Loading...
HomeMy WebLinkAboutStaff Report 3768 City of Palo Alto (ID # 3768) City Council Staff Report Report Type: Consent Calendar Meeting Date: 6/10/2013 City of Palo Alto Page 1 Summary Title: Contract Approvals and other Actions Related to the Capping of the Palo Alto Landfill. Title: Approval of: 1) the Palo Alto Landfill Closure Stipulated Notice and Order No. LEA-2013-01-1; 2) Amendment No. 1 to Contract No. C12143502 in the Amount of $247,889 for a Total Amount of $461,002 with Golder Associates for Closure Design Service; and 3) Contract C13150284 in the Amount of $250,000 with Toubar Equipment Company for Landfill Closure and Maintenance Services From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1) Approve Palo Alto Landfill Closure Stipulated Notice and Order No. LEA- 2013-01-1; 2) Approve Amendment No. 1 to Contract No. C12143502 in the amount of $247,889 for a total amount not to exceed amount of $461,002 with Golder Associates for landfill closure design services; and 3) Approve Contract No. C13150284 in the amount of $250,000 with Toubar Equipment Company for Landfill Closure Maintenance Services. Executive Summary Staff has obtained agency approvals to change the landfill’s cap design so that the City will save a forecasted $3 to $5 million in one time construction costs. This new type of cap, known as an evapo-transpirative (ET) cap would consist of a 4 to City of Palo Alto Page 2 5 feet thick layer of soil that would be environmentally superior and would not involve the purchase or installment of expensive geosynthetic cap materials. Finalizing the design and beginning construction of this ET cap will require a contract amendment for the landfill designer (Golder) and a contract for a closure maintenance contractor (Toubar). The landfill’s regulatory agencies have denied the City’s request to postpone all closure work until 2014. However, the County Local Enforcement Agency (LEA) would like the City to enter into a revised stipulated order that would commit the City to begin capping work in 2013 and complete the work within 18 months (i.e. before an energy/compost facility could be developed). While this timeframe is not what the City had requested, the change to an ET cap would reduce the potential costs which triggered the City’s request. Completing the landfill’s cap before a potential energy/compost facility could cost the City an additional $1 million for an ET cap as compared to the $3 million estimated with geosynthetic cap. Background Landfill Closure, Cap Preparation and Settlement Repair The Palo Alto Landfill is 126 acres in size and has been in operation for over 60 years. The landfill has been filled to capacity and capped in a phasing plan that has resulted in 75 acres filled and properly capped as of 2001. The final phase of the landfill, a 51 acre section designated as “Phase IIC” was filled to capacity on July 28, 2011. The landfill’s final closure plan scheduled the Phase IIC cap construction during calendar year 2012. The Phase IIC cap design specified a geosynthetic cap that was estimated to cost approximately $6 million. Following the landfill’s closure, staff has developed and implemented a soil importation and closure preparation plan for the purpose of preparing Phase IIC for capping and repairing subsidence in the previously closed sections of the landfill. Through an informal Request for Proposals process discussed in Staff Report ID# 2073, staff procured a soil broker/contractor (Toubar Equipment Company) to provide and import the clean soils to the landfill as well as to screen, mix, stockpile or place the soils as directed by staff. Some of this imported soil has been used both to construct the foundation layer that will underlie the cap and has been mixed with compost to be used to construct a vegetative soil layer suitable for parkland. This City of Palo Alto Page 3 work has been substantially completed. For settlement repair in the closed sections, approximately 2/3 of the previously closed sections have been raised to their original design grades through soil importation. Re-graded areas are hydro- seeded to establish native grasses and maintenance pathways/trails are built for public access. These soils are hauled into the landfill by commercial trucking firms and originate from grading projects typically within a radius of 25 miles from the landfill. The City receives a fee for soils deposited at the landfill. In addition, the soils broker/contractor has been performing additional tasks to prepare for landfill closure which have been outside the scope of the original RFP. These tasks are funded through offsets in the soils revenue (i.e. through discounts in soil fees to the soil broker/contractor). The new contract will allow the current soils broker to continue performing these services (offsetting costs against received revenues) while a formal RFP is conducted for comprehensive capping services. Staff believes this two step procurement process will allow the City to meet the closure deadline in the stipulation while ensuring that the services are competitively priced. Energy/Compost Project On April 5, 2010, Council directed staff to initiate a feasiblity study for an Energy/Compost Facility in Palo Alto. In September 2011, a Final Feasibility Report was completed that recommended that if the site at Byxbee Park becomes available through the passage of Ballot Measure E, then the City should take further actions to consider anaerobic digestion and other technologies for managing the City’s food scraps, yard trimmings, and biosolids at the site. In November 2011, Palo Alto voters passed Measure E, which removes a 10-acre parcel of land adjacent to the wastewater treatment plant from dedication as parkland for a 10-year term, only for the limited use as an Energy/Compost Facility. Approximately 8-acres of this 10-acre parcel are on the uncapped portion of the Palo Alto Landfill. On February 6, 2012, Council directed staff, to develop an Action Plan and Timeline for consideration of an Energy/Compost Facility on the Measure E parcel (Staff Report ID# 2361). The Action Plan and Timeline were approved by Council on July 2, 2012 (Staff Report ID# 2557). Council also approved the development of an RFP that will allow the City to obtain firm pricing from vendors interested in providing technologies to manage the City’s food scraps, yard trimmings, and biosolids. The Energy/Compost Facility RFP was developed, approved by Council (Staff Report ID# 3269) and was issued in City of Palo Alto Page 4 February 2013. Proposals are due in July 2013. The RFP also includes soliciting pricing for export options to allow comparison with the City’s current export pricing for food scraps and yard trimmings. Landfill Cap Construction Postponement As discussed above, Measure E could allow a proposed Energy/Compost Facility to be located on a portion of the uncapped landfill. Also, since the landfill is already filled to capacity, then it is likely that a large energy/compost facility could involve the excavation and re-grading of buried refuse in order to form a flat pad. Therefore, in order to prevent the expenditure of public funds to cap the landfill and then subsequently remove the cap if an energy/compost facility is approved, on February 6, 2012, Council directed staff to work with regulatory agencies to obtain approval for postponing the final capping of the landfill for one construction season from 2012 to 2013. On August 6, 2012, staff entered into a Stipulated Notice and Order No. LEA–2012-01 with the Santa Clara County Department of Environmental Health (Local Enforcement Agency “LEA”), which allowed the postponment of the landfill capping until the 2013 construction season. The California Regional Water Quality Control Board (RWQCB) and the California Department of Resources Recycling and Recovery (CalRecycle) also approved this postponement. On January 14, 2013, along with the decision to issue an RFP for an energy/compost facility, Council also directed staff to seek regulatory approvals for postponing the cap construction for an additional period of up to 16 months when there would be a final decision on the Energy/Compost Facility. Staff was also directed to research possibilities for an appeal and/or a legislative solution if the request for an extension of capping the landfill is denied by the regulatory agencies. Discussion New Type of Cap Approved On January 30, 2013 while meeting with senior regulatory staff to discuss the postponement of the landfill capping for another construction season, the regulatory staff suggested that the City consider changing its currently approved geosynthetic cap to a lower cost cap known as an evapo-transpirative (ET) cap (also known as a water balance cap). This ET cap would consist of a 4 to 5 feet thick layer of soil that would prevent rainwater infiltration into the buried refuse City of Palo Alto Page 5 by naturally storing the rainwater in the soil during the wet season and losing the water to evaporation and transpiration during the dry season. These types of ET caps are appropriate for sites such as Palo Alto where the annual rainfall is less than 20 inches per year (Palo Alto’s annual average is approximately 15 inches). City staff directed the City’s consultant (Golder) to prepare a conceptual study on the applicability of an ET cover for the Palo Alto Landfill. The study showed that the ET cap could be applicable for the Palo Alto Landfill and that the majority of the typical imported soils would meet the specifications for an ET cap. In April 2013, staff received agency approvals to change the landfill’s cap design to an ET cap. Advantages of the ET cap are: 1) The City will save $4 to $5 million in construction costs. If these costs are realized then the Refuse Rate Stabilization Reserve would be positive after the CIP is closed; 2) An ET cap is environmentally superior alternative that does not physically or chemically degrade over time like geosynthetic materials; 3) Since the ET cap is a monolithic 4 to 5 feet thick layer of soil it would maintain its function when subsidence (i.e. sinking) occurs. A prescriptive clay layer would be subject to cracking after subsidence that can lead to a pathway for water and gas. A geosynthetic cap can pond after subsidence and can create large and expensive repairs; and 4) More plants and shrubs could be planted on the landfill as long as the roots are less than 4 feet in depth. This could give the City more options with regard to shrubs and improve the park landscaping/planting plan. More plants would improve the ET cap’s performance because transpiration is a necessary part of the function. Postponement Requests Since the Council date of January 14th, staff has met with senior regualtory staff, the director of CalRecycle (Caroll Mortensen), Assemblyman Rich Gordon, County Supervisor Joseph Simitian - who sent a letter to Caroll Mortensen supporting the postponement. Staff also proposed a legislative solution that would give a postponement to the cap schedule. CalRecycle and the LEA have denied the City of Palo Alto Page 6 City’s request to postpone all cap installation work until 2014. The LEA and CalRecycle maintain that under applicable State standards, the City’s election to delay closure from the scheduled Summer/Fall 2013 season until the Summer/Fall 2014 season constitutes a violation of State Permitting and Closure Standards and remains in violation until final closure of the entire landfill is completed. In contrast, the City disagrees with this conclusion and maintains that the delay in final closure is justified and does not constitute a violation. However, all parties agree that through compliance with the schedule listed in the attached Stipulated Order, the City can achieve its goal of delaying final closure for a short period without any adverse repercussions resulting from the alleged violation. If the City does not enter into a new stipulated order with the LEA, then the LEA could attempt to impose civil penalties of not to exceed $10,000 per day for each violation or for each day the landfill fails to achive compliance with the timeframes listed in the previous stipulated order dated August 2012. The LEA is proposing to enter into another stipulated notice and order with the City that would require the City to partially cap Phase IIC in 2013 and fully cap the entire area before an Energy Compost facility could be constructed (Attachment C). Although the LEA has approved attachment C, they have indicated that CalRecycle must also formally approve the order before it can be implemented. Staff is recommending that Council approve the attached stipulated order in concept, only if no significant changes are made to a final stipulated order by CalRecycle. Staff Recommended Course of action Staff are proposing the following actions: 1) Approve the contract amendment for $247,889 with the landfill closure consultant (Golder) to complete the engineering work necessary for the implementation of the ET cap (Attachment A); 2) Approve the agreement with Toubar Equipment Company (Toubar) to provide City of Palo Alto Page 7 and implement the new cap work under the direction of City Staff (Attachment B). Once the ET cap’s plans and specifications are completed then staff will develop a competetive RFP for further capping services; and 3) Approve the stipulated order (Attachment C) in concept, and direct staff to sign the order if no significant changes are made to a final order by CalRecycle. Also direct staff to begin capping sections of the landfill with the ET cap as time allows in 2013, continuing through 2014. Timeline The City has proposed the following schedule to the LEA see attached Stipulated Agreement. Milestone Estimated Completion Dates Milestone Description Approval No. 1 - Receive Final ET Cover Approval April 24, 2013 Written conditional approval from the LEA and State that the ET Cover is acceptable for the Palo Alto Landfill. Council Approvals for the Stipulated Order and closure contracts June 10, 2013 Council approval for: 1) Stipulated order; 2) Design contract amendment for additional modeling, testing and closure report revision; and 3) Closure construction agreement approval for construction of the ET Cover. CEQA August 1, 2013 Complete Initial Study/Mitigated Negative Declaration evaluating Construction Impacts during ET construction. Additional Laboratory Testing and Modeling August 31, 2013 Complete additional work to refine the ET Cover thickness and specifications Existing Phase IIC soil delineation August 31, 2013 Complete field work to identify where existing soils may meet the ET specifications Revised Closure and Postclosure Maintenance Plan September 15, 2013 Submit final drawings, specifications, and a revised CPCMP. City of Palo Alto Page 8 (CPCMP) Revision Approval No. 2 Estimated Dates Final Approval of the Revised CPCMP from the 3 agencies Begin ET Cap construction 14 days after approvals Begin importing soils and construction ET cover. Submit interim progress report on cap construction December 31, 2013 Delineate acreages where cap has been installed/confirmed by Quality Control Program Testing. Construct ET Cap over entire Phase IIC December 31, 2014* Note – 18 month interval assumes 2 (dry) construction seasons. ET cover can’t be constructed during the rainy season. Submit interim progress report on cap construction July 1, 2014 Delineate acreages where cap has been installed/confirmed by Quality Control Program Testing. Final Construction Quality Assurance Report December 31, 2014* Prepare and submit quality assurance documentation Note – 19 months assumes 2 (dry) construction seasons. * The date above is based on conclusions to determine the percentage of existing ET cap soils that are already in place in the existing Phase IIC landfill. The study described above as “Existing Phase IIC soil delineation” will provide an estimate of the quantity of soil that is already available on-site and can be used for the final landfill cap. If the study concludes that a large quantity of existing soils are not suitable for the final cap, the City will be required to obtain the appropriate soils from off-site. The current calculated estimate of soil acceptance is 200,000 cubic years per year. The City will make good faith efforts to complete the cap by December 31, 2014. However, unforeseen delays may extend completion beyond that date. Additional time may be requested beyond that date as described in Section B.3 of the attached stipulated order. Resource Impact If the City were to cap the entire landfill before an energy/compost facility could be developed,under any type of cap design, there would be a cost to remove the cap, re-grade the refuse and re-cap the area. The table below shows the cost forecasts for removal of the cap for waste regrading with the 10 acre energy/compost option. Table 2 Cost Comparison (worst case 10 acre energy/compost facility) City of Palo Alto Page 9 Type of Cap Assumptions Forecast Geosynthetic cap Impact 34 acres – remove and replace vegetative soils, destroy and repurchase geosynthetic cap materials $3,000,000 ET Cap Impact 34 acres -250,000 cubic yards x $2 x 2 events (remove and replace) $1,000,000 It should be noted that the City will know whether an energy/compost facility will be developed and/or the size and configuration of the facility before the cap is installed over most of the Phase IIC area. Both of the attached contract documents being approved are budgeted through the landfill closure CIP RF 11001. The Toubar closure maintenance contract expense limit is recommended at a maximum $250,000 of budgeted funds. However, another $600,000 of construction work (total of $850,000) could be accomplished as directed by the City and funded through revenue offsets as discussed above. Policy Implications There are no new policy implications with the recommended actions in the report. Environmental Review The activities proposed in this report are exempt under the California Environmental Quality Act. An initial Study/Mitigated Negative Declaration will be completed by Golder for the construction impacts associated with this cap construction. Attachments:  Attachment A - CONTRACT AMENDMENT Golder Associates C12143502 (PDF)  Attachment B - Toubar Equipment Company Contract C13150284 (PDF)  Attachment C - Palo Alto Stipulated Agreement - June 2013 (DOCX) 1 Revision July 25, 2012 AMENDMENT NO.1 TO CONTRACT NO. C12143502 BETWEEN THE CITY OF PALO ALTO AND GOLDER ASSOCIATES, INC. FOR PROFESSIONAL SERVICES This Amendment No. 1 to Contract No. C12143502 (“Contract”) is entered into TBD, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and GOLDER ASSOCIATES, INC., a U.S. corporation in the State of Georgia with offices located at 1000 Enterprise Way, Suite 190, Roseville, CA 95678 (“CONSULTANT”). R E C I T A L S: WHEREAS, the Contract was entered into between the parties for the provision of installation of a closure cap upon Phase IIC of the Palo Alto Landfill (“Project”) and to provide for design, California Environmental Quality Act (CEQA) compliance, permitting, and Construction Quality Assurance (CQA) in connection with the Project (“Services”); and WHEREAS, the parties wish to amend the Contract; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the parties agree: SECTION 1. Section 1 of the Contract is herby amended to read as follows: “SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit “A” in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of City.” SECTION 2. Section 2. of the Contract is herby amended to read as follows: “SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through completion of the services in accordance with the Schedule of Performance attached as Exhibit “B” unless terminated earlier pursuant to Section 19 of this Agreement.” SECTION 3. Section 3 of the Contract is hereby amended to read as follows: “SECTION 3. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services with the term of this Agreement and in accordance with the schedule set forth in Exhibit “B” attached to and made a part of the original Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner base upon the circumstances and direction communicated to the CONSULTANT. CITY’S agreement to extend the term or the schedule for performance shall no preclude recovery of damages for delay in the extension is required due to the fault of CONSULTANT.” Attachment A 3 Revision July 25, 2012 EXHIBIT “A” BACKGROUND The City of Palo Alto requires Golder Associates, Inc. (Golder) to provide an alternative cap design for the Palo Alto Landfill Phase IIC area. The reason for the request is to allow for a more cost effective way of removing a portion of the cap if an Energy-Compost Facility were to be built there and to allow the City to cap Phase IIC in a timely manner to stay in compliance with the landfill closure rules and regulations. Golder shall provide engineering services to support the proposed Phase IIC evapotranspirative (ET) cover for the City of Palo Alto Landfill (PALF). Golder has evaluated the feasibility of implementing an evapotranspirative (ET) cover at the PALF (Golder report dated April 2013). Based on the work completed by Golder, the regulatory agencies have provided conditional approval for completing the final design and construction of an ET cover. In addition, to reducing conflicts with the potential AD facility, an ET cover will provide the City with significant cost savings. SCOPE OF SERVICES WORK PLAN SUMMARY The major components of the project include:  Provide additional soil sampling to evaluate key physical saturated and unsaturated properties.  Provide additional soil delineation to assess soil types and soil density throughout the existing cover which includes providing recommendations for remediation of unsuitable areas and a technical memorandum.  Prepare final construction documents and update Final Closure Postclosure Maintenance Plan.  Prepare an initial study and negative declaration for the Phase IIC ET cover design.  Provide construction quality assurance and quality control (QA/QC) during construction of the Phase IIC ET cover.  Prepare final certification report for submittal to the regulatory agencies.  Provide surveying services to the Phase IIC closure work.  Evaluate and develop drainage design plans for Phase IIC and other closed areas of the landfill.  Provide landfill related engineering support which may include technical advice, compilation of as-built drawings of the landfill environmental control systems, and other engineering tasks as needed. 4 Revision July 25, 2012 TASK DETAILS TASK 1 – ADDITIONAL SOIL SAMPLING, TESTING AND MONITORING Golder’s April 2013 ET cover feasibility study identified the need for additional soil sampling, testing, and unsaturated flow modeling in order to finalize the soil material specification requirements for the project. Accordingly, Golder shall collect up to five soil samples that are representative of the range of existing soil types taking into account the previous characterization completed by Golder (April 2013). For each soil type, Golder shall evaluate key physical saturated and unsaturated properties for soil remolded to a relative compaction of 85 percent, 87 percent, and 90 percent of the modified Proctor density. The soil samples shall be collected using a backhoe and operator provided by the City. Representative soil samples shall be collected by a Golder engineer and transported to a geotechnical laboratory for further testing. During the soil sampling effort, Golder shall physically observe and document the presence of rocks, including size and frequency, which was a concern raised by the California Regional Water Quality Control Board, San Francisco Bay Region (RWQCB). For each representative soil sample the following tests shall be completed:  Five grain-size distribution tests (sieve and hydrometer)  Five Atterberg limit tests  Five specific gravity tests  Five modified Proctor compaction tests  15 saturated hydraulic conductivity tests  15 tests to estimate the soil-water characteristic curve (SWCC) parameters At the completion of the testing, Golder shall use the computer program UNSAT-H to update the water balance modeling that was previously completed (Golder, April 2013). Based on the results of the laboratory testing and modeling, Golder shall prepare an addendum to the April 2003 ET cover feasibility study that:  Summarizes the field sampling program  Presents the laboratory test results  Summarizes the results of the unsaturated flow modeling  Provides final recommendations for the ET cover materials including allowable gradation range and required minimum and maximum compaction effort. Golder shall prepare and submit a draft report in electronic format for the City’s review. Following receipt of the City’s comments, Golder shall prepare a final report which shall be submitted in electronic format. TASK 2 – ADDITIONAL PHASE IIC SOILS DELINEATION 5 Revision July 25, 2012 Golder’s April 2013 ET cover feasibility study identified at least one unacceptable soil sample for use in the ET cover. Two additional samples were identified as marginal and may or may not be acceptable pending the final material specification requirements of Phase IIC. Accordingly, Golder shall complete additional soil delineation tests assessing which portions of the existing cover soils are unsuitable for use in the ET cover. Specifically, this work shall consist of the following:  Completion of up to 30 hand auger holes to assess the soil types and in-place density of the soils throughout the existing cover. Particular emphasis shall be directed to the west slope where the City desires to limit the amount of additional soil placed on this slope due to the presence of the sewer line at the toe of the slope.  For each soil sampling location, Golder shall obtain in-situ density measurements using a nuclear density gauge to measure in-place moisture and density in the upper 1 foot. A drive cylinder shall be used for depths greater than one foot.  Soil samples shall be collected and tested for Atterberg limits and grain-size distribution from each of the 30 locations. Modified Proctor tests shall be completed for representative soil types (up to 10). Based on the results of Task 1 and the above field investigation and laboratory testing, along with the results in the April 2013 report, Golder shall delineate the areas of existing suitable and unsuitable soils and provide recommendations for remediation of unsuitable areas. Remediation may require ripping and recompaction, over-excavation and replacement, and/or construction of the full ET cover section over the unsuitable soils. The results of our soil delineation program shall be summarized in a technical memorandum. Golder shall provide the City an electronic draft copy and an electronic final copy of the technical memorandum. TASK 3 – PREPARE FINAL CONSTRUCTION DOCUMENTS Based on the work completed for Tasks 1 and 2, Golder shall prepare final construction documents and update the Final Closure Postclosure Maintenance Plan (FCPMP) for the Phase IIC ET cover. This work will include the following:  Construction drawings  Technical specifications  Construction Quality Assurance/Quality Control (QA/QC) Plan  Revision to the FCPMP Draft submittals of the above deliverable documents shall be submitted electronically to the City. Golder shall incorporate the City’s comments and provide one electronic copy and four hard copies of each deliverable. TASK 4 – CEQA INITIAL STUDY AND PREPARE NEGATIVE DECLARATION 6 Revision July 25, 2012 An initial study and negative declaration shall be prepared for the project and will reflect the Phase IIC ET cover design. The scope-of-work and deliverables for this task are nearly identical to that included in our current contract except the project descriptions and individual evaluations shall be based on the proposed Phase IIC ET cover instead of the previous geomembrane cover system. TASK 5 – CONSTRUCTION QUALITY ASSURANGE/QUANLITY CONTROL Golder shall provide construction quality assurance and quality control (QA/QC) during construction of the Phase IIC ET cover. The QA/QC program shall be completed in accordance with the regulatory-approved QA/QC Plan prepared under Task 3. For the purposes of establishing a budget for this task, we have assumed the following level of effort:  The City will require screening of proposed ET cover soil to show that the imported soils meet the project specifications and those test results will be provided to Golder for review.  Golder shall independently sample the imported soils at a frequency of one test per 5,000 cubic yards for grain-size analysis and Atterberg limits tests. A 20% contingency to the laboratory testing costs to account for rejection of unsuitable soils has been added to allow Golder to get through the City’s screening process.  During the drier construction season (assumed to be 8 months), a CQA technician shall be on-site for 3 days per week/4 hours per day to complete in-situ density tests and obtain samples for CQA testing. This frequency shall be reduced to 1 day per week/4hrs per day during the wetter winter months (assumed to be 4 months). The work shall be assumed to begin in September and continue for 18 months.  Monthly meetings shall be held between Golder’s CQA Engineer-of-Record and the City to review test results and progress to date. TASK 6 – FINAL CERTIFICATION REPORT At the completion of the Phase IIC ET cover construction, Golder shall prepare a final certification report for submittal to the regulatory agencies. The report shall comply with California Code of Regulations (CCR) Title 27 and address the following:  Summarize the QA/QC field and laboratory testing completed for the project  Include field reports summarizing field observations and testing  Identify any non-conforming materials encountered for the project and discuss how the non-conformance was addressed  Provide as-built drawings for the Phase IIC ET cover grades, drainage controls, and landfill gas and leachate control infrastructure The certification report shall be stamped by a registered civil engineer or engineering geologist per CCR Title 27. TASK 7 – PROJECT SURVEYING 7 Revision July 25, 2012 Golder shall retain a licensed surveyor to provide surveying services related to the Phase IIC closure. Surveying services shall consist of the following:  Providing grade control throughout the project. Grades stakes shall be set in active grading areas on a periodic basis.  Survey the location of final drainage controls (invert elevations along alignment)  Survey any remaining locations of the landfill gas and leachate infrastructure yet to be surveyed.  Preparation of an as-built drawing showing final surface elevations on 50-foot centers with as-built drainage, landfill gas, and leachate controls and tie-in locations to previously closed sections.  Additional out-of-scope surveying as requested by the City. The level of effort for this task will be dependent on the length of construction and the number of site visits required. The following level of effort for the subcontracted surveyor shall be as follows:  $5,000 to establish a 3-dimensional final grade model for Phase IIC.  Grade setting at once per month for 18 months. Each monthly visit is assumed to take 8 hours a field time ($165/hr) and require 2 hours of office staff support ($110/hr). This results in a budgeted cost of approximately $28,000.  Eight full field days of as-built surveying ($165/hr) with 64 hours of office staff support ($110/hr). This results in a budgeted cost of approximately $19,300.  $5,000 in out-of-scope surveying services if requested by the City. TASK 8 – DRAINAGE DESIGN FOR PHASE IIC AND PREVIOUSLY CLOSED PHASES The landfill areas closed to date have limited drainage controls to divert sheet flow from the top deck to the side slopes, which has resulted in erosion. To improve drainage and reduce long-term erosion, Golder shall evaluate and develop the following drainage concepts:  Diversion berms near the transition between the top deck and side slopes  Riprap-lined swales  Buried down-drain pipes Golder shall review these concepts with the City before incorporating these into design plans. Drainage details shall be incorporated into the Phase IIC documents under Task 3. Golder shall prepare additional drainage plans (two drawings maximum) showing the location and details recommended to be installed in the previously closed areas of the PALF. TASK 9 – MISCELLANEOUS ENGINEERING SUPPORT 8 Revision July 25, 2012 At the request of the City, Golder shall provide additional landfill-related engineering support. Before any work is completed under this task, Golder shall submit for City approval a specific level of effort, define deliverables and establish a not-to-exceed maximum budget. Anticipated additional effort may include:  Providing technical advice on how to incorporate shrubs, and possibly trees, on the landfill cover  Assisting the City in compiling as-built drawings of leachate and landfill gas controls in a more user-friendly CAD format  Other engineering tasks as requested by the City 9 Revision July 25, 2012 EXHIBIT “B” SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consisten with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Completion (No. of Days From NTP) 1. TASK 1 – Additional Soil Sampling, Testing and Modeling. 77 2. TASK 2 – Additional Phase IIC Soils Delineation 77 3. TASK 3 – Prepare Final Construction Documents 91 4. TASK 4 – CEQA Initial Study and Prepare Negative Declaration 91 5. TASK 5 – Construction Quality Assurance/Quality Control 570 6. TASK 6 – Final Certification Report 570 7. TASK 7 – Project Surveying 570 8. TASK 8 – Drainage Design for Phase IIC and Previously Closed Phases 91 9. TASK 9 – Miscellaneous Engineering Support 570 10 Revision July 25, 2012 EXHIBIT “C” COMPENSATION BUDGET SCHEDULE Total Original Contract C12143502 Dated February 2, 2012 Tasks 1 – 6 Design, CEQA, Construction and Quality Assurance. $193,713 Additional Services: $19,400 TOTAL NOT TO EXCEED FEE–ORIGINAL CONTRACT $213,113 Total Spent to date (close out Tasks 1-6) $72,540 Balance Remaining to fund Amendment No. 1 $140,573 BUDGET SCHEDULE NOT TO EXCEED AMOUNT REIMBURSABLES Amendment No. 1 To Contract C12143502 1. Task 1 – Additional Soil Sampling, Testing and Modeling. $52,406 $150 2. Task 2 – Additional Phase IIC Soils Delineation $27,148 $750 3. Task 3 – Prepare Final Construction Documents $39,030 $0 4. Task 4 – CEQA Initial Study and Prepare Negative Declaration $23,134 $0 5. Task 5 – Construction Quality Assurance/Quality Control $139,698 $9,440 6. Task 6 – Final Certification Report $21,994 $0 7. Task 7 – Project Surveying $62,304 $0 8. Task 8 – Drainage Design for Phase IIC and Previously Closed Phases $12,596 $0 9. Task 9 – Miscellaneous Engineering Support $10,000 $0 Total Basic Services and Reimbursable Expenses: $368,872 $9,590 Total Basic Services and Reimbursable Expenses: $388,462 Less Balance Remaining From Original Contract: $140,573 Total Amendment No. 1 Amount $247,889 Total Compensation (Original Contract Plus Amendment No.1) Not To Exceed: $461,002 Professional Services Rev. Nov. 1, 2011 1 Attachment B CITY OF PALO ALTO CONTRACT NO. C13150284 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND TOUBAR EQUIPMENT COMPANY FOR PROFESSIONAL SERVICES This Agreement is entered into on this TBD day of TBD, 2013, (“Agreement”) by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and TOUBAR EQUIPMENT COMPANY, a U.S. Corporation, located at 2535 Pulgas Avenue, East Palo Alto, CA 94303 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to perform closure maintenance work on Phase I and Phase IIC of the Palo Alto Landfill (“Project”) and desires to engage a consultant to provide closure maintenance services include managing the importaiton of large amounts of soil, grading and placing the soil, as well as other landfill related maintenace in connection with the Project (“Services”). B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit “A”, attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit “A” in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. Optional On-Call Provision (This provision only applies if checked and only applies to on-call agreements.) Services will be authorized by the City, as needed, with a Task Order assigned and approved by the City’s Project Manager. Each Task Order shall be in substantially the same form as Exhibit A-1. Each Task Order shall designate a City Project Manager and shall contain a specific scope of work, a specific schedule of performance and a specific compensation amount. The total price of all Task Orders issued under this Agreement shall not exceed the amount of Compensation set forth in Section 4 of this Agreement. CONSULTANT shall only be compensated for work performed under an authorized Task Order and the City may elect, but is not required, to authorize work up to the maximum compensation amount set forth in Section 4. Professional Services Rev. Nov. 1, 2011 2 SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through December 31, 2013 unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT 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 Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A”, including both payment for professional services and reimbursable expenses, shall not exceed Two-Hundred Fifty Dollars ($250,000). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Two-Hundred Fifty Dollars ($250,000). The applicable rates and schedule of payment are set out in Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE,” which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit “C”. CONSULTANT 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”. SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit “C-1”). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City’s project manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants, if permitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the Professional Services Rev. Nov. 1, 2011 3 professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. CONSULTANT shall correct, at no cost to CITY, any and all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT. If CONSULTANT has prepared plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Project. This obligation shall survive termination of the Agreement. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of the CITY’s stated construction budget, CONSULTANT shall make recommendations to the CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. Option A: No Subcontractor: CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. XOption B: Subcontracts Authorized: Notwithstanding Section 11 above, CITY agrees that subconsultants may be used to complete the Services. The subconsultants authorized by CITY to perform work on this Project are: GreenScape Professional Services Rev. Nov. 1, 2011 4 CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Charlie Touchatt as the Project Manager to have supervisory responsibility for the performance, progress, and execution of the Services and Charlie Touchatt as the project Manager to represent CONSULTANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The City’s project manager is Chuck Muir, Public Works Department, Environmental Services Division, PO Box 10250 Palo Alto, CA 94303, Telephone:650-496-6980. The project manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. [Option A applies to the following design professionals pursuant to Civil Code Section 2782.8: architects; landscape architects; registered professional engineers and licensed professional land surveyors.] 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an “Indemnified Party”) from and against any and all demands, claims, or liability of Professional Services Rev. Nov. 1, 2011 5 any nature, including death or injury to any person, property damage or any other loss, 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 CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an “Indemnified 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 loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements (“Claims”) resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 16.3. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, 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 term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term 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 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 Professional Services Rev. Nov. 1, 2011 6 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. If the insurer cancels or modifies the insurance and provides less than thirty (30) days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business days of the CONSULTANT’s receipt of such notice. CONSULTANT 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. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 19.2. CONSULTANT may terminate this Agreement 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. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19.4. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise of his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 19.4, 20, and 25. 19.5. 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 20. NOTICES. Professional Services Rev. Nov. 1, 2011 7 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 CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 21. CONFLICT OF INTEREST. 21.1. In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement 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. 21.3. If the Project Manager determines that CONSULTANT is a “Consultant” as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of 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 of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. Professional Services Rev. Nov. 1, 2011 8 SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the City’s Environmentally Preferred Purchasing policies which are available at the City’s Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of the City’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Consultant shall comply with the following zero waste requirements:  All printed materials provided by Consultant to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by the City’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks.  Goods purchased by Consultant on behalf of the City shall be purchased in accordance with the City’s Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office.  Reusable/returnable pallets shall be taken back by the Consultant, at no additional cost to the City, for reuse or recycling. Consultant shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. NON-APPROPRIATION 24.1. 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 Agreement 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 Agreement. SECTION 25. MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 25.2. 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 in the County of Santa Clara, State of California. 25.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys’ fees paid to third parties. 25.4. This document represents the entire and integrated agreement between the Professional Services Rev. Nov. 1, 2011 9 parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. 25.6. If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7. All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 25.8 If, pursuant to this contract with CONSULTANT, City shares with CONSULTANT personal information as defined in California Civil Code section 1798.81.5(d) about a California resident (“Personal Information”), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULTANT shall not use Personal Information for direct marketing purposes without City’s express written consent. 25.9 All unchecked boxes do not apply to this agreement. / / / / / / / / / / / / / / / / / / / / Professional Services Rev. Nov. 1, 2011 11 EXHIBIT “A” SCOPE OF SERVICES Closure Maintenance Assistance at the Palo Alto landfill Scope of Work Background The Palo Alto Landfill began formal refuse filling in the 1950s. The City of Palo Alto (City) has been closing and capping this landfill in phases since 1991. In 2010, the City began performing large scale settlement repair due to subsidence within closed sections of the landfill. In July 2011, the landfill reached final capacity and closed to the public. Since then, the City has been importing a large amount of soil into the landfill in order to prepare the last phase (Phase IIC) for final capping. The last area of settlement repair is an area designated as Phase I (aka Byxbee Park). It is estimated that approximately 50,000 cubic yards of clean soils will be required to bring this area to its original design grades. Another large amount of soil is needed in the Phase IIC capping project where a monolithic 4 to 5 feet thick layer of specified soils will be placed over the 51 acres. It is estimated that up to 400,000 cubic yards of soils may be needed for this cap construction based on the conceptual cap design, although some of the cap soils are already onsite. This agreement is meant to procure closure maintenance services with “Toubar Equipment Company” (Toubar) in order to assist the City in the importation and management of the large amount of required soils through the end of Calendar year 2013. This agreement will also fund other tasks related to landfill maintenance as described below. These tasks will be performed on a time and materials (not to exceed) and unit costs basis and will be directed by the City. Hydroseeding of bare slopes before the onset of the rainy season will also be performed by Toubar as part of this agreement. Toubar will provide this work as performed on a unit price per acre fee as specified below. This agreement involves both fees paid by Toubar for the disposal of clean soils at the landfill and costs paid to Toubar by the City as described below. Scope of Work Toubar shall provide clean soils from area-wide grading projects and manage the soils at the landfill for the purpose of settlement repair and capping. Toubar shall also provide equipment and staff necessary for other maintenance related tasks at the landfill as described below. Task 1 Provide, Import and Manage Clean Soils Toubar shall provide, import and properly manage approximately 200,000 cubic yards of suitable soils for placement at the landfill as directed by the City. The City at its sole discretion will approve all soil borrow sources prior to acceptance based on the following criteria: Professional Services Rev. Nov. 1, 2011 12 a) The soils shall not contain any chemical contaminants. Sampling and analytical testing shall be provided by Toubar and official lab results and chain of custody documentation must be submitted to the City and approved before soil can be delivered to the landfill.  Minimum Sampling Frequency – A minimum of one sample for each (original) location of soil larger than 500 cubic yards. And a minimum of one additional sample per 5,000 cubic yards of soil originating at any one location. For soil stockpiles of 500 CY or greater four (4) discrete samples shall be taken and submitted as one composite sample.  Minimum Testing Required – CAM 17 Metals TTLC, TPH (Oil, diesel and gasoline) by EPA 8015. Additional analyses could be required by the City depending on the risk level of the borrow source. For example, the City may require pesticide analyses if the borrow source has been farmland for a long period of time. Approval criteria will be the Shallow Soil Screening Levels for Residential Land Use Table A-1 of the San Francisco Bay Area Regional Water Quality Control Board Interim Final Environmental Screening Levels (ESLs). Exceptions will be made for metals where background levels are higher than the ESLs in the Bay Area. b) The soils shall not be approved if a contamination source is suspected; c) The soils shall originate from residential or low risk commercial properties such as schools or previously undeveloped properties where no contamination source(s) are suspected; d) The soils shall be suitable for vegetative cover. Non-compatible vegetative soils such as sand, gravel, soils containing other materials (e.g., asphalt mix/chunks, concrete chunks/ready mix, mulch, or wood chips) or overly saturated soils will also not be accepted; And e) A certification form (attached) shall be signed by the generator (or generator’s agent) of each borrow source larger than 1,000 cubic yards certifying that the soil meets the City’s requirements. f) For Phase IIC cap soils, the following draft grain size distribution criteria will be used by Toubar to identify soils that would be acceptable for this purpose. The sampling and testing criteria is expected to be a minimum of 1 representative sample per borrow source, and 1 additional sample for every 5,000 cubic yards or as directed by the City. Sampling frequencies, laboratory testing methods and types of tests will be further defined by the City as soon as the final cap design has been completed. Professional Services Rev. Nov. 1, 2011 13 Material Screening and Processing: If Toubar would like to process or otherwise screen the borrow source soils to meet the City’s criteria, and if the City allows this option, then Toubar shall provide a suitable shaker deck or other suitable screener and screen the soil to the required particle sizes. Toubar shall dispose of spoils onsite as directed by the City. Incoming soil stockpiles and the mixing and screening area may be limited to a minimum area of one acre due to above ground gas and leachate wells throughout the site. Toubar shall move the soils to construct the cap directed by the City. Toubar shall be required to control dust through the processing City will supply water source near the site for the Toubar’s usage. Toubar shall provide a water truck and staff for dust suppression. Placement and compaction: Toubar shall provide equipment and staff to place and compact this soil as directed by City. At a minimum, Toubar must provide an 815 Compactor (or equivalent compactor as approved by City), a D-6 or larger bulldozer and Motor Grader. The soils in the Phase IIC cap shall be placed with only the bulldozer to minimize the compaction of the soil. City will provide grade control and Toubar shall fine grade the soil to its intended surface elevations as directed by the City. Toubar shall at no additional fee accept and properly manage all City generated soils hauled by City staffs. City takes all responsibility for the soils meeting the above specifications. Professional Services Rev. Nov. 1, 2011 14 Other Onsite Soils Management: Toubar shall provide a full time staff near the entrance to the Landfill to control and verify trucks. Toubar shall ensure that all trucks originate from City approved soil borrow sources. Toubar shall record and provide soils documentation to the City each week submitted by the following Wednesday. This documentation shall include at a minimum:  The job address of where the soil originated;  The Company that hauled the soil into the Landfill;  The number of trucks and the size of each truckload in cubic yards;  The total number of cubic yards per borrow source;  The total fee calculation to be paid to the City per borrow source; and  The grand totals of each category. Toubar shall also provide a full time water truck and shall suppress dust caused by the soil management operation. City will provide a nearby location for the water truck to fill with reclaimed water. Toubar shall provide all traffic control flagmen as needed to control their traffic and to show the truck drivers where to dump their soil loads. Toubar shall use this staff or others to review each load for unacceptable large rocks or other debris and extract the debris before spreading the load. Task 2 – Additional Onsite Maintenance Work a) Street Sweeping Services – Toubar shall provide adequate street sweeper to sweep and remove soil from the paved Harbor and Embarcadero roadways on a daily basis. Toubar to sweep a minimum of two hours per day or as directed by the City. b) Labor – Toubar to provide laborers to perform the following tasks as directed by the City:  Raise wellheads, vaults or other piping components;  Cut and remove piping, replace and weld HDPE piping once filling has occurred;  Clean soil out of drainage ditches;  Install stormwater controls – silt fencing, waddles, rip rap etc. and  Other tasks as directed by the City. c) Path Construction – Toubar shall construct pathways as directed by the City. Toubar shall provide and use all equipment needed such as 613 scraper to dig out the path and haul baserock, motor grader, skip loader, water truck and vibratory smooth drum roller. e) Drainage Projects – Toubar shall provide labor and equipment to install onsite drainage features as directed by the City. Tasks may include providing an excavator or backhoe, along with laborers to install piping or rip rap drainage features. f) Removal of soils – This task may involve the removal and hauling of unspecified soils to locations on the landfill as directed by the City. Equipment may include an excavator and 10 wheel truck(s) to haul the soils. Professional Services Rev. Nov. 1, 2011 15 Task 3 – Hydroseeding Toubar shall hydroseed bare slopes and decks with the mixes of native grasses and fertilizer as specified below and as directed by the City. Toubar shall perform this work within 3 days after the first rain event after October 15, 2013 or when directed by the City. Fertilizer - NatureTech 5-2-3 OrganiPlex – install at 500 lbs/acre. Total Nitrogen (N) . . . . . . . . . . 5.0000% 0.0030% Ammoniacal Nitrogen 0.0310% Nitrate Nitrogen 0.8650% Other Water Soluble Nitrogen 4.1010% Water Insoluble Nitrogen* Available Phosphate (P2O5) . . . 2.0000% Soluble Potash (K2O) . . . . . . . . 3.0000% Calcium (Ca) . . . . . . . . . . . . . . 2.0000% a) Iron (Fe) . . . . . . . . . . . . . . 0.2000% Seed percentages for the Palo Alto Landfill: Festuca (Vupia) Microstachys: 12.8% Stipa (Nassella) Pulchra: 17% Danthonia Calf. (Calf. Oatgrass): 17% Bromus Carinatus (Calf. Brome): 32% Elymus Glaucus (Blue wildrye): 21.2% Other Terms and Conditions Guarantee of Work and Termination The City’s goal is to have Toubar provide all of this scope as described in Tasks 1-3 above. However, the City does not guarantee that the amount of work listed in this Agreement will be completed by Toubar. The City still needs regulatory approval for the Phase IIC capping project. This agreement may be terminated if the following occurs:  If Toubar gets behind schedule with the importation or processing of the soil (as determined by the City);  If Toubar falsifies any sampling or analytical data;  If Toubar truck drivers report transporting soil from one address and the City confirms another address;  If Toubar violates any compliance issues such as dust generation, stormwater contamination, hazardous materials or other related issues; or  City Management or City Council decides to cancel this agreement. Professional Services Rev. Nov. 1, 2011 16 EXHIBIT “B” SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Completion No. of Days/Weeks From NTP 1. Import and place soils to design grades established by City: 180 days 2. Additional work as required by City 180 days Regardless of the start date of this agreement, the end date of this contract is expected to be December 31, 2013 unless renewed by the City in writing. Professional Services Rev Nov. 1, 2011 18 EXHIBIT “C” COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement based on the hourly rate schedule attached as Exhibit C-1. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit “A” (“Services”) and reimbursable expenses shall not exceed $250,000. CONSULTANT agrees to complete all Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $250,000. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: (Included in the basic services) A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than N/A shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advance, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expenses, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement. Professional Services Rev Nov. 1, 2011 19 [OPTIONAL] Work required because the following conditions are not satisfied or are exceeded shall be considered as Additional Services: Budget Schedule Not To Exceed Amount Task 1 (Fees paid to the City) - Supply and manage 200,000 cubic yards of suitable soils. Includes all associated work described in Task 1 above. -$500,000 (estimated) Task 2 (Fees paid to Contractor) – Maintenance work described in Task 2 to be completed as directed by City on a Time and Materials basis +$600,000 (estimated as required by City) Task 3 (Fees paid to Contractor) – Hydroseeding as specified in Task 3 above. +$150,000 Subtotal +$250,000 Estimated Net Total $0.00 Maximum Agreement Authorization +$250,000 The fees paid to the City shall be based on the following unit prices: Category Rate Import soils in accordance with Task 1- Full Load (cost per load) $40.00 Import soils in accordance with Task 1 - 10 Wheeler (cost per load) $20.00 Import and screen soils (if approved by City) – Full Load (cost per load) $25.00 Import and screen soils (if approved by City) – 10 Wheeler (cost per load) $15.00 Note – Discounted rates may be implemented at the City’s discretion in order to import more soils for compliance or scheduling purposes. City will issue written approval before discounts can be implemented. Professional Services Rev Nov. 1, 2011 20 EXHIBIT “C-1” HOURLY RATE SCHEDULE Hydroseed 46 acres (estimated)……….. $3,260 per acre. 5/1/2013 Professional Services Rev Nov. 1, 2011 21 EXHIBIT “D” INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: MINIMUM LIMITS REQUIRED TYPE OF COVERAGE REQUIREMENT EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY (30) DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. Professional Services Rev Nov. 1, 2011 22 B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 Palo Alto/Santa Clara County Stipulated Notice & Order Page 1 of 10 Attachment C In the Matter of: CITY OF PALO ALTO LANDFILL AND COMPOSTING FACILITY- SWIS NO. 43-AM-0001 STIPULATED NOTICE AND ORDER - NO. LEA-2013-01-1 PUBLIC RESOURCES CODE (§§45000, 45011, 44106, and/or 45023) and CALIFORNIA CODE OF REGULATIONS, TITLE 14, (§§18304, 18304.1) TO: Phil Bobel, City of Palo Alto, Public Works Department, PO Box 10250, Palo Alto, California 94303: DATE: June 1, 2013 PLEASE TAKE NOTICE THAT: 1. This Order supersedes and replaces Stipulated Notice and Order No. LEA 2012-01-1 2. WHEREAS, the Santa Clara County Agriculture and Environmental Management Agency, Department of Environmental Health is the Solid Waste Local Enforcement Agency (“LEA”) and is authorized by the California Department of Resources Recycling and Recovery (“CalRecycle”) to act in the capacity of the LEA for this Facility pursuant to Public Resource Code Section 43200 et seq.; 3. WHEREAS, the City of Palo Alto Refuse Disposal Site is a solid waste facility located at 2830 Embarcadero Road, Palo Alto, California 94303 (the “Facility”); 4. WHEREAS, the City of Palo Alto is the owner and operator of the Facility, with the City of Palo Alto Public Works Department carrying out operations (collectively, the “City”); 5. WHEREAS, the San Francisco Bay Regional Water Quality Control Board, (“Regional Board”) issued Waste Discharge Requirements in 1999 (Board Order No. R2-1999-026 “WDRs”) which specifies discharge specification and monitoring provisions for the Facility; 6. WHEREAS, following CalRecycle concurrence on February 14, 2006, the LEA issued the Facility a Solid Waste Facility Permit No. 43-AM-0001 (the “SWFP”) on March 3, 2006, which the Facility is currently operating under; 7. WHEREAS, the permitted Facility boundary of approximately 137 acres is within a larger 1,800-acre, City-owned Byxbee Park and Baylands parcel. 8. WHEREAS, the landfill disposal area (footprint) occupies approximately 126 acres of the 137-acre permitted Facility boundary. The landfill is divided into four phases (see Exhibit A map): Phase I comprising approximately 29 acres, Phase IIA (23 acres), Phase IIB (23 acres), and Phase IIC (51 acres); Palo Alto/Santa Clara County Stipulated Notice & Order Page 2 of 10 9. WHEREAS, approximately 75 acres of the landfill (Phases I, IIA and IIB) have received final cover in accordance with State regulations. Phase I was capped and developed into parkland in 1991. Phase IIA was capped in 1992. Phase IIB (23 acres) was capped in 2000. Seventy-two of the 75 acres of these areas were opened to parkland in 2011 with three acres being held for stockpiling of vegetative soils for the Phase IIC closure. 10. WHEREAS, State regulations (California Code of Regulations, Title 27, Section 21110) require the timely submittal and implementation of closure and postclosure maintenance plans; 11. WHEREAS, the City submitted Final Closure and Postclosure Maintenance Plans (Plans) in 2009 for closure of Phase IIC which were approved by Regional Board, CalRecycle, and LEA in 2010. Phase IIC was scheduled to undergo closure via construction of a synthetic material in Summer/Fall 2012 in accordance with State requirements; 12. WHEREAS, the final Phase IIC ceased accepting waste on July 28, 2011; 13. WHEREAS, in November 2011, City residents approved Measure E, an initiative to un- dedicate from parkland a ten-acre section of land (eight acres of Phase IIC and two acres of land adjacent to the landfill footprint) for a minimum period of ten years to study the feasibility of a potential organics energy/composting facility. Measure E is meant to identify a parcel of land that could be studied for the purpose of building an energy/conversion facility to handle yard trimmings, food waste, and/or sewage sludge. 14. WHEREAS, the Stipulated Notice & Order (Order) dated August 1, 2012 is the governing enforcement document for the LEA and was signed by the LEA on August 7, 2012, and by the City of Palo Alto on August 16, 2012; 15. WHEREAS, Section B2 of the Order allows the City to request an extension with appropriate justification; 16. WHEREAS, the City submitted a letter to the LEA, CalRecycle, and the Regional Board dated January 18, 2013, requesting further postponement of work for Phase IIC for one additional year to December 31, 2014; 17. WHEREAS, the LEA, CalRecycle, the Regional Board and other stakeholders met with the City at the Facility on January 30, 2013, to discuss the request, make observations, and request additional information; 18. WHEREAS, several City residents notified the LEA in writing of their concerns related to any future delay of landfill closure and urged the LEA to enforce the existing Order and to not grant any further delays to final capping requirements; 19. WHEREAS, the LEA issued an inspection report dated January 30, 2013, issuing a violation notice for failure to close the landfill by December 31, 2012; Palo Alto/Santa Clara County Stipulated Notice & Order Page 3 of 10 20. WHEREAS, the LEA and CalRecycle maintain that under applicable State standards, including but not limited to 27 CCR 21110 (a) & (e), the City’s election to delay closure from the scheduled Summer/Fall 2013 season until the Summer/Fall 2014 season constitutes a violation of State Permitting and Closure Standards and remains in violation until final closure of the entire landfill is completed. In contrast, the City disagrees with this conclusion and maintains that the delay in final closure is justified and does not constitute a violation. However, through compliance with the below schedule, the City can achieve its goal of delaying final closure for a short period without any adverse repercussions resulting from the violation; 21. WHEREAS, the Order No. LEA 2012-01-1 did not impose penalties as long as time frames in the Order are adhered to; 22. WHEREAS, the City submitted the requested additional information to the LEA, CalRecycle, and Regional Board on February 12, 2013, which included a project timeline and study of a more cost effective and environmentally superior engineered alternative water balance (WB) cover; 23. WHEREAS, the LEA, CalRecycle, and Regional Board have reviewed the timeline the City provided on the proposed Energy/Compost facility and determined that the future construction of such a project is likely to cause significant delays of final landfill closure; 24. WHEREAS, This Order allows for the City to make decisions that will provide some flexibility on any future Energy/Compost facility in order to limit costs associated with such a proposed project; 25. WHEREAS, the City submitted the final report for the WB cover to the LEA, CalRecycle and the Regional Board on March 12, 2013 that concluded the WB cover was a feasible option for final cover; 26. WHEREAS, the City has determined the WB cover would be technically feasible and would be more cost effective as well as provide maximum flexibility over the current final cover proposal. In addition the City concludes that the final WB cover proposal provides adequate protection to human health and the environment; 27. WHEREAS, the LEA concurs with the WB cover recommendation based on information provided by the City. CCR Title 27 Section 20080 (b-c) [Regional Board authority] and Section 21090(a) [LEA authority] allows agencies to approve engineered alternatives to the prescriptive standard for final cover systems provided the selected alternative cover design performs at least as well as the prescriptive cover design in terms of its ability to isolate landfill wastes from precipitation and irrigation waters. The discharger must demonstrate that the prescriptive standard is unreasonably and unnecessarily economically burdensome and will cost substantially more than an alternative design. Palo Alto/Santa Clara County Stipulated Notice & Order Page 4 of 10 28. WHEREAS, the City would need to submit a revised final closure plan and postclosure maintenance plan and obtain approvals from the LEA, CalRecycle and Regional Board for the additional delay and alternative WB cover; 29. WHEREAS, the proposed WB cover would allow for a progressive closure of the landfill at a lesser cost than the current proposal. The City estimates the costs for the current Prescriptive Standard Cover to be approximately $5.725 million and the proposed WB cover to cost approximately $993,000 which constitutes a significant savings to the City of over $4.7 million. The cost savings for installation of the proposed WB cover greatly exceeds the original costs estimates of $3 million to uncap the landfill for a proposed Energy/Compost facility; 30. WHEREAS, the City Council voted to direct City staff to request landfill closure postponement of the entire 51 acres; 31. WHEREAS, the City formally requested in a letter dated February 10, 2012, to postpone the Palo Alto Landfill Phase IIC cap construction work for one construction season (from Summer/Fall 2012 to Summer/Fall 2013) in order to study the feasibility of an organics Energy/Compost facility on the City landfill property; 32. WHEREAS, the City requested additional time to evaluate facility designs based on a recent Request For Proposals for the proposed Energy/Compost facility; 33. WHEREAS, Since July 2011 the City has been preparing for closure by working on the required closure tasks to date and has delayed the next task of preparing contract documents; 34. WHEREAS, the LEA and the City recognize that going out to bid in March 2013 was premature considering the pending final cap design changes; 35. WHEREAS, the City has stated its commitment to protect the environment and the community by complying with the required monitoring and maintenance tasks for landfills; 36. WHEREAS, through implementing closure of a portion of the Phase IIC area and compliance with the revised schedule below, the City can achieve its goal of delaying final closure for an additional period with limited adverse repercussions resulting from the violation issued by the LEA; 37. WHEREAS, the City has successfully completed most milestones from the previously signed Order No. LEA 2012-01-1 as well as the March 29, 2013 letter from the LEA modifying the compliance schedule for 30 days; 38. WHEREAS, the LEA and CalRecycle deny the City’s January 18, 2013, request for further postponement of all of the capping work for Phase IIC for one additional year to December 31, 2014. The agencies are allowing postponement of the completion of the Palo Alto/Santa Clara County Stipulated Notice & Order Page 5 of 10 Phase IIC cap construction in conformance with the conditions and schedule contained within this order. \ \ \ THEREFORE, PURSUANT TO PUBLIC RESOURCES CODE SECTIONS 45000, 45011, AND 44106, THE CITY IS ORDERED TO: 1. Proceed with the following schedule concerning landfill closure of a portion of Phase IIC: Milestone Estimated Completion Dates Milestone Description Approval No. 1 - Receive Final WB Cover Approval April 24, 2013 Written conditional approval from the LEA and State that the WB Cover is acceptable for the Palo Alto Landfill. Council Approvals for the Stipulated Order and closure contracts June 10, 2013 Council approval for: 1) Stipulated order; 2) Design contract amendment for additional modeling, testing and closure report revision; and 3) Closure construction agreement approval for construction of the WB Cover. CEQA August 1, 2013 Complete Initial Study/Mitigated Negative Declaration evaluating Construction Impacts during WB construction. Additional Laboratory Testing and Modeling August 31, 2013 Complete additional work to refine the WB Cover thickness and specifications Existing Phase IIC soil delineation August 31, 2013 Complete field work to identify where existing soils may meet the WB specifications Revised Closure and Postclosure Maintenance Plan (CPCMP) Revision September 15, 2013 Submit final drawings, specifications, and a revised CPCMP. Approval No. 2 Estimated Dates Final Approval of the Revised CPCMP from the 3 agencies Begin WB Cap construction 14 days after approvals Begin importing soils and construction WB cover. Submit interim progress report on cap construction December 31, 2013 Delineate acreages where cap has been installed/confirmed by Quality Control Program Testing. Construct WB Cap over entire Phase IIC December 31, 2014* Note – 18 month interval assumes 2 (dry) construction seasons. WB cover can’t be constructed during the rainy season. Submit interim July 1, 2014 Delineate acreages where cap has been Palo Alto/Santa Clara County Stipulated Notice & Order Page 6 of 10 progress report on cap construction installed/confirmed by Quality Control Program Testing. Final Construction Quality Assurance Report December 31, 2014* Prepare and submit quality assurance documentation Note – 19 months assumes 2 (dry) construction seasons. * The date above is based on conclusions to determine the percentage of existing WB cap soils that are already in place in the existing Phase IIC landfill. The study described above as “Existing Phase IIC soil delineation” will provide an estimate of the quantity of soil that is already available on-site and can be used for the final landfill cap. If the study concludes that a large quantity of existing soils are not suitable for the final cap, the City will be required to obtain the appropriate soils from off-site. The current calculated estimate of soil acceptance is 200,000 cubic years per year. The City will make good faith efforts to complete the cap by December 31, 2014. However, unforeseen delays may extend completion beyond that date. Additional time may be requested beyond that date as described in Section B.3 below. 2. Monthly notices documenting the progress made pursuant to the above schedule shall be considered public. Notices shall be provided to the following: a. LEA: Michael Balliet, Santa Clara County LEA, Department of Environmental Health, 1555 Berger Dr., Ste. 300, San Jose, CA 95112. Michael.balliet@deh.sccgov.org b. CalRecycle: Eric Kiruja, California Department of Resources Recycling and Recovery, 1001 I Street, PO Box 4025, MS 10A-15, Sacramento, CA 95812. Eric.Kiruja@calrecycle.ca.gov c. Regional Board: Devender Narala, San Francisco Bay Regional Water Quality Control Board, 1515 Clay Street, Suite 1400, Oakland, CA 94612 Devender.Narala@waterboards.ca.gov 3. During the closure period, the City will implement all of the provisions stated below to minimize environmental impacts: a) Complete the foundation layer grading. Except in limited areas where some capacity is needed for clearing and grubbing spoils. b) Continue operating the gas and leachate systems at high efficiency c) Protect storm water by adding and maintaining stormwater protection Best Management Practices (BMPs). City staff will commit to maintaining these BMPs through the 2013/2104 wet season. d) The City will seed bare areas within the closed sections of the landfill. e) The City will also continue monitoring in accordance with the following table: \ \ \ \ \ \ Palo Alto/Santa Clara County Stipulated Notice & Order Page 7 of 10 \ \ \ \ \ Monitoring Schedule Item Tasks Minimum Frequency Landfill Gas Surface Monitoring Extraction components Wellheads Soil gas offsite migration Quarterly Quarterly Monthly Quarterly Leachate Wells and conveyance system Weekly Stormwater Runoff Sampling Other observations Monthly during wet season Minimum twice per year Quarterly Perimeter Monitoring Erosion, seeps, other problems Monthly Other Monitoring (Top Deck) Erosion, seeps, other problems Monthly A. PLEASE TAKE NOTICE THAT PURSUANT TO PUBLIC RESOURCES CODE SECTIONS 45011, 45014, 45023, 45024, 44305 AND 44306 if the above actions are not completed or complied with by the specified date, and no extension of time has been granted consistent with the terms of this Stipulated Notice and Order, the LEA and/or CalRecycle may: 1. Petition the superior court for injunctive relief to enforce this Stipulated Notice and Order. (Public Resources Code Section 45014); 2. Petition the superior court for civil penalties in an amount not to exceed $10,000 per day for each violation (Public Resources Code Section 45023 and 45024); 3. Impose administrative civil penalties in an amount not to exceed $5,000 per day for each day the Facility fails to achieve compliance with the time frames specified above (Public Resources Code Section 45011); and/or 4. Suspend or revoke the SWFP (Public Resources Code Sections 44305 and 44306). B. ADDITIONAL STIPULATED NOTICE AND ORDER PROVISIONS 1. The City agrees to evaluate design options for the proposed Energy/Compost facility and will encourage proposals that will limit disturbance of the final landfill cap in order to address the City’s cost concerns of possible cap removal. The City further agrees to make a good faith effort to identify and resolve engineering challenges for the new cap and Palo Alto/Santa Clara County Stipulated Notice & Order Page 8 of 10 proposed Energy/Compost facility so that both can be completed in a timely and cost effective manner. 2. The City shall not transfer legal ownership to another party or operator until after the facility is completely certified and closed. 3. In the event the time frames for completion of the above specified activities cannot be adhered to despite City’s good faith efforts, then the LEA, after consultation with CalRecycle, may extend the time frames consistent with applicable state regulations. The LEA, after consultation with CalRecycle, shall review and in its reasonable discretion may approve the extension request upon the City’s showing of its good faith efforts to otherwise meet the above deadlines or upon other reasonable grounds. Any requests for extension must be submitted in writing with appropriate justification at least two weeks prior to the due date. Any such extension to the time frames or other amendment to this Stipulated Notice and Order shall be in the form of an Addendum or Amended Stipulated Notice and Order. The LEA, after consultation with CalRecycle, shall determine if an Addendum or Amended Stipulated Notice and Order are appropriate. 4. Failure to comply with the schedule outlined in this Stipulated Notice and Order may result in the LEA and/or CalRecycle expending available funds under the circumstances set forth in Public Resources Code Sections 45000 and/or 48020, et seq., which, in the judgment of the LEA and/or CalRecycle, is required by the magnitude of endeavor or the need for prompt action to protect public health and safety or the environment. If the LEA and/or CalRecycle expend funds to perform work authorized by Sections 45000 and/or 48020, et seq., the LEA and/or CalRecycle may seek cost reimbursement from the City pursuant to Public Resources Code Sections 45000(d) and 48023. Moreover, funds so expended by CalRecycle constitute a lien upon the real property owned by any responsible party that is subject to the remedial action, pursuant to Public Resources Code Section 48023.5 5. This Stipulated Notice and Order has been negotiated in good faith and the actions undertaken by the City in accordance with this Stipulated Notice and Order do not constitute an admission of any fault. The City does not admit, and retains the right to controvert in any subsequent proceedings, other than proceedings to implement and enforce this Stipulated Notice and Order, any terms of this Stipulated Notice and Order. 6. All parties to this Stipulated Notice and Order agree to comply with and be bound by the terms of this Stipulated Notice and Order. 7. Neither the LEA nor CalRecycle shall be liable for injuries or damages to persons or property resulting from acts or omissions by the City or related parties in carrying out activities pursuant to this Stipulated Notice and Order, nor shall the LEA or CalRecycle be held as a party to any contract entered into by the City or its agent(s) in carrying out activities pursuant to this Stipulated Notice and Order. Palo Alto/Santa Clara County Stipulated Notice & Order Page 9 of 10 8. This Stipulated Notice and Order does not relieve the City from complying with all other applicable local, state, and federal requirements, nor does it preclude the LEA or CalRecycle from taking any and all other enforcement actions allowed by law. 9. Any notice or correspondence to the City pertaining to this Stipulated Notice and Order shall reference the Stipulated Notice and Order and be directed as follows: Phil Bobel, Assistant Director City of Palo Alto Public Works Department PO Box 10250 Palo Alto, CA 94303 10. This Stipulated Notice and Order may only be amended in writing by an appropriate representative of the LEA and the City. Any such addendum or amendment to this Stipulated Notice and Order shall be signed by a representative of the LEA and the City and shall become a part of this Stipulated Notice and Order. This Stipulated Notice and Order is agreed upon and issued as of the last date set forth below. County of Santa Clara: _________________________________________ _____________ Michael Balliet Date Hazardous Materials Program Manager Santa Clara County Department of Environmental Health Local Enforcement Agency APPROVED AS TO FORM AND LEGALITY: ________________________________________ _____________ Mark Bernal, Deputy County Counsel Date City of Palo Alto: _________________________________________ ____________ Phil Bobel, Assistant Director – Environmental Services Date City of Palo Alto, Department of Public Works APPROVED AS TO FORM AND LEGALITY: Palo Alto/Santa Clara County Stipulated Notice & Order Page 10 of 10 ____________________________________________ _____________ Cara Silver, Senior Assistant City Attorney Date