Loading...
HomeMy WebLinkAboutStaff Report 283-05'primary purpose was to identify programs and policies that can manage the HHW waste stream, achieving source reduction, diversion, and the safe and appropriate disposal of HHW. Council approved this plan in 1991 and Palo Alto's HHWE has been accepted by the California Integrated Waste Management Board (CIWMB) and the County of Santa Clara. The City of Palo Alto's HHW Collection and Disposal Program was actually established before AB939 (1983) but has since become a program required by the state whose implementation is defined by HHWE. Scope of Services Description The scope of work to be performed under the contract involves providing monthly HHW management services, including mobilizing appropriate equipment and personnel to operate the monthly one-day residential collection events; and providing hazardous waste packaging, transportation and disposal services. The work to be performed also includes the operation of a hazardous waste collection program for businesses that qualify as a Conditionally Exempt Small Quantity Generator (CESQG) under State and Federal hazardous waste regulations (generate less than 220 pounds of hazardous waste per month) in the Palo Alto Regional Water Quality Control Plant service area. The draft scope of services was reviewed and approved during the budget process. Refer to Exhibit B of the contract for the complete scope of services. The Purchasing Manager determined that these services required a contract award be based on significant factors in addition to price. As a result, the request for proposal process was used to solicit these services for this contract. A Request for Proposals (RFP) for the project was posted at the City Hall and on the City website on March 24, 2005. The below table summarizes the results of the RFP solicitation. Summary of Solicitation Process Proposal Description/Number HHW & CESQG Management ProgramJRFP#111554 Proposed Length of Project 36 months Number of Proposals Mailed 7 DatePosted at City Hall/Closing Date Opening: 3/23/05 Closing: 4/19/05 Total Days to Respond to Proposal 21 Pre-proposal Meeting Date None Number of Proposals Received: 4 Company Name Location (City, State) Selected for oral interview? 1. Clean Harbors Environmental San Jose, CA Yes Services 2. Romic Environmental East Palo Alto, CA No Technologies 3. MSE Environmental Group Camarillo, CA No 4. Philip Environmental Services Benicia, CA No Group Range of Proposal Amounts Submitted Estimates ranged from $24,926 to $32,797 per monthly events An evaluation committee consisting of Public Works/Operations staff reviewed the proposals. The committee carefully reviewed each firm's qualifications and submittal in response to the CMR:283:05 Page 2 of3 Jun-13-05 01:24pm From-Clean Harbors Law Dept. 781 356 1375 T-899 P.003 F-534 : i SECTXO. 2. TZKM. The Agreement will commence on the date of its execution by CITY and shall expire one year from the commencement date unless extended by mutual agreement by the parties. The CITY may at its option extend the contract term for up to two (2) additional one-ye~~ periods. The CITY through the City Manager shall noti-fy CONTRACTOR that it is extending the term of the Contract in writing at least sixty (60) days (or such other time period as the parties may agree to) prior to expiration of the ter.m 0; the Agreement. SECTION 3. SCHEDULE OF PERFORMAHCE. Time is of the eSSence in the performance of Services under this Agreement. CONTRACIl'OR shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit "B", attached to and made a part of this Agreemenc. Any services for which times for performance are not specified in this Agreement shall be commenced and completed by CONTRACTOR in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONTRACTOR~ CITY's agreement to extend the ter.m or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONTRACTOR. SEiC'l'J:O. 4. NOT TO EXCEED COMPQSATJ:ON. The cOmPensation to be paid to CONTRACTOR for performance of the Services described in Exhibit "AIt, including both payment for professional services and reimbursable expenses I shall not exceed Three Hundred Forty Thousand Dollars ($340,000) . In the event Additional Services are authorized, the total compensation for services and reimbur~able , expensessh;all not exceed Thirty Four Thousand Dpllars ($34,000). The applicable rates and schedule of payment are set out in Exhibit \lC", entitled "COMPENSATION, It which is attached to and made a part of ,thi s Agreement ~ . , Additional Services; if any, shall be authorized in accordance with and subject to the provisions of ~ibit "C". CONTRACTO!{ shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit "A". If this Contract is extended by CITY pursuant to Section 2 entitled "Term"', the rates for Services and expenses set forth in EXhibit "C" as well as the total not to exceed amount of compensation for Services may be increased each year by an amount not to exceed the change in the consumer price Index for all urban consumers (San Francisco-Oakland-San Jose, CA) or three (3%) percent, whichever is lOWer. 0S0601 am 010036S 2 , .~ Jun-I3-05 . 01 :25pm Frem-Clean Harbers Law Dept. 781 356 1375 T-899 P.007 F-534 & Saf. Code, §§ 25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Heal. & Saf. Code, §§ 25280- 99.6, as amended); the Hazardous SUbstance Account Act (Heal. & Saf. Code, §§ 25300-95, as amended); the Toxic Substances Control Act (15 U.S.C., §§ 2601-2671, as amended); the Carpenter-PresleY-Tanner Hazardous Substance Account Act (Heal. & Saf. Code, §§ 25300-25395, as amended)'; or any other local, state or federal ordinance, statute or regulation that may now exist or hereinafter be enacted, or at common law. The accept~nce of CONTRACTOR's services and duties by CITY shall not operate as a Waiver of the right of indemnification. The ~rovisions'of this Section 16 shall survive the ~iration or early ter.minatio~ of this Agreement. SECTXON 17. ~. The waiver by either party of any breach or violation of any covenant, ter.m, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other ter;m, covenant, condition, prov~sJ..ons, ordinance or law, or of any subsequent breach or violat~on of the same or of any other term, covenant, condition, provision, ordinance or law. SEC'l":tON 18. INSURANCE. 18.1. CONTRACTOR, at its sole cost and expanse, shall obtain and maintain, in full force and effect during the ter.m of this Agreament, the insurance coverage described in Exhibit -Dn • CONTRACTOR and its contractors, if any, shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile poliqy or policies. ~8 .2 . All insurance coverage ;required hereunder shall be provided through carriers with Best's Key Rating Guide ratings Q~ A-;VII o:t' higher which are admitted to transact insurance Dusiness in the State of California. Any and all contractors of CONTRACTOR retained to perfo~ Services unde~ this Agreement will obtain and maintain, in full force and effect during the te~ of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The cerei~icates will be subject to the app~oval of CITY'S Risk Manage:r and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing With the Purchasing Manager thirty (30) days' prior written notice of the cancellation or modification, CONTRACTOR shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY's Purchasing Manager during the entire term of this Agreement. 050601 sm 0100365 6 Jun-13-05 01:26pm From-Clean Harbors Law Dept. 781 356 1375 T-899 P. 009 F-534 , in t~e reasonable exercise of bis/her discretion. 20.5. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 21. NOTICES. 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 With a copy to the Purchasing Manager. To CONTRACTOR: Attention of the project director at the address of CO~CTOR recited above SECTION 22. CONFLICT OF INTEREST 22 .1. In accepting this Agreement ( CONTRACTOR covenants that it presently has no interest, and will not acquire any intere~t, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 22.:2. CONTRACTOR further covenants that, in the performance of this Agreement, it will not employ subcontractors, contractors or persons having such an interest. CONTRACTOR certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of C~TYi this prov1s10n will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Goverament Code of the state of California. 22.3. If the Project Manager determines that CONTRACTOR is a "Contractor" as that term is defined by the Regulations of the Fair Political Practices Commission, CONTRACTOR shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Refor.m Act. SECTJ:ON 23. HOlU)ISCRD!%HA"l'l:OH. As set forth in Pa10 Alto ~~icipal pode sec~ion 2.30.510, CONTRA.CTOR agrees that in the performanc~ of this Agreement, it shall not discriminate in the ernploy.mentof any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height o~ sucn person. CONTRACTOR acknowledges that it has read arid understands the prOVisions of Chapter 2.28 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and OSOGOl Sill 01~65 8 , i: Jun-13-05 01:26pm From-Clean Harbors Law Dept. 781 356 1375 T-899 P. 015/038 F-534 . EXHIBIT "A" • SCOPE OF WORK ~atteries and up to three to five fiber drums of tubes are collected each month at the Recycling Center. For efficiency, drums of batteries an~ tubes will be processed and shipped in conjunction with the HHW collection event. If sorting of batteries is necessary, sorting will take place either on the day of the event or sometime the week before the HHW event with staff dedicated to that task (staff to perform these tasks will not Include required HHW event i : . staff during the time the HHW collection event is open to the publiC). Price for sorting of mixed batteries can be included in the unit price per drum for batteries or can be detailed as an additional lump sum cost per drum. Unit cost of recycling batteries per drum (sorting if necessary, packaging and transportation inoluded) shall be Included In the unit cost for the waste stream under the contract. 2.e The Contractor shall not collect, without prior approval of the Department of Toxic Substances Control (DTSC) and the Program Manager, materials prohibited under 22 CCR 67450.4 including but not limited to: • bio·hazardous wastes; • radioactive wastes; • compressed gas cylinders greater than 20 pounds; and .• ~xploslves. In addition, the Contractor shall not collect molor oil. antifreeze, 011 filt~rs and automobile batteries. Participants with these wastes shall be instructed to take them to the Palo Alto Recycling Center. Should any of these wastes be inadvertently received at the HHW Program, the Contractor shall deliver said wastes to the appropriate facilities at the Palo Alto Recycling Center. 2.f The Contractor shall provide appropriate documentation, certificates and records as required by applicable federal, state and local laws and regulations and the Program Manager. All documentation shall be filled out clearty, correctly and legibly and copies of any manifest attachments shall be provided to the Program Manager at the time of transport. Documentation submittals shall include but not be limited to: 2.1.1 ~.f.2 ~.f.3 2.f.4 I Hazardous waste manifests and bills of lading; Fully legible inventory forms indicating the contents of each lab- packed drum and referencing a unique identification number for each drum; State and federal land disposal restriction notification forms; Forms. documents, or certificates required for receipt of waste by CITY OF PALO ALTO RFP 111554 (312005) Revised for contract (612005) PAGe 4 OF 15 "