Loading...
HomeMy WebLinkAbout1997-07-07 City CouncilCity of Palo Alto Manager’s Report 5 TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS AGENDA DATE: SUBJECT: JULY 7, 1997 CMR:305:97 APPROVAL OF CONSULTANT CONTRACT WITH EBA WASTECHNOLOGIES FOR THE PALO ALTO LANDFILL CLOSURE/POSTCLOSURE PLAN UPDATE AND PHASE IIB CLOSURE PLANS AND SPECIFICATIONS PREPARATION REQUEST This is a request for approval of a consultant contract with EBA Wastechnologies in the amount of $69,416 for the Palo Alto Landfill Closure/Postclosure (C/PC) Maintenance Plan Update and Phase IIB Closure Plans and Specifications Preparation. RECOMMENDATIONS Staff recommends that Council: Approve and authorize the Mayor to execute the attached consultant contract with EBA Wastechnologies in the amount of $69,416 for the Palo Alto Landfill C/PC Maintenance Plan Update and Phase IIB Closure Plans and Specifications Preparation. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the consultant contract with EBA Wastechnologies, the total value of which shall not exceed $5,000. POLICY IMPLICATIONS Approval of this contract is consistent with existing policies. EXECUTIVE SUMMARY The work to be performed under the contract includes reviewing and evaluating the current Palo Alto Landfill Final C/PC Maintenance Plan, revising the Final C/PC Maintenance Plan, preparing plans, technical specifications, cost estimate, bid schedule, a detailed schedule for disbursement of closure funds for the Phase IIB closure, and attending meetings. Selection Process The Finance Committee indicated its desire to review the draft scope of work prior to the issuance of a request for proposals (RFP). The Committee approved the scope of work on May 6, 1997 (CMR: 208:97). CMR:305:97 Page 1 of 2 Staff sent a request for proposals to thirteen consulting firms on May 9, 1997, and the bid opening was on June 3, 1997. A total of three firms submitted proposals. Additionally, two proposals were received late and were returned. Staff contacted some of the firms that did not submit proposals, and of those solicited, all cited being too busy at this time to allocate resources to the project as the reason for not responding. A selection advisory committee consisting of staff from Public Works Operations reviewed the proposals, and three firms were invited to participate in oral interviews on June 9 and 10, 1997. The advisory 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 staffto be assigned to the project, demonstrated understanding and technical approach to the project, recent experience in the successful preparation and completion of similar projects, recent experience demonstrating accuracy in cost estimates and ability to meet project schedules, completeness and quality ofprop0sal, performance in the interview and presentation, and fees relative to.the services to be provided. EBA Wastechnologies was selected because its 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 EBA Wastechnologies team demonstrated a strong experience base and understanding of the project. FISCAL IMPACT Funds for this project were 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: Sean Kennedy, Environmental Specialist DEPARTMENT HEAD REVIEW: ~L ~ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: cc: N/A HARRISON Assistant City Manager CMR:305:97 Page 2 of 2 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND EBA WASTECKNOLOGIES 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 EBA WASTECHNOLOGIES, a California corporation, authorized to do business in California, located at 825 Sonoma Ave., Santa Rosa, CA 95404 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules or other writings ("Deliverables") (Services and Deliverables are, col~ectively, the "Project"), as more fully described in Exhibit "A"; and WHEREAS, CITY desires to 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 to complete 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. 970617 syn 0071232 1 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 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. 2.3 Where the Project entails the drafting and submission of Deliverables, for example, construction plans, drawings, and specifications,-- any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY before invitations to bid on a construction project (for which the Deliverables are required) are distributed by CITY, will be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. 2.4 Any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY after the construction contract is awarded by CITY, will be performed by CONSULTANT, as follows: (a) at no cost to CITY insofar as those Services, including the Basic Services or the Additional Services, as described below, or both, will result in minor or nonbeneficial changes in the construction work required of the construction CONSULTANT; or (b) at CITY’s cost insofar as those Services, including the Basic Services or the Additional Services, or both, will add a direct and substantial benefit to the construction work required of the construction CONSULTANT. The project manager in the reasonable exercise of his or her discretion will determine whether the Basic Services or the Additional Services, or both, will contribUte minor or substantial benefit to the construction work. .SECTION 3. CONSULTANT QUALIFICATIONS,STATUS,AND DUTIES OF 3.1 CONSULTANT represents and warrants 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 2970617 ayn 0071232 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 DUANE BUTLER as the project director to have supervisory responsibility for the performance, progress, ’and execution of the Project. DALE SOLHEIM 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: 3.4.1 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 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 employed under this Contract and any materials 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 °’~’) of any documents which are a part of the Deliverables upon their completion and acceptance by CITY. 3970617 syn 0071232 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 CONSULTANT will 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 carryout 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 trav.el 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 "A" 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 4970617 ayn 0071232 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 SEAN KENNEDY, 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 forty-nine thousand four hundred sixteen dollars ($49,416). The amount of compensation will be calculated in accordance wi~h 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. 5.1.2 In consideration of the full performance of Additional Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed twenty thousand dollars ($20,000). 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 design work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 5 970617 syn 0071232 5.1.4 Direct personnel expense of employees assigned to the execution of the Project by CONSULTANT will include only the work’of architects, engineers, designers, job captains, surveyors, biologists, draftspersons, specification writers and typists, in consultation, research and design, work in producing drawings, specifications and other documents pertaining to the Project, and in services rendered during construction at the site, 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 ofany revised rate schedule. 5.2 The schedule of payments will be made as follows: 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 "B", 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 cost opinions which have been approved by the project manager. 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, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic Services and Additional Services pertaining to the 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. 6970617 syn 0071232 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 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 liability on 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 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 7 970617 syn 0071232 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’ p~ior 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. PROJECT SECTION ii TERMINATION OR SUSPENSION OF CONTRACT 0R 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 8 970617 ayn 0071232 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 Project by 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 t-he services necessary for the full performance of that item of service. 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 will 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. 9 970617 ayn 0071232 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 operation 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 of the 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 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 PaloAlto 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 be made 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 nondiscrimi.nation in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D" I0 970617 syn 0071232 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 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." 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 person for 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 Kction 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 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 ii970617 synO071232 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 any 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° ’16.6 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, terms, 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 ofcompetent 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. 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 12970617~n0071232 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 APPROVED AS TO FORM: Mayor Senior Asst. City Attorney APPROVED: City Manager Director of Public Works EBA WASTECHNOLOGIES Taxpayer’s I.Do No. 68-01081868 Acting Director of Administrative Services Risk Manager Attachments:EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 13970619 syn~71232 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) ) ss. COUNTY OF ~o~) On ~^~ ~7 , 1997, before me, the undersigned, a Notary Public in and for said County and State, personally appeared ~1’¢ ~ll~, personally known to~ me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/Zheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. / Sighature of N~tafy Public 970617 ayn 0071232 14 EXHIBIT A SCOPE OF WORK A. General Information The City of Palo Alto operates a Class III non-hazardous solid waste disposal facility in compliance with the California Code of Regulations (CCR), Titles 14 and 23, issued by the California Integrated Waste Management Board (CIWMB) and Regional Water Quality Control Board (RWQCB), respectively. The 137 acre landfill accepts refuse generated from within Palo Alto city limits (see Figure 1, Site Location Map). In February 1992, the Palo Alto Landfill Final Closure and Postclosure Maintenance Plan, detailing the phased closure of Phase IIA, liB, and IIC areas of the landfill, was approved by the CIWMB (see Figure 2, Closure Phasing Plan). The Phase I (Byxbee Park) area had been previously closed in September 1991. The Phase IIA area of the landfill was closed in November 1992. In October 1993, the City of Palo Alto began delivery of approximately two-thirds of its refuse to the Sunnyvale Material Recovery and Transfer Station (SMART) facility which significantly reduced disposal tonnages at its landfill. Assembly Bill 939 waste diversion mandates also contributed to reductions in disposal tonnages at the landfill. In September 1995, Public Works/Operations staff met with the CIWMB to discuss the Palo Alto Landfill projected site life in light ofthe recent changes in disposal tonnages. It was determined that the projected site life and closure phasing plan were no longer valid and that revisions to the Palo Alto Landfill Final Closure and Postclosure Maintenance Plan would be required prior to the next phase of closure and the next permit review. City staff has identified a modified Phase liB area of the landfill that is ready for closure (see Figure 3, Proposed Closure Area). In anticipation of the impending phase of closure, this Request for Proposals (RFP) is seeking the services of a qualified and experienced firm to revise the Palo Alto Landfill Final Closure and Postclosure Maintenance Plan. This work will include revising the closure phasing plan, revising the disposal capacities and projected site life, and adjusting the closure cost estimate based on the revisions. Preparation of the closure documents of the modified Phase lib area will also be completed under this RFP. This will entail preparing CEQA documents, permits/approvals, plans, specifications, cost estimate, and a detailed schedule of disbursement of closure funds. B. Scope of Work In general, the work of this project consists of the following tasks: Task 1 The Consultant shall review and evaluate all information, data, and reports listed below: ¯Palo Alto Landfill Final Closure and Postclosure Maintenance Plan, Volumes I and II, EMCON, 1/3/91 .~COPE OF WORK Task 2 Task 3 Task 4 Task 5 ¯Palo Alto Landfill Closure/Postclosure Plan Follow-up Submittal, PW/OPS Technical Services, 8/8/91 ¯Report of Disposal Site Information, Palo Alto Landfill, PW/OPS Technical Services, July 1996 The Consultant shall attend three (3) meetings; one kick.off meeting and two additional meetings during the course of the project. The Consultant shall revise the Palo Alto Landfill Final Closure and Postclosure Maintenance Plan to be in accordance with 14 CCR 18250- 18277 and 23 CCR 2580-2597. The work shall include: revisi.ng the closure phasing plan, revising volumetric capacity calculations for Phase liB and Phase IIC closure areas based on changes to disposal rates, revising the schedule of phased closure activities, and revising the closure cost estimate. Submittals shall be presented to City staff for review and approval as follows: 95% completion submittal: 3 copies Final submittal:12 copies with 1 copy 3.5" floppy diskette, WordPerfect 6.11AutoCAD V13 After City staff approval and submittal to the ClWMB and RWQCB, the Consultant shall respond to their respective comments during the approval process and incorporate any required modifications to obtain final Board approvals. This task will be considered complete when final approvals from the ClWMB and RWQCB for the Plan are received. The Consultant shall prepare plans, technical specifications, cost estimate, and bid schedule for the closure of the modified Phase lib area in accordance with 14 CCR 17760-17796 and 23 CCR 2580-2481. The Consultant shall also prepare and submit a detailed schedule of disbursement of closure funds as required by 14 CCR 18262.3(a)(7). Submittals shall be presented for review and approval as follows: 70% completion submittal: 3 copies 95% completion submittal: 3 copies Final submittal:12 copies with 1 copy 3.5" floppy diskette, WordPerfect 6. I/AutoCAD V13 The Consultant shall identify all permits and approvals and outline the permit/approval processes necessary for closure of Phase lib which include, but are not limited to: CEQA negative declaration for submittal to the City of Palo Alto Planning Department Variance from Bay Area Air Quality Management District (BAAQMD) for disconnection of the landfill gas control system Approvals/Permits from the Bay Conservation and Development Commission (BCDC) and the United States Army Corp of Engineers (COE) Approvals/Permits from the County Local Enforcement Authority (LEA) Task 6 (Optional) The Consultant shall prepare CEQA documents and prepare and obtain all permits, and approvals identified and outlined in Task 5 above as necessary for closure of Phase liB. TECHNICAL APPROACH ~~~WASTECHNOL OGIES TASK~ Review and Evaluate Information, Data & Report~ The purpose of this task is to conduct a comprehensive review of all available site specific data and previous studies pedbrmed to identify pertinent elements and obtain information necessary to update the Final Closure Plan, and prepare constru~on plan, specifications and cost estimates. Existing information will be incorporated whenever poss~ie. It is our understanding that copies of all pertinent documents will be made available to EBA by the City. EBA will also interview Public Works staff’familiar with the landfill to obtain background information relative to preparation of the closure documents and plans. At a minimum, the scope of EBA’s document review will include the following reports: Palo Alto Landfill Final Closure and Postciosure Maintenance Plan, Volumes I and IL EMCON, 1/3/91 Palo Alto Landfill Closure./Postclosure Plan Follow-up Submittal, PW/OPS Technical Services, 8/8/91 Report of Disposal Site Information, Palo Alto Landfill, PW/OPS Technical Services, July 1996 TASK 2 Attend Meetinff~ EBA will attend three (3) meetings; one kick-off meeting and two additional meetings during the course of the project.. A kickoff meeting will be held at the onset of the project and will include a site visit to the landfill. A second meeting will be scheduled at the conclusion ofthe Final Closure Plan updates and prior tO the preparation of the construction plans and specifications for Phase fiB. A third meeting will be scheduled around the time of submittal of the 70°/4 completion submittal of the construction plans and specifications for closure of Phase fiB. An additional meeting can be scheduled to review comments to the Final Closure Plan update or construction plans, if deemed necessary, but is not included as part ofthis Proposal. All meetings are planned to be held in the City of Palo Alto Public Works offices on Bayshore Road. All meetings will be attended by EBA ’s Project Manager, and depending on the meeting agenda, also by other staff of EBA. TASK Revise Final Closure and Postclosure Maintenance Plan This task consists of updating and revising portions of the Palo Alto Landfill Final Closure and Postclosure Maintenance Plan (FCPMP). The FCPMP was prepared and submitted for approval in 1991. A follow-up submittal to respond to comments from the California Integrated Waste Management Board (CIWMB) and Regional Water Quality Control Borad (RWQCB) and provide additional information was submitted in August 1991. It is our understanding that based on the follow-up submittal, the FCPlV[P was approved by the regulating agencies in February 1992. The FCPMP updates and revisions are needed basically because ofthe reduced disposal tonnages at the site since the opening of the Sunnyvale Material Recovery and Transfer Station and waste diversion mandates. Based on our review and evaluation ofexisting documentation and discussions with City staff, at a minimum, updates will include the following: o O o Revising the closure phasing plan; Revising volumetric capacity calculations for Phase liB; Revise volumetric capacity calculations for Phase IIC; Revising the schedule of phased closure activities; and Revising the closure cost estimate. To accompfish tbe above, EBA will prepare a Final Closure Grading Plan for Phases I~B and based on the existing closure configuration. The drawing will be prepared in AUTOCAD for utilization in computing the volumes between the final configuration and existing surfaces. It is our understanding that the City will provide a topographic map in digetized AUTOCAD format of the current topography. Volumes will be calculated utilizing digital terrain modeling (DTM) with AUTOCAD/Sofklesk Release 13. The volumetric calculations w~i be used to de~ermine the tchedule for phased closure activities. Drawings in addition to the Final Closure Grading Plan are not anticipated except for some miscellaneous details and sections that may be useful to show temporary conforms between phases. Updates will also be needed to the closure cost estimates presented in the 1991 FCPMP. Ear,work quantifies for the closure cap and drainage fadlities will be revised to account for the revised phasing plan. Other costs will be updated as needed. Revisions to other portions of the 1991 FCPMP are not anticipated including slope stability, leachate generation or monitoring landfill gas generation or control systems or drainage control systems. completion submittal:3 copies Final submittal: 12 copies with I copy 3.5" floppy diskette, WordPerfect 6.1/AutoCAD VI3 The submittal for this task will be in the form of an ammendment to the 1991 FCPMP and only the revisions will be provided. These can be provided in a bound document with an index that references the sections ofthe 1991 FCPMP that are being updated. All work provided in this task will be in accordance with applicable portions of Title 14, Division 7, Chapter 3, Articles 4.5 and 7.8 and Chapter 5, Articles 3.4 and 3.5; and Title 23, Division 3, Chapter 15; and 40 CFP, 258. After City staff approval and submittal to the C1WMB and RWQCB, EBA will respond to their respective comments during the approval process and incorporate any required modifications to obtain final Board approvals. This task will be considered complete when final approvals from the CIWMB and RWQCB for the updates an: received. Prepare Closure Documents Including Plans, Specifications, Cost Estimate and Bid Schedule and Schedule of Disbursement of Closure Funds This task consists ofthe preparation of closure documents for the modified Phase IIB area which is approximately 25 acres in size. Closure documents will include plans and technical specifications adequate for construction, an engineer’s construction cost estimate for purposes of budgeting and comparing contractor bids, a bid schedule and necessary notices for contractor bidding and a detailed disbursement schedule for release of closure funds. The proposed subtasks are summarized in the following sections: Subtask 4.1 Construction Plans Plans for the modified Phase ~ area will be prepared in adequate detail for contractor bidding, field layout and construction. EBA has recently completed two landfill closure projects similar in size to Phase liB and has a good understanding of the plans and level of detail needed for a successful project that can be completed without cost or schedule overung The following drawings are anticipated for the Phase IIB final closure: Title Sheet: This drawing sheet will include the project title, approval signature block, sheet index, legend, general notes, site map and site location map. F’mal Grading & Drainage Plan: This drawing will show the final configuration grades and contours and include the drainage control systems. The final contours will be designed to match existing slopes, if possible, at the time of final waste placement and intermediate cover placement. This is done to minimize grading, however, the design grades will also need to conform to the minimum and maximum slope requkements in the Final Closure Plan. It is our understanding that a mimium two feet of soil cover has been placed or will be placed over the entire lib area that will be incorporated into the foundation lays. Additional foundation cut or fill will only be needed to meet the minimum and maximum slopes described in the Final Closure Plan. This existing soil cover thickness will be verified by drilling at approximately a 100 foot spacing over the BIB area. EBA will provide the ~8 and field measurements based on a grid layout provided in the field by the City. For the purposes of this Proposal, it is assumed that a minimum of two feet of soil cover will be in-place that is suitable for use as the foundation layer of the final closure cap. Final Drainage System: Plan layout and profiles (if necessary) will be provided for all final drainage control systems such as pipes, downdrains, bench ditches and perimeter ditches. All drainage controls will be sized for the 100-year storm event using the Rational formula. Section~ and Detail~: Vaious u~ctions and details will be required to clarify the site grading, final cap construction and drainage improvements. It is anticipated that two to three drawing sheets will be needed to adequately reflect the proposed closure construction. Leachate & LFG Extension Detail~: Closure construction will require that leachate extraction wells and landfill gas collection system risers be extended to the surf~ through the final cap. Details will be provided on this drawing outlining the methods and materials for these extensions. All plans will be prepared in AUTOCAD, Release 13 on 24" x 36" sheets. Exa~les of drawings from previous landfill closure projects, prepared by ERA, are included in Appendix C of this Proposal to show the level of detail anticipated for the Phase llB final closure. Subtask 4.2 Technical Specifications Technical specifications will be provided for all closure construction including site preparation, earthwork, drainage, errosion control and well extensions. The specifications will detail the required materials, and installation/placement methods, and will include appropriate references to the construction plans. Format for the technical specification sections will be in accordance with the Construction Specification Institute (CSI) which are divided into three parts; Part I - General, Part 2 - Products and Part 3 - Executior~ Sections antidpated to be needed for the Phase fib final closure include the following: Subgrade Preparation FieM Determinations Final Cover Test Pad On-Site Borrow Sources Foundation Layer Grading Barrier Layer Vegetative Layer P~evegetation Drainage Systems Well Extensions Examples of portion of technical specification sections from recent EBA projects are included in Appendix C of this Proposal. Included in the technical specifications will be a Construction Quality Assurance (CQA) Plan that will provide a methodology for testing, construction techniques and materials used to build the final closure cap in order to assure that the final product meets or exceeds the technical specifications. The existing CQA Plan in the 1991 FCPMP w~ be reviewed and modified as necessary for the Phase fib closure. The CQA Plan will be in accordance with Title 14, Section 17774; Title 23, Chapter 15, Article 4; and RWQCB CQA Requirements for Cover Construction. Addressed in the CQA Plan will be testing requirements for all layers of the final cap. As discussed above, it is assumed that the foundation material will be in-place and after thickness verification and minor grading, only require scarifying and compacting the upper layer. The clay barrier material is assumed to be on-site with the materials acceptance testing already being done. Confirmation testing will be required durh ~ material placement. This Proposal does not include any testing of the clay borrow prior to construction. Subtask 4.3 Engineer’s Construction Cost Estimate Based on the Construction Plans and Technical Specifications, an estimate of all material and construction costs for the project will be developed from. the quantity takeoff. All costs will be re.searched to determine an accurate estimate of the project’s total cost. The cost estimate will be itemized in the same format as the bid schedule to be used by contractors in the bid process. This same format can be used by the City when creating a spread sheet to compare all of the contractor bids. Cost estimates will be prepared in EXCEL, 5.0. Alawugh construction costs are d~icult to estimate accurately, EBA has been very succes~d in preparting estimates for recent closure projects that have been very close to the selected contractor bids. A recently completed project similar to the Phase lib final closur, was e~timated to within 5 percent of the selected contractor’s bid. Subtask 4.4 Bid Schedule Construction documents for Phase lib final closure will include a bid schedule for use by contractors in the bid process. The bid schedule will be itemized for all construction items and presented in either unit price format or lump sum as appropriate for the method of measurement required. As an example, on previous projects, earthwork/foundation grading to meet subgrade has been bid as a lump sum item instead of per cubic yard to avoid the cost in measuring the volumes which would normally require surveys before and after grading. Additionally, the barrier layer is typically bid on a square foot basis that can be easily measured from the field staking or after installation. The bid schedule will be incorporated into the other required bid documents such as the Notice to Contractors, Instruction to Bidders, Bid Forms, Bond Forms and Construction Agreement. It is anticipated that the City Public Works Department will provide the standard forms for incorporation into the Construction Documents with the Technical Specification and Plans. Subtask 4.5 Schedule of Disbursement In order to withdraw funds for final closure activities from the closure fund, a detailed ~chedule of disbursment will be required. This disbursement schedule will follow the contractor’s work schedule so funds can be disbursed as work is completed so that other funding arrangements will not be needed to pay the contractor. The disbursement schedule will meet the requirements of 14 CCR, 18262.3(a)(7). Submittals for Task 4 will be presented to Oty Public Works gaff’for review, comment and approval as follow~: completion submiRai: 3 copies 95% completion submittal:3 copies Final submittal:12 copies with 1 copy 3.5~ floppy diskette, WordPerfoct 6. I/AutoCAD VI3 TASK $ Identify Permitted Approvals & Outline the Permit/Approval Process Necessary for Closure EBA will identify all permits and approvals and outline the permit/approval processes necessary for final closure of’Phase lib which include, but are not limited to: CEQA negative declaration for submittal to the Cify of Palo Alto Planning Department. Variance from Bay Area Ak Quality Management District (BAAQMD) for disconnection of the landfill gas control system Approvals/Permits from the Bay Conservation and Development Commission (BCDC) and the United States Army Corps of Engineers (COE) Approvals/Permits from the County Local Enforcement Authority (LEA) To accomplish this task all the regulating agencies involved in the closure approval or permit process will be contacted to determine the necessary processes for approval. A report will be prepared for City staff review that outlines the findings of the approval/permit process and includes a time line schedule with all permit requirements listed to assure that all permitting is submitted and processed on time for a final project approval acceptable to the City. TASK 6 (Optional) Prepare CEQA Documents & Prepare and Obtain All Permits and Approvals EBA will prepare CEQA documents and prepare and obtain all permits and approvals identified and outlined in Task 5 as necessary for final closure of Phase IIB. (Optional). For the purposes ofthis Proposal, the following level of effort is anticipated for this task: Subtask 6.1 CEQA Negative Dedaration It is anticipated that an Intitial Study will be required for submittal to the City of Palo Planning Department. The Initial Study will include the following: Environmental Checklist Form Project Description Environmental Factors Potentially Affected Evaluation of Environmental Impact Determination Mitigation Monitoring and Reporting Program EBA has recently completed an lnital Study for an upcoming landfill closure in the C.entrd Valley that is similar to the Phase llB final closure. An example of this Initial Study is included in Appendix C of this Proposal. It is anticipated that the Phase lib Initial Study will include the same level of information and effort as demonstrated in the example in Appendix C. This mbta~ includes preparation of the Initial Study, submittal to Public Works for review and comment, revisions as necessary to respond to gaff’comments, submittal to the City of Palo Alto Planning Department and any coordination or response to comments needed. Subtask 6.2 Variance from the Bay Area Air Qualit7 Management District Grading and final cap installation over the Phase I]B area will require disconnection of portions of the landfill gas extraction and collection system. It is anticipated that a short term variance will not be needed from the Bay Area Air Quality Management District (BAAQMD) to disconnect wells and/or collection piping. Rule 34 allows for disconnection of LFG wells for raising for certain time periods. It is anticipated that the construction specifications will be written for well disconnection within this time period and a variance will not be needed from ti~ BAAQMD. Subta~k 6.3 Approval~ - Bay Conservation and Development Commi~ion and the Arm "~ Corp of Engineer~ Due to the location of the landfill adjacent to areas under the jurisdiction ofthe Bay Conservation and Development Commission (BCIX2) and the United Stat~ Army Corp. &Engineers (COE), approvals may be needed for components ofthe closure of Phase lIB. This task includes submittal ofthe Initial Study and plans to BCDC and the COE for review. Processing of permit applications or meeting with staffofBCDC or COE is not included. Subtask 6.4 Local Enforcement Agency Approval Review and approval ofboth the ulxlates to the Final Closure and Postclosure Maintenance Plan and probably the construction plans for Phase lIB final closure will be needed flom the Santa Clara County Public Health Department who act as the Local Enforcement Agency (LEA). This subtask includes submittal ofplan~, specifications and any supporting documentation and follow-up as needed to respond to questions or comments. ._1 LU W LLI TABLE 1 PALO ALTO LANDFILL CLOSURE PLAN UPDATE, PHASE liB CLOSURE TOTAL PROJECT COSTS Tasks TASK 1 - Review & Evaluate Information TASK 2 - Attend Meetings TASK 3 - Revise Final Closure & Postclosure Plans TASK 4 - Prepare Phase liB Closure Documents Construction Plans Technical Specifications Engineer’s Construction Cost Estimate Bid Schedule Schedule of Disbursement TASK 5 - Identify Permits & Approvals TASK 6 - Obtain Permits & Approvals (Optional) Initial Study BAAQMD Variance BCDC/COE Approvals LEA Approval TOTAL: EBA Direct Labor $ 1,320 $ 3,060 $ 9,790 $ $ $ $ $ $ $ $ $ $ 15,690 7,402 620 974 784 1,675 3,293 854 1,269 54O 47,271 Outside $ $ $ $ $ $ $ $ $ $ $ $ $ $ Materials & Miscellaneous Services Costs $ $ $ 1,495 $ -$ -$ -$ -$ -$ $ $ $ $ 1,495 $ 25O 5O 150 150 5O 650 Total Estimated Cost $1,320 $3,310 $9,840 $17,335 $7,552 $62O $974 $784 $1,675 $3,343 $854 $1,269 $ 54O $ 49,416 DELIVERABLES: 1. Closure Plan Updates 2. Phase liB Plans & Specifications 3. Meetings 3 Draft, 12 Final 6 Draft, 12 Final 3 at Public Works Offices in Palo Alto NOTES: 1. Miscellaneous costs include travel, report copies, faxes, etc. 2. Outside services includes drilling for verification of existing foundation layer I:\proposal\1997\137-97\cost.xls EBA WASTECHNOLOGIES ASTECHNOLOGIES Engineers & Environmental Consultants EXHIBIT B STANDARD SCHEDULE OF FEES AND RATES Principal Enginee~ ....................................$125.00 per hour Chief Geologist .......................................$ 90.00 - $100.00 Project Manager .....................................$ Senior Geologist . ..............- ......................$ Senior Engineer ......................................$ 85.00 - $ 90.00 Project Engineer .....................................$ 75.00 - $ 85.00 Project Geologist .....................................$ 75.00 - $ 85.00 Staff Geologist ......................................$ 60.00 - $ 75.00 per hour 95.00-$105.00 per hour 85.00- $ 90.00 per hour perhbur perhour per hour per hour Staff’Engineer ....... ................................$ 60.00 - $ 75.00 Survey: 3 Man Crew (incl. equipment) .....................$185.00 per hour Survey: 2 Man Crew (incl. equipment) .....................$145.00 per hour Planner ............................................$ 65.00 per hour Senior Planner .......................................$ 80.00 - $ 90.00 per hour Environmental Specialist 1 ..............................$ 55.00 per hour Environmental Specialist 2 ..............................$ 60.00 per hour Senior Environmental Specialist ..........................$ 65.00 per hour Design Draftsperson ..................................$ 45.00 - $ 50.00 per hour Wordprocessing ......................................$ 42.00 per hour Clerical ............................................$ 40.00 per hour Administrative .......................................$ 55.00 per hour Systems Manager ....................................$ 60.00 per hour Depositions or court proceedings .........................150% of usual rates Subconsultants ......................................Cost plus 15% Prints and materials ...................................Cost plus 15% Miscellaneous expenses ................................Cost plus 15% per hour Effective December, 1996 L:~’I~ RSWO RM SkE BAR.ATE S.9 7 825 Sonoma Avenue, Suite C Santa Rosa, California 95404 (707) 544-0784 225W. Hospitality Lane, Suite 200 San Bernardino, CA92408 (909) 890-0432 e-mail: ebawaste@wco.com FAX (707) 544-0866 FAX (909) 890-0422 DEALEY, RENTOH & ASSOCIATES Insurance Br~kers B. Cenr~d P.O. Bvx 12675 510-465-3090 EBA ~ASTECHNOL~G1ES ~25 S~noma Avenue !TBD 7105197 EId~LO~’ LIIOILITV P [,~OILt II~JURY P~OPEk~Y $1,000,000 PER CLAIM & AGGREGATE n~ured, for work performed by Name~ Insured, Cov~ra9e shal ae,~t~mary off,l aa~insl the City Soan Kennedy¯-.~’~Imp~.u .’Conlr a~l Admln~slrat~on ~.~ , Box 10250 ,’;’~ ~00d ~9"ON Additional lnsured Owners, Lessees or Contractors ~orm .B).~G~0 10 11-85 Percy Amendment-~General Liability INSURED: INSURANCE cARRIEIL" POLICY NUMBER: PROI)UCER: .ISSUE DATE: Schedule: Name of Person or Organization: The City of.Pa]o Alto, lts Officers, Agents and Employees WHO IS AN INSURED (Section IF) is amended to include as aa j~, ’.’~red the person or organization shown in the Sclr, atule, but only wifl~ respect to li~ility m-Mag out.d~r work for that insured I~, or Ibr y~m. COMMERC’ZS~L GENERAL LIABILITY COVERAGE .FOR~ - CG0001 (II188) Primary (:overage: Pet" Section IV Commercial General Liab~lit~i.C. ~ditions - Secdon 4, Other Insurance, ,,: Cross Liability Clause: Per Section IV Commercial Gene~..’l.L.i~.l;fiSty Conditions ~ Section 7, Separation of Insareds. Waiver of Sabrogation: Per Section IV Commercial Ge~teml ~iit~ility Conditions - Section 8, ’transfer of Rights oi’Reeovery Against Others to Company. Notice of Cancellation:’ It is mxdersto~d and agreed that in ~d event of cancellation of the Policy for any reason other than non-payment of premium, 30 d.~ .writt~ notice will be smt to the certificate holdex by mail. In the event the policy is ¢aneele~ f6~ ~on-payme~t of premium, ] 0 - days wrkteax notict ~ be sent to the above. , Authorized Rep~ PU]3LIC IdI:]IRKS OPS KS OP.3Li’+-16-19S7 AFFIRMATIVE ACTION GUIDELINES EXHIBIT D SECTION 00820 City of Palo Alto Contract Administration J::’~F-AWARD PHASE OF= CONTRACT In addition to the Certificate of Nondis~imination required to be filed under Section 2.30.160 of the Palo Alto Municipal Code (hereinafter "PAMC’), the Contractor shall complete a questionnaire furnished by’ the City setting forth the affirmative actions the Contractor" has taken or will take to: 1.Recruit minorities in its location for all Jevels of jobs. 2.Select methods assuring equal employment opportunity for all percons. Est=~blish a training program for new hires where necessary to assure ample opportunity ~or the less qualified to more fully qualify. Provide adequate opportunity for upgrading and further training to assure equal opportunity in advancement and promotion, Provide counseling service for all who may need help to advance, especially new employee=. 6. Educate supervisors regarding nondiscrimination practices: .in addition to furnishing the completed questionnaire called for under (A.) above, each Contractor for s construction or service project within the City =hall submit the following Information for Contractor and each ~;ubcontractor. This Information =hall constitute the bidding ontractor’s Minority Employment P~ogram (hereinafter "MEP’|. The estimated total number by job classification of personnel who shall be used by the ’Contractor and each Subcontractor in performance of the contra’ct. These numbers shall include the estimated breakdown by one month for the life of the contract. No estimate furnished under this subparagraph ~hall be construed or enforced as a hiring quota. PURCHASING ADMINISTRATION: Affirmative A~lion SECTION .3UN-16-1999 1~:18 AFFIRMATIVE ACTION GUIDELINES KS OP SECTION 00820 In preparing these estimates it is expected the Contractor will take, or agree to take," these additional steps to assure affirmative action in the field of minority employment. Recruiting for needed help in the local areas’inhabited by minority members, including open advertising and use of various established public and private agencies. ILists and advice furnished by the Pal, Alto Human Relations Council {hereinafter "PAHRC Training those less qualified to assure adequate promotional opportunities for a#l. Providing necessary counseling for upgrading, including use of outside training facilities in this area, (lists available from the PAHRC}. Assigning an Equal Employment.Opporfunity (hereinafter "EEO’) coordinator full time or a= additional duty and assuring that all supervisors are aware of their responsibilities and that union representatives recognize their obligation in the EEO program. Assuring that all Subcontractors are in compliance with the federal and California state laws and regulations relating to nondiscrimlnation. Where the contract is of sufficient duration, assuring develop ment of apprenticeship programs with union cooperation, Upon request, furnishing the City a copy of the late~t Federal Form EEOol, or .equivalent form. Providing the name and address of all suppliers whose supplies and/or equipment exceed 5 % of the total supply cost for each contract and subcontract for the pe~formance of the contract. Any Contractor not submitting an MEP shall not be’defined as a "responsible bidder" and his/her Bid shall be disregarded in the manner now prescribed by the City. The City Manager, or designate, will analyse the MEP submitted by each Contractor with the objective of determining if the program submitted by the Contractor for himself and his Subcontractors presents a reasonable effort to further minority employment. PURCHASING ADMINISTRATION: Aflirm~ive Action,SECTION 00820.2 - .3~+-16-1~97 1~:25 PUBLIC ~S OPS ES OP P.02 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 If the City Manager has questions about a particular Bidder’s proposal, he or she may address such questions to the Bidder. The City Manager will be available to answer questions relative to the guidelines and to advise those seeking assistance of resources known to hlm/her. He or she shall not be responsible for the service or lack of service rendered by the resources recommended, nor shall he/she be responsible for developing an MEB for any Contractor, or to serve as a recruiter for any Contractor/Subcontractor. Bidders shall be allowed to revise their MEP after consideration. If Bidders withdraw their MEP for revision, their revised program must be resubmitted by a date which shall be established by the City Manager or designate. Bidders failing to have their revised MEP submitted by the established date shall not be classified as a responsible Bidder. Upon award of the contract by the City, the recipient’s MEP which has been approved and accepted by the City shall be an integral part of the contract and subject to Section 2.30.093 of the PANIC. No Contractor shall be deemed in material breach of Contract under PAMC Section 2.30.093 when he/she has made ~ reasonable and substantial effort to comply with the MEP. Ill. - . The Contractor shall post in onspicu.ous places, available to employees and applicants for employment, notices to be provided, setting forth the law. prohlbiting.discrimination and advising anyone who feels he or she Is being discriminated against to advise the FEPC. The Contractor shall make written pr’ogress reports on the performance of his MEP at Intervals established by the City Manager or designate, the Contractor, however, is encouraged to submit written reports as often and when he/she deems it relevant to his/her MEP. The City Manager shall monitor the.performance of the MEP until completion of the contract and will report to the PAHRC on the progress of the contractor in living up to his MEP. The City Manager shall monitor the performance of the MEP until completion of the contract and will report to the PAHRC on the progress of the Contractor in living up to his/her MEP, Any questions of possible breaching of MEP shall be discussed with the ¯ Contractor by the City Manager, PURCHASING ADMINISTRATION:’ Affimtative Action " ’ SECTION 00820-3 JL~. 16-1997 13:25 PUBLIC WORKS OPS AFFIRMATIVE ACTION GUIDELINES KS OP SECTION 00820 Resolutions No. 4!44 and 4148 Polo Alto Municipal Code 2.30.090 Ordinance No. 2420 The Contractor will meet. or make good faith efforts to meet, the following Minority Business EnterpriseslWomen Business EnterprlseslDisabled Veterans. Business Enterprises goals or Contractor’s applicable goals in the award of every contract for work to be performed under these P~ovisions: Minority Business Enterprises - 15% Women Business Enterprises- 5% Disabled Veterans BuSiness Enterprises - 3 % The City of Polo Alto shall have the sole duty and authority under this Agreement to determine whether good faith efforts were sufficient, COMPLIANCE REPORT IMPORTANT 3"his report must be’ompleted by prime contractor and each subcontractor. Complete all items unless otherwise instructed. Use extra sheet~ If necessary. SUBMIT ORIGINAL OF THIS REPORT DIRECTLY TO: Landfill ClosureProject ~ .EB~ Wastechnolo~iesName of Firm ..... Manager of Purchasing Civic Center 250 Hamilton Avenue Polo Alto, CA 94301 Circle One: ’----P~me~Con~tracto~ \. Telephone (_707 ) 544-0784 Name of person preparing form, person to ontact. Nazar El j umaily__Ext.~ Subcontractor PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820=4 ~16-1997 AFFIRMATIV~E A~CTION (3U!DELINES SECTION 00820 Part I Complete the Following: D~scription: _ 1. Full name and address of firm or other reporting unit covered b this re oft. 2. Name and address of ~at or manager. .... 3. Name and address of principal office of co,mpaqy. 4. Name and address of parent company if affiliated corporation.. 5. Name and address of pi~me contractor (complete only if this is e subcontractor’s repqrt. , 6. Signature and title of authorized representative. Type or Write ,,in Here: EBA Wastechnologies 825 Sonoma Avenue Santa Rosa, CA 95404 Duane Butler 825 Sonoma Avenue, Santa Rosa, CA EBA Wastechnologies 825 Sonoma Avenue, Santa Rosa, CA BY: Nazar Eljumaily TITLE: Managing Director Jun~ 19, 1997DATE: P~rt II--Policy information Attach a statement of your ¢ompany°s policy on e~tual 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 ’ 2/Yes\ No the Proper Answer. Have you |nforme.d company officials and representatives regarding the non- discrimination provisions of City of Palo’Alto C¢~tra~s? Have you examined your company’s practices regarding assignments, layoffs or transfers of your employees ~rom one job to an.other for evidence of a practice or employment gattern that might appear to be discriminatory and based upon ~ex, race, color, ancestry, religion, national origin or disability? Are they no.n=discriminatory? PURCHASING ADMINISTRATION: Affltmative Action SECTION 008~0.~ II.EMPLOYMENT PRACTICES 2.1 ~UAL EMPLOYMENT OPPORTUNITy EBA, in recognition of our responsibility to our employees and to the communities in which we OlXn’ate, reaffirms our equal employment opportunity policy of complying with all federal, state, and local equal employment opportunity/non-discrimination laws. In carrying out this responsibility, we will: re~t, hire and promote for all job classifications on the basis of an individual’s job-related qualifications without regard to race, color, national origin, religion, gender, age, marital or veteran status, political affiliation, sexual preference or orientation, or the presence of a non-job-related medical condition or handicap. base all personnel actions such as compensation, benefits, transfers, return from layoffs, company-sponsored training, social and recreational programs, and terminations upon job- related factors without regard to race, color, national origin, religion, gender, age, marital or veteran status, political affiliation, sexual preference or orientation, or the presence of a non-job-related medical condition or handicap. comply with applicable laws ensuring equal employment opportunities to qualified individuals with a disability; the company will make reasonable accommodations for the known physical or mental limitations of an otherwise qualified individual with a disability who is an applicant or an employee, unless undue hardship would result. Any applicant or employee who requires an accommodation to perform the essential functions of the job should contact the Administrator and request such an accommodation. The individual with the disability should specify what accommodation is needed to perform the job. The company will then.perform an investigation to identify the barriers that make it difficult for the applicant or employee to have an equal opportunity to perform the job. The company will identify possible accommodations, if any, that will help eliminate the limitation. If the accommodation is reasonable and will not impose an undue hardship, the company will make the accommodation. If you believe you have been subjected to any form of unlawful discrimination, provide a written complaint to the Administrator as soon as possible. If the complaint relates to the Administrator or the Administrator’s personnel, you may also provide your complaint to the CEO. Your complaint should be specific and should include the name(s) of the individual(s) involved and the names of any witnesses. The company will immediately undertake an effective, thorough and objective investigation and attempt to resolve the situation. If the company determines that unlawful discrimination has occurred, effective remedial action will be taken and appropriate steps will be taken to deter any future discdrnination. Whatever action is taken it will be made known to you and, EBA will take appropriate action to remedy any loss to you as a result of the discrimination. The company will not retaliate against you for filing a complaint and will not willingly permit retaliation by management employees or your co-workers. PUBLIC UORKS OPS KS OP AFFIRMATIVE ACTION GUIDELINES SECTION 00820 3. Yes No Do you have educational or 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? YeS No Does your employment advertising ~tate you are an e~/ual opportunity employer?. Are any apprentices obtained from sources outside the employer’s work force? If yes, have you circulated information about apprenticeship openings or opportunities to the following. ~,Yes No \Yes No Yes ’, No Yes ~o 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. ’ Who7 Others L _ 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 Polo Alto Contracts? 7,, Yes’ No Have all recruitment sources been advised, that all lualified applicants will receive consideration for employment without regard to sex. race, color, ancestry, religion, national origin, or disability? Identify (names and addresses) the employment agencies, personnel recruitment organizations, newspaper advertising or other non-union sources from which the company recruits its i~ersonnel_ ¯SEE ATT!~CHED :LIST Pert IV--UnionlCrafts Information 1. Yes ’~ Have you a collectk;e bargaining agreement with a labor union or other ¯PURCHASING ADMINISTRATION: Affirmative AcIJOn SECTION Press Democrat P. O. Box 1419 Santa Rosa, CA 95402 San Francisco Newspaper Agency P. O. Box 7269 San Francisco, CA 94120-7269 Los Angeles Times P. O. Box 6018 General Mail Facility Los Angeles, CA 90099-0021 Sonoma State University 1801 East Cotati Avenue Rohnert Park, CA 94928 PUB..IC WCR~S OPS KS OPJ .L~-16-1997 13:26 AFFIRMA,_~~VE ACTION GUIDELINES, 2. Yes No NIA SECTION 00820 organization? If yes, specify the’Union(s) or o~’ganizationls) ~ave yOu"advlse~J the labor ~Jni~n ~nd/or worki~ 0rganiza~ company’s responsibility under the nonodiscr;mination provisions of Cit~" contracts. N/A Approximately what percentage of your employees covered by union agreements are referred by o~’ hired through the unions? Explain procedure for hiring balance ........ 4. Yes No N/A 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? 5. Yes No - N/.A 6. Yes No N/A Is there any labor union or worker’s organization policy which preventa you from fulfilling your obligations under the non-discrimination provisions of City r, ontracts? If so, spe¢ify.~= _ Specify the trade(s) or craft(s) involved in this contract. Use this apace for comment on ~ny 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 PURCHASING ADMINL~TRA’tlON; Affirmative JL~.16-1997 13:L:~ PUBLIC WORKS OPS KS OP AFFIRMATIVE ACTION GUIDELINES SECTION 008: DATE: June 19, 1997 RACIAL. MAKEUP OFREPORTING UNIT Nazar Eljumaily NameofFirm EBA Wastechnologies .$ubmhtedby~ Pr0je~Name=City of Palo Alto Landfill Closure C~ntract # ’-(Indicate only for monthly report. No. 3) Three types of breakdown are required. This form is used for all three. (Check-V’) D -1-Permanent makeup of company. [~’ o2-Estimated makeup for thi~ project. [~] ;3-Monthly report for___.___~_19===_. Submit once per month for duration of project. 1 -- Permanent.2 ,= Estimate for project.3 = Monthly" only. Be sure to include aJ~ empioy"ees in first column, not just minorities. Nos. 1 and 2 below are ’CATEGORIES Category = Manage~men~t _Professionals_ Cierical~lffica Field Super~sor Skilled - List: required to be filled in and submitted with Compliance Total all ’~Emp|oyees _ Female -1.[2 3 Black 112’: 3 Report. American ’ Indian 1 2 ~ 3 a.Env Tech b.CAD Tech c. Unskilled - List: ITotal of Above:19 I0 6 5 The data below should also be included in the categories above, This is for On Job Trainin a.White Collar END OF SECTION PURCHASING ADMINISTRATION: Affirmative Action 3UN-16-1997 13:27 PUELIC WORKS OPS KS OP P.~ CERTIFICATION of NONDISCRIMINATION City of Paio Alto Project: ~of_ Nondiscrlm;nation: As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment with regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they ere in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment; end that they agree to demonstrate positively end aggressively the principle of equal opportunity in employment. The Bidder agrees specifically: 1.0 To establish or observe employment policies which affirmatively promote opportunities for minorlW persons at all job levels. 2.0 To communicate this policy to ell persons concerned, including ell e.mployees, outside recruiting servi~es, especially those serving minority ommunities, and to the minority ~ommunities et large. 3.0 To take affirmative action steps to hire minority employees within the organization. 4.0 To be knowledgeable of the local, state, and federal laws and regulations concerning affirmative action policies and provide opportunities for employees. Firm:EBA WastechnoloEies DATE: June 19, 1997 Title of Officer Signing:Managing Director Signature Please include any additional information available regarding equal opportunity employment programs now in effect within your company. END OF SECTION CITY of PALO ALTO: Non-discrimination (6/94)