HomeMy WebLinkAbout1996-10-15 City Council (27)TO:
City of Pallo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
2
FROM:CITY MANAGER DEPARTMENT: Public Works
AGENDA DATE:
SUBJECT:
October 15, 1996 CMR:420:96
Approval of Consultant Contract with PRA Group for Landfill
Environmental Monitoring and Consulting Services
REQUEST
This is a request for approval of" a consultant contract with PRA Group in the amount of"
$59,990 for Landfill Environmental Monitoring and Consulting Services.
RECOMMENDATIONS
Staffrecommends that Council:
Approve and authorize the Mayor to execute the attached consultant contract with
PRA Group in the amount of $59,990 for Landfill Environmental Monitoring and
Consulting Services.
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the consultant contract with PRA Group, the total value of which
shall not exceed $5,990.
POLICY IMPLICATIONS
The approval of this contract is consistent with existing policies.
EXECUTIVE SffMMARY
Consultant Services Description
The work to be performed under the contract involves performing the routine monitoring,
field sampling, laboratory analyses, and report generation required by the Palo Alto
Landfill’s environmental compliance programs, permits issued for the facility, and
agreements with regulating agencies. The tasks are divided into four compliance areas:
groundwater monitoring, leachate discharge monitoring, landfill gas monitoring, and storm
water monitoring. One additional task, identified as "On-call Services" (providing landfill
related operational problems, contingency reporting, regulatory review and acting as a
liaison, and peer review of submittals), is also included in the scope of services.
.Selection.. Process
CMR:420:96 Page 1 of 2
Staff sent a request for proposals to 39 consulting firms on August 13, 1996. Firms were
given 21 days to respond to the request. A total of 18 firms submitted proposals, 10
responded with the "no bid form," and 11 did not respond.
A selection advisory committee consisting of staff from the Technical Services Section of
the Public Works Operations Division reviewed the proposals. The committee carefully
reviewed each firm’s qualifications and submittals in response to the RFP relative to the
following criteria: specialized experience and qualifications of the consultant in the design
and operation of Class III sanitary landfills including groundwater, leachate, and landfill gas
system design; monitoring; analysis and interpretation; site closure; regulations governing
Class III landfills; and familiarity with regulatory agencies; specialized experience,
qualifications, and credentials of individuals assigned to the project; completeness in
responding to the request for proposals; proposed fees relative to the services provided; and
meeting the requirements of Part III of the request for proposals, contract administration
instructions and forms. The environmental consulting firm PRA Group was selected because
of their cost and their specialized experience and qualifications in the area of ground water,
leachate, landfill gas, and storm water monitoring programs and systems.
FISCAL IMPACT
Funds for this project are included in the FY 1996/1997 budget.
ENVIRONMENTAL ASSESSMENT
These services do not constitute a project for the purposes of the California Environmental
Quality Act.
CONFLICT OF, INTEREST
Sta~ with the concurrence of the City Attorney, has determined that the consultant is exempt
from complying with the financial disclosure provisions of the City’s conflict of interest
code, because the consultant’s range of duties and services to be provided under the contract
are limited in scope or are primarily ministerial in nature.
ATTACHMENT
Agreement
PREPARED BY: Sean Kennedy, Envir_o~71 Specpli~../
DEPARTMENT HEAD REVIEW:/’¢~.3t-..- ,,~!. ~
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:B _9 NAR
A~sistant Cqty Manager
CMR:420:96 Page 2 of 2
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
THE PRA GROUP, INC.
FOR LANDFILL ENVIRONMENTAL MONITORING
AND 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
THE PRA GROUP, INC., a California corporation, located at 2495
Industrial Parkway West, Hayward, CA 94545 ("CONTRACTOR").
RECITALS:
WHEREAS, CITY desires certain professional services
("Services"), as more fully described in Exhibit "A"; and
WHEREAS, CITY desires to engage CONTRACTOR, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing such Services, and
CONTRACTOR has offered to provide the Services on the terms and in
the manner set forth herein;
NOW, THEREFORE, in 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. The obligation of CONTRACTOR to perform the
Services will commence in accordance with the time schedule set
forth in Exhibit "~’. Time is of the essence of this Contract. In
the event that the Services are not completed within the specified
time schedule on account of CONTRACTOR’s defaul~, CITY’s city
manager will have the option of extending the time schedule for any
period of time. This provision will not preclude the recovery of
damages for delay caused by CONTRACTOR.
1.2 The initial term of this Contract is twelve (12)
months. However, CITY reserves the right to cancel or modify the
Contract according to any changes or deletions in regulatory agency
requirements for CONTRACTOR’s services. CITY may renew this
Contract with CONTRACTOR on an annual basis for up to two (2)
additional years following the first year of the Contract. The
renewal of the Contract is subject to whether CONTRACTOR’s
performance under the Contract is satisfactory to CITY and whether
the Palo Alto City Counci! allocates funding for the Contract for
each of the subsequent two (2) years of the term. CITY shall
notify CONTRACTOR of its intent to renew no later than September 1
of each year, beginning with September i, 1997. Prior to the
renewal of this Agreement, CITY and CONTRACTOR shall negotiate a
96102 syn 0071051
CONTRACTOR for its services under the renewed Contract. If no
agreement can be reached on an acceptable escalation factor, the
Contract shall not be renewed.
SECTION 2.
CONTRACTOR
QUALIFICATIONS,STATUS~AND DUTIES OF
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services. CONTRACTOR further represents and warrants
that the project director and every individual charged with the
performance of the Services under this Contract are duly licensed
or certified by the State of California, to the extent such
licensing or certification is required by law to perform the
Services.
2.2 In reliance on the representation and warranty set
forth in Section 2.1, CITY hires CONTP~ACTOR to perform, and
CONTRACTOR covenants and agrees that it will furnish or cause to be
furnished, the Services.
2.3 CONTRACTOR will assign IRVING D. AFFELDT as the
project director to have supervisory responsibility for the
performance, progress, and execution of the Services. If
circumstances or conditions subsequent to the execution of this
Contract cause the substitution of the project director for any
reason, the appointment of a substitute project director will be
subject to the prior written approval of the project manager.
2.4 CONTRACTOR represents and warrants that it will:
2.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution Of the Services;
2.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract, any materials used in CONTRACTOR’s
performance under this Contract, or the performance of the
Services;
2.4.3 At all times observe and comply with, and cause
its employees and contractors ~(and consultants), if any, who are
assigned to the performance of this Contract to observe and comply
with, the laws, ordinances, regulations, orders and decrees
mentioned above; and
2.4.4 Will report immediately to the project manager,
in.writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to any plans, drawings, specifications or provisions of
this Contract.
96101 s?’n 0071051
2
2.5 Any reports, information, data or other material
given to, or prepared or assembled by, CONTRACTOR or its
contractors, if any, under this Contract will become the property
of CITY and will not be made available to any individual or
organization by CONTRACTOR or its contractors, if any, without the
prior written approval of the city manager.
2.6 CONTRACTOR will provide CITY with the number of
copies of each report as specified in Exhibit A, if any, which may
be required under this Contract, upon completion and acceptance of
each report by CITY.
2.7 If CITY requests additional copies of reports,
drawings, specifications or any other material which CONTRACTOR is
required to furnish in limited quantities in the performance of
the Services, CONTRACTOR will provide such additional copies and
CITY will compensate~CONTRACTOR for its duplication costs.
2.8 CONTRACTOR will be responsible for employing or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised by CONTRACTOR, which wil! be responsible for their
performance. If any employee or contractor of CONTRACTOR fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or contractor will be discharged immediately from further
performance under this Contract on demand of the project manager.
2.9 Unless otherwise indicated, CONTRACTOR shall perform
each task and accomplish each objective described in Exhibit
CONTRACTOR’s Basic Services shall be furnished as described in
Exhibit "A", Section I.
2.10 CONTRACTOR shall perform or obtain any and all of
the following additional services, not included under Basic
Services, if so authorized in writing by CITY, and shall be paid as
provided in Section 4 of this CONTRACT:
2.10.1 Providing services as an expert witness in
connection with any public hearing, arbitration proceeding, or
proceeding of a court of record.
2.10.2 Incurring travel and. subsistence expenses
for CONTRACTOR and his staff beyond those normally required under
Basic Services.
2.10.3 Performing any other services that may be
agreed upon by the parties subsequent to the execution of this
CONTRACT.
2.10.4
Exhibit "A", Section II.
Such additional services as defined in
3
_96 ~02 syn 007 ] 051
SECTION 3. DUTIES OF CITY
3.1 CITY will furnish or cause to be furnished the
specified services set forth in Exhibit "A" and such other
information regarding its requirements as may be reasonably
requested by CONTRACTOR.
3.2 The city manager will represent CITY for all
purposes under this Contract. CHAD CENTOLA is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Services,
and will be assisted by SEAN KENNEDY, the Project Coordinator.
3.3 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY will use reasonable
efforts to give written notice thereof to CONTRACTOR in a tfmely
manner.
SECTION 4 COMPENSATION
4.1 In consideration of the full performance of the
Services byCONTRACTOR, CITY will pay CONTRACTOR a total sum not
to exceed fifty-nine thousand, nine hundred ninety dollars
($59,990.00) for the first year of the term of this Contract,
payable within thirty (30) days of submission by CONTRACTOR of its
itemized billings, in triplicate, in accordance with the following
fee schedule set forth in Exhibit "B".
SECTION 5. AUDITS
5.1 CONTRACTOR will permit CITY to audit, at any
reasonable time during the term of this Contract and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees to maintain
and retain such records for at least three (3) years after the
expiration or earlier termination of this Contract.
SECTION 6. INDEMNITY
6.1 CONTRACTOR agrees to protect, indemnify, defend 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 CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in the
performance of or failure to perform its obligations under this
Contract.
SECTION 7.WAIVERS
7.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract, or of the provisions of any ordinance or law, will not be
96101 s.~a 0071051
4
deemed to be a waiver of any other term,
provisions, ordinance or law, or of any
violation of the same or of any other term,
covenant,
subsequent
covenant,
condition,
breach or
condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any term, covenant, condition or provision of
this Contract or of any applicable law or ordinance.
7.2 No payment, partial payment, acceptance, or partial
acceptance by CITY wil! operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 8.INSURANCE
8.1 CONTRACTOR, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and professional liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under this Contract.
8.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Ratinq Guide ratings of
A:X or higher which are admitted to transact insurance business in
the State of California. ~Iny and all contractors of CONTRACTOR
retained to perform Services under this Contract wil! obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
8.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
CITY’s city clerk thirty (30) days’ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’s liability
~hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONTRACTOR will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
96101 syn 0071051
SECTION 9.WORKERS’ COMPENSATION
9.1 CONTRACTOR, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Services.
SERVICES
SECTION !0. TERMINATION OR SUSPENSION OF CONTRACT OR
I0.I The city manager may suspend the performance of the
Services, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR
will immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of the Services to be performed.
10.3 Upon such suspension or termination by CITY,
CONTRACTOR will be paid for the Services actually rendered to CITY
on or before the effective date of suspension or termination;
provided, however, if this Contract is suspended or terminated on
account of a default by CONTRACTOR, CITY will be obligated to
compensate CONTRACTOR only for that portion of the Services which
are of direct and immediate benefit to CITY,. as such determination
may be made by the city manager acting in the reasonable exercise
of her discretion.
10.4 Upon such suspension or termination, CONTRACTOR will
deliver to the city manager immediately any and .all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any, or given to CONTRACTOR or its contractors, if any, in
connection with this Contract. Such materials will become the
property of CITY.
10.5 The failure of CITY to agree~ with CONTRACTOR’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONTRACTOR to fulfill its obligations under this Contract.
SECTION Ii.ASSIGNMENT
ii.i This Contract is for the personal services of
CONTRACTOR, therefore, CONTRACTOR will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
96101 syn 0071051
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment wil! not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of the city manager will be
void and, at the option of the city manager, this Contract may be
terminated. This Contract will not be assignable by operation of
law.
SECTION 12.NOTICES
12.1 All notices hereunder will be given in writing and
mailed, 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 CONTRACTOR: Attention of the project director
at the address of CONTRACTOR recited above
SECTION 13. CONFLICT OF INTEREST
13.1 In accepting this Contract, CONTRACTOR covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services.
13.2 CONTRACTOR further covenants that, in the
performance of this Contract, it will not employ any contractor or
person having such an interest. CONTRACTOR certifies that no
person who has or will have any financial interest under this
Contract is an officer or employee of CITY; this provision will be
interpreted in accordance with the applicable provisions of the
Palo Alto Municipal Code and the Government Code of the State of
California.
SECTION 14.NONDISCRIMINATION
14.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of any person under
this Contract because of the age, race, co!or, national origin,
ancestry, religion, disability, sexual preference or gender of that
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONTRACTOR agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
96101 ~’n 0071051
7
14.2 CONTRACTOR agrees that each contract for services
with an independent provider will contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; that [Name of
Provider] will pursue an affirmative course of
action as required by the Affirmative Action
Guidelines of the City of Palo Alto; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
14.3 If CONTRACTOR 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 acts of
discrimination, as damages for breac~ 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.
14.4 If CONTRACTOR is in default of the nondiscrimination
provisions of this Contract or the Affirmative Action Guidelines
pertaining to this Contract, CONTRACTOR will be found in material
breach of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
from the amount payable to CONTRACTOR the sum of two hundred fifty
dollars ($250) for each calendar day during which CONTRACTOR is not
in compliance with this provision as damages for breach of
contract, or both.
SECTION 15.MISCELLANEOUS PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements of the Americans with Disabilities
Act of 1990, and the Government Code and the Health and Safety Code
of the State of California, relating to access to public buildings
and accommodations for disabled persons, and relating to facilities
for disabled persons. CONTRACTOR will comply with or ensure by its
advice that compliance with such provisions will be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
96101 syn 0071051
8
15.3 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force an~ effect.
15.9 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
15.10 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without.any penalty (a) at the
end of any fiscal year in the event that funds~are not appropriated
for the following fiscal year, or (b) at any time within a fisca!
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 15.11 shall take precedence in the event
of a conflict with any other covenant, term, condition, or
provision of this Contract.
96101 syn 0071051
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Mayor
Senior Asst. City Attorney
APPROVED:
THE INC
Assistant City Manager
Director of Public Works
By:
Its:
Taxpayer’s I.D. No.94-3073907
Deputy CityManager,
Administrative Services
Risk Manager
Attachments:
EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C" :
EXHIBIT "D" :
SCOPE OF SERVICES AND TIME SCHEDULE
FEE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
96101 s}m 0071051
10
CERTIFICATE OF ACKNOWLEDGEMENT
(Civil Code ~ 1189)
~ALIFO~TIASTATE OF
COUNTY OF ~
)) ss.
)
On OCT. 4th ,1996, before me,SANDINUNE, NOTARY~C
a Notary Public in and for said County and State, personally
appeared IRVING D. AFgm~TIII , personally known to me
or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) ~are subscribed to the within instrument
and acknowledged to me that ~_~/she/they executed the same in
~her/their authorized capacity(ies), and that by,her/their
slg-- nature(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.
Signature of Notary Public
Ii
96101 syn 0071051
EXHIBIT A
SCOPE OF SERVICES
AND
TIME SCHEDULE
EXHIBIT A - SCOPE OF SERVICES AND TIME SCHEDULE Page 1 of 7
PALO ALTO LANDFILL ENVIRONMENTAL MONITORING
AND CONSULTING SERVICES
SECTION 1 BASIC SERVICES
Task 1 - Quarterly Groundwater Monitoring and Semi-Annual Reporting
Under this task, the Contractor shall, in accordance with the Self-Monitoring Program
specified in Regional Water Quality Control Board (RWQCB) Order No. 88-038 (which is
incorporated by reference into this contract) and RWQCB Order No. 93-113 (which¯ is
incorporated by reference into this contract) and this Scope of Services, provide the services
outlined below:
Document and perform quarterly groundwater sampling and analysis.
Document and perform field analysis and measurements.
Prepare and maintain all required records, and develop and perform all Quality
Assurance/Quality Control prgcedures.
Prepare the Semi-Annual Self-Monitoring Reports as required by Order No. 93-
113, Sections 13(5)(1) and 13(5)(4). The Semi-Annual Self-Monitoring Reports
shall include an evaluation of the results by the statistical method that the Palo
¯ Alto has developed for its groundwater monitoring program, the intra-well
tolerance limit method for each well and each monitoring parameter, to
determine if a release has occurred as required by Order No 93-113.
Calculate the intra-well tolerance limits for each monitoring parameter in
accordance with the method described in the document entitled A Statistical
Analysis of Detection Monitoring Data From the Palo Alto Landfill (EMCON
Associates June, 1992) (which is incorporated-by reference into this contract),
for two (2) groundwater monitoring wells tocated at the Palo Alto Landfill
designated as groundwater monitoring wells G-19 and G-20.
Conduct an evaluation of the intra-wdl tolerance limits for each well and each
monitoring parameter each year or when the RWQCB requires. The intra-well
tolerance limits shall be calculated according to the method described in the A
Statistical Analysis of Detection Monitoring Data From the Palo Alto Landfill
(EMCON Associates June, 1992) of this Exhibit. If there is a change in the
intra-we11 tolerance limit for that particular well and parameter, the tolerance
limit shall be updated.
EXHIBIT A - SCOPE OF SERVICES AND TIME SCHEDULE Page 2 of 7
Provide all equipment for sampling operations, including compressors and
controllers, labor, tools, materials, incidentals and services necessary for
performing groundwater monitoring, sampling, analysis, statistical analyses,
report preparation, and record maintenance.
The City will perform the following on-site observations and provide the information to the
Contractor for inclusion in each Semi-Annual Self-Monitoring Report:
On-site V-station Monitoring (Order 88-038, Part A, Section F.I.f, Part B,
Section 1.B).
On-site P-station Monitoring (Order 88-038, Part A, Section F.I.f, Part B,
Section 1.B).
Leachate elevation level monitoring (order 88-038, Part A, Section F.I.g, and
Part B, Section 1.A).
Aerial Photomap showing limits of fill and observation and monitoring station
locations (Order 88~038, Part A, Section F.I.C).
Waste Disposal Summary (Order 88-038, Part A, Section F.I.g, and Part B,
Section 1.A).
Task 2 - Quarterly, Semi-Annual, Annoal Leachal;e Monitoring
Under this task, the Contractor shall, in accordance with the Palo Alto Regional Water Quality
Control Plant (PARWQCP) Industrial Wastewater Discharge Permit #96106 (which is
incorporated by reference into this contract), provide the services outlined below:
Document and perform quarterly, semi-annual, and annual leachate sampling
and analysis as specified in Permit #96106.
Document and perform field analysis and measurements.
¯Develop and perform all Quality Assurance/Quality Control procedures.
Prepare and submit quarterly summary of monitoring activities and analytical
results for each quarter.
Provide all equipment, labor, tools, materials, incidentals and services necessary
for performing leachate monitoring and sampling and analysis.
EXHIBIT A - SCOPE OF SERVICES AND TIME SCHEDULE Page 3 of 7
The City will perform monitoring and record keeping in connection with Task 2 as follows:
¯Continuous pH monitoring.
Daily flow measuring.
Compile the Semi-Annual Periodic Report of Continued Compliance (PRCC).
Task 3 - Monthly and Quarterly Landfill Gas Monitoring
Under this task, the Contractor shall, in accordance with this Scope of Services, provide the
services outlined below.
Document and perform quarterly sampling and analysis of landfill gas at the
landfill gas flare and three (3) gas monitoring probes located at the Palo Alto
Landfill designated as gas probes MW-1, MW-2, and MW-3, for volatile
organic compound concentrations using EPA Method TO-14.
Document and perform monthly monitoring of soil gas pressure and methane
percent by volume in four (4) gas monitoring probes located at the Palo Alto
Landfill designated as gas probes MW-1, MW-2, MW-3, and MG-3B.
Atmospheric barometric pressure at the time of monitoring shall also be
recorded.
Document and perform monthly monitoring of methane gas percent by volume
concentrations and percent Lower Explosive Limit (LEL) in ten (10) structures
located at the Palo Alto Landfill.
¯Document and perform field analysis and measurements.
¯Develop and perform all Quality Assurance/Quality Control procedures.
Prepare Quarterly Landfill Gas Monitoring Reports. The Landfill Gas
Monitoring reports shall at a minimum, describe each monitoring activity,
discuss monitoring results and any recommendations for the design changes or
modifications to the monitoring program or any on-site structures to prevent
landfill gas buildup.
Provide all equipment, labor, tools, materials, incidentals and services necessary
for performing landfill gas monitoring, sampling, analysis, and report
preparation.
EXHIBIT A - SCOPE OF SERVICES AND TIME SCHEDULE Page 4 of 7
Task 4 - Storm Water Monitoring
Under this task, the Contractor shall, in accordance with the Santa Clara County NPDES
General Storm Water Discharge Permit, Order No.92-016 (which is incorporated by reference
into this contract), and the Palo Alto Storm Water Monitoring Program (which is incorporated
by reference into this contract), provide the services outlined below:
Provide sample containers, sample chain-of-custody forms, sample field data
sheets, and coordinate and provide transmittal of storm water samples to the
laboratory.
¯Develop and perform all Quality Assurance/Quality Control procedures.
Prepare a Storm Water Discharge Analytical Results Report summarizing the
results of the storm water monitoring, sampling, and analysis activities
performed including Quality Assurance/Quality Control procedures.
Provide all equipment, labor, tools, materials, incidentals and services necessary
for performing storm water monitoring, sampling, analysis, and summary report
preparation.
The City will perform the following on-site observations/inspections and compile the Storm
Water Discharge Annual Report in connection with Task 4 as follows:
¯Conduct annual storm water sampling.
Conduct wet and dry season visual observations, including estimates of flow
measurements, and annual inspections and certifications (Order 92-016, Section
B, Part 5.a, b, and c).
Compile Storm Water Discharge Monitoring Annual Report (Order 92-016,
Section B, Part 16).
Task 5 - Annual Groundwater Monitorin~
Under this task, the Contractor shall prepare the Annual Self-Monitoring Report required by
Order Nos. 88-038 and 93-113, Sections 13(b)(2) and 13(b)(4).The Contractor shall provide
incidentals and services necessary for report preparation and record maintenance as required by
Order No. 93-113, Section !3(b)(2).
Task 6 - Constituents of Concern (COC~ Monitorin~
Under this task, the Contractor shall conduct sampling for Constituents of Concern (COC) as
EXHIBIT A - SCOPE OF SERVICES AND TIME SCHEDULE Page 5 of 7
required by Order No. 93-113, Sections 10, 13Co)(3), and 13(b)(4). The Contractor shall
provide all equipment for sampling operations, including compressors and controllers, labor,
tools, materials, incidentals and services necessary for performing groundwater monitoring,
sampling, analysis, statistical analyses, report preparation, and record maintenance. Report
content shall at a minimum meet the requirements specified in Order No. 93-113, Section
13(b)(4).
SECTION II ADDITIONAL SERVICES
The Contractor shall provide on-call consulting assistance for Landfill related operational
problems, contingency reporting, regulatory review, acting as a regulatory liaison, and peer
review of reports prepared by the City or its consultants performing work at the Landfill. Any
additional services required by the City shall be subject to further negotiations between the
City and the Contractor and shall require written approval by the City.
SECTION HI INFORMATION TO BE PROVIDED BY THE CITY
The City will provide to the Contractor copies of all permits and other documents incorporated
by reference into this contract and copies of all readily available reports, data, and information
in connection with the Contractor’s Scope of Work. Available reports include, but are not
limited to, current monitoring program reports, geotechnical investigations, Solid Waste
Assessment Test (SWAT) reports, and prior monitoring records.
SECTION IV PERFORMANCE SCHEDULE
The Contractor shall complete work in accordance with the schedule set forth below:
Task 1 - Groundwater Monitorin~
The Contractor shall submit six (6) copies of each Semi-Annual Groundwater Monitoring
Report to the City of Palo Alto Public Works Operations Division by the fifteenth (15) day of
the month following each six month reporting cycle. In the event of delays by the City in
submitting the portions of the report that the City is responsible for repairing (P/V station
monitoring, leachate levels, etc.), the submittal date will be adjusted accordingly. The six
month reporting cycles are defined as follows:
Winter/Spring - October 1 to March 31
Summer/Fall - April 1 to September 30
The first reporting quarter under the agreement shall cover the quarter from October 1, 1996
EXHIBIT A - SCOPE OF SERVICES AND TIME SCHEDULE ......Page 6 of 7
to March 31, 1997.
After submittal, the City will promptly review the reports for completeness and accuracy. In
the event of errors or omissions, the Contractor shall promptly make the necessary corrections
and provide six corrected copies of the reports with enough lead time to allow the City to
review the corrections and submit the reports by one month following the end of their
respective reporting period.
Task 2 - Leachate Monitoring
The Contractor shall submit six (6) copies of each Quarterly Leachate Monitoring Summary to
the City of Palo Alto Public Works Operations Division by the seventh (7) day of the month
following each calendar quarter. The first quarterly summary under the agreement shall cover
the quarter from October 1, 1996 to December 31, 1996. Calendar quarters are defined as
follows:
1st Quarter - January 1 to March 31
2nd Quarter - April 1 to June 30
3rd Quarter - July 1 to September 30
4th Quarter - October 1 to December 31
After submittal, the City will promptly review the reports for completeness and accuracy. In
the event of errors or omissions, the Contractor shall promptly make the necessary corrections
and provide six corrected copies of the reports with enough lead time to allow the City to
review the corrections and submit the report by the fifteenth day of the month following each
calendar quarter.
Task 3 - Landfill Gas Monitoring
The Contractor shall submit five (5) copies of each Landfill Gas Monitoring Report to the City
of Palo Public Works Operations Division by the fifteenth (15) day of the month following
each calendar quarter. Calendar quarters are defined as follows:
1 st Quarter - January 1 to March 31
2nd Quarter - April 1 to June 30
3rd Quarter - July 1 to September 30
4th Quarter - October 1 to December 31
The first reporting quarter under the agreement shall cover the quarter from October 1, 1996
to December 31, 1996.
EXHIBIT A - SCOPE OF SERVICES AND TIME SCHEDULE Page 7 of 7
After submittal, the City will promptly review the reports for completeness and accuracy. In
the event of errors or omissions, the Contractor shall promptly make the necessary corrections
and provide six corrected copies of the reports with enough lead time to allow the City to
review the corrections and submit the report by the last day of the month following each
calendar quarter.
Task 4 - Storm Water Monitoring
The Contractor shall submit one (1) copy of each Storm Water Discharge Analytical Results
Report to the City of Palo Alto Public Works Operations Division within three weeks after
storm water sampling event has taken place during the wet season. In addition, all results shall
be submitted with enough lead time to allow the City to review the results and submit the
report by the July 1 annual report submittal date.
Task 5 - Annual Groundwater Monitoring
The Contractor shall submit six (6) copies of each Groundwater Monitoring Annual Report to
the City of Palo Alto Public Works Operations Division by the fifteenth (15) day of April of
each year. The first reporting year shall cover the period of April 1, 1996 through March 31,
1997. The Contractor may combine the Annual Report with t_he Semi-Annual Monitoring
Report as a single document.
After submittal, the City will promptly review the reports for completeness and accuracy. In
the event of errors or omissions, the Contractor shall promptly make the necessary corrections
and provide six corrected copies of the reports with enough lead time to allow the City to
review the corrections and submit the reports by April 30 of each year.
Task 6 - Con_~ituents of Concern (COC) Report
The Contractor shall submit six (6) copies of each Constituents of Concern (COC) Report to
the City of Palo Alto Public Works Operations Division on a schedule to be determined. The
Contractor may combine the COC report with the Semi-Annual Monitoring Report as a single
document.
EXHIBIT B
FEE SCHEDULE
EXHIBIT B - FEE SCHEDULE
The following fees include all labor, materials, tools, equipment, laboratory services,
reproduction and incidentals necessary for completing each task identified below and detailed
in Exhibit A of this contract.
Task 1 - Quarterly Groundwater Monitoring and Semi-Annual Reporting
a.Quarterly Groundwater Sampling Fee
b.Quarterly Groundwater Analytical Fee
c.Semi-Annual Groundwater Monitoring Report Preparation Fee
$ 1,540.00
$ 1,852.50
$ 1,660.00
Task 2 - Quarterly, Semi-Annual and Annual Leachate Monitoring
a.Quarterly Leachate Sampling Fee
b.Annual Leachate Analytical Fee
c.Quarterly Leachate Monitoring Report Preparation Fee
$ 550.00
$ 710.00
$ 220.00
Task 3 - Monthly and Quarterly Landfill Gas Monitoring
a.Quarterly Landfill Gas Sampling Fee
b.Monthly Landfill Gas Monitoring Fee
c.Annual Landfill Gas Analytical Fee
d.Quarterly Landfill Gas Monitoring Report Preparation Fee
$ 385.00
$ 330.00
$ 4,800.00
$ 330.00
Task 4 - Stormwater Monitoring
a.Annual Stormwater Analytical Fee
b.Annual Stormwater Monitoring Report Preparation Fee
$ 630.00
$ 440.00
Task 5 - Annual Groundwater Monitoring
a. Annual Groundwater Monitoring Report Preparation Fee $1,000.00
Task 6 - Constituents of Concern Monitoring
a.Constituents of Concern Analytical Fee
b.Constituents of Concern Report Preparation Fee
$ 9,620.00
$1,000.00
SEP !8 ’96 81:34=M COMSULT!MG SERVICES
STA_N~I)ARD FEE SCHEDULE
January 1 through December 31, ]996
,=.2
PERSONNEL IlO UR.LY RA, TES
Senior Principal .....................................................................$130.00
Principal .......................................................................120.00
A.c,~~ciate Engineer/Geologist ............................................................95.00
Senior Project Engineer/Geoiofcst .........................................................90.0(I
Proiect Er%,’Lueer/Geologist ..............................................................85.00
Senior Staff E%,ineer/Geol~,~M ............................" ..............................80.00
S~ff Engineer/Geolo,gi,,t ...............................................................75.00
En~ine~rin~ A.,~sista nt ..................................................................
Chief Tc<hnic~an° . ..................................................................70.00
Senior Technician" . ....................................................................~0.00
Technician" . ........................................................................50.00
Support T~chnician ....................................................................35.00
Senior Drabber/Designer ................................................................BS.00
Drafter~ ............................................................................55.00
Technical Supp~,rt/Reproduction~ ........................................................45.00
~×p~rt Witness/Lea;a] S~rvices ..........................................................On R~quast
Travel Time .........................................................5tnndard Hourly Rate (Portal to Portal)
"A 2-hour minimum charge: will be mack. for a|l 5e]d .~ervic&~. Additional time wil! be cha~cd in 2-hour increments. Tune
worked on weekends, h~’~liday.~, ur more than 8 h~ur~ per day ~t the request ~f the client or the client’s representative will be
invoiced at "L5 times the hourly rate.~ listed abuvc.
ADDITIONAL OFFICE SERVICES
Computer (CAD, [3CA. Engineering Analysis) .............................................
Reprod ucticm ........................................................................
Plottin~ Se~ic~
Vellum ...................................................... " ....................
_Myl~ .. ~ ........................................................................
Bluep~t/Sep~ ...................................................................
~ae¢im~le ............................................................................
Vid~ Cam~ ......................................................................
~PECI-4L SERVICES
Materials, Coru~ultant~, Outside Laberatc~ry Testing .............................................
Special field testing will be inw,iced at personnel rates and ¢o.~t of special equipment plus 15%
DRILLING AND SAMPLING
Soil Drilling and Rock Coring (4 huur mL,’dmum) ..............................................
Drilling and Sampling Supplies, Subcontract Services,
Outside Equipment Rental ...........................................................
Nuclear Gauge (Minimurn 2-hour increments) ..............................¯ . ................
Photoioniz.ation Detector (Minimum 2-hour increment.~) ........................................
Brass Liner:,/C.aps (Environmental) ........................................................
Open Double-Ring infiltrometer"~* .........................................................
Sealed Double-Ring l, rffihrometer*" ........................................................
BAT Permeameter .....................................................................
**Exclud~..~ in..~tattation and monitoring.
VEHICLE CH.KRGES
Vehicle 2x4 (Minimmn 2-hour increments) ..................................................
Vehicle 4x4 (Minimum 2-hour in~r~rnents) ..................................................
Mil~ag~ .............................................................................
Mobile Lab/Samplin8 van (with equipm~:~t) ........................................... " .....
$]5.00/hour
SOlO/page
$2.60/sq ft
$2.70/sq ft
$5.70/sq ft
$0.30/sq ft
$1.25/paSe
SS.00/hour
Cost Plus 15%
On Request
Co,st Plus 15%
$5.00/hour
$5.00/hour
$8.00/each
$125.00/day
$1$O.O0/day
$100.O0/day
$5.00/haur
$10.00/hour
$0.,’lS/mile
$200.00/day
Page 1 of 3
WATER ~UA.LITY ~P~G EQUIPME~
Pre~su~ T~n~ducer and ~s ~ger ..............................................
Additional Tm ~ucer~ .............................................................
Bladder Pump with Nitrogen Tank ........................................................
Gas Operst~ Well Pur~ng Equipment .................................................
Hand Pump .......................................................................
Well S,~un~er ......................................................................
Ba~ler ...............................................................................
pH, Temperature and Co~uct~v~ty Meter ..................................................
Health and 5afeD’ ~[pment ...........................................................
Sp~l ~quipment, including Sampling Cont~ine~,
Tubin~ Pumps, etc .................................................................
$150.00/day
25.00/day
40.00/day
50.00/day
30.00/day
20.00/day
20.00/day
20.00/day
On Reque~t
Cost Plus 15%
I.~KBO RATORY TESTS
SPECIAL SAMPLE PREPARATION .................................................Sm.dard Pen~ormel Rat~
SOIL AND AGGREGATE
Sieve Analysis to No. 200 Sieve ..........................................ASTM D 422 100.00
Siev~: Amfly.~is, Wash (% Finer Than No. 2(10 sieve only) ........................ASTM D 1140 50.00
Hydrometer Analysis ....................................................ASTM D 422 100.00
Special Bulk Rate Hyd_rometer Analysis ......................................ASTM D 422 70.00
Combined An,-dysis, (Sieve and Hydrometer) ..................................ASTM D 422 165.00
Moisture Determination and Unit Weight ....................................A~TM D 2216 30.00
Moistur~ Content Only ..................................................ASTM D 2216 20.00
Plasticity Ind,× ~,f Soils ..................................................ASTM D 4318 100.00
Liquid Limit ...........................................................ASTM D 4~’18 75.00
Shrinkage Factors ........................................................ASTM D 427 60.00
Org,~ Content ........................................................ASTM D 2974 S0.0O
S~nd Equivalent ......................: .................................ASTM D 2419 75.00
Specific Gravity .........................................................ASTM D 854 65.00
Log Tube Sample .......................................................ASTM D 2488 10.00
Resistivity of Soil (Laboratory M_e~,~ur~m~nt) .................................CAL 52,2 or 643 80.00
pH (Laboratory Measurement) .......................................................40.00
Soil Soluble Sulphate, Cl~mical Analy.~is ...............................................80.00
STRENGTH TESTS
Unconfined Compression
(includes Moisture Content and Unit Weight) ........................." ........ASTM D 2166
Tfiaxial Compre~siun Test:
Un,’onsolidated--Undrained, Quick T~st ......................................ASTM D 2850
Unconsolidated-Undrained (back pressure ,~a~rated) .....................................
Con.~olidat~d-Undramed ................................................ASTM D 4767
Consolidated--Drained ..............................................................
Direct Shear Test:
Unconsolidated--Undrained, Quick Test ......................................ASTM D 3080
Consolidated-Drained .: ............................................................
Co nsolid,’~t~d- Drained, Ra, idual .....................................:. ................
T~rrvane $hear "Test ....................................................................
Pocket Pen~trometer Te.~t ...............................................................
$75.00
lO0.O0/poLnt
180.O0/point
200.O0/point
On Request
70.00/point
I00.00/point
lS0.00/point
15.00
lO.O0
CONSOLIDATION/EXPANSION TESTS
One Dimension Con,~NiSation
(with ~4 losd ia~¢rements and 2 ~ime rotes) .....................................ASTM D 2435
Constant Rate uf Strain Consolidation with Time Rate ..............................ASTM D 4]86
Consolidation Per Load increment ,.,r Per Time Rnte .........................................
Swell or Settlement Potential ..................................................ASTM D 4546
M¢.thnd A, Multi-Load ...... . ........................................................
Method B. Single Load ..............................................................
FEGSCHED.95
$580.00/test
4~0.00/test
70.00
200.00
120.00
Page 2 of 3
200.00Method C, Constant Vniume, SwdJ Pre,~sure ............................................
Percent Fr~e Swell ....................................................................50.00
Expansion Index ..................................................ASTM D 4829/UBC 2%2 120.00
MOISTURE DENSITY RELATION TESTS
Comp~ction Curves
Standard M~.~thnd A, Add $25 h~r Methods B, C, ~ D ...........................~TM D 6~ S~20.00
Modified Metho~ ~, Add ~25
Ch~k Pumt .....................................................ASTM D 698, D ~57 70.00
Ca~fornin Impact ........................................................CAL 216 1~.0~
Re.~istance Value ~R-Value) ...................................................~4 D 28~1~.00
HYDRAULIC CONDUCTIVITY
Rigid Wall Permeability ................................................................$250.00
Tria.,vgal Permeability ........................................................ASTM D 5084,380.00
CONCRETE
Concrete Mix De,4gn Review . ...........................................................$140.00
Laboratt~ry Trial Batch,, Including Compression Testing of S~x Spedmens ...........................380.00
Concrete Cylinder Cured and/or Compres~im~ Tested ....................................C 39 20.00
Umt Weight of Concrete Cylmder~ ................... .................................C 13S 35.00
Air Content of ~r~..’shly Mixed Concrete ................................................C 231 20.00
Compression Test, Gunite ......................................................." ........
Cylinder Molds .......................................................................2.00
Moisture Vapor Transrrfission Test ........................................................48.00
Unit Wei ,g),,t of Lightweight Concrete .................................................C 567 50.00
MASONRY
Gn3ut or Mortar Specimen
Cured and/or Cr~mpression Tested ........................C ~79, C 1019, C 780, C 942, C 109$20.00
Compression Test, Masonry Units ...................................................C 14{1 55.00
Absorption and Received Moi’~ture, Masonry Unit,~ ......................................C 140 S0.00
Grout or Mortar Mold ..................................................................2.00
ASPI-IALT
CentriY’uge Kerosene Equivalent ...................................................CAL,-303 $150.00
Extraction, % Bitumen ............................................D 1856, D 2172, or CAI.,-310 100.00
Film Stripping ..................................................................CAb302 75.00
Urdr Weight of Asphalt C.~re or C_x3mpacted Sample ....................................D 2726 40.00
Moisture Content (Xylene Reflux Method) ............................................D 1461 150.00
Maximum Theoretical Sp~cifid Gravity (Rice Method) ....................................D 2041 80.00
NOTES
1.Sample pickup and delivery will be charged at a support technician’s t~ourly rate portal to porta!.
2.Rush laboratory tests are subject tn a S0 percent surckarge.
3.All samples will be di,~cardc, d after 20 days unless prior ~rrangements are n’~nde.
4.Cont.aminated samples will be returned tu the client for proper storage r,r disposal.
CONDITIONS
1. A.1[ fc’~s ,’,txci ot~.xer cb,ar~e.,, will ~ billed =’u~nthly or upon completio, ~,~ ~=rvi~..e.-, wltid~ev~r ia sooner, and shall be due at
the time of billing unless otherwise spaeified in the Prupusal, C~.ntraet or Agreement.
2.A finance charge of l-1/2%, per month will be applic, d to, any unpaid balance commencing thirty (30) days after the date of
the ongirml billing.
3.Client sl~alJ be responsible for any legal or collection expen,~s neces~ry to obtaL~ payment for billed .~r~iees.
4.Charges fi.~r work on continuing proiects will be based c,r~ a new Standard Fee Schedule effective January 1st of ~ch year
Page 3 of 3
EXHIBIT C
INSURANCE CERTIFICATES
CERTIFICATE OF iNSURA~CE
MZCOR INSUR3%NCE BROKERS, INC.THI~ C~TIFICATE IS ~SU~D
RXTE.~D OR ALTER THE COV~AG~ APFORD~D BY
...........................................................................
P££~OD I~DICATED, NOTW~TMST~ ~ REQU~RRM~h~, T~M OR COh~XTION OF ~ CO~P~ O~ 0TR~ DOC~ WZTH RESPECT TO
’,’~.~C~ THIS CS~T~F~T~ MAY BE ISSUED OR MAY ~KTAIN~ T~H !~S~CE ~FORD~D BY TH~ POLICIS~ D~g~B~D HKRB~N I~ 8%~JECT TC
"’".............................................................I .............................~ .................................GE~E~L LXAB~L~TY i ~ ~os~x~ t~000
A’~; ~.M~IAL GBN LI~ILITY CCP407728 05/25/96 05/25/971 ~o~-=o.~/o~ ~. II000
:{ ] S~BDULED A~OS .....................~ ...........A’X~ ~=~=~o~CCP407728 05/25/96 05/25/97 ~o~r~ ~=~i~~ ~o~-o~zo A~7o~$250 DED COMP.(~ ~CC:D~)I~{ ] o~=~o~ ~z~zrY $500 DED COLL .....................I ...........
:EXCESS LIABILITY I ~A~ o~ I ~oA~
-
~
~TAT~ORYAWORKERS’ COMP ~C579681 06/14/96 06/14/97 i000 ~=~ a~
A EMPLOYERS" LIAB INCL~ED I I000 ~-~=~ ~
OTHER
SPECIAL 90% C/I i i ! ~B~
~:~xo~ o~ o~l~o~O~SlV~R~c~.~IS~=z~ ~Ms CERTIFICATE HOLDER ITSOFFICERS, AGENTS & ~PLOYEES ~E ~DED AS ~D~TIONAL INS~ED, BUT ONLY ASTO WORK PERFO~ED ~ER CONTACT, PER FO~ GECG840 ATTACHED.PER FO~~GEC~840 (11/95) ATTAC~D**TEN DAY NOTICE IN THE EV~T OF N0~ PA~ENT OF PREMIX**
C~RTIFICAT£ HOLDER ~ ~= =.~==....,>.===..... ==. . .. .= ====:=== ...===.= === ==== ...." " ======== =="’==’==~WCEL~TION .= =..= ==..~. ==**=
The PRA Group and PRA GROUP
4OlK RETIREMENT TRUST2495 Industrial Parkway WestEayward, CA94~45
CITY OF PALO ALTOATTN: SEAN KEN~TEDY, REFUSE
250 B3tMILTOIq AV~ £ C £ ~ V 5 OPALO ALTO, CA94301
ACORD 2 -S (3/88) SEP 2, .19%
CITY OF PAL0ALT0
PUBLIC W0RKS-0PERATIONS
=SHOULD ~_~Y O~ TH~ R30VE DESCRIBED POLICIE~ BE C~.~C£LLED BRFORE TXE
ParT,ON DATE THEREOF, TX~ !SSUINO COMR~ WILL ~EAVOR TO MA!L
2025 Gateway Place #fir
San Jose, CA95 ii0-COMPPtNIES AFFORDING COVERAGE~08-453- 8222
Sep-26-96 06:33P
WESTERN TECHNICAL INSURANCE, INC.
Programme Administrator - CSI International Underwriting (Cayman) Ltd.
P.O. Box 1392, Grand Cayman,
Cayman Islands, British West Indies.
Tel: (809 949) 7322 Fax: (809 949) 7891
CERTIFICATE OF INSURANCE
DATE:26 September, 1996
This certifies that the insurance policy (described below by a policy number) written on forms in
use by the Company has been issued, this certificate is not a policy or a binder of insurance and
does not alter, amend or extend the coverage afforded by that policy.
NAME AND ADDRESS OF INSURED:The PRA Group,’ Inc.
2495 Industrial Parkway East
Hayward, CA 94545
Notwithstanding any requirement, term or condition of any contract or other document wSth respect
to which this certificate may be issued or may pertain, the insurance afforded by that policy is
subject to all of its terms, exclusions and conditions.
TYPE OF INSURANCE:
POLICY NUMBER:
Professional Liability
EFFECTIVE DATE:EXPIRATION
DATE:
1058
LIMITS OF LIABILITY:
PROJECT DESCRIPTION:
1 October 1995 30 September 1996
Each Claim/Annual Aggregate - US$1,000,000
Landfill Monitoring/Consulting Services for the City of
Palo Alto
CANCELLATION: If the described policy is cancelled before its expiration date, the
Company wil! mail written notice, thirty (30) days in advance, to the certificate holder, but
failure to mail such notice will not impose any obligation of any kind upon the Company.
CERTIFICATE HOLDER:
City of Palo Alto
Civic Center, First Floor
250 Hamilton Avenue
Palo Alto, CA 94301
United States of America
ISSUING COMPANY:-
WESTERN TECHNICAL INSURANCE, INC.
TITLE: Authorised Si~;natory
f_/western:inscen.doc
V GOLDEN EAGLE INSURANCE cOMPANY
P,O, BOX 85826 - SAN DIEGO, CA. 92186-5826
AUTOMATIC ADDITIONAL INSUREDS -
CONSTRUCTION CONTRACTS
POlicy No:CCP407728
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY,
This endnrsement modifies insurance provided under the ’[ollowlng:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
Endorsement E*,fective:05125/96 - 97
Named Insured:THE PRA GROUta & 1=iRA GROUP 401K RETIR:LEMENT TRUST
This ~ndorsem=nl ch^n.ges Ih~ policy ~ff=cli’,,= on the inception dot= ot’ Ihc policy unless another dot= is indic.’d=d ahoy=.
Th~ rullowlng provision is add,a..l. ~o Section I1 (WNO 1S AN INSUREDJ.
An), person~’~) or organi~.tlons {’sJ (herein’after c~l!ed "Additional /nsur=d’) wilh whom you a~r~ in a wriHen conlracl
to name as ~n Insur~ is ~ [nsur~ hut only wkh r~sp~t to ]i~ilhy arising out of your ongoin~ (~s oppo~ to com-
pleted) operations for the Additional lnsur~ on the prqi~t sp~ifi~ in th~ conlract, [ncludin8 acts or o~ssions o1" the
Additional Insured in connection with the ~n~ral ~up~ision o£ your ongoing (~ opposed to completed) operations.
blo,.uever, the insurance provld~ to the Additional lnsured does not ~pply to:
"Property damage"
1) Property owrte.d, use.x] or occupied by or rented to the Additional lnsur~J;
2) Property in the c~re, custody, or control oF the Additlnnal InsurewJ or o\’~r which
~my pu~ose exercising physical control; or
"Bodily in.iury." "property damage," or "personal in.iury~ arising out of’ ~.n archhect’L engin~r’s, er surveyor’s ren-
derin~ oror Dilute to render any professional so.ices for yoh, for the Additional Insure. or for others, including:
i) The preparing, approving, or fMlin8 Io approve maps, drtwin~s, opinions, reports, su~e),s, change orders,
2) Sup~isor)’, in;p~tion, or engin~Hn~ so.ices. .-"
These exclusions apply in ~ddition to tho.~e contained in the Commercial General Liability Coverag~ Part.
Pr=m{um: Th= premium for this endorsement is’ five percenl ~5%) Of" th~ ;’#mum general li~bilily premium,
n’dnimum prem3um of $250.00.
The advrmce prom[urn charged at Ihis time is subjecl to th~ audit provis!ons of th~’..policy.
EXHIBIT D
NON-DISCRIMINATION COMPLIANCE FORM
CERTIFICATION of NONDISCRIMINATION SECTION 410
Landfill Environmental Monitoring
Certification of Nondiscrimination: 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 are
in compliance with all Federal, State and local directives and executive orders regarding
nondiscrimination in employment; and that they agree to demonstrate positively and 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 minodty persons at all job levels.
2.0 To communicate this policy to all persons concerned, including all employees,
outside recruiting services, especially those serving minority communities, and to the
minority communities at large.
3.0 To take affirmative action steps to hire minodty 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" THE PRA OUP, INC.¯~]~ .........DATE; 913196
//Title of Officer ~’~ning: P~N~IPAL-V{~IE P~ESID~ .........
Signature
Please in~ude ~ny ~ditional info~atlbn
~g~m~ now in effe~ ~thin your
END OF SECTION
CFI’Y of PALO ALTO: Non.-d~m~on (6/94)SECTION 410-1