Loading...
HomeMy WebLinkAbout1997-03-03 City Council (7)City of Palo Alto City Manager’s Report 4 TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS AGENDA DATE: MARCH 3, 1997 CMR:155:97 SUBJECT:APPROVAL OF CONSULTANT CONTRACT WITH EMCON ASSOCIATES FOR PALO ALTO SOLID WASTE CHARAC- TERIZATION STUDY. REOUEST This is a request for approval of a consultant contract with EMCON Associates in the amount of $75,000 for Palo Alto Solid Waste Characterization Study. RECOMMENDATIONS. 1. Approve and authorize the Mayor to execute the attached consultant contract with EMCON Associates in the amount of $75,000 for Palo Alto Solid Waste Characterization Study. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the consultant contract with EMCON Associates, the total value of which shall not exceed $5,000. 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 is for conducting a Solid Waste Characterization Study in the City of Palo Alto. The scope of services includes review and evaluation of existing solid waste, recycling, diversion and disposal information, conducting a one week solid waste characterization study, preparation of the study’s report, identification of1990 base year data problem(s), preparation of revisions to disposal and diversion tonnages and recommendation of new cost effective recycling programs to meet the 50 percent diversion goals by the year 2000. The waste characterization study regulations are being revised now by the California Integrated Waste Management Board (CIWMB) and may require a second season of waste CMR:155:97 Page I of 3 characterization study to reflect seasonal variation. As additional service and optional tasks, staff has included conducting a second one week solid waste characterization study if required by the CIWMB. Selection Process The Finance Committee indicated its desire to review the draft scope of work prior to the issuance of a request for proposal. The Committee approved the scope of work on December 10, 1996 (CMR: 493:96). ~ Staff sent a request for proposals to eleven consulting firms on December 31, 1996. Firms were given thirty-four days to respond to the request. A total of three firms submitted proposals. Staff contacted the firms that did not submit proposals. Reasons cited included lack of expertise required for the project and conflicts with current workload. A selection advisory committee consisting of solid waste management staff from Public Works Operations reviewed the proposals, and three firms were invited to participate in oral interviews on February 10 and 11, 1997. 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 firm and staff to be assigned to the project, demonstrated understanding and technical approach to the project, recent experience in the successfu! preparation and completion of similar projects, recent experience demonstrating accuracy in cost estimates and ability to meet project schedules, geographic location of the firm relative to the City, performance in interview and presentation and fees relative to the services to be provided. EMCON Associates was selected because their proposal and project team presented a comprehensive and precise approach to the successful completion of the project. In both the written and oral presentations, the EMCON Associates team demonstrated a strong experience base and understanding of the project. FISCAL IMPACT Funds for this project are included in the FY 1996-97 Refuse Fund Operating Budget. ENVIRONMENTAL ASSESSMENT This project is categorically exempt from the provisions of CEQA (Section 15306) and no further environmental review is necessary. ATTACHMENTS Agreement PREPARED BY: Robert Le, Senior Engineer CMR:155:97 Page 2 of 3 DEPARTMENT HEAD REVIEW: ~~,-~ //~, GLENN S. "~ Director of CITY MANAGER APPROVAL: Works JUNE City Manager CMR:155:97 Page 3 of 3 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND EMCON FOR CONSULTING SERVICES This Contract No. is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and EMCON, a California corporation, located at 1921 Ringwood Avenue, San Jose, CA 95131-1721 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and the preparation and delivery of~ without limitation, one or more sets of documents, reports, drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules or other writings ("Deliverables") (Services and Deliverables are, collectively, the "Project"), as more fully described in Exhibit "A"; and WHEREAS, CITY desiresto engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered tocomplete the Project on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration 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, and will terminate upon the completion of the Project, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the initial and subsequent Project tasks in accordance with the time schedule set .forth in Exhibit "A". Time is of the essence of this Contract. In the event that the Project is not completed within the time required, through any fault of CONSULTANT, 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 CONSULTANT. SECTION 2.SCOPE OF PROJECT;CHANGES & CORRECTIONS 2.1 The scope of Services andDeliverables constituting the Project, as described in Exhibit "A", will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below. 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, either decreasing or increasing the amount of work required of 1 970221 syn 0071132 CONSULTANT. In the event that such changes are ordered, subject to the approval of CITY’s City Council, as may be required, CONSULTANT will be entitled to full compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial changes will be determined in accordance with the provisions of this Contract. CITY will not be liable for the cost or payment of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any such change in work. SECTION 3.. QUALIFICATIONS, STATUS, AND DUTIES OF CONSULTANT 3.1 CONSULTANT represents andwarrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and Deliverables. CONSULTANT further represents and warrants that the project director and every individual, including any consultant (including CONSULTANTs), charged with the performance of the Services 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, and that the Project will be executed by them or under their supervision. CONSULTANT will furnish to CITY for approval, prior to execution of this Contract, a list of all individuals and the names of their employers or principals to be employed as consultants. 3.2 In reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it will .execute or cause to be executed, the Project. 3.3 CONSULTANT will assign JOHN GLAUB as the project director to have supervisory responsibility for the per~ormance~ progress, and execution of-the Project. MATTHEW SOUTHWORTH will be assigned as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3°4 CONSULTANT represents and warrants that it will: 3o4ol 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 Project; 3°4°2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or 2 970221 syn 0071132 employed under this Contract and anymaterials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees 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 3.4.4 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 the Deliverables. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract will become the property of CITY and will not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approval of the city manager. 3.6 CONSULTANT will provide CITY with the specified number (as defined in Exhibit "A") of any documents which are a part of the Deliverables upon their completion and acceptance by CITY. 3.7 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide such additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT will be responsible for employing or engaging all. persons necessary to execute the Project. All consultants of CONSULTANTwill be deemed to be directly controlled and supervised by CONSULTANT, which will be responsible for their performance. If any employee or consultant of CONSULTANT 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 consultant will be discharged immediately from further performance under this Contract on demand of the project manager° 3.9 In the execution of the Project, CONSULTANT and its consultants, if any, will at all times be considered independent contractors and not agents or employees~of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and all of the following Additional Services, not included under.the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any other Additional Services that may be agreed upon by the parties subsequent to the execution of this Contract; and 3.10.4 Other Additional Services now or hereafter described in Exhibit "A" to this Contract.- 3.11 CONSULTANT will be responsible for employing ~all consultants deemed necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract. SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit "~’ and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 "CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONSULTANT. CITY’s estimated ~time of review and approval will be furnished to CONSULTANT at the time of submission of each phase of work. CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s various departments makes it extremely difficult for CITY to firmly establish the time of each review and approval task. CITY’s failure to review and approve within the estimated time schedule will not constitute a default under this Contract.. 4.3 The city manager will represent CITY for all purposes under this Contract. Robert Le is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Project, and will be assisted by Russ Reiserer , the project engineer. 4.4 If CITY observes or Otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. SECTION 5. COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed fifty-four thousand dollars ($54,000). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B", on a time and materials basis, up to the maximum amount set forth in this Section. 4970221 syn 0071132 5.1.2 In consideration of the full performance of Additional Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed twenty one- thousand dollars ($21,000). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B", on a time and materials basis, up to the maximum amount set forth in this section. 5.1.3 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such work or changes, or both. Prior to commencing such extra work or changes, or both, the parties will agree upon an estimated maximum cost for such extra work or. changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any study work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 5.1.4 Direct personnel expense of employees assigned to the execution of the Project by CONSULTANT will include only the work of engineers, designers, job captains, draftspersons, specification writers and typists, in consultation, research and design, work in producing reports, drawings, specifications and other documents pertaining to the Project, to the extent such services are expressly contemplated under this Contract. Included in the cost of direct personnel expense of these employees are salaries and mandatory and customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations, ¯ pensions and similar benefits. 5.1.5. The fees of the consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance, by CITY. CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. 5.1.6. The rate schedules contained in Exhibit "B" may be updated by CONSULTANT only once each calendar year, and the rate schedules will not become effective for purposes of this Contract, unless and until CONSULTANT gives CITY thirty (30) days’, prior written notice of the effective date of any revised rate schedule. 5.2 The schedule of payments will be made as foliows: 5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule of payment. mutually agreed upon by the parties~ as set forth in Exhibit or within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. Final payment will be made by CITY after CONSULTANT ~has submitted all Deliverables, including, without limitation, plans, specifications, and costopinions which have been approved by the project manager. 5970221 syn 0071132 5.2.2 Payment of the Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on account of penalties, liquidated damages, or other sums withheld by CITY from payments to general contractors. SECTION 6.ACCOUNTING, AUDITS, OWNERSHIPOF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred ~in connection with the performance, of Basic Services and Additional Services pertaining tothe Project will be prepared, maintained, and retained by CONSULTANT in accordance with generally accepted accounting principles and will be made available to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) years following the expiration~or earlier termination of this.Contract. 6.2 The originals of the Deliverables prepared by or under the direction of CONSULTANT in the performance of this Contract will become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals will be delivered to CITY without additional compensation. CITY will have the right to utilize any final and incomplete reports, drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT, but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold 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 CONSULTANT’s, its officers’, agents’, consultants’ or employees’ negligent acts, errors, or omissions, or~willful misconduct, or conduct for which applicable law may impose strict, liabilityon CONSULTANT in the performance of or failure ~to perform its obligations under this Contract. SECTION 8. WAIVERS.- 8.1 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 deemed to be a waiver of any such covenant, term, ~condition, provision,’ ordinance, or law or of any .subsequent breach or violation of the same or of any other covenant, term, 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 6 970~’~1 ~vn 0(3711’~9 by the other party of any covenant, term, condition or provision of ¯ this Contract or of any applicable law or ordinance. 8.2 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 9.INSURANCE 9.1 CONSULTANT, 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 CONSULTANT and its consultants, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an additional insured concerning CONSULTANT’s performance under this Contract. 9.2 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 consultants of CONSULTANT 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. 9.3 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 the 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. 9.4 The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Contract.~ Notwithstanding the policy or policies of insurance, CONSULTANT 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. SECTION I0.WORKERS’ COMPENSATION I0.i CONSULTANT, 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 Project. SECTION II TERMINATION OR SUSPENSION OF CONTRACT OR PROJECT II.i The city manager may suspend the execution of the Project, in whole or .in part, or terminate this Contract, with or without cause, by giving thirty (30) days’ prior written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance under this Contract. 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project 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 Basic Services or the execution of the Project. 11.3 Upon such suspension or termination by CITY, CONSULTANT will be compensated for the Basic Services and Additional Services performed and Deliverables received, and approved prior to receipt of written notice from CITY of such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has been suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approval of CITY’s City Council. If this Contract is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager .in the~ reasonable exercise of her discretion. 11.4 In the event of termination of this Contract or suspension of work on the Projectby CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as follows: 11.4.1 For approved items of services, CONSULTANT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of Services on which a notice to proceed is issued by’ CITY, but ~which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 970221 syn 0071132 11.4.3 The total compensation payable under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and all copies of the Deliverables, whether or not completed, prepared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials wil~ become the property of CITY. 11.6 The failure of CITY to agree with CONSULTANT’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 CONSULTANT to fulfill its obligations under this Contract° SECTION 12.ASSIGNMENT 12.1 This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title 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 CITY will be void and, at the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operat±on of law. SECTION 13. NOTICES 13.1 All notices hereunder will be given, in writing, and mailed, postage prepaid, by ~certified mail, addressed as follows: To CITY:Office ofthe City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14.CONFLICT OF INTEREST 14.1 In accepting this Contract, CONSULTANT 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. 14.2 CONSULTANT further covenants that, in the performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONSULTANT 9 certifies that.no one 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 15.NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will bemade in the employment of persons under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT 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" 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as follows: "[Name of Provider] will~provide CONSULTANT 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 ofProvider] 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 br gender of ~such person." 15.3 If CONSULTANT is found in violation of the nondiscrimination provisions of the State of .California Fair Employment Practices Act 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 per~Q~r each calendar day during which such person was subjected to discrimination, as damages for breach of contract, or both. Only 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. 15.4 If CONSULTANT is found -in. default of .the nondiscrimination provisions of this Contract or the applicable Affirmative Action Guidelines pertaining to this Contract, CONSULTANT will be found in material breach of this Contract. Thereupon, CITY will have the power to cancel or suspend this I0 970221 ~yn 0071132 Contract, in whole or in part, or to deduct from the amount payable to CONSULTANT the sum of two hundred fifty dollars ($250) for each calendar day during which CONSULTANT is not in compliance with this provision as damages for breach of contract, or both. SECTION 16.MISCELLANEOUS PROVISIONS 16.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federal 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. CONSULTANT will comply with or ensure by its advice that compliance with such provisions will be effected pursuant to the terms of this Contract. 16.2 Upon the agreement of the parties, any controversy .or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. 16.3 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 16.4 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. 16.5 The prevailing party in ~ny action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 1616 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is Signed by the parties. 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, t~rms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the.parties. 16.9 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, theunaffected provisions of this Contract and any amendments thereto will remain in full force and effect° II970221 syn 0071132 16.10 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. 16.11 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. 16.12 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 16.12 will take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: City Manager Director of Public Works Taxpayer’s I.D. No. 94-1738964 Deputy City Manager, Administrative Services Risk Manager Attachments:EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 12 970221 svnO071132 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code §i189) STATE OF ’~--) ) ss.COO T On ~. ~., 1997, before me,~"a .Notary P~~n~.~~d County an State, personally appeared ., personally known to me ~,’_ of ~atisf~at’t~r-y--ev-iden~to be the person(_~’ whose name0~ is/~ subsgribed to the within instrument and ac~nowledged to me that he/~e!~y executed the same in his/h~/th~r authorized capacity(i~, and that by his/h~/t~ir signature(~ on the instrument the p’ ~rson(~, or the entity upon behalf of which the person(~" acted, executed the instrument. WITNESS my hand and official seal. Commbdon #1066289 Nota~/Pub~k~ -- Callfomla SANTA CLARA COUTNY ~ ~ ~- My Comm. r:xp~res Aug 21.1999 970221 ~yn 0071132 SCOPE OF WORK EXHIBIT "A" A. General Information The City of Palo Alto generates approximately 140,000 tons of solid waste a year from approximately 25,200 households and 4,000 businesses. Sources of solid waste stream fall under four categories: residential, commercial, industrial and self-haul. The City contracts with the Palo Alto Sanitation Company (PASCO) to provide refuse, recycling and yard waste collection Services including the operation of the City’s Recycling Center, the curbside recycling program and the emptying and maintenance of public trash receptacles. The refuse collected by PASCO is either transported to the Palo Alto Landfill or to the Sunnyvale Material Recovery and Transfer Station and ultimate disposal of residues at the Kirby Canyon Landfill. The California Integrated Waste Management Act of 1989, also known as AB939, required each local government to develop a plan, the Source Reduction and Recycling Element (SRRE) of specified content which demonstrates the means by which the amount of waste currently disposed or transformed will be reduced by 25% in 1995, and 50% by the year 2000. The City completed the plan in 1991 and is currently implementing the SRRE plan. In August 1996, the City submitted an annual report to the California Integrated Waste Management Board (CIWMB) summarizing the progress in achieving the diversion requirements. In summary the annual report showed the following achievements/information by the end of 1995. o Diversion rate: Disposal rate: Total waste diversion tonnage: Total waste disposal tonnage Total waste generation tonnage: 39.6 percent 60.4 percent 55,255 tons 84,280 tons 139,535 tons During the preparation of the annual report, City’s staffhave identified a few potential problems as follows: ,¸ The City has met and surpassed the 25 percent mandated goal of 1995 but meeting the 50 percent by the year 2000 will be very challenging and costly too. The base year generation tonnage (a current statewide issue), especially the base year diversion tonnage was under estimated due to the difficulty in quantifying the amounts. The Request For Proposal seeks the services of a qualified and experienced firm to conduct a solid waste characterization (generation and composition) study, identify the base year data problem(s) and prepare revisions for the CIWMB approval, and recommend new cost-effective recycling programs to meet the 50 percent mandated goal by the year 2000. SCOPE OF WORK Bo In general, the Task 1: Scope of Work Work of this project consists of the following tasks: Consultant shall review and evaluate all information, data and reports as listed in Table 1. Task 2: Task 3: Task 4: Task 5: Task 6: Task 7: Consultant shall prepare and conduct a one week solid waste generation study (SWGS) as described in and in conformance with Title 14, California Code of Regulations (CCR); Chapter 9, Article 6.1. Consultant shall also use default data from the CIWMB Waste Characterization Database to verify the accuracy of the results of the study. The study shall be conducted at the City of Palo Alto Landfill and shall include the entire City’s waste stream. Consultant shall prepare a report on the study consisting of: ’ ¯Study procedures °Field analyses °Findings and results (Quantities of materials disposed and diverted shall be identified by sources of generation, categories and types in accordance with 14 CCR Chapter 9, Article 6.1.) Consultant shall compare and evaluate the findings of this Study with that of previous findings shown on the City’s SRRE, identify the base year data problem(s) and revise the base-year generation tonnage, including supporting documentation, calculations and analysis, for the CIWMB approval. ¯ Consultant shall review all existing source reduction, recycling and composting programs and recommend new cost effective programs to meet the 50 percent mandated goal by the year 2000. Consultant shall attend four (4) meetings during the course of the project. Consultant Shall reproduce and submit reports for review and approval as follows: ¯ 60% report completion submittal 90% report completion ~ubmittal Final report submittal 5 copies 5 copies 12 copies in hard .copy and electroni~ disk in WordPerfect format. SCOPE OF .WORK EXHIBIT "A" TABLE1 LIST OF EXISTING INFORMATION, DATA AND REPORTS Source Reduction and Recycling Element - Emcon Associates - June 1981 Household Hazardous Waste Element - Emcon Associates - June 1991 SMART Station Waste Characterization Study - Brown, Vence and Associates - December 1995 City of Palo Alto Solid’Waste Disposal and Diversion Annual Report - August 1996 Palo Alto Waste Characterization Study Cost Estimate Task Number Budgeted Hours Estimated Cost I 16 SI,800 2.1 2.2 3 4 5 Task Description Review Existing Information and Reports SolidWaste Disposal Study Solid Waste Diversion Study Report Comparison of Findings Program Recommendations 360 120 45 32 50 6 Attend Meetings 20 Total 643 20,60O 13,200 6.800 3.600 5,800 2,200 $54,000 OPTIONAL TASK As an optional task, a second season of waste disposal characterization can be conducted foltowing the same workplan described in Task 2.1. The cost for the second season would be $20,100 with the visual surveys included or $16,400 without the visual surveys. 1997 SCHEDULE OF CHARGES PERSONNEL CHARGES Professional Rate Per Hour Senior Managers/Technical Review ................................................(grades 12-99)$112 - 170/hr Senior Technical Staff .....................................................................(grades 9-11) $ 86 - 117/ltr Technical Staff ................... : ............................ : ................. i .............. (grades 6-8) $ 65 - 89/l’tr Technical Field Technicians ................. ...........................................................(grades 1-6) $ 37- 73/hr Drafter/CADD Operators ................................................................(grades 3-6) $ 64 -73/hr Technical Writers/Editors ...............................................................(grades 5-7) $ 57 -81/hr Project Assistants ...........................................................................(grades 1-7) $ 37 -81/hr Nontechnical Office Services ...............................................................................(grades i-5) $ 41 -58/hr Depositions and expert witness testimony, iricluding preparation time, will be charged at 150% of the ¯ above rates. Travel time will be charged in accordance with the above rates, up to a maximum of.8 hours per day. iAFORMS\971brate.doc (Rev. 1/97) I (1997 Rate Schedule, Continued) OUTSIDE ’SERVICES Charges for special outside services, equipment, and facilities not fumished directly by EMCON will be billed at cost plus 15%. Such charges may include, but shall not be limited to the following services: Printing and photographic reproduction Rented vehicles Transportation on public carriers Subconsultants Special fees, permits, insurance, etc. Rental and operation of drilling equipment Rented field equipment Shipping charges Meals and lodging Consumable materials COMMUNICATIONS The cost of communications including telephone charges, facsimile, express mail, postage and routine copying costs will be charged at a fiat rate of 3% of total gross labor charges. DIRECT CHARGES ¯ Reproduction - black.and white, per sheet (non-routine) ..................................$ 0.10 Reproduction - color, per sheet ....................~ ..................................................$1.25 Blueprints, per square foot ..............................................................................$ 0.25 Mylar, per square foot ........................... ..........................................................$ 2.00 Auto per mile ...............................: ..................................................................$ 0.42 Pickup truck per mile ....................~ .................................................................$ 0.50 Storage of samples per month per container*. ...................................................$ 5.00 Disposal per container* ...................................................................................$50.00 CADD Laser Plots: Vellum,-per square foot ...................................................$1.00 CADD Laser Plots: Mylar, per square foot .....................................................$ 2.00 *A container is defined as a standard core box, a capped Shelby tube or a seaied five-gallon bucket. COMPUTER CHARGES CADD/Modeling ......~ ................................ .............r ....................................$15.00/hr. SUPPLEMENTAL SCHEDULES OF CHARGES (Schedules available upon request) Soils Laboratory ¯ Chargeable Equipment Schedule ,~Chemical Laboratory Rate Changes Schedule of Charges and Standard Equipment Rates are subject to change without notice.. Payment Monthly invoices are to be paid within 30 days from invoice date. charged at a rate of 18% per annum. Interest on late payments will be i:WORMS\971brate.doc t’Rev. 1/97) EXHIBIT C Aon Risk Services. In=. Spoor Street Tower Ste 2100 San Francisco° CA 94105" 415-5~3-9360 EM¢ON 1921 Ringweed Ave, Szn Jose, CA 95131 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, 1’ HIS IS 1’ O CER,T IFY 1’ HA T THE POLICIES OFINSUg ANCE LISTIEE) BELOWHAVE BEENISSUED TO THE INSURED N,~MED ,~BOVEFOR T HE POLICY PERIOD INDIC ~. T ED. NO TWIT, HST ANDING ANY RP:QUtREMENT .TE~M ORCONDIT IONOF ~,NYCONT RAC1, 0 R O 1,HER OOCL,~,~ENT WIT HgESPECT T O WHICH T HIS CERTIFICA1, E MAY BE ISSUED ORMAY PERT AIN. THE INSURANCE AFFORDED BY THE POLIC~£S DE$CRZBED HEREIN IS SUBJECT TO .~LL THE TE~S. EXCLUSIONS AND CONDI1,1ONS OF: SUCH POLICIES. LIMitS SHOWNM~,Y H.IvE BEEN REDUCED BYP,IIO CL,iIMS. ¯NY ~UTO 4297-9251. N~C422"/0 e~4 N~C42270866 (MASS) NTF125942506 RETENTION $250,000, Coniult Env. Liab; A) Professional _B] Pollution Legal p~uoY e~l~ot~ 1101197 1/01157 1101197 1101197 1/01/97 110119? 1101190 1101198 1/o 1/9~ 11o1/9e 1101198 1/01/gtl ¯ COlUmNeD $~NQLE LlUt! E~"l-I ACCtC~NT SIR 2o’~9ooo 2000000 1000000_ lOOOq~O 100000 5000 2000000 $ s’oQoooo sO00OO0 10000 I_0ooo0o lO~000o lOO,0o0o S2,000,000 EaClaIm $2,000.000 Agg. CLAIMS MADE FORM City of Paid Alto, Its Officers and Employees are Additional Insureds on General Li=b|lity an~ Automobile Li=bili~y =nly, City of P,Io Alto Attn: Ja~es Harrington 250 Hamilton Avenue PO ~ox 10250 Pelo 0963~5610 AFFIRMATIVE ACTION GUIDELINES EXHIBIT D SECTION 00820 COMPLIANCE REPORT ,Non-Discrimination Provisions of Palo Alto Contracts IMPORTANT This report must be completed by prime contractor and each .subcontractor. Complete all items unless otherwise instructed. Use extra sheets if necessary. SUBMIT ORIGINAL OF THIS REPORT DIRECTLY TO: Name of Firm Manager of Purchasing Civic Center 250 Hamilton Avenue Palo Alto, CA 94301 Telephone Name of person preparing form, person to contact. Subcontractor PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-4 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 Part I Complete the Following: Description: 1. Full name and address of firm or other reporting unit covered by this report. 2. Name and address of . principal official or manager. 3. Name and address of principal office of company. 4. Name and address of parent company if affiliated corporation. 5. Name and address of prime contractor (complete only if this is a subcontractor’s report. 6. Signature and title of authorized representative. Type or Write in Here: R. TITLE: Part .lI--Policy Information Attach a statement of your company’s policy on equal employment opportunity to all persons without regard to race, creed, color, national origin, or ancestry, and describe what steps have been taken to put this policy into effect. Part Ill--Circle 1.@ No the Proper Answer. Have you informed company officials and representatives regarding the non- discrimination provisions of City of Palo Alto Contracts? Have you examined your company’s practices regarding assignments, layoffs or transfers of your employees from one job to another for evidence of a practice or employment pattern that might appear to be discriminatory and based upon sex, race, color, ancestry, religion, national origin or disability? Are they non-discriminatory? PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-5 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 3.(~ No 4"0 No Do you have educational 6r training programs sponsored or financed for the benefit of employees or prospective employees. a.How many people participate in these programs? b.How many are minorities?~0L(J~L[} Does your employment advertising state you are an equal opportunity employer? 5. Yes No Are any apprentices obtained from sources outside the employer’s work force? If yesl have you circulated information about apprenticeship openings or opportunities to the following. Yes No Yes No Yes No Yes No Yes No Yes No State Employment Offices Newspapers or other media High Schools, including those in minority group areas. Local trade or vocational schools, including those with minority group students. Agencies or organizations specializing in minority employment. Federal or State apprenticeship representatives. Who? Others 6. Yes No If you are a prime contractor, have all subcontractors covered by these compliance inspection reports been instructed as to their contractual obligations relating to non-discrimination provisions of City of Palo Alto Contracts? Have all recruitment sources been advised that all qualified applicants will receive consideration for employment without regard to sex, race, color, ancestry, religion, national origin, or disability? 8.Identify (names and addresses) the employment agencies, personnel r.ecruitment organizations, newspaper advertising or other non-union sources from which the company recruits)ts personne.I. ~ . J Part IV--Union/Crafts Information 1. Ye~) Have you a collective bargaining agreement with a labor union or other PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-6 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 organization? If yes, specify the Union(s) or organization(s) 2. Yes No Have you advised the labor union and/or worker organization of the company’s responsibility under the non-discrimination provisions of City contracts. 3. _O_%Approximately what percentage of your employees covered by union agreements are referred by or hired through the unions? Explain procedure for hiring balance. i~/~ 5. Yes No Does the company’s collective bargaining agreement or other contract or understanding with a labor union (or unions) or other worker’s organization include a provision for non-discrimination in employment? Is there any labor union or worker’s organization policy which prevents you from fulfilling your obligations under the non-discrimination provisions of City contracts? If so, specify. 6. Yes No Specify the trade(s) or craft(s) involved in this contract. 7~Use this space for comment on any answers you have supplied. Note: In compliance with the Americans with Disabilities Act (ADA) of 1990, this document may be provided in other accessible formats. For information, contact: Fred Herman, ADA Director, City of Palo Alto (415) 329-2550 (voice) or (415) 328-1199 (TDD)o PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-7 AFFIRMATIVE ACTION GUIDELINES Name of Firm Project Name DATE: RACIAL MAKEUP OF REPORTING UNIT /~--, m c~i~--~. ~,~Submitted b SECTION 00820 Contract #.(Indicate only for monthly report, No. 3) Three types of breakdown are required..This form is used for all three. (Check--V’) [] -1-Permanent makeup of company. ~[ -2-Estimated makeup for this project. :J~ -3-Monthly report for,,, o~ / 19_~. Submit once per month for duration of project. 1 = Permanent.2 = Estimate for project. Be sure to include all employees in first column, not just minorities. required to be filled in and submitted with Compliance Report. Category = Mana~gement Professionals Clerical-Office Field Supervisor Skilled - List: a, b. C. Unskilled - List: a. b. C, Total of Above: The data below a.White Collar b.Production 3 = Monthiyonly. Nos. 1 and 2 below are 2 3 2- 2 3 13 1 2 3 1 3 1 2 3 2 I should also be included in the categories above. This is for On Job Training: This report must be completed by contractor and each subcontractor, The term "Spanish Surnamed" includes all persons of Mexican, Puerto Rican, Cuban, Latin American or Spanish origin. Report only employees enrolled in formal on-the-jbb training programs. END OF SECTION PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-8 rncofl 1921 Ringwood Avenue ,* San Jose, California 95131-1721 ¯ (408) 453-7300 ,, Fax (408) 437-9526 The employment policy and practice of EMCON is to provide equal opportunity for all applicants and employees. The company does not and will not discriminate on the basis of race, color, religion, creed, sex, pregnancy, national origin, ancestry, age, medical condition, handicap or disability, marital status, sexual orientation, veteran status or any other classification protected by applicable employment discrimination laws. This policy applies to all areas of employment including, but not limited to, recruitment, hiring, training, promotion, .compensation, benefits, transfer, and any other status change. To implement these policies, EMCON will continue to: Recruit, hire, train, and promote persons in all job classifications without regard to race, color, religion, sex, national origin, age, qualified disabled or veteran status. EMCON does not discriminate on the basis of national origin or citizenship status as provided under the Immigration Reform and Control Act of 1986; B.Base decisions on employment so as to further the principle of equal employment. opportunity; C.Insure that promotion decisions are in accord with the principles of equal employrnent opportunity by imposing only Valid requirements for promotional opportunities; Insure that all personnel actions (including but not limited to compensation, benefits, transfers, layoffs, company-sponsored tr’,iining, education, tuition assistance, social and recreational programs) are administered without regard to race, color, religion, sex, national origin, age, qualified disabled or veteran status. Barry Langford, in EMCON’s San Jose, CA office, has been designated EEO Coordinator and is responsible for compliance with state and federal equal employment opportunity laws, and for implementing the affirmative action program, including equal employment practices, monitoring, and internal reporting. Employees believing they have not been treated in accord with this policy are encouraged to contact Barry Langford. The continued success of our Aff’urtmtive Action Program requires maximum cooperation from every employee throughout our organization. Equal employment opportunity is not only the law, but it is a principle of EMCON. Your cooperation is expected to achieve this goal and I personally standbehind this principle. ~’Date