND CONSULTING SERVICES RECOMMENDATION Staffrecommends that Council: Approve and authorize the City Manager, or her designee, to exercise the option to renew the consultant contract with PRA Group for landfill environmental monitoring and consulting services for the second and third year, in amounts not to exceed $59,990. Renewal of the contract for the third year is contingent upon Council approval of the budget, the consultant’s responsiveness to the City’s needs and the quality of the consultant’s work during the second year of the contract. o Authorize the City Manager, or her designee, to negotiate and execute one or more change orders to the contract with PRA Group for related, additional, but unforeseen work which may develop during the project, the total value of which will not exceed $5,990 during the second year, and $5,990 during the third year of the contract, provided the contract is extended for that year. DISCUSSION Project Description The work to be performed under the contract is for performing the routine monitoring, field sampling, laboratory analyses, and report generation required by Palo Alto’s Landfill environmental compliance programs, permits issued for the facility, and agreements with regulatory agencies. Contract Extension On October 15, 1996, Council approved the contract with PRA Group for landfill environmental monitoring and consulting services as detailed in attached CMR:420:96. Staff omitted language in the staff report that indicated the term of the contract was for one year with an option to extend the term for two additional years. CMR:117:98 Page 1 of 2 Following the first year of the contract, staff has determined that the consultant PRA Group provided quality work and subsequently negotiated an acceptable escalation factor for the second year of the contract. Staff is requesting approval to renew the consultant contract for the second year with the option of extending the term for one additional year. ALTERNATIVES TO STAFF RECOMMENDATION The alternative to renewal is rebidding the Landfill Environmental Monitoring and Consulting Services Contract. State regulations and landfill permits require on-going landfill monitoring. Rebidding would result in disruption of the current, monitoring programs in progress and may result in increase cost for contract services. RESOURCE IMPACT Funds for this project are included in the FY 1997-98 Public Works Departmem operating budget. POLICY IMPLICATIONS This report does not represent any change to existing policies. TIMELINE Upon approval, staff intends to continue the landfill monitoring programs currently in progress required by State regulations and landfill permits. ENVIRONMENTAL REVIEW Not a project under the Califomia Environmental Quality Act (CEQA). ATTACHMENTS A- CMR:420:96 B - Contract #C7090455 C - Consultant Renewal Proposal D - Insurance Certificates PREPARED BY: Sean Kennedy, Environmental Specialist, Public Works Operations DEPARTMENT HEAD: GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: HARRISON Assistant City Manager CMR:117:98 Page 2 of 2 TO: ATTACHMENT A City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL 2 FROM~CITY MANAGER DEPARTMENT: Public Works AGENDA DATE: SUBJECT: October 15, 1996 CMR:420:96 Approval of Consultant Contract With PRA Group for Landfill Environmental Monitoring and Consulting Services REOUEST This is a request for approval of a consultant contract with PRA Group in the amount .of $59,990 for Landfill Environmental Monitoring and Consulting Services. RECOMMENDATIONS Staff recommends that Council: Approve and authorize the Mayor to execute the attached consultant contract with PRA Group in the amount of $59,990 for Landfill Environmental Monitoring and Consulting Services. o Authorize the City Manager or her designee to negotiate and execute one or more change orders to the consultant contract with PRA Group, the total value of which shall not exceed $5,990. PoLIcY IMPLICATIONS The approval of this contract is consistent with existing policies. EXECUTIVE SUMMARy Consultant Services Description The work to be performed under the contract involves performing the routine monitoring, field sampling, laboratory analyses, and report generation required by the Palo Alto Landfill’s environmental compliance programs, permits issued for the facility, and agreements with regulating agencies. The tasks are divided into four compliance, areas: groundwater monitoring, leachate discharge monitoring, landfill gas monitoring, and storm water monitoring. One additional task, identified as "On-call Services" (providing landfill related operational problems, contingency reporting, regulatory review and acting as a liaison, and peer review of submittals), is also included in the. scope of services. Selection Process CMR:420:96 Page 1 of 2 Staff sent a request for proposals to 39 consulting firms on August 13. 1996. Firms were given 21 days to respond to the request. A total of 18 firms submitted proposals. 10 responded with the "no bid form," and 11 did not respond. A selection advisor-,’ committee consisting of staff from the TechnicAl Services Section of the Public Works Operations Division reviewed the proposals. The committee carefully reviewed each firm’s qualifications and submittals in response to the RFP relative to the following criteria: specialized experience and qualifications of the consultant in the design ¯ and operation of Class III sanitary landfills including groundwater, leachate, and landfill gas system design; monitoring; analysis and interpretation; site closure; regulations governing Class III landfills; and familiarity with regulatory agencies; specialized experience, qualifications, and credentials of individuals assigned to the project; completeness in responding to the request for proposals; proposed fees relative to the services, provided; and meeting the requirements of Part III of the request for proposals, contract administration instructions and forms. The environmental consulting firm PRA Group was selected because of their cost and their specialized experience and qualifications in the area of ground water, leachate, landfill gas, and storm water monitoring programs and systems. FISCAL IMPACT Funds for this project are included in the FY 1996/1997 budget. ENVIRONMENTAL ASSESSMENT These services do not constitute a project for,the purposes of the California Environmental Quality Act. CONFLICT OF INTEREST Staff, with the concurrence of the City Att0mey, has determined that the consultant is exempt from .complying with the financial disclosure provisions of the City’s conflict of interest code, because the consultant’s range of duties and services to be provided under the contract are limited in scope or are primarily ministerial in nature. ATTACHMENT Agreement GLENN S.-ROBERTS Director of Public Works CITY MANAGER APPROVAL: CMR:420:96 Page 2 of 2 ATTACHMENT B CONTRACT NO. ~ 9 o ~ 4E5 BETWEEN THE CITY OF PALO ALTO AND THE PRA GROUP, INC. FOR LANDFILL ENVIRONMENTAL MONITORING AND CONSULTING SERVICES This Contract No. d~oq~4~9~ is entered into O~0~" ~ by and between the CITY OF PALO ALTO,’ a chartered city municipal corporation of the State of California ("CITY"), and THE PRA GROUP, INC., a California corporation, located at 2495 Industria! Parkway West, Hayward, CA 94545 ("CONTRACTOR"). ’,RECITALS: WHEREAS, CITY desires certain professional services ("Services"), as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONTRACTOR, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing such Services, and CONTRACTOR has offered to provide the Services on the terms and in the manner set forth herein; NOW, THEREFORE, in considerat~ion of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION I. TERM i.i This Contract will commence on the date of its execution by CITY. The obligation of CONTRACTOR tO perform the Services will commence in accordance with the time schedule set forth in Exhibit ’~". Time is of the essence of this Contract.. In the event that the Services are not completed within the specified time schedule on account of CONTRACTOR’s default, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision will not preclude the recovery of damages for delay caused by CONTRACTOR. 1.2 The initial term of this Contract is twelve (12) months. However, CITY reserves the right to cancel or modify th~ Contract according to any changes or deletions in regulatory agency requirements for CONTRACTOR’s services. CITY may renew this Contract with CONTRACTOR on an annual basis for up to two (2) additional years following the first year of the Contract. The renewal of the Contract is subject to whether CONTRACTOR’s performance under the Contract is satisfactory to CITY and whether the Palo Alto City Council allocates funding for the Contract for each of the subsequent two (2) years of the term. CITY shall notify CONTRACTOR of its intent to renew no later than September 1 of each year, beginning with September i, 1997. Prior to the renewal of this Agreement, CITY and CONTRACTOR shall negotiate a 96102 sy~ 0071051 1 CONTRACTOR for its services under the renewed Contract. If no agreement can be reached on an acceptable escalation factor, the Contract shall not be renewed. SECTION 2. CONTRACTOR QUALIFICATIONS, STATUS, ....AND DUTIES OF 2.1 CONTRACTOR represents and warrants that it has the expertise and professional qualifications to furnishor cause to be furnished the Services. CONTRACTOR further represents and warrants that the project director and every individual charged with the performance of the Services under this Contract are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services. 2.2 In reliance on the representation and warranty set forth in Section 2.1, CITY hires CONTRACTOR to perform, and CONTRACTOR covenants and agrees that it will furnish or cause to be furnished, the Services. 2.3 CONTRACTOR will assign IRVING D. AFFELDT as the project director to have supervisory responsibility for the performance, progress, and execution of the Services. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director for any reason, the appointment of a substitute project director will be subject to the prior written approval of the project manager. 2.4 CONTRACTOR represents and warrants that it will: 2.4.1 Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the Services; 2.4~2 Keep itself fully informed of all existing a~d future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract, any materials used in CONTRACTOR’s performance under this Contract, or the performance of the Services; 2.4.3 At all times observe and comply with, and cause its employees and contractors (and consultants), if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 2.4.4 Will report immediately to the project manager, in writing, any discrepancy, or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawings, specifications or provisions of this Contract. 96101 syn 0071051 2 2.5 Any reports, information, data or other material given to, or prepared or assembled by, CONTRACTOR or its contractors, if any, under this Contract will become the property of CITY and will not be made available to any individual or organization by CONTRACTOR or its contractors, if any, without the ~prior written approval of the city manager. 2.6 CONTRACTOR will provide CITY with the number of copies of each report as specified in Exhibit A, if any, which may be required under this Contract~ upon completion and acceptance of each report by CITY. ~ 2.7 If CITY requests additional copies of reports, drawings, specifications or any other material which CONTRACTOR is required to furnish in limited quantities in the performance of the Services, CONTRACTOR will provide such additional copies and CITY will compensate CONTRACTOR for its duplication costs., 2.8 CONTRACTOR will be responsible for employing or engaging all persons necessary to perform the Services. All contractors of CONTRACTOR will be deemed to be directly controlled and supervised by CONTRACTOR, which will be responsible for their performance. If any employee or contractor of CONTRACTOR fails or refuses to carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the employee or contractor will be discharged immediately from further performance under this Contract on demand of the project manager. 2.9 Unless otherwise indicated, CONTRACTOR shall perform each task and accomplish each objective described in Exhibit "A". CONTRACTOR’s Basic Services shall be furnished as described in Exhibit "A", Section I. 2.10 CONTRACTOR shall perform or obtain any and all of the following additional .services, not included under Basic Services, if so authorized in writing by CITY, and shall be paid as provided in Section 4 of this CONTRACT: 2.10.1 Providing services as an expert witness in connection with any public hearing, arbitration proceeding, or proceeding of a court of record. 2.10.2 Incurring travel and subsistence expenses for CONTRACTOR and his staff beyond those normally required under Basic Services. 2.10.3 Performing any. other services that may’be agreed upon by .the parties subsequent to the execution of this CONTRACT. 2.10.4 Exhibit "A", Section II. Such additional services as defined in 96102 syn 0071051 SECTION 3.DUTIES OF CITY 3.1 CITY will furnish or cause to be furnished the specified services set forth in Exhibit "A" and such other information regarding its requirements as may be reasonably requested by CONTRACTOR. 3.2 The city manager will represent CITY for all purposes under this Contract. CHAD CENTOLA is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Services, and will be assisted by SEAN KENNEDY, the Project Coordinato.r. 3.3 If CITY observes or otherwise becomes aware of any default in the performance of CONTRACTOR, CITY will use reasonable efforts to give written notice thereof to CONTRACTOR in a timely manner. ’, SECTION 4 -COMPENSATION 4.1 In consideration of the full performance of the Services by CONTRACTOR, CITY will pay CONTRACTOR ~a total sum not to exceed fifty-nine thousand~ nine hundred ninety dollars ($59,990.00) for the first year of the term of this Contract, payable within thirty (30) days of submission by CONTRACTOR of its itemized billings, in triplicate, in accordance with the following fee schedule set forth in Exhibit "B". SECTION 5. AUDITS 5.1 CONTRACTOR will permit CITY to audit, at any reasonable time during the term of this Contract and for three (3) years, thereafter, CONTRACTOR’s records pertaining to matters covered by this Contract. CONTRACTOR further.agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Contract. SECTION 6. INDEMNITY 6.1 CONTRACTOR. agrees to ’protect, indemnify, defend andhold harmless CITY, its Council members, officers, employees and agents from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of ~CONTRACTOR’s, its officers’, agents’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONTRACTOR in the performance of or failure to perform its obligations under this Contract. SECTION 7.WAIVERS 7.1 The waiver by either party of~ any breach or violation of any covenant, term, condition or provision of this Contract, or of the provisions of any ordinance or law, will not be 96101 syn 0.071051 4 deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same orof any other term, covenant, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money, which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation by the other party of any term, covenant, condition or provision of this Contract or of any applicable law or ordinance. 7.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of.its rights under this Contract. SECTION 8.INSURANCE 8.1 CONTRACTOR, at its sole cost and -expense, will obtain and maintain,.in full force and effect during the term of this Contract, the insurance coverage described in Exhibit "C", insuring not only CONTRACTOR and its contractors, if any, but also, with the exception of workers’ compensation, employer’s liability, and professional liability insurance, naming CITY as an additional insured concerning CONTRACTOR’s performance under this Contract. 8.2 All insurance coverage required~hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:X or higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONTRACTOR retained to perform Services under this Contract will obtain and maintain, in full force and effect during the term of this Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 8.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with CITY’s city clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in policies of workers’ compensation, employer’s liability, and professional liability insurance. Current certificates of such insurance will be kept on file at all times during the term of this Contract with the city clerk~ 8~4 The procuring of such required policy or policies’of insurance will not be construed to limit CONTRACTOR’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONTRACTOR will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. 96101 syn 0071051 SECTION 9. WORKERS’ COMPENSATION 9.1 CONTRACTOR, by~ executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Services. SERVICES SECTION I0. TERMINATION OR SUSPENSION OF CONTRACT OR I0.I The city manager may suspend the performance of the Services, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) days’ prior written notice thereof, to CONTRACTOR. Upoh receipt of such notice, CONTRACTOR wil! immediately discontinue its performance of the Services. 10.2 CONTRACTOR may terminate this Contract or suspend its performance of the Services by giving thirty (30) days’ prior written notice thereof to CITY, ~but only in the event of a substantial failure of performance by CITY or in the event CITY indefinitely withholds or withdraws its request for the initiation or continuation of the Services to be performed. 10.3 Upon such suspension or termination by CITY, CONTRACTOR will be paid for the Services actually rendered to CITY on or before the effective date of suspension or termination; provided, however, if this Contract is suspended or terminated on account of a default by CONTRACTOR, CITY will be obligated to compensate CONTRACTOR only for that portion of the Services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager acting in the reasonable exercise of her discretion. 10.4 Upon such suspension or termination, CONTRACTOR will deliver to the city manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed,, prepared by CONTRACTOR or its contractors, if any, or given to CONTRACTOR or its contractors, if any, in connection with this Contract. Such materials will become the property of CITY. 10.5 The failure of CITY to agree with CONTRACTOR’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONTRACTOR to fulfill its obligations under this Contract. SECTION II.ASSIGNMENT 11.1 This Contract is for the personal services of CONTRACTOR, therefore, CONTRACTOR will not assign, transfer, convey, or othe[wise dispose of this Contract or any right, title 96101 s)~ 0071051 or interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void and, at the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 12.NOTICES 12.1 All notices hereunder will be given in writing and mailed, postag.e prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 1.0250 Pago Alto, CA 94303 To CONTRACTOR: Attention of the project director at the address of CONTRACTOR recited above SECTION 13.CONFLICT OF INTEREST !3.1 In accepting this Contract, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 13.2 CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any contractor or person having such an interest. CONTRACTOR certifies that no person who has or will have any financial interest under this. Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 14. NONDISCRIMINATION 14.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of any person under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of that person. If the value of this. Contract is, or may be, five thousand dollars ($5,000) or more, CONTRACTOR agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D". 96101 s)~ 0071051 7 14.2 CONTRACTOR agrees that each contract for services with an independent provider will contain a provision substantially as follows: "[Name of Provider] will provide CONTRACTOR with a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; that [Name of Provider] will pursue an affirmative course of action as required by the Affirmative Action Guidelines of the City of Palo Alto; and that [Name of Provider] will not discriminate in the employment~ of any person under this contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person. " 14.3If CONTP~ACTOR is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Ach or similar provisions of Federal law or executive order in the performance of this Contract, it will be in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to acts of discrimination, as damages for breach of contract, or both. 0nly a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency ~or officer will constitute evidence of a breach of this Contract. 14.4 If CONTRACTOR is in default of the nondiscrimination provisions of this Contract or the Affirmative Action Guidelines pertaining to this Contract, CONTRACTOR will be found in material breach of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct from the amount payable to CONTRACTOR the sum of two hundred fifty dollars ($250) for each calendar day during which CONTRACTOR is not in compliance with this provision as damages for breach of contract, or both. SECTION 15.MISCELLANEOUS PROVISIONS 15.1 CONTRACTOR represents and warrants that it has knowledge of the requirements of the Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONTRACTOR will comply with or ensure by its advice that compliance with such provisions will be effected in the performance of this Contract. 15.2 This Contract will be governed by the laws of the State of California, excluding its-conflicts of law. 96101 syn 0071051 15.3 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 15.4 The prevailing party in any action brought to enforce the provisions of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 15.5 This document represents the entire and integrated agreement between the parties and supersedes all prior negotia- tions, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 15.6 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 15.7 The covenants, terms, conditions and provisions of this Contract will apply ~o, and will bind, the heirs, successors, executors, administrators, assignees, and contractors, as the case may be, .of the parties. 15.8 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 15.9 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 15.10 This Contract may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 15.11 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without.any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 15.11 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of Zhis Contract. 96101 syn 0071051 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST: ~.Cit~ Clerk APPROVED AS TO FORM: Senior Asst. City Attorney A~ ~t an’t~Cij~]~@nag e r Risk CITY OF PALO ALTO Mayor / THE By: Its: GRO INC Taxpayer’s I.D. No.94-3073907 Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF SERVICES AND TIME SCHEDULE FEE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 96101 syn 0071051 10 PRA Group CONSULTING ENGINEERS ATTACHMENT C No. GP-106/G193-07 December 3, 1997 City of Palo Alto Department of Public Works Operations Division P.O. Box 10250 Palo Alto, CA 94303 ATTN: Mr. Sean Kennedy SUBJECT:PROPOSAL FOR RENEWAL OF LANDFILL MONITORING AND CONSULTING CONTRACT #7090455 , Palo Alto Sanitary Landfill, Palo Alto, California Dear Mr. Kennedy: The PRA Group (PRAG) is pleased to present this proposal for the renewal of Contract #7090455 for landfill monitoring and consulting services at the above subject site. PRAG understands that the term of agreement for the contract renewal is twelve months (Oct 97 to Oct 98) and may be extended for up to one additional twelve-month period. - Over the past year, we have become familiar with the site and with the various regulatory documents and permits that govern the monitoring requirements at the site. We feel that our experience on this project will allow us to better serve your needs in the coming year. The scope of work proposed for this project (consistent with the scope of work in Palo Alto RFP #90455) is as follows: SCOPE OF WORK Task 1: Task 2: Quarterly Groundwater Monitorinq and Semi-Annual Reporting Perform quarterly sampling and. analysis of thirteen (13) groundwater monitoring wells in accordance with Order No. 93-113. Prepare two (2) Semi-Annual Self-Monitoring Reports, including statistical analysis and calculation of intra-well tolerance limits. Quarterl¥~ Semi-Annual and Annual Leachate Monitoring Perform quarterly, semi-annual and annual leachate sampling and analysis as specified in Discharge Permit #96106. Prepare four (4) quarterly summary letter reports of monitoring activities and analytical results. WASTE MANAGEMENT The PRA Group, Inc. ENVIRONMENTAL ,& CIVIL -~. GEOTECHNICAL ,ik 2495 INDUSTF’dAL PARKWAY WEST, HAYWARD, CA 94545 TEL (510) 732-9895 FAX (510) 732-0289 GROUNDWATER 4,GEOLOGY No. GP-106/G193-07 Page 2 Task 3"Monthly and Quarterly Landfill Gas Monitorinq 2. 3. 4. Perform quarterly sampling and analysis of landfill gas at four (4) locations. Perform monthly monitoring of soil gas pressure and methane percent as volume in four (4) gas monitoring probes. Perform monthly monitoring of methane percent as volume and percent LEL in ten (10) structures. Prepare four (4) quarterly landfill gas monitoring reports. Task 4: Task 5: Storm 1. Water Monitorinq Provide all materials necessary for storm water Sarfipling, transmittal of samples to the lab6ratory, and analysis of samples. Annual Groundwater Monitorinq Task 6: Prepare the Annual Self-Monitoring Report in accordance with Order Nos. 88-038 and 93-113. Constituents of Concern (CQC) Monitorinq Conduct sampling and maintain records for ihe COC as specified in the Semi-Annual SMPIAnnual Summary/COC Report (PRAG, April, 1997). Additional Services: 1,.Provide on-call consulting services for landfill related work as r~quested. General Notes Groundwater, landfill gas and leachate sampling will be performed consistent with the PRAG Sampling and Analysis Plan (SAP). The samples will be obtained by experienced staff members of our water quality sampling team. Unless instructed otherwise, PRAG will discharge all purge water to the surface. Stormwater sampling and reporting is to be performed by the City of Palo Alto. PRAG will provide all equipment, incidentals and services necessary for performing monitoring, sampling, analysis, report preparation and record maintenance as outlined in the scope of work above. Allsubcontract services provided will be billed on a cost plus 10 percent basis. PRAG will continue to use LEGEND Analytical Services, Inc. Santa Rosa, California (formerly NET, Inc.) to perform the chemical analysis. The PRA Group, Inc. No. GPq 06/G193-07 Page 3 COST ESTIMATE Task 1" Task 2: Quarterly Groundwater Monitorinq and Semi-Annual Reporting Quarterly, Sampling Cost: Quarterly Groundwater Analytical Cost: Semi-Annual Reporting Cost: ANNUAL COST: $1,700.00 $: 2,050.00 $ 2,000.00 $19,000.00 Quarterly, ,,Semi-Annual and Annual Leachate Monitorin_q ’ Quarterly Sampling Cost: Annual Leachate Analytical Cost: Quarterly Reporting Cost: ANNUAL COST: Task 3: Monthly and Quarterly Landfill Gas Monitorinq Quarterly Sampling Cost: Monthly Monitoring Cost: Monthly Meter Rental: Quarterly Landfill Gas Analytical Cost: Quarterly Reporting Cost: ANNUAL COST: Task 4:Storm Water Monitor|nq Annual Storm Water Analytical Cost: Annual Lab Coordination: ANNUAL COST: Task 5: Annual Groundwater Monitorinq Annual Reporting Cost: ANNUAL COST: $ 600.00 $ 78o.oo $ 275.00 $ 4,280.00 $ 430.00 $ 550.00 $ 115.00 $1,320.00 $ 400.00 ~16~580.00 $695.00 $220.00 $ 915.00 $1,0o0.00 $1,000.00 .......... The PRA Group, Inc. No. GP-106/G193-07 Page 4 Task 6:Constituents of Concern (COC) Monitorinq COC Analytical Cost: Annual Reporting Cost: ANNUAL COST: Additional Services: $ 2,285.00 $ 500.00 2,785.00 Any additional services required by the city of Palo Alto shall be subject to further negotiations between the city and the PRA Group. Services are to be provided in accordance with our Standard Fee Schedule, with an hourly fee.discount of 10% for preferred customer status. ¯ Total Cost For All Tasks (Oct 1997 to Oct 1998)$44,560.00 The PRA Group, Inc. No. GP-106/G193-07 Page 5 LIMITATIONS This proposal is subject to the following terms and conditions: EXCLUSION OF WARRANTIES: Our services are to consist of professional opinion only. NO WARRANTY, EXPRESS OR IMPLIED, INCLUDING ANY IMPLIED WARRANTY OR MERCHANTABILITY OR FITNESS FOR THE PURPOSE is made or intended in connection with our work or by the proposal for consulting or other services or by the furnishing of oral or written reports or findings. If the owner (client) desires assurances against project failures, the owner agrees to obtain appropriate insurance through his or her own insurance broker, which insurance shall include a waiver of subrogation clause as to The PRA Group, Inc. Arbitration: Any controversy or claim arising out of or relating to this contract, or the breach thereof, or any controversy or claim arising out of the same transaction, occurrence, or series of transactions or occurrences, related to the subject of this contract, whether in tort or contract, and whether in law or equity, shall be settled by arbitration in accordance with the rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. The arbitration here provided for shall be subject to the following limitation of liability clause and the provision limiting the time within which a claim may be filed hereunder. Limitation of Liability: The owner (client) agrees to limit the liability of The PRA Group, Inc. to the owner (client) and all third parties arising from our professional acts, errors, omissions, or negligence, such that our total aggregate liability to all those named shall not exceed our total fee, exclusive of subcontractors’ fees, for the services rendered on. this.project, up to a maximum of $50,000. The limit of our liability can be increased by an amount designated by the owner (client) on the signatures portion of this document upon payment by the owner (client), as an additional fee, of 5 percent of the increase in the limit. Limitation Period: Notice of demand for arbitration must be filed in wdting with the other party to this agreement and with the American Arbitration Association within 3 years from the date of completion of our services rendered hereunder; such date of completion of services shall be established from the date of our final billing to the owner (client). The PRA Group, Inc. No. GP-106/G193-07 Page 6 SIGNATUR ES If this proposal and our limitations meet with your approval, please authorize our work by signing the attached Standard Form of Agreement. Complete the checked items, and return one copy to our office. Please contact our office at (510) 732-9895 if you have any questionS. We appreciate this opportunity to work with you and look forward to serving your consulting needs’ in the year to come. Sincerely, THE PRA Brand .~ld :aft Geologist BWB’~GPH43097.PRO The PRA Group, Inc. STANDARD FEE SCHEDULF ,¯~ anuary 1 ,through December 31, i)~ :,: PERSONIVEL HO URLY RATES Senior Principal .............................................................: .........$130.00 Principal ...............................~ ............................................120.00 Associate Engineer/Geologist ............................................................95.00 Senior Proiect Engineer/Geologist .........................................................90.00 Project Engineer/Geologist ..............................................................85.00 Senior Staff Engineer/GeologiSt ..........................................................80.00 Staff Engineer/Geologist ................................................................75.00 Engineering Assistant ..................................................................65.00 Chief Technician* . ....................................: ...............................70.00 Senior Technician* .....................................................................60.00 Technician* .......................: ..................................................SO.00 Support Technician ..........................................: .........................35.00 Senior Drafter/Designer* ................................................................65.00 Drafter*.............................................................................SS.00 Technical Support/Reproduction* .........................................................45.00 Expert Witness/Legal Services .............................: .............................On Request Travel Time .........................................................Standard .Hourly Rate (Portal to Portal) *A 2-hour minimum charge will be made for all field services. Additional time will be charged in 2-hour increments. Time worked on weekends, holidays, or more than 8 hours per day at the request of the client or the client’s representative will be invoiced at 1.5 times the hourly rates listed above. ADDITIONAL OFFICE SERVICES Computer (CAD, DCA, Engineering Analysis) ............................................... Reproduction ........................................................................ Plotting Service Bond ..............................’ ............................................. Vellum .......................................................................... Mylar ........................................................................... Blueprint/sepia ................................................................... Facsimile ....................~. ....................................................... Video Camera ........................................................................ $15.O0/hour $0.10/pag~ $2.60/sq ft $2.70/sq R $5.70/sq R $030/sq ft $125/page $5.00/hour SPECIAL SERVICES Materials, Consultants, Outside Laboratory Testing .................................... . ........ Spedal field testing will be invoiced at personnel rotes and c~)st of special equipment plus 15%. Cost Plus 15% DRILL~G AND SAMPLING Soil Drilling and Rock Coring (4 hour minimum) ............................................. ~Dfilling and Sampling Supplies, Subcontract Services,. Outside Equipment Rental ............................................................ On Request Cost Plus 15% FIF, LD EQUIPMENT Nuclear Gauge (Minimum 2-hour increments) ...............................................$5.00/hour Photoionization Detector (Minimum 2-hour increments) ........................................$5.00/hour Brass Liners/Caps (Environmental) ........................................................$8.00/each Open Double-Ring Infiltrometer** ..........................................................$125.00/day Sealed Double-Ring Infiltrometer** ........................................................$150.00/day BAT Permeameter .....................................................................$100.00/day **Excludes installation and monitoring. VEHICI.,E CHARGES Vehicle 2x4 (Minimum 2-hour increments) ..................................................$5.O0/hour Vehicle 4x4 (Minimum 2-hour increments) ............................................." .....$10.O0/hour Mileage .............................................................................$0.45/mile Mobile Lab/Sampling Van (with equipment) ................................................$200.O0/day Page 1’of 3 WATER QUAL17~ SAMPLI~VG ~OUIPMENT /_~ Pre~sur~ Tr~:luc~r and Data Lo~~ .i~~. .................................. ~-~ .i’ ¯ .............. Additional Trar~duc~r~ ................................................................. Bla~lder Pump with Nitrogen Tank ........................................................ Gas Operated Well Pur~ing Equipment .................................................... Hand Pump ......................................................................... Well Sounder ........................................................................ Bailer ............................................................................... pH, Temperature and Conductivity Meter ................................................... Health and Safety Equipment ............................................................ Special Equipment, including Sampling Containers, Tubing, Pumps, etc ................................................................... $150.00/day ZS.00/day 40.00/day 50.00/day 30.00/day 20.00/day 20.00/day 20.00/day On Request Cost Plus 15% .LABORATORY TESTS SPECIAL sAMPLE PREPARATION .................................................Standard Personnel Rates SOIL AND AGGREGATE Sieve Analysis to No. 200 Sieve .............................................ASTM D 422 100.00 Sieve Analysis, Wash (% Finer Than No. 200 sieve only) ........................ASTM D 1140 50.00 Hydrometer Analysis ....................................................ASTM D 422 ¯100.00 Special Bulk Rate Hydrometer Analysis ......................................A~TM D 422 70.00 Combined Analysis, (Sieve and Hydrometer) ..................................ASTM D 422 165.00 Moisture Determination and Unit Weight ....................................ASTM D 2216 0 30.00 Moisture Content Only ...................................................ASTM D 2216 20.00 Plasticity Index of Soils ................’ ........................~ .........ASTM D 4318 100.00 Liquid Limit ......................; ....................................ASTM D 4318 75.00 Shrinkage Factors ........................................................ASTM D 427 60.00 Organic Content ........................................................ASTM D 2974 50.00 Sand Equivalent ........................................................ASTM D 2419 75.00 Specific Gravity ..........................................................ASTM D 854 65.00 Log Tube Sample .......................................................ASTM D 2488 10.00 Resistivity of Soil (Laboratory Measurement) .~ ................................CAL 532 or 643 80.00 pH (Laboratory Measurement) ........................................................40.00 Soil Soluble Sulphate, Chemical Analysis ................................................80.00 STRENGTH TESTS Unconfined Compression (includes Moisture Content and Unit Weight) .................................AS’I’M D 2166 Triaxial Compression Test: Unconsolidated-U~idrained, Quick Test, .....................................ASTM D 2850 Unconsolidated-Undrained (back pressure saturated) ...................................... Consolidated-Undrained .................................................ASTM D 4767 Consolidated-Drained .............................................................. Direct Shear Test: Unconsolida~ed-Undrained, Quick Test ......................................ASTM D 3080 Consolidated-Drained .............................................................. Consolidated-Drained, Residual ...............- ....................................... Torvane Shear Test .................................................................... Pocket Penetrometer Test ............................................................... $75.00 100.00/point 180.00/point 200.00/point On Request 70.00/point 100.00/point 150.00/point 15.00 10.00 CONSOLIDATION~EXPANS ION TESTS One Dimension Consolidation (with 9 load increments and 2 time rates) .....................................ASTM D 2435 Constant Rate of Strain Consolidation with Time Rate ..............................ASTM D 4186 Consolidation Per Load Increment or Per Time Rate ........................................... Swell or Settlement Potential ... ~ ..............................................ASTM D 4546 Method A, Multi-Load .............................................................. Method B, Single Load .............................................................. $580.00/test 450.00/test 70.00 200.00 120.00 Method C, Constant Volume, Sv,-II Pressure ............................, ..............200.00 Percent Free Swell ...............................................................S0.00 Expansion Index ............. .......................................ASTM D 4829/UBC 29-2 120.00 MOISTURE DENSITY RELATION TESTS Compaction Curves Standard Method A, Add $25 for Methods ’B, C, & D ............................ASTM D 698 $120.00 Modified Method A, Add $25 for Methods B, C, & D ...........................ASTM D 1557 135.00 Check Point .....................................................ASTM D 698, D 1557 70.00 California Impact ...........................................................CAL 216 160.00 Resistance Value (R-Value) ...................................................ASTM D 2844 180.00 HYDRAULIC CONDUCTIVITY Rigid Wall Permeability ................................................................$250.00 Triaxial Permeability ........................................................ASTM D S084 380.00 CONCRETE Concrete Mix Design Review ............................................................$140.00 Laboratory Trial Batch, Including Compression Testing of Six Specimens ...........................380.00 Concrete Cylinder Cured and/or Compression Tested .~ ....................................C 39 20.00 Unit Weight of Concrete Cylinders .................... ................................C 138 35.00 Air Content of Freshly Mixed Concrete ................................................C 23l ° 20.00 Compression Test, Gunite ............................................................... Cylinder Molds .......................................................................2.00 Moisture Vapor Transmission Test ........................................................48.00 Unit Weight of Lightweight Concrete .................................................C 567 50.00 MAS ONRY Grout or Mortar Specimen Cured and/or’Compression Tested .........................C 579, C 1019, C 780, C 942, C 109 $20.00 Compression Test, Masonry Units ............................." .......................C 140 55.00 Absorption and Received Moisture, Masonry Units ......................................C 140 50.00 Grout or Mortar Mold ..................................................................2.00 ASPHALT Centrifuge Kerosene Equivalent ...................................................CAL-303 $150.00 Extraction, % Bitumen ............................................D 1856, D 2172, or CAL-310 100.00 Fdm Stripping ~CAL,-302 75.00 Unit Weight of Asphalt Core or Compacted Sample .....................................D 2726 40.00 Moisture Content (Xylene Reflux Method) ............................................D 1461 150.00 Maximum Theoretical Specific Gravity (Rice Method) ....................................D 2041 80.00 NOTES 1.Sample pickup and delivery will be charged at a support technician’s hourly rate portal to portal. 2.Rush laboratory tests are subject to a 50 percent surcharge. 3.All samples will be discarded after 30 days unless prior arrangements are made. 4.Contaminated samples will be returned to the client for proper storage or disposal CONDITIONS 1. All fees and other charges will be billed monthly or upon completion of services, whichever is sooner, arid shall be due at the time of billing unless otherwise specified in the Proposal, Contract or Agreement. 2.A finance charge of 1-1/2% per month will be applied to any unpaid balance commencing thirty (30) days after the date of the original billing. 3.Client shall be responsible for any legal or collection expenses necessary to obtain payment for billed services. 4.Charges for work on continuing projects will be based on a new Standard Fee Schedule effective January 1st of each year. FEESCHED.96 Page 3 of 3 2025 Gateway Place #119 S~n JoSe, CA ATTACHMENT 55110-COMPANIES AFFORDII~G COVERAGE~408-453 -8222 .....----.--.........-..................................-..........-....-... ~e P~ GroupI ...........................................................................2504 Te~olo ~ ~.~~CHaman, CA ~ ...........................................................................94545 =.~ ~ D I~~" ~~izi~ .......................................................................................... A~ ~ =~:~ ~ ~z~:~CCP48~048 04/01/97 04/01/98 ~-=.)/~ ~. (lO’O0 SR~ ..................... ~~BILE LZ~~lO00 [~ ~ ~ ................................ [ ~ ~] ~ ~,~C~489048 04/01/97 04/01/~8 ~:~~) ~,.~ ~.$250 D~ C~P.~() ~~;~S500 D~ ~LL.. ................................ I-’-I ..........................................................................I ..............~ ................................. ) ~i000~j ~LO~S*L~IN~~I 1000........................................................................... .............. ................................. .5...~~ ..........~z~ ~ o~:~l~,~s/~)~ ~ ’ ~RTIFI~ ~~ ITS CIT~ OF PALO ALTOATTN: SEAN250 ~AMILTO~ AVE.PALO ~,~4301 REFUSE POLICY NUMBER:" PER CERT!CATE COMMERCIAL GENERAL, L1ASilLITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsemer~t modifies insurance Drovlded under the following: COMMERCIAL GEN£RAL LIABILITY CO.V.ERAGF PAR’{’. Name of Person or Organization: SCHEDULE CITY OF PALO ALTO PER CERTIFICATE (If no entry appears above, information required to complete this endorsement will be shown in the. Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to inctude as an ;nsured the person or organization shown in tl~e Schedule, but only with respect to liability arisi~8 out of "your work" for thai: insured by or for you. CG 2OlO Ii 85 CopyriEht, Insurance _Services Office, Inc., 1984