Loading...
HomeMy WebLinkAboutStaff Report 199-07City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL FROM:CITY MANAGER ’DEPARTMENT: PUBLIC WORKSl DATE:MAY 7, 2007 CMR:199:07 SUBJECT:APPROVAL OF AN ENTERPRISE FUND CONTRACT WITH ROMIC ENVIRONMENTAL TECHNOLOGIES CORPORATION IN THE BASE AMOUNT OF $212,128 FOR PROVISION OF SERVICES FOR TRANSPORTATION AND DISPOSAL OF ASH FOR THE REGIONAL WATER QUALITY CONTROL PLANT RECOMMENDATION Staff recommends that Council: Approve and authorize the City Manager or his designee to execute the attached contract with Romic Environmental Technologies Corporation in the amount of $212,128 for provision of services for transportation and disposal of ash for the Regional Water Quality Control Plant (Attachment A). Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Romic Environmental Technologies Corporation for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $21,212 per year. Authorize the City Manager or his designee to exercise the option to renew the contract for the second and third year at a five percent increase per year provided the contractor is responsive to the City’s needs and the quality of the contractor’s work is acceptable during the prior year(s) of the contract. DISCUSSION Project Description The work to be performed under the contract is hauling and disposal of incinerator ash from the Regional Water Quality Control Plant (RWQCP). The RWQCP operates two sludge incinerators that produce about 1,211 dry tons of incinerator ash per year. Currently, RWQCP ash is used as an agricultural soil amendment in the San Joaquin Valley [CMR 403:05; 205:02], and this is still the preferred method of disposal. The new contractor, Romic Environmemal Technologies Corporation, will provide a backup hauling and disposal service in the event that (a) the current disposal contractor, Offset Environmemal Services, is unable to haul or dispose of the ash or (b) if the ash fails to meet quality standards for application to farmland. Ash is hauled away twice per week. The plant does not have any ad hoc capabilities (e.g., onsite storage facilities, hauling equipmem, etc.) to deal with surplus ash in the evem Offset Environmental Services is unable to 3 CMR:199:07 Page 1 of 3 haul or dispose of plant ash. It is common to have a backup contract to provide for use of a landfill when beneficial reuse cannot be pursued. A request for quotation for the project was posted at City Hall and sent to four bidders. The bidding period was 21 days. Bids were received from two qualified contractors on March 13, 2007, as listed on the attached bid summary (Attachment B). Bids ranged from a high of $234,575.22 to a low bid of $212,127.50. Bid Name/Number Proposed Length of Proiect Number of Bids Mailed Contractors Number of Bids Mailed to Builder’s Exchanges Total Days to Respond to Bid Pre-Bid Meeting? Number of *Bids Received: Bid Price Range *Bid summary provided Attachment C. Summary of Bid Process i Transportation and Disposal of AshiRFQ 121081 12 months to 4 0 21 No 2 From a low of $212,127.50 to a high of $234,575.22 in Attachment B. The Certification of Nondiscrimination is Staff has reviewed all bids submitted and recommends that the bid of $212,127.50 submitted by Romic Environmental Technologies Corporation be accepted and that Romic Environmental Technologies Corporation be declared the lowest responsible bidder. The bid is 12 percent below the engineer’s estimate of $241,153. Staff checked references supplied by the contractor for previous, work performed and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file, RESOURCE IMPACT Funds for the first year of the contract have been appropriated in the FY 2006-2007 Wastewater Enterprise Funds. Fund for years two and three are contingent upon Council approval of the budget for each subsequent year. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. ENVIRONMENTAL REVIEW The recommended action is exempt from review under the California Environmental Quality Act pursuant to CEQA Guidelines Section 15301 (b), which exempts negligible expansion of an existing use including operation of publicly-owned sewerage services, structures, facilities, mechanical equipment, or topographical features. CMR:199:07 Page 2 of 3 ATTACHMENTS Attachment A: Contract Attachment B: Bid Summary Attachment C: Certification of Nondiscrimination PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: James Allen, Project Engineer RWQCP Rick Wetzel, Manager RWQ~P GLENN S. ROBERTS Director of Public Works EMIL~7 ~SON Assistant City Manager CMR:199:07 Page 3 of 3 ATTACHMENT A CONTRACT C07121081 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the ~ day of April, 2007, by and between the CITY OF PALO ALTO (" CITY"), and ROMIC ENVIRONMENTAL TECHNOLOGIES CORPORATION, a California corporation with offices located at 2081 Bay Road, East Palo Alto, CA 94303 ("CONTRACTOR"). In consideration of their mutual covenants, the parties hereto agree as follows: 3o o SERVICES. CONTRACTOR shall provide or furnish the services ("Services") described in the Scope of Services, attached as Exhibit A. EXItlBITS. The following exhibits are attached to and made a part of this Agreement: ~ "A" - Scope of Services ~ "B" - Schedule of Performance (NOT U$~.D) ~ "C" - Compensation 1~ "D" Insur ~ " "ance ~eqmrements Cerhficate ~ "E" - Discrimination Compliance Form ~ "F" - Performance and/or Payment Bond (NOT ~ "G"- Liquidated Damages (NOT CONTRA CT IS NOT COMPLETE UNLESS ALL EXHIBITS ARE A TTA CriED. TERM. (a) The term of this Agreement is from April xx, 2007 to April xx, 2008, inclusive, subject to the provisions of subsection 3.(b) and Section R of the General Terms and Conditions. (b)CITY has the right to extend the term of this Agreement for two (2) additional one year periods (the "Additional Terms"), based upon the same conditions of the initial term, subject to adjustments for compensation as set forth in Section E of the General Terms and Conditions. CITY shall notify CONTRACTOR in writing of its exercise of its option for an Additional Term not less than thirty (30) days prior to the end of the then current term. CITY’s exercise of its fight to extend the term of this Agreement is not a waiver of the "time is of the essence" provision in Section 4. SCOPE OF WORK. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Scope of Services, attached as Exliibit A. Time is of the essence in this Agreement. COMPENSATION. CITY shall pay and CONTRACTOR agrees to accept as not to exceed compensation for the full performance of the Services and reimbursable expenses, if any: A sum calculated in accordance with the fee schedule set forth in Exhibit C; not to exceed a total maximum compensation amount of Two Hundred Twelve Thousand One Hundred Twenty-seven Dollars and 50/100 ($212,127.50). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. 050809 sm 0100394 CONTRACT C07121081 The City hasset aside the sum of Twenty-one Thousand Two Hundred Twelve Dollars ($21,212.00) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. INVOICING. Send all invoices to the CITY, Attention: Mary Sekator, Public Works Department, Water Quality Control Plant Division, at 2501 Embarcadero Way, CA 94303 (Phone) 650-329r2598, Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undis ~uted amount of invoices within 30 days of receipt. 050809sm 0100394 2 CONTRACT C07121081 GENERAL TERMS AND CONDITIONS ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections l through 6 above, these general terms and conditions and the attached exhibits. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled "SERVICES," and that every individual charged with the performance of the services under this Agreement has sufficient skill and e.xperience and is duly licensed or certified, to the extent such licensing or certification is required by law, to perform the Services. CITY expressly relies on CONTRACTOR’s representations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted business practices and performance standards of the industry, including all federal, state, and local operation and safety regulations. Ho INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR shall be solely responsible for directing the work of approved subcontractors and for any compensation due to subcontractors. COMPENSATION DURING ADDITIONAL TERMS. CONTRACTOR’s compensation rates may be adjusted effective on the commencement of each Additional Terrm The lump sum compensation amount, hourly rates, or fees, whichever is applicable as set forth in section 5 above, may be increased by an amount not to exceed five (5) percent for each of the two (2) additional one year periods. Notwithstanding the foregoing, in no event shall CONTRACTOR’s compensation rates be increased by an amount exceeding five percent of the rates effective during the immediately preceding term. Any adjustment to CONTRACTOR’s compensation rates shall be reflected in a written amendment to this Agreement. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR’s business. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with all applicable federal, state and local laws, ordinances, regulations, and orders DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense, repair in kind, or as the City Manager or designee shall direct, any damage to public or private property that occurs in connection with CONTRACTOR’s performance of the Services. CITY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY occurring in connection with CONTRACTOR’s performance of the Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR’s request. When the grounds described above are removed, payment shal[ be made for amounts withheld because of them. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this Agreement shall be performed in a professional and workmanlike manner in accordance with generally accepted business practices and performance standards of the industry and the requirements of this Agreement. CONTRACTOR expressly warrants that all materials, goods and 050809 sm 0100394 CONTRACT C07121081 equipment provided by CONTRACTOR under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any material or service not in compliance with these warranties, including incomplete, inaccurate, or defective material or service, at no further cost to CITY. The warranties set forth in this section shall be in effect for the life of the contract and shall survive the completion of the Services or termination of tiffs Agreement. J.MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR’s work is completed in a satisfactory manner and complies with the provisions of this Agreement. KQ CITY’S PROPERTY. Any reports, information, data or other material (including copyright interests) developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without restriction or limitation upon their use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. Lo AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for three (3) years from the date of final payment, CONTRACTOR’s records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the terms of this Agreement. M.NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its fights under this Agreement. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described in Exhibit D. Insurance must be provided by companies with a Best’s Key rating of A-:VII or higher and which are otherwise acceptable to the Ctiy’s Risk Manager. The City’s Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR shall obtain an endorsement stating that the insurance is primary coverage and will not be canceled or materially reduced in coverage or limits until after providing 30 days prior written notice of the cancellation or modification to the City’s Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of coverage satisfactory to CITY’s Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the CITY’s Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates andendorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement. O. HOLD HARMLESS. To the fullest extent permitted by law, CONTRACTOR shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indenmified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other !oss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONTRACTOR, its officers, employees, agems or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 050809 sm0100394 4 CONTRACT C07121081 Ro Notwithstanding the above, nothing in this Section O. shall be construed to require CONTRACTOR to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. The acceptance of CONTRACTOR’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section O. shall survive the expiration or early termination of this Agreement. NON-DISCRIMINATION. In the performance of this Contract, CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONTRACTOR agrees to meet all requirements of Palo Alto Municipal Code, Chapter 2.30 pertaining to nondiscrimination in employment, including completing the Non-Discrimination Compliance Form, attached hereto as Exhibit E, and incorporated herein by this reference. WORKERS’ COMPENSATION. CONSULTANT, by executing this Agreement, 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 and during the performance of the Services. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (10) days’ prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY, CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination if for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to Contractor’s failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such materials shall become the property of CITY. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of the CITY. No amendments, changes or variations of any kind are authorized without the written consent of the CITY. CONFLIC3~ OF INTEREST. In accepting this Agre.ement, 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 this Contract. CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any person having such an interest. CONTRACTOR certifies that no City Officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with contractor has any interest, direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR agrees to advise CITY if any conflict arises. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the state of California. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire agreement between the parties with respect to the services that may be the subject of this 050809 sm0100394 5 CONTRACT C07121081 Agreement. Any variance in the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any conflicting provisions in the exhibits. This Agreement supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. THIS AGREEMENT SHALL BECOME EFFECTIVE UPON ITS APPROVAL AND EXECUTION BY CITY. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AGREEMENT THE DAY, MONTH, AND YEAR FIRST WRITTEN ABOVE. APPROVED AS TO FORM:CITY OF PALO ALTO Senior Asst. City Attorney X.___~Assistant City Manager Purchasing Manager APPROVED: Dkector of Administrative Services ROMIC ENVIRONMENTAL TECHNOLOGIES CORPORATION Title: Name: or Vice-President) Title: / (If corporation: Secretary or Treasurer) Taxpayer Identification No. ’ (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) 050809 sm 0100394 6 CONTRACT C 07121081 EXHIBIT A SCOPE OF SERVICES 1.1 BACKGROUND 1.2 Ao The Palo Alto Regional Water Quality Control Plant (RWQCP) operates a sewage sludge incinerator, which creates bottom ash. The sludge is thermally transformed into ash containing inorganic oxides. PURPOSE 1.3 A-.This contract is for hauling and disposal of ash. The contractor is to maintain qualifications and licenses to haulthe ash to a State of California Class 1-nonRCRA sanitary landfill. The contractor shall transport and dispose of the ash in accordance with the terms and conditions of this contract. The Contractor shall be expressly designated by the Parties hereto as the transporter of, and the arranger for the disposal of all wastes to be transported, managed and disposed of under this contract. CHARACTERISTICS OF ASH 1.4 A. The RWQCP produces approximately 1211 dry tons of ash per year. B. For waste characterization, lab analyses are available upon request. PACKAGING AND TRANSPORTATION Bo The city will load the ash into a bin owned by the contractor and left.at the plant site. The contractor shall provide four watertight, covered bins for ash. Two bins shall remain at the RWQCP and the other two shall be used by the contractor for exchanges. The contractor shall deliver two bins to the RWQCP for the temporary storage of the ash. The city will place the ash into the bins and will notify the contractor for exchange of bins and disposal of the ash when the bins are sufficiently full and ready for disposal. The two bins, each approximately 20 cubic yards, shall be water tight, lined, covered, and suitable for transportation of the ash. The city will notify the contractor two calendar days before the required disposal of the ash and bin exchange. Upon notice, the contractor shall at its expense, remove, transport, and dispose of the ash at a state approved, class 1-nonRCRA sanitary landfill site suitable for proper disposal of ash. Removal and exchange of the bins shall be between the hours of 7:00 a.m. and 7:00 p.m., upon city notification. Transportation shall be by licensed, registered hauler who complies with all local, state, and federal laws. Exhibit A 1 CONTRACT C07121081 1.5 WEIGHTS AND ASSAYS 1.6 The city will keep a record of the estimated weight or volume of each track load of ash. At its expense, the contractor shall weigh each truckload of the ash received at its disposal site and submit the weight tags to the RWQCP. DOCUMENTATION, PERMITS AND INSURANCE A.The contractor shall maintain permits and insurance required during the term of this contract. Do Eo Contractor shall provide all appropriate documentation, certifications and records for the transportation, management and disposal of Class 1 wastes and all applicable federal, state and local laws and regulations, including, but not limited to: 1. bills of lading or non-hazardous waste manifests 2. Class I waste manifests and continuation sheets 3. labpack inventory sheets 4. land disposal restriction notifications 5. Class I waste profiles 6. certificates of destruction, decontamination, disposal and/or recycling Appropriate copies of the documentation listed above as well as any other documents required by the City’s Project Manager shall be furnished to the City’s Project Manager at the time of waste shipment. Closed originals of all uniform hazardous (and non-hazard0us) waste manifests signed by a duly authorized representative of the receiving Treatment/Storage/Disposal Facility (TSDF) shall be furnished to the City’s Project Manager within thirty (30) calendar days of waste shipment. This requirement shall survive the expiration and/or termination of the Agreement. Certificates of destruction, decontamination, disposal and/or recycling signed by a duly authorized representative of the receiving TSDF shall be furnished by the Contractor to the City’s Project Manager for all wastes to be managed under thiscontract within one hundred and eighty (180) calendar days of waste shipment. This requirement shall survive the expiration and/or termination of the Agreement. The Contractor shall, at all times during the transportation, storage, and disposal of wastes to be managed under this contract, know the location, condition and status of each item being managed. The Contractor shall make such information available in written progress reports to the City’s Project Manager upon request. The progress reports shall include a listing of items removed, referenced by an appropriate identification number and uniform Class I waste manifest number and a description of the location and status of wastes on date of the written progress report. Exhibit A 2 CONTRACT C07121081 1.7 TERM This contract provides for a one (1) year contract with the option of extending the contract annually for two (2) additional years. Extensions and continuation of this contract over the three (3) year period will be subject to the City’s continued allocation of funding for the program, at the City’s sole discretion. Price increases for the additional years are based on the amount listed in the bid and repeated below under "Prices." B.The City of Palo Alto reserves the fight to modify or cancel the contract at the City’s sole discretion at any time during the term. The City does not expressly or by implication agree that the actual amount of work shall correspond to the 72 annual pickups or 1211 dry tons/year mentioned in the bid, but reserves the right to increase, decrease or modify the amount of any class or portion of the work or to omit portions of the work as maybe deemed necessary or expedient by the City’s Project Manager. 1.8 PROJECT MANAGER A. The project manager is James Allen, 650-617-3130. 1.9 PICKUP ADDRESS A.Palo Alto Regional Water Quality Control Plant Attn: Operations Shift Supervisor or Senior Operator 2501 Embarcadero Way Palo Alto, CA 94303 650-329-2598 - phone 1.10 BILLING ADDRESS go Palo Alto Regional Water Quality Control Plant Attn: Mary Sekator 2501 Embarcadero Way Palo Alto, CA 94303 650-329-2598 - phone 650-494-8395 - fax 1.11 PRICES AND ANNUAL INCREASES A. Prices shall be as follows: Disposal cost is $65/ton. Transportation cost is $1,235/load. Exhibit A 3 CONTRACT C07121081 in, iv. V, vi. vii. ix, Liner installation is provided at no charge. Bin rental is $6.50/day. State taxes are included in disposal cost. A drop fee of $585 covers the drop-off of two 20 cubic yards bins per trip. The price increase for the first optional 12 month extension of this contract is 5%. The price increase for the second optional 12 month extension of this contract is 5%. In the case of a price increase due to new regulatory fees, the contractor must notify the City of Palo Alto in writing before any additional fees will be allowed. END OF SECTION Exhibit A 4 EXHIBIT C BIDDER (COMPANY): Romic Environmental Technologies Corp DATE: 3-12-07 SPECIFICATIONS AND BIDDER BID PAGES SECTION |11 B[ddeffs Respons9 and Acceptance In response to this Request for Quoter/on (RFQ), the undersigned, as Bidder, declares that the only persons or parties Interested in this Bid as prlnclpa/s are (hoae named her~/n; (hat th/= Bid is made without collusion with any other person, firm or ¢orpora~on; that the Bidder has carefully examln~d the specifications herein referred to; and the Bidder proposes and agrees; If thl= Bid 15 accepted~ that (ha Bidder will contract wlth the City of Pale Alto (City), (o provide ell rmcessaty materials and/or services, and furnish the specified requirements in (his RFQ, In the manner herein pre=crlbed and at the prices stated. Projec~ Title: Transportation and Disposal of Ash Reque,t for qug~aHon (RF~} pumber! 2108i. 3;.00 p.m., Tuesday, March ’13.2007Quotation Opening Date: Bade Bid Schedule:. :.. ’BID -I APPROX. ITEM : QTY. 1 2 72 3 :72 4 12 UNIT Service.shall consist of furnishing alllaBor andequipment micessary to transport and dispose of theash for a period of one year with an o =lion to renew for a =econd and third year In accordance with Section Ill, General Re( ulr~ments and the Scope of ’ DESCRIPT!0N, WITH UNITI PR|¢F-.. IN WOROS :Ton’ : Dispos~.lco~it:... .. ~". +per ton/yam, wmcneze.r is heaviest Each¯ Month ,~nlt, Price In words:¯. ’ iX.t-y-Five Dolta.rs~t6..n.gr yard ) . ¯Tnan~porta’tldn co~t: per trip Li~erin~talla~ion fe~ ope¢ load:$ -(Unit Price In WOrdS: NO Charge 0.00 Bi,n Rent, at: . Per Day (Unit Price in words:Six Dollars, FWcy L;ents per.d~y .... Ton State taxes 0f’anY):’ UNIT +~TOTAL. ITEM=PRICE $$ 65.00: 78,7!.5100- 88,920.00 .0.oo 6.50 2,372.50 ton Or Or 72 Load (Unit ~leo~ .wet;Is: ~- - 0.00Included in (hs~rice ) Other fees per ton’ or otherfees pe~’i~a’~t: $ ..... Spec!fy fee: Drop Fee-"2-2Ocy/trip" (Lot Price In words:Five H:m_Ared Pigh_~_Fivo ]3nllar~ per ffi]~ Or 585.00 $ o,0o 42,120.00 CITY OF PALe ALTO RFQ 121081 PAGE I OF 2 EXHIBIT C Romic Environmental Technologies Corp.BIDDER (COMPANY):DATE: 3-12-07 SPECIFICATIONS AND BIDDER BID PAGES g~O APPP, OX.’ UNIT ...... DE.gCRiPTION, W~IH UNIT l::’Rt~F. IN WO~6S ...... Base Bid T0ta[ (items 1 through 6, with all applicable taxes included) {Total.In words: TWO Hundred Twelve Thousand, One Hundred - Sev4ti Dollarsand Fifty Cents SI£CTION III PRICI~ 212,127.50- Price Increases ¯ Prices quoted above shall remain firm for the Initlalperlod and shall include all applicable f~es, regulatory fees, and all tPansportatlo~ and detlvew c.harges as necessary to perform the requlrement~, of this RFQ. Pricing Shall also Include an .allowance for fuel price Increase during the contract period. RequeSt= for price adjustments during the contract perlod will not be allowed..In the event that your quotation InCludes a provision for price adjustments during the two additional contract.extensions; the Increase shall also Include and allowance for any fuel mJrchargedurlng theadditional cQntract periods. .’ .... .. . ’ ’ N6te: :lt"a ~ce lndraagels ~ ap~J~ tothe Cit~’s0ptlonaleonL~act e~ensl0ns for items 1 througl~4* above specify such in the ~pa~e p..r0vided below." If no pdoa Increase Is to apply, enter O.’ :. ’¯ ¯ .i-:a,-".Pride inei’ea~ef0r the flint opUonal 12 month extensJbn of this contract;. ... 5 %* ¯b, " pdcel increase forthesecond optional 12 month extension el’ this coniract:5 ,; "%* ’in the case of~ a:’pr~c~ ~hc=’eaie dde.to new regulatory fees (Item #6) contra6io(must 6otify the City of Pale Alto In writing before any a~dlt~onal fees will be allowed. :towes~ R~sponsl~le Btdde~ ~. ,3"he lowest bid shall ba the lowestgrand t~tal0f the bid pdces on Base Bi~d Schedule.- Thistotal Is being Used for the. . puFpose of determining the lowest responsible bidder. Quantities as speb}fled a~’e-approxlmate and may be Increased or -decreased during the c0ntrac~ period, and no guarantee is Impl!ed.that the exact amount ~y!ll be avallab e for disposal, The. Bidder shall bear all costs and provide insurance as required by Se~n II, Insurance Requirements, herein. S!~nature(s) mu~ be the same ~s signature(s1 tn S0~:t!on I - R~uest for Quotation a~d Bidder Requtrgd lnformatl0nt Signatureis): -- ~ , -. (SignaturF Namki Yi (Print namo) I Michael Therrien (Print name) CiTY OF PALO ALTO RFQ 121081 PAGE 2 OF 2 EXHIBIT D INSURED ~OVERAGES CERTIFICATE OF LIABILITY INSURANCE.,,ag, 1 3 877-945-7378 Willis North A/~erica, Inc. 26 Century Blvd. P. O. Box 305191 Nashville, TN 372305~91 P~mic Environmental Technologies Corporation dba Rcmic Environmental 2081 Bay Road E Palo Alto, CA 94303 OATE08/02/2006 THIS CERTIFICATE IS ISSUED AS A MATTER OF iNFORMATIONONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER. THIS CERTIFICATE. DOES NOT AMEND, EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURERA: American International Specialty Lines In IHSURER8; Illinois National Insurance Co. INSURERC; Ccmtu~rce and Industry Insurance Cotupany INSURERD; Insurance Com;~ny. of the State of Pennsyl |NSURERE: American Home Assurance Com]Dany 26883-904 23817-301 19410--901 19429-905 19380-302 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED"NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDINGANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED QR MAY PERTAIN, THE INSURANCE AFFORDED 8Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCHPOLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ~NSR ~,OD’tLTR INSR[ TYPE OFINSURANCE A GENERAL LIABILITY B C !A E COMMERCIAL GENERAL UABI LITY -- --I CLAIMS MAC~ [~ OCCUR !A G EN’L AGGREGATE LIMIT APPLIES PER: AUTOMOBILE LIABILITY ~X ALL OWNED AUTOS SCHEDUI FD AUTOS ~X HInED ALEFO S X~ I~:)N-OWNEO AUTOS GARAGE LIABIUTY~ANYAUTO EXCESS UABIt/TY ~ OCCUR [~ CLAMS MADE ~D~DUCTIBLE RETENTION $10 WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY ANY PROPI~IETOR/F’ARTN ER/EX EgUTIVEOFFICER/MEMBER EXCLUDED?. If yes, de~<:ribe underSPECIAL PROVISIONS below OTHER Pollution Legal (CA Only) POLICY NUMBER EG1977126 TX CA3112830 ADS CA3112831 EGUI976652 (ADS) WC1241840 (CA) WC1241841 !PLS1979456 POUCY EFFECTIVE 7/31/2006 7/31>2006 7/31/2006 7/31/2006 7/31/2006 7/31/2006 7/31/2006 POLICY EXPIRAT]ONI;)AT~ (’MM!OO/YY) 713112007 7/31/2007 7/31/2007 7/31/2007 7/3112007 713112007 7/31120~7 UMITS EACH OCCURRENCE G ENTED MED EXP (Any one person) PERSONAL & ADVINJURY GENEFIAL AGGREGATE .. P~UC~S-COMP~AGa COMBINED SINGLE UMIT(Ea BOOILY INJURY(Per person) BOOILY INJURY(Per accident) PROPERTY DAMAGE(Per accident) AUTO ONLY - EA ACCIOENT OTHERTHAN EAACC AUTOONLY:AGG EACHOCCURRENCE AGGREGATE W’C STATU- ] ’ OTH-X I TORYL MIIS t ER E.L EACH ACCIDENT E.L D~SEASE.- EA EMPLOYEE E.L BS~ASE - POLICY UMIT ~10,000,000 2oli~y 1,000,000 100,000. 5,000 1,000,000 2,000,000 2,000,000 1,000,000 $ $ 20,000,000 $ 20,000,000 $ $ $ ....1,000,000 $ 1,000,000 $ 1,090,000 Aggregate DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/EXC LUSIONS AODED 8Y ENOORSEMENT/~PECIAL PROVISIONS CERTIFICATEHOLDER City of Palo Alto Attn: Purchasing & Contract ~hninistrationP O Box 10250 Palo Alto, CA 94303 ACORD 25 (2001108) CANCELLATION .~c:~ ~ =-,,= ~ uo~,~-am~ SHOULO ~Y OF~E ABOVE DESCRIBED POUCIES BE C~CELLED B EFORE ~E EXPIRA~ON DAT~ ~EREOF, THE ISSUING INSURER WILL ENDEAVOR TO M~L~30 DAYS WRI~EN NOTICE TO ~E C~R~RC&TE HDLDER NAMED TO ~E LE~, B~ FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR UABlU~ OF ~Y KIND UPON THE INSURER, ~S AGE’S OR REPRES E~ATIVE& ~"@ ACORD CORPORATION 1988CoZ&:&~057~3 ~Z:5239&3 Ce=~:758&503 PRODUCER INSURED I DATECERTIFICATE OF LIABILITY INSURANCE Page 2 3 08/02/2006 877-945-7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIONONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER, THIS CERTIFICATE DOESNOT AMEND, EXTEND ORALTER THE COVERAGE AFFORDEDBY THE POLICIES BELOW.Willis North America, Inc. 26 Century Blvd. P. O. Box 305191 Nashville, TN 372305191 P~mic Environmental Tecb/%ologies Corporation dba B~mic Environmental 2081 Bay Koad E Palo Alto, CA 94303 INSURERS AFFORDING COVERAGE IFISURERA: American International Specialty Lines In ~NSURERB: Illinois National Insurance Co. INSURER: Cormuerc~ and Industry Insurance Company ~NSURERO: Insurance Company of thm state of Pennsyl IHSURERE: ~erican Bo~ ~urance Co.any DESCRIPTION OF OPERATIONSlLOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENdORSEMENT/SPECIAL P ROVISIONS Marine Liability Carrier: St. Paul Fire and Marine Insurance Company Policy Nu~er: OL04200647 Effective Date: 7/31/2006 Expiration Date: 7/37/2007 NA!C-LOC: 24737-904 26883-904 23817-301 19410-901 19429-905 19380-302 Limits: Aggregate: Per Occurrence: Deductible: $2,000,000 Linuit $I,000,000 Limit $50,000 Poli/$20,000 Other It is agreed that City of Palo Alto is included as an AdcLitional Insured in regards to the General Liability and A~tomobile Liability, but solely as respects to work performed by or on k~half of the n~d insured. It is further agreed that such insurance as is afforded b[ ERP Environmental Services, Inc. shall be Primary and Non-Contributory with any other insurance ~n force for or which m~y k~ purchased by City of Palo Alto. Coli:1705733 Tpi:523913 Cert:7581503 Page 3 of 3 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORO 25 (2001/08)C011:1705733 Tpi:523913 Cert:7581503 EXHIBIT E ........... "~ ..... CERTIFICATION OF NONDISCRIMINATION Project:,Transport~,ttorT and Dlsposa~ CITY OF PALO ALTO RFQ 121081 PAGE I OF 1 ATTACHMENT B 0 0 0000000~00~~o~o 0 0 000000000 oo oo CIT+Y:+OF!PALOALT6.RFQ’’I,2~1083’1 .