Loading...
HomeMy WebLinkAbout2001-10-15 City CouncilTO: FROM: DATE: SUBJECT: City of Palo Alto City Manager’s Report CITY MANAGER DEPARTMENT:: PUBLIC WORKS OCTOBER 15, 2001 CMR:331:01 APPROVAL OF A CONTRACT IN AN AMOUNT NOT TO EXCEED $100,000 WITH LANDFIRST CONSULTANTS, INC. FOR REMOVAL OF SURPLUS GREEN WASTE FROM THE PALO ALTO COMPOSTING FACILITY TO ALTERNATE RECYCLING FACILITIES 8 RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached one year contract, with options to extend the term for up to two additional years, with Landfirst Consultants, Inc., in an amount not tO exceed $100,000 in the first year for removal of surplus green waste to alternate composting facilities. Authorize the City Manager or his designee to exercise the options for extension of the term for the second and third year in his discretion, in amounts not to exceed $100,000 in each such year, and execute may other documents necessary to implement the second and third years of the contract. DISCUSSION Project Description The work to be performed under the contract is for removal of surplus green, waste at the City of Palo Alto composting facility, to be processed and reused at alternate recycling facilities that meet the State of California AB 939 diversion program requirements. This service is necessary because the area designated for composting activity at the landfill is insufficient to allow processing of the total volume of green waste that was received during the year. Backstocks of geen waste present an obstacle to smooth operation of the site and also are subject to fires of spontaneous combustion. By moving surplus green waste to alternate recycling facilities the landfill will be better able to produce compost and the City will continue to earn recycling credit under the provisions of AB 939. .~ .Page 1 of 2CMR.~31.01 Bid Process A notice inviting formal bids for "Green Waste Removal Services" was sent on June 5, 2001, to three contractors. The bidding period was 21 days. Bids ~vere received from three qualified contractors on June 26, 2001, as listed on the attached bid summary (Attachment B). Bids ranged fi’om a high of $437 per load removed to a low bid of $305 per load removed. Staff has reviewed all bids submitted and recommends that the bid of $305 per load submitted by Landfirst Consultants, Inc. be accepted and that Landfirst Consultants, Inc. be declared the lowest responsible bidder. Staff checked references supplied by the contractor for previous ~vork performed and found no significant complaints. RESOURCE IMPACT Funds for this contract are included in the FY 2001-02 Refuse Fund Operating Budget. POLICY IMPLICATIONS The approval of this contract is consistent with existing policies. ENVIRONMENTAL REVIEW This project is exempt from the provisions of the California Environmental Quality Act (CEQA) pursuant to Section 15308 (Action byRegulatory Agencies for Protection of the Environment) of the CEQA guidelines. ,. ATTACHMENTS Attachment A: Contract Attachment B" Bid Summary PREPARED BY: DEPARTMENT HEAD: CLARK FF Supervisor Director of Public Works CITY MANAGER APPROVAL: Assistant to the City Manager CMR:33 l:01 Page 2 of 2 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND LANDFIRST CONSULTANTS, INC. FOR CONSULTING SERVICES ATTACHMENT A This Contract No.is entered into , by and between the CITY OF PALO ALTO, a chartered city and LANDFIRST CONSULTANTS, INC., a municipal corporation of the State of California. (~CITY"), and LANDFIRST CONSULTANTS, INC., located at 16960. Frank Ct.,Los Gatos,CA 95032 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain services ("Services") as more fully described in Exhibit "~’; and WHEREAS, CITY desires to engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to provide the services on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION i. TERM I.I This Contract will commence on the date of its execution by CITY, and will expire one year thereafter, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence the services as provided in Exhibit ~A". Time is of the essence of this Contract. This Contract can be extended for two additional one year terms at the same rates and terms and conditions by mutual written consent signed by authorized representatives of the parties at least sixty (60) days prior to expiration. SECTION 2.sCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services the Project will be performed by CONSULTANT under the phases of the Basic Services as described below. 2.2 CITY may order substantial changes in the scope or character of the Basic Services., either decreasing or increasing the amount of work required of CONSULTANT. In the event that such changes are ordered, subject to the approval of 011002 sm 0052853 cITY’s City Council, as may be required, CONSULTANT will be entitled to ful! compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule if applicable. Any increase in compensation for substantial changes will be determined in accordance with the provisions of this Contract. CITY will not be liable for the cost or payment of anychange~in work, unless the amount of additiona!~ compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any such change in work. SECTION 3. CONSULTANT QUALIFICATIONS,STATUS, AND DUTIES OF 3.1 coNSULTANT represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the .Services.CONSULTANT further represents and warrants that the project director and every individua!, including any consultant (orcontractors), charged with the performance of the Services are duly licensed or certified by the State of California,to the extent such licensing or certification is required by law to perform the Services, and that the services will beprovided by them or under their supervision. CONSULTANT will furnish to CITY for approval, prior to execution of this Contract, a list of a!l individuals and the names of their emp!oyers or principals to be employed as consultants. 3.2 In reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it will execute or cause to be executed, the Services. 3.3 CONSULTANT will assign Ok~,~ ~ t~-~ as the project director to have supervisory responsibility for the performance, progress, and execution of the Services. ~’W C~o,.~c~-~ will be assigned as the project coordinator who wil! represent CONSULTANT during the day-to-day work. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the Services; 2 011002 sm 0052853 3.4.2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract and any materials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees and consultants, if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances,regulations, orders and decrees mentioned above; and 3.4.4 Will report immediately to the p~oject manager, in writing, any discrepancy or inconsistency it discovers in the -laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Deliverables. 3.5 CONSULTANT will provide CITY with two (2) copies of any documents which are a part of the Services upon their completion and acceptance by CITY. .3.6 If CITY requests additional documents which are a part of the Services, provide such additional copies :and CITY CONSULTANT for its duplicating cos{s. copies of any CONSULTANT will will compensate 3.7 CONSULTANT will be responsible for employing or engaging all persons necessary to provide the Services. Al! consultants of CONSULTANT will be deemed to be directly controlled and supervised by CONSULTANT, which will be responsible for their performance.If any employee or consultant of CONSULTANT fails or refuses to carry outthe provisions of this Contract or appears to be incompetent orto act in a disorderly or improper manner, the employeeor consultant will be discharged immediately from further performance under this Contract on demand of the~ project manager. 3.8 CONSULTANT and its consultants, if any, will at all times be considered.independent contractors and not agents or employees of CITY. 3.9 CONSULTANT will perform or obtain or cause to be performed or obtained any and al! of the fol!owing Additional Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.9.1 Providing services as an expert witness in connection with any public hearing or meeting,arbitration proceeding, or proceeding of a court of record; 3 011002 sm 0052853 3.9.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.9.3 Performing any Other Services ~required by changes pursuant to Section 2.2 subsequent to the execution of this Contract. 3.10 CONSULTANT will be responsible for employing all consultants and other personnel deemed necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must be approved, in advance, by CIT%, in writing, and must remain acceptable to CITY during the term of this Contract. SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the Services listed in Exhibit ~A" and such information regarding its requirements applicable to the Services as may be reasonably requested by CONSULTANT. 4.2 The city manager will .represent CITY for all purposes under this Contract. Clark. Akatiff is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Services, and will be assisted by Russell Reiserer, the Solid waste Manager. 4.3 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY wil! use reasonable efforts to give written notice thereof to CONSULTANT. in a timely manner. SECTION 5. COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT at the rates provided in Exhibit ~B". The total compensation shall not exceed One Hundred Thousand/year Dollars ($I00,000 per year). The fees of the consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance, by CITY and are included in the maximum compensation. CITY reserves the right to refuse payment of such fees, if such prior approva! is not obtained by CONSULTANT. 011002 sm 0052853 5.1.2 The full payment of charges for extra work or changes, or both, will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such work or changes, or both. Pridr to commencing such extra work or changes, Or both, the parties will agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 5.2 The schedule of payments will be made as follows: 5.2.1 payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule of payment mutually agreed upon by the parties, as set forth in Exhibit ~B", or within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. Final payment will be made by CITY after CONSULTANT has submitted all required information supporting the billing, including, without limitation, repgrts which have been approved ¯ by the project manager. 5.2.2 Payment for extra work due to changes instituted pursuant to Section 2.2 will be made in. monthly progress payments for services rendered, within thirty (30 days of submission, in triplicate, of-such requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on account of penalties,, liquidated damages, or other sums withheld by CITY from payments to general contractors. SECTION 6. INDEMNITY 6.1 CONSULTANT- agrees " to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, from any and all demands, claims, or liability of .any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONSULTANT’s, its officers’, agents’, consultants’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability On CONSULTANT in the performance of or failure to perform its obligations under this Contract. // 011002 sm 0052853 5 SECTION 7. WAIVERS 7.1 The waiver by either party of any breach or violation of anycovenant, term, condition or provision of this Contract or of the provisions of any ordinance or law will not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation by the other party of any covenant,_ term, condition or provision of this Contract or of any applicable law or ordinance. 7.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 8.INSURANCE 8.1 CONSULTANT, at its sole cost and expense, will obtain and maintain, in full force and effect during the term of this Contract, the insurance coverage described in Exhibit ~C", insuringnot only CONSULTANT and~ its consu!tants~ if any, but also, with the exception of workers’ compensation and employer’s liability, naming CITY as an additiona! insured concerning CONSULTANT’s performance under this Contract. 8.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:VII or higher which are admitted to transact insurance business in the State of California. Any and all consultants of CONSULTANT retained to perform Services under this Contract will obtain and maintain, in ful! force and effect during the term of this Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 8.3 Certificates of such insurance, preferably on the forms provided by CITY,~ will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with the CITY’s city clerk thirty (30) days prior, written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in the policies Of workers’ compensation and emp!oyer’s liability insurance. Current certificates of such insurance will be kept 011002 sm 0052853 on file at all times during the term of this Contract with the city clerk. 8.4 The procuring of such required ~policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill th~ indemnification provisions of this Contract. Notwithstanding the policy ~or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage,injury, or loss caused by or directly arising as a resultof the Services performed under this Contract, including suchdamage, injury, or loss arising after the Contract is terminated mr the term has expired. SECTION 9". WORKERS’ COMPENSATION i0.i CONSULTANT, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation, or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it Will comply with such provisions, as applicable, before commencing the performance of the Project. SECTION I0. TERMINATIO~OR SUSPENSION OF CONTRACT OR PROJECT i0.i The city manager may suspend the execution.of the Services, in whole or in part, or terminate this Contract, with or without~ cause, by giving thirty (30) days prior written notice thereofto CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance under this Contract. 10.2 CONSULTANT mayterminate this Contract or suspend its execution of the Project by giving thirty (30) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY or in the event CITY indefinitely withholds ~ or withdraws its request for the initiation or continuation of Basic Services. 10.3 Upon such suspension or termination by CITY, CONSULTANT will be compensated for the Basic Services and Additional Services performed prior to receipt of written notice from CITY of such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has been suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approval of CITY’s 011002 sm 0052853 City Council. If this Contract is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the. city manager in the reasonable exercise of his discretion. 10.4 In the event of termination of this Contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation.as follows: 10.4.1 For approved items of services, CONS_ULTANT will be compensated for each item of service fully performed in the amounts authorized under this.Contract. 10.4.2 For approved items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the tota! fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 10.4.3 The total complensation payable under the preceding paragraphs of this Sectloh will not exceed the maximum yearly payment specified under Section 5. 10.5 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTANT to fulfill its obligations under this Contract. SECTION ii.ASSIGNMENT ii.i This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or ~o the same or any part thereof without the prior written consent~ of CITY. A consent to one assignment wil! not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of CITY will be void and, at the option of the city manager, this Contract may be terminated.This contract wil! not be assignable by operation of law. //. // 011002 sm 0052853 SECTION 12. NOTICES 12.1 All notices hereunder will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of. Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 13. CONFLICT OF INTEREST 13.1 In accepting this Contract, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 13.2 CONSULTANT further covenants that, in the performance of this. Contract, it ~,!!1 not employ contractors or persons having such an interest.mentioned above. CONSULTANT certifies that no one who has or will have any financial interest under this Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California.. SECTION 14.NONDISCRIMINATION 14.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of persons under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT agrees to meet all requirements of the PaSo ~ Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit ~D". 14.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as follows: "[Name of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is currently in 011002 sm 0052853 compliance with all Federal and State of~ California laws covering nondiscrimination in employment;and that [Name of Provider] will not discriminate in the employment of any person under this contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 14.3 If CONSULTANT is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in the performance of this Contract, it will be in default of this Contract. Thereupon,. CITY wil! have the power to cancel or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to discrimination, as damages for breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer wil! constitute evidence of a breach of this Contract. SECTION 15.MISCELLANEOUS PROVISIONS 15.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federal Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONSULTANT will comply with or ensure by its advice that compliance with such provisions will be effected pursuant to the terms of this Contract. 15.2 Upon the agreement of the parties, any controversy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the American Arbitratio-n Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. 15.3 This Contract will be governed by the laws of.the State of California, excluding its conflicts of law. 15.4 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United 011002 sm 0052853 10 States District Court for the Northern District of California in the County of Santa Clara, State of California. 15.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out ofthis Contract may recover its reasonable costs and attorneys’fee~ expended in connection with that action. 15.6 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 15.7 All. provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 15.8 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 15.9 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 15.10 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and willbe deemed to be a part of this Contract. 15.11 This Contract may be executed in any number of counterparts, each of which will be an original, but all. of which together will constitute one and the same instrument. 15.12 This Contract is subject to the fiscal provisions of the Charte~ of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16.12 will take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. O11002 sm 0052853 11 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO~ City Clerk APPROVED AS TO FORM: City Attorney APPROVED: Assistant City Manager Director of Administrative Services Director of Public Works Insurance Review Mayor LANDFIRST CONS INC. By: N T By: Title: Taxpayer Identification No. (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) Attachments : EXHIBIT ~A": EXHIBIT ~B": EXHIBIT ~C": EXHIBIT ~’: SCOPE OF SERVICES RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 011002 sm 0052853 12 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) STATE OF ~-~ COUNTY OF On ~4-~ ~, 2001, before me, the undersigned, a Notary Public in and for said County and State, personally appeared ~9 ~ .m~., personally known to me or proved to me on the basis of satisfactory evidence to be the person~) whose name~) is/aide subscribed to the withi.n instrument and acknowledged to me that he//in~/t!~ey executed the same in his/be~/th~r authorized capacity(~e~), and~ that by his/~le~/th~r signature Q~) on the instrument the person(~, or the entity upon behalf of which the person~) acted, executed the instrument. WITNESS my hand and official seal. sign~ature of Notary Public Commission # 1187184 Notary Public: - Callfomla 011002 sm 0052853 13 Exhibit A General Information SCOPE OF SERVICES The CONSULTANT shall pick up, remove and transfer CITY Green Waste to a properly licensed and in a manner which will continue to earn diversion credit for the CITY by the standards of AB 939. The CONSULTANT shal! dispose of the Green Waste. Green Waste Product Information Permitted Disposal Site Compostable green waste comes to the landfill from four sources: a) Curbside collected waste delivered by the contract waste hauler, b) City crews and contractors from parks and trees, c) Commercial landscape, tree and garden services, d) Residential self-haul. Once delivered to the landfill composting area, all green waste is processed through a tub grinder to a minus 2" size producing a "Ground Green" product. Ground green waste is not screened and may contain a small component of paper and plastic (less.o<han 1%). Average daily production of Ground Green is 40 tons with seasonal variations up to 50% more or less. Ground Green material removed from the Palo Alto Landfill may be used as feed stock for composting or green mulch. On site, it is sometimes Used as Alternate Daily Cover, but materials shipped off site cannot be used as ADC. On odcasion, Owing to operational limitations or financial considerations, it may be necessary to ship green waste materials in the raw, unground state to facilities capable of processing such materials into compostable or mulching materials. Consultant’s Responsibilities i. The CONSULTANT will secure sites to which ground green material or green waste materials can be delivered and used as feed stock for composting or green mulch. 2.The CONSULTANT will secure transport of the ground green material in trucks of 80 cy capacity. Maximum truck height is 13 feet. 669480-2 A-1 3.The .CONSULTANT must be able to provide sufficient trucking to remove up to five loads a day, if notified by City of such need. 4.All trucks shall tare in on the tollhouse scale, and, once !oaded, will weigh out. 5.The CONSULTANT will provide records of all sales of green material, and, on a monthly basis. 6.The CONSULTANT is entitled to 100% of any income gained through sale of transported ground green. 7.The CONSULTANT will provide records of the sties to which materials are transported and the use to which the materials are put. Such records will be provided to the city on a quarterly basis or more frequently as requested by the city. 8.The CONSULTANT shall procure all necessary permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawfu! prosecution of the services to be rendered. CONSULTANT shall at al! times observe a~d comply with, and cause al! of its subcontractors and emp~byee’s if any, to observe and comply with al! applicable laws. Ordinances, regulations, orders and decrees. City’ s Responsibilities i. City will notify CONSULTANT of the need to remove ground green material or green waste materials at least 3 days prior to need. if feasible, a routine schedule for pickup will be established by agreement in writing. 2.The City will weigh in and out all trucks removing materials, and maintain a record of such loads. The City will provide receipts to each truck as it leaves and a copy of the complete !og to the CONSULTANT on a monthly basis. 3.The City will load the trucks with product. Loading will be possible Monday through Friday, between 9:00 and 3:00, and - with 24 hours prior notification - as early as 7:00 and as late as 4:30. City shal! make best effort to load each truck as promptly as practical. // // 669480-2 A-2 Other Requirements i.Any sales.reports, receipts, documentation or information, data, or other materia! associated with this contract, given to, or prepared or assembled by CONSULTANT of it~ subcontractors, if any, shall be the property of the City, shall not be made available to any individual or organization without the prior approval of the City, and shall be retained by CONSULTANT for a period of 3 years. The CONSULTANT shall make its records available to City during regular business hours on 24 hours advance notLce. 2.On or beforethe twentieth (20th) day of each month during the term of this agreement, CONSULTANT shall pay City it’s percentage share of the gross proceeds for the materials sold during the previous month. Together with such payment, Contractor will- provide City with supporting documentation concerning material sales during the previous month. Terms of Contract i. Charges for services will ~.he calculated on a per/load basis. Invoices will be paid monthly, and should be received by the i0th of each month. 2. Contact person for all documents, invoices and general information is the Landfill Supervisor Clark Akatiff (650)-329-2113) 669480-2 A-3 Exhibit B RATE SCHEDULE Bid Items i.Payment per minimum 80 cubic yard load of Ground Green removed : $305 per load. 2.Payment per minimum 80 cubic yard load of unprocessed. Green Waste removed: The cost paid by the CONSULTANT to disposed of the unprocessed Green Waste plus 15%, not to exceed a total payment of $700 per load. 669480-2 B-1 aCORD , PRODUCER i BROWN & MEYER Po BOX 2V7 WALNUT GROVE, iNSURED & TRANUM CA 95690 Exhibit C Landfirst Consultants, Ron Ganiats & Jim Lord A Partnership PO Box 150 Coulterville CA 311 et al THIS CER’rlIqCATE IS ISSUED AS A MA’ITER OF ONLY AND CONFERS NO RIGHTS UPON THE HALOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND O1~,TER THE COVERAGE AFFORDED BY THE POLICIES BELOW A CALFARM INSURANCE COMPANY COMPANYB COMPANYc COMPANYD A THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER!OD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RBSPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY ~ER POLICY EFFECTIVE POLICY EXPIRATIOP LI~DATE ~NfiVI/~D/~ DATE (MM/DD/~ GENERA~ LIABILITY~MMERCIAL GENERAL LIABILITY ~ CLAIMS MADE [--X~ OCCUR ~OWNER’S & CONTRACTOR’S PROT AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS LIABILITY ~UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY THE PROPRIETOR/[[ INCLPARTNERS/EXECUTIVE OFFICERS ARE:EXCL OTEmR ABP700218001 12/30/00 12/30/01 GENERAL AGGREGATE PRODUC’~ - COMPIOP AGG PERSONAL & ADV INIURY EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED EXP (Any one person) COMBINED SINGLE LIMIT $ BODILY INJURY $(Per person) BODILY INJURY $(Per acciden0 PROPERTY DAMAGE AUTO ONLY-EA ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE EACH OCCURRENCE AGGREGATE WC STATU-OTH- TORY LIMITS ER EL EACH ACCIDENT EL DISEASE - POLICY LIMIT EL DISEASE - EA EMPLOYEE $2000000 s2000000 islO00000 i$I000000 $I00000 s5000 s $ $ $ $ $ $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEIIICLESISPECIAL ITEMS CITY OF PALO ALTO NAMED AS ADDITIONAL INSURED CITY OF PALTO ALTO ATTN: RUSS REISERER PO BOX 10250 PALO ALTO, CA 94303 SHOULD ANY OF TIIE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ~ EX~’IRATION DATE ~REOF, TFIE ISSUING COMPANY WILL ENDEAVOR TO M~ 3 0 DAYS WRITTEN NOTICE TO TEIE CERTIFICATE HOLDER NAMED TO TI{E LEFT~ BUT FAILURE TO MAlL SUCH NOTICE SHALL BfPOSE NO OBLIGATION OR LIABIL~ OF ANY KIND UPON THE ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESFaNTATrVE Exhibit D CERTIFICATION OF NONDISCRIMINATION ....... Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment with regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State, and local directives and executive orders regarding nondiscrimination in employment. THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. Firm: Signature: Name: Signature: Name: Not~: ~.PRIN’T/4g~R TYPE NAME) (PRINT OR i-YPE NAME) California Corporations Code Section 313 requires two Corporate officers to execute contracts. *The signature of First Officer* must be one of the following: Chairman of the Board; President; or Vice President. **The signature of the Second Officer** must be one of the following: Secretary, Assistant Secretary; Chief Financial Officer, or Assistant. Treasurer. (In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) -CITY OF PALO ALTO PAGE 1 OF 1