HomeMy WebLinkAboutContracts & Agreements_30-1988_CCv0001.pdf AGREEMENT TO FURNISH CONSULTANT SERVICES
FOR
FIVE-YEAR PERIODIC SITE REVIEW REPORT
CONTRACT N4. 65-7202-4330-1
This AGREEMENT is mace and entered into as of this 6th day
o $ tember-, 1988 .
by and between City of Redlands Community
Services Department, herein-
after referred to a "CITY"
and IT Corporation, hereinafter
referred to a "CONSULTANT" .
In consideration of the mutual promises, covenants and con-
ditions hereinafter set torth, the parties do hereby agree a
fellows
ARTICLE 1 - ENGAGEMENT OF THECONSULTANT
1 .1 The CITE'` hereby engages the CONSULTANT and the CONSUL-
TANT
here yacre is the engagement
to perform Consulting
services described as Five-Year Periodic Site Review
Report for the City of Redlands Landfill, known a
California. Street Landfill, hereinafter called the
Project.
1 .2 All work under this AGREEMENT shall be done in a pro-
fessional manner, and CONSULTANT represents that he i
skilled in the professional expertise a ece ary to
provide high quality services under this AGREEMENT.
1.3 The CONSULTANT shall be responsible, to the level of
competency presently maintained by other practicing
professional consultants performing the Sarre type of
work for the professional and technical soundness,
accuracy and adequacy of all studies, designs, drawings,
specifications, and other work and materials furnished
under this ACREEME'T.
ARTICLE _ S , y CES_OF THE CONSULTANT
.1 The CCNSU TA 4T will perform the services in connection
with the Project as detined in Attachment A, Scope of
o rk .
�1
A011 2.2 No additional services may be provided by the CONSULTANT
unless requested and approved by theCITY.
ARTI L 3e_— S PC o THE CITY
3 .1 The CITY will place at the disposal of the CONSULTANT
all available information pertinent to the Project,
including previous reports and any ether data relative
to the Project that are available.
3 .2 The CITY will provide access to and ritake all provisions
for the CONSULTANT to enter upon public and private
lams as required for the CONSULTANT to perform his work
under this AGREEMENT.
3 ,3 The CITY will provide environmental assessments or
impact reports required for this project, if available.
3 .4 The CITY will designate in writing a person to act as
the CI 's representative with respect to the work to be
performed under this Agreement, such person to have
complete authority to transmit instructions, receive
information, interpret and define the CI` Y's policies
and decisions with respect to materials, equipment,
eluents and systems pertinent to the work covered by
this AGREEMENT.
Wr
4.1 The CC3U `A :I shall proceed with the engineering
services set forth in Article 2 in accordance with the
schedule defined in Attachment B.
4.2 The CONSULTANT shall proceed with the services under
this AGREEMENT promptly and will prosecute therm
diligently,
ART
ICL
5 ,1 For the services performed under Article 2, CITY will
pay the CONSULTANT a monthly scam of the following.
5 .1 .1 Labor hours tires the hourly rate in Attachment
C, the CONSULTANT'S Fee Schedule.
5 l 2
Non-salary expenses in accordance with Attach-
ment C, the CONSULTANT'S Fee Schedule.
5 .2 . Labor hours are defined as the actual documented time
1 chargeable to the project .
-2
.3 Non-Salary expenses include such typical expenses as
cost of.- outside services, mileage, copies, prints,
long distance telephone and delivery charges.
5 .4 CO SUL AM agrees that the total compensation for the
N Scope of 'pork indicated in Attachment A shall not exceed
rr $23,122 without the CITY'S prior written approval. The
breakdown of estimated manhours, labor fee and expenses
is contained on Attachment D.
5
D .5 CONSULTANT agrees that at the end of Phase I, the
CONSULTANT will notify the CITY in writing, including a
brief report on job status, percent complete, analysis
of budget, and envisioned expenses to complete the
contractual effort . Budgets shall not be exceeded
except if previously approved by CITY.
5 .6 The CONSULTANT shall bill the CITY within ten days fol-
lowing the close of each month by submitting an invoice
indicating the pork performed, who performed the work ,
and the detailed cost of all cork including backup
material, if requested.
Payments by CITY to CQ S L,' A 3. shall be made within 30
days after receipt and approval of CONSULTANT'S herein-
above invoice, by warrant payable to IT CORPORATION.
All notices, hills and payments shall be made in writing
and may be given by personal delivery or by rail.
Notices, bills and payments seat by mail should be
addressed as follows:
TO CITY: CITY OF REDLAMS
Community Services Department
Solid Waste Division
1270 W. Dark Avenue
Redlands CA 92373
TO CONSULTANT: IT CORPORATION
17461 Derian Avenue, Suite 190
Irvine CA 92714
When so addressed, such notices shall be deemed given
upon deposit in the United States Mail, In all other
instances, notices, bills and payments shall be deemed
given at the time of actual. delivery. Changes may be
made in the names and addresses of the person to whore
notices, bills and payments are to be given by giving
notice pursuant to this paragraph..
3
ART ZL f -- IASL -AND 11,pKtILIIA °IC)
.1. CONSULTANT shall maintain corker' s compensation
insurance and, in addition shall maintain insurance to
protect CITY from claims for damage due to bodily
injury, personal injury, or death and claims for injury
to or destruction of tangible property while performing
the services covered by this AGREEMENT. Said public
liability and property damage insurance shall be in a
minimum combined single limit of $1,000,000 per occur-
rence. The CITY shall be named a primary additional
insured on insurance coverage for public liability and
property da Cage. The CONSULTANT shall provide CITY with
a certificate evidencing such insurance coverage.
.2 CONSULTANT agrees to maintain professional liability
insurance pursuant to this paragraph to protect CITY
from negligent acts, errors or omissions of a profes-
sional nature, the total aggregate of CONSULTANT'S pro-
fessional liability insurance coverage shall be a
minimum of $1 ,00o,000 .
6 .3 CONSULTANT agrees to indemnify, hold harmless and defend
CITY and any and all of their officers, agents and
employees from and against all claims, loss, damage,
charge or expense, to which they or any of then may be
put or subjected to arising out of or resulting from any
Willful or negligent act or actions, omission or failure
to act on the part of the CONSULTANT, his contractors,
his suppliers, anyone directly or indirectly employed by
any of them or anyone for whose acts or omissions any of
them may be liable in the performance of the services
described in this ART
ARTICLE 7-=_GENERAL
7 .1 In the event of any Legal action brought by either party
against the other to enforce any of the obligations
hereunder or arising out of any dispute concerning the
terms and conditions hereby created, the losing party
shall pay the prevailing party such reasonable amounts
for fees, coasts, expenses, including attorney's fees, a
may be set by the Court .
7 .2 The CONSULTANT LTA shall, not sublet or assign any of the
cork covered by this AGREEMENT, except with the prior
written approval of the CITY and in strict compliance
with the terms, provisions, and conditions of the
CONS
- -
7 .3 The key CONSULTANT'S personnel proposed for this project
are as follows.
Leonard Yamamoto, .E. , Pro3ect Director
J. Iathur, P .F. , Project Manager
R. Len Allen, P.E. , Technical Peer Review
Fred Tahse, P¢G o , Technical Peer Review
M. Parker, Quality Control.
CONSULTANT agrees that these key people will be made
available and assigned to the CITY'S project, and that
they will not be replaced without concurrence from the
CITY.
7 .4 It is understood and agreed by and between the parties
that all documents, records, drawings, designs and spe-
cifications, cost estimates, and other project documents
developed by the CONSULTANT pursuant to this AGREEMENT
shall become the property of CITY and shall be delivered
to CITY if and when requested upon completion of ser-
vices . Any reuse of such documents for other projects
and any use of incomplete documents will be at the
CITY's sole risk .
7 .5 CONSULTAWj is for all purposes an independent
contractor. All qualiti.ed personnel provided b
CONSULTANT pursuant to the provisions of this AGREEMENT
are to be employed by CONSULTANT for his account only,
and it no event. shall. CONSULTANT or any personnel
retained by hire be deemed to have been employed by the
CITY or engaged by the CITY for the account of or on
behalf of the CITY.
7 .6 Unless earlier terminated as stipulated below, this
agreement shall terminate upon completion and acceptance
by the CITY of all cork approved for performance under
Article 2 of this AGREEMENT.
7 .7 This AGREEMENT may be terminated in writing by either
party in the event of failure by the other party to
fulfill its obligations urger this AGREEMENT through no
fault of the terminating party: PROVIDING, that no such
termination may be eftected unless the other party is
given (1) not less than thirty calendar days
written notice (delivered by certified mail, return
receipt requested) of intent to terminate, and an
opportunity for consultation with the terminating party
prior to termination.
7 .8 It this AGREEMENT is terminated by the CITY for reasons
of default by the CONSULTANT, an ad ustm�ent to
CONSULTANT'S compensation shall be made, but (1.) no
amount shall be allowed for anticipated profit or un-
performed services, and { } any payment due to the
CONSULTANT at the time of termination may be adjusted to
r
the extent of any additional costs to the CITY
occasioned by CONSULTANT'S default. If termination for
default is effected by the CONSULTANIT, the adjustment in
compensation shall provide for payment to the CONSULTANT
to include a reasonable profit for services rendered and
reimbursement for expenses incurred prior to the ter-
mination, in addition to termination settlement costs
reasonably incurred by the CONSULTANT relating to com-
mitments which had become firm and approved by CITY
prior to termination.
7 .9 Upon receipt of a termination notice, the CONSULTANT
shall 1. promptly discontinue all services affected
unless the notice directs otherwise) , and 2 deliver
or otherwise make available to the CITY, copies of data,
design calculations, drawings, specifications, reports,
estimates, summaries, and such other information and
materials as may have been accumulated by theCONSULT-ANT
in performing this AGREEMENT.
7 .10 III, shall maintain books and accounts of all,
project related payroll costs and all expenses and
incidental expense. Books shall be mailable at all
reasonable times for examination by the CITY at the
office of the CONSULTANT.
00 7 .11 This AGREEMENT, including attachments incorporated
herein by reference, represents the entire AGREEMENT and
understanding between the parties and any negotiations,
proposals or oral agreements are intended to be
integrated herein and to be superseded by this written
AGREEMENT. Any supplement or amendment ent to thisAGREE-
MENT
to be effective shall be in writing and signed by
the CITY and. CONSULTANT.
7 .12 This AGREEMENT is to be governed by and construed in
accordance with the laws of the State of California.
IN WITNESS WHEREOF, duly authorized representatives of
the parties have signed in confirmation of this RR-
.
CITY OF RDL ANDS IT CORPORATION
By r '"
a �
,t
Bv - - `
Mayor General. Manager
R. Leonard Allen
TE v, Date }
�# pity 1 :..� .�....�..�� ,���;�.:�_�
�.p
SE DATE(MM! Y,
14sm -4�111iiijjj';jliiii
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,
JOHNSON & HIGGINS EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
2029 CENTURY PARK EAST
LOS ANGELES, CA 90067 COMPANIES AFFORDING COVERAGE
TEL: (213) 552-8700
LETTER
COMPAN
Y A NATIONAL UNION FIRE INSURANCE COMPANY_
--- COMPANY
INSURED LETTER B BIRMINGHAM FIRE
INTERNATIONAL TECHNOLOGY CORP.;
IT CORPORATION; MCKITTRICK MUD, INC.; COMPANY c
PRINCETON AQUA SCIENCE; IT TRANSPORTATION LETTER
CORP.; PETROLEUM WASTE, INC.; MCGILL, INC.;
NEPCCO, INC.; ENVIRO MEASURE, INC.; PEI COMPANY
ASSOC., INC.; DELIAN CORP.; UNDERGROUND LETTER D
RESOURCES; WESTERN EMERGENCY SERVICES, INC.;
LIBERTY DRILLING, BORING & TESTING, INC. COMPANY
23456 HAWTHORNE BLVD.; TORRANCE, CA 90505 LETTER E
r
A X 1,000,
X RMGLA249-6253 4/1/88 4/1/89
1,000,
X RMBA1458780 (O/TJ 4/1/88 4/1/89 110001
RMBATX145-8781 (Texas)
A RMWC1 12-6045 4/1/88 4/1/89 11000,
B r RMWC1 12-6046
RMWC112-6047
Contract 065-7202-4330-1
City of Redlands
Comirunity Services Dept. 30:
Solid Waste Division
1270 V. Park Avenue
Redlands, California 92373
Attn: Mr. Gerald Davis
CERTIFICATE OF INSURANCE
FROM
UNIVERSAL. PROFESSIONAL INSURANCE COMPANY
A
INSURED: IN'>TERNATIONAL TECHNOLOGY CORP.; TODAY'S DATE. 8123188
IT CORPORATION; MCKITTRICK MUD, INC. ;
PRINCETON AQUA SCIENCE; IT TRANSPORTATION
CORP; PETROLEUM WASTE, INC.; MCGILL, INC. ;
NEPCCO, INC.: ENVIRO MEASURE, INC. ; PEI
ASSOC., INC.; DELIAN CORP. ; UNDERGROUND
RESOURCES; WESTERN EMERGENCY SERVICES, INC.;
LIBERTY DRILLING, BORING 6 TES'T'ING, INC.
C.
COVERAGES. 23456 HAWTHORNE BLVD_ . TORRANCP CA 90BO5
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION.OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPE{'T TO
WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AI FORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT
THE TERMS,EXCLUSIONS,AND CONDITIONS OF SUCH POLICIES,
I TYPE OF INSURANCE j POLICY POLICY LIABILITY LIMITS
(CLAIMS MADE POLICY) I POLICY N IUMIDE2 EFFECTIVE DATE IEXPIRATICN+1 WEICOMBINED SINGLE LIMIT
TERRORS AND OMISSIONS , PR 10003 411188 411189 $1,000,000.
(PROFESSIONAL LIABILITY)
❑ASBESTOS LIABILITY
ENVIRONMENTAL
IMPAIRMENT LIABILITY
OTHER
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
Re: Contract #65-7202-4330-1
f
I
}
I
i
CERTIFICATE HOLDER CANCELLATION i
Attn: Air. Gerald Mavis S ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRA-
Ci of Redlands TION VTE THEREOF,THE ISSUING COMPANY Wit!ENDEAMOR TO MAtt 30 DAYS
I WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO
Community Services Dept. MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR U TTY CIF ANY KIND UPON�
1 THE COMPANY,ITS AGENTS OR REPRESENTATIVES,
' Solid Rate Invision AUT RI DRE RESENTATINE JINRLER: I
1270 W. Parts Avenue �
r
Redlands, California 92373 t' v „_
ATTACHMENT
SCOPEIT CORPORATION
A. DESA R F SERVICES
shall parform general engineer , ne
services in accordance with the following
and
,
proposes Ub ted by TT Co a ron e July 1
1988, inrorporated herein as J i i
B. GENERAL ENGINEERING SREVICES
1 . Preparation of a Five Year i dc Site Review Report
for the California Street site in accordance with Titip
14, Chapter 3 , Article 7 , Section 17751 of the
California Administrative Code ., _ general
attac$ ed . it shall be tho responsibility of the
CONSULTANT to produce six ( ) r o V i e s dor the CITE that
will be accepted hY the California Waste Mtnna m
Board and the an Bernardino county Environmental
Health Servioes
v
Department (the local enforcemont
agency) a meeting their reirnts . The report
shall he developed in ge
,..
aGhe
outline herein. '�- Exhibita and in their conten - .. k.-;
that
thex o only s a Five Year
Periodic Site Review R but ° , . l __
of MY�cjsal Site Information
14, Chapter 3 , Article Section 17616 of the
California Admin, st i. e Code.2. The work is ..
e s, �
'� hall ._consist ar.performed p ._
Finalize needed report s' ;" x,r..x. cnntentR. and
format through consultation with CITY and
regulatory agencies .
Assess existing information for the subject
site .
a
Determine new aata needs .
Prepare Phase e _fi. Work Plan, and budget
proposal x for the California Street Site CIS
approval and Possible contract amendment prior
starting P - e TT
,_
r -�
rte, s .r ._ n o r g:i n i z °mt i I"!,£: 1,1 t.a ff o r s i t
Gather
d
Pr a r P, ` - foischeduled .
a x
3.
Deliverables
Rec one-, ( 1 f
CONSULTANT shall- i t n n,ve-i to the CTTY all
4. TIME FOR PERFORMANCE,
CONSULTANT shl "01- 1 fi I W 1.
within thillrty aft-,-r P�111az-'-
e CONSULTANT
Project
- 5
s� Y J e__.„ "_�,. <'.7 `•_'` - '_'- r- r,"', work, d i€@-
to worms t--3 ' r= , o,r 81 died n"
Within three e rt f e o f he �CONSULTANT
shah. prepare a t"e r)ran a `! - n,--. r" the res r
the meeting €e _" -, 1 b rri'.t it _0 t h e CITY r.
c urr en e g
overall
`.;- in 2mi1
5. NOTE:CONSULTANT
The
extent, u
before
e_ a ..r. ...._. T) .-v..._.f- .,_,. ,, --rl .6. .. ,�_� .ted Ke ct CEs ._.
sesss tent , ng n Sn j, nd i x Wit, or
q'r
fill
T CORPORATION
N
PROJECT SCHEDULE
ITEM COMPLETIONDATE
CitY Council al-mir-rf.-wall of 9-6-88
CONSULTANT Contract
2. City issues nc--ticr- 9-7-88
3 . CONSULTANTS Ph $ T
4 . CONSULTANTS m'gin ,. f-irst cilraft- 11-1-88
copies) of report to C'I T Y
or rev
CONSULTANTS s i-b- _ fir,,,Al -14-88
CITY copi. ;; iI C,,:-"p ncl
W (I co y ,,
Al
`
ATTACHMENT C
Page 1 of 2
Exhibit 1
Efteefte: January 11 1587
1T ca"oRA?Iox
CATEGORY RATE SCHEDULE
ENGINEERING SERVICES
catggm Hou ty
Rat.
Clerk
Typist............................................................... . .......................... $ 27A0
TechnicalSupport i ........................................................................... $ 32—UO
TechnicalSupport li ........................................................................... $ 37.00
Senior Technician
SeniorDrafts person............................................................................ $ 38.00
Engineer
Scientist......................................................................................... $ 42.00
Assistant Project Engineer I
Assistant Project Scientist I ................................................................... $ 48.00
Assistant Project Engineer ii
Assistant Project Scientist ii................................................................... $ 57.00
Project Scientist i
ProjectEngineer i .............................................................................. $ 64.00
Project Engineer ii
ProjectScientist ll.............................................................................. $ 70.00
Senior Project Engineer
Senior Project Scientist........................................................................ $ 77.00
Project Manager
Staff Consultant
Heatth & Safety Regional Manager ........................................................... $ 90.00
Project Director
Program Director
Senior Staff Consultant........................................................................ $115.00
Legal
Principals .......................................................................................$150.00
�(r t See Terms and Conditions on reverse sidc y
1 F Corporation is a wholly ownoo suosidtary of international rochrtwogy Corporation. 140e.11-8S
ATTACHMENT C
Page 2 of 2
TERMS AND CONDITIONS
1.0 Personnel Charges
1.1 Project technical and management personnel
will be invoiced according to the Category -apgitcatmr-mats-ta 3TffWMGlWof-erg"16):;1,--s
Rate Schedule. eactrwa7.-
1.2 Personnel time charges are also invoiced for - - see-frsrlartg#ersrs�trs project i
direct project support activities such as reclort
typing and reproduction- Indirect support staff e7erY ttrree
time such as office administration is not P"20%-
charged.
1.3 All time is rounded to the nearest one-half hour, 4.0 Other Charges
1.4 The Category Rate Schedule is effective for the 4.1 Microcomputer and text processing equipment
calendar year-19&7, 1988 is invoiced at$15.00 per connect hour, rounded
to the nearest half-hour.
1.5 All labor is subject to a(4) hour minimum charge. 4,2 Charges for equipment will be invoiced in
accordance with IT's published Equipment Rate
2.0 Premium Personnel Charges �cheglule.
21 The Category Rate Schedule applies for all 4.3 4 miscellaneous charge equal to 5%of personnel
hours worked by Exempt (salaried) Personnel. time charges will be invoiced to cover telephone,
2.2 The Category Rate Schedule applies to the first copying, postage,etc.
eight(8) hours worked by Non-Exempt(hourly) 4.4 Special services such as computer services.
Personnel between 0700 hours and 1700 hours, reprographics, drilling, and analytical laboratory
Monday through Friday, are available and pricing will be provided
2.2.1 Overtime is charged at 1.3 times the upon request.
applicable Rate for all hours worked by 4.5 Third party equipment rentals and temporary
Non-Exempt Personnel: personnel located at IT's facilities or under IT's
IV
P IM_ control will be invoiced according to IT's
61 11M * Exceeding eight (8) hours per day; or
Equipment Rate and Category Rate Schedules.
* Exceeding forty(40) hours per week: or
* Between 1700 hours one day and 0700
hours the next day; or 5.0 Reimbursable Expenses
* on Saturday. ,
All project related purchases will be invoiced at cost
�; 1/_;P
-Z1:2-prenviu plus 201 including materials, subcontractor costs,
applicable-Rate-far-ati trbt�iMwor"tj-by- fees, duties, deposits, broker's fees, equipment
purchased and other costs incurred specifically for
h`011daFT tTfT01tM,7g per7c%T zzriffd-d-- the project.
armuaJ4V649y+T-pciI+cy),
6.0 Invoicing and Terms of Payment
response is charneA i
eye!A perso"a""Iec"orr -af*e impe*4434 4i4,iqa wWJ-be,d tie prior-to-stsit o f-
2A Expert testimony, including preparation and
standby, is charged at 2.0 times the applicable 6�2 Payment terms for professional services are
Rate. NET 30 DAYS.
All Premium personnel charges will be rounded 6,3 A service charge equal to 1.5%per month or the
to the nearest dollar, maximum lawful rate,whichever is lesser, will be
3.0 Travel and Living Expenses charged on all account balances past due.
6.4 Invoices may be submitted as frequeritty-as--
-ot-$,34 per-4at-aod-kDtg"at
described in
32 Travel expenses are charged at cost ius20% Article 5 of the Agreement.
dab (lot to exceed costs described in
Attachment D.
ATTACHMENT D
INTERNATIONAL TECH NO LOGY C PORA_TION
Page 1 of 4
TASK I - KICKOFF MEETING/SITE RECONNAISSANCE
PERSONNEL UNIT PRICE ESTIMATED HOURS ESTIMATED COST
Project Director $115 8 920
Project Manager 90 8 720
Subtotal $1,640
Misc. (5%) 82
Travel related 50
TOTAL $1,772
TASK II - PREPARATION OF REPORT OUTLINE, CONTENTS, AND
FORMAT OF THE PERIODIC SITE REVIEW REPORT
NO CHARGE
TASK III - DATA COMPILATION AND IDENTIFICATION OF DATA GAPS
PERSONNEL UNIT PRICE ESTIMATED HOURS ESTIMATED COST
Project Director $115 1 $115
Technical Manager 90 4 860
Project Engineer/
Geologist 64 12 768
Clerical Support 27 10 270
Subtotal $1,513
Misc. (5%) 77
Travel 200
TOTAL $1,790
?Rig: 105E-P1 10 5-2
Page 2 of 4 INTERNATIONAL TECHNOLOGY CORPORATION
TASK IV - PREPARATION OF PHASE II WORK PLAN, SCHEDULE, AND BUDGET
PERSONNEL UNIT PRICE ESTIMATED HOURS ESTIMATED COST
Project Director $115 2 230
Project Manager 90 4 360
Technical Review Team 115 2 230
QA Engineer 64 4 256
Project Engineer/Geologist 64 20 1,280
Technical Support Level I1 39 8 296
Technical Support Level 1 32 8 256
Subtotal $2,908
Misc. (5%) 145
Travel 100
TOTAL $3,153
TASK V - GATHER NEW DATA, AS REQUIRED
PERSONNEL UNIT PRICE ESTIMATED HOURS ESTIMATED COST
Adm
Project Manager $90 2 $ 180
Project Engineer/
Geologist 64 16 1,024
Subtotal $1,204
Misc. (5%) 60
Travel 200
TOTAL $1,464
TASK VI - DATA INTEGRATION AND INTERPRETATION
PERSONNEL UNIT PRICE ESTIMATED HOURS ESTIMATED COST
Project Manager $90 2 $180
Project Engineer 64 16 1,024
Technical Support
Level 11 37 24 888
Subtotal $2,092
Misc. (5%) i05
TOTAL $2,197
PRO. 1 x`56-P!
Page O of 4 INTERNATIONAL TECHNOLOGY CORPORATION
U TASK VII - ANALYSES
PERSONNEL UNIT PRICE ESTIMATED HOURS ESTIMATED MIST
Project Manager $90 3 $270
Project Engineer 64 20 1,280
QA Engineer 64 4 256
Technical Support 32 10 320
Level I
Subtotal $2,126
Misc. (5%) 106
TOTAL $2,232
TASK VIII - REPORT PREPARATION
PERSONNEL UNIT PRICE ESTIMATED HOURS ESTIMATED COST
Project Manager $115 8 $ 920
Project Manager/
_ Technical Manager 90 18 1,620
Technical Review Tear 115 6
QA Engineer 64 690
10 64O
Project Engineer/
Geologist 64 60 3,840
Technical Support
Level 11 37 32 1,184
Technical Support
Level I 32 24 768
Clerical Support 27 8 256
Subtotal $9,918
Misc. (5/) 496
Travel 100
TOTAL $10,514
r `
RO: 1056-PI 5-4
Page 4 of 4 INTERNATIONAL TECHNOLOGY CORPORATION
SUMMARY OF COSTS
TASK NO. ESTIMATED COST
PHASE I
I - Kickoff Meeting/Site Reconnaissance $1,772
II - Preparation of Report Outline,
Contents, and Format 0
III - Data Compilation and Identification
of Data Gaps 1,790
IV - Preparation of Phase 11 Workplan,
Schedule, and Budget 3,153
TOTAL ESTIMATED COST FOR PHASE 1 $6,715
PHASE II
V - Gather New Data, as Required $ 1,464
VI - Data Integration and Interpretation 2,197
VII - Analyses 2,232
VIII - Report Preparation 10,514
TOTAL ESTIMATED COST FOR PHASE 11 $16,407
PRO 110,156-P 1 5-5
EXHIBIT A INTERNATIONAL TECHNOLOGYCORPORATICN
Pace 1 of 11
kwµ
10
4.0 PROJECT APPROACH AND WORK SCHEDULE
4.1 UNDERSTANDING OF THE PROJECT
4.1.1 Regulatory Background
Operating permits for disposal sites, such as the City's California Street
Landfill, that were operating prior to the enactment of the Z'berg-Kapiloff
Solid Waste Control Act of 1975, were processed during 1977 and 1978 under the
"Grandfather" provisions of the California Code of Regulations (CCR) , formerly
known as the California Administrative Code. Engineering information address-
ing geology, hydrology, drainage, leachate control , site design and operation,
and waste cell construction was frequently not provided by the applicant as
part of the permit application because a professionally designed site was not
a prerequisite for a Grandfather permit. Title 14, Chapter 3, Article 7,
Section 17751 of the CCR provides for periodic site reviews to protect State
land, water, and air resources. 14 CCR § 17751 states that.
From the date of issuance of the permit, at least once each five
years, or more frequently as determined by the enforcement agency,
the owner or operator shall cause a registered civil engineer to
review the site design, implementation and operation plan to
determine if any revisions are necessary and to estimate the
remaining site life. The conclusions and recommendations of his
review shall be presented in a report and filed with the
enforcement agency and the Board.
In accordance with 14 CCR § 17751, the Periodic Site Review Report should
include a site development plan for the continuance of the landfill program.
The plan should include all the data and engineering information required for
a new site. A considerable portion of the information required for the
Periodic Site Review Report is also required for the Report of Disposal Site
Information (RDSI . The purpose of the RDSI is to provide the local
enforcement agency, which for this project is the San Bernardino County
Environmental Health Services Department, with information to assist them in
reviewing existing permits as required by 14 CCR 18213 and indeterminir
v
AM
conditions to be included in the solid waste facilities permit.
P O: 1O55-Pl , 4-1
Page 2 of 11 IN=ERI`v'ATTONAL TECHNOLOGY CORPOR AT RON
4.1.2 Contents of the Periodic Site Review
Report
IT understands that the engineering services to be provided on this project
will culiminate in the preparation of a Periodic Site Review Report for the
City's California Street Landfill . The Periodic Site Review Report will be
prepared such that it not only meets the requirements of 14 CCR § 17751, but
will also be acceptable as an RDSI in accordance with 14 CCR § 17616.
The California Waste Management Board has prepared technical guidance docu-
ments entitled "Engineering Report Requirements - Information Necessary for
Review of Facility Permits" and "Guidelines for Preparation of Report of
Disposal Site Information," which provide excellent guidinc'e 'o'n preparing
ROSIs and Periodic Site Review Reports. The Periodic Site Review Report
essentially focuses on a review of three major areas:
• Landfill Operation and Environmental Engineering
Information
- Description of disposal site information
- Description of wastes received and handling
procedures
- Life expectancy of the site
- Management organization and personnel information
- Conditions criteria and requirements of operation
- Climate and vegetation
- Wildlife
• Geologic Information
- Regional geology
- Site geology
- Seismicity
- Hydrogeology
- Ground-water monitoring
IN
PRO: 1056-PI 4-2
'a E' 3 of 11
INTERNIATIOMA1.TECHNOLOGY Y CORPORATION
?ATION
k.F
• Civil/Geotechnical Engineering Information
- Location of site
- Site plan map of area
- Topographic map of site
- Drainage control
- Leachate control
- Gas venting
- Slope stability
- Engineering properties of soil and bedrock.
4.2 TECHNICAL APPROACH
The following sections describe the technical approach that IT will use to
perform the engineering review and prepare the Periodic Site Review Report for
the California Street Landfill . The work will be conducted in two phases:
Phase I includes tasks 1 through 4 of the RFP, and Phase II includes tasks 5
through 8 of the RFP. Figures 4-1 and 4-2 illustrate IT's technical approach
for the project. The following is an outline of the tasks that will be
performed in each phase of the project:
• Phase I
- Finalize report outline, contents, and format
through consultation with regulatory agencies
- Assess existing information
- Determine new data needs
- Prepare Phase II work plan, schedule, and budget
proposal for the site for City approval and possible
contract amendment prior to starting Phase II
• Phase Ii
- Assemble and organize existing data for the site
- Gather new data, as required
- Conduct analyses
- Prepare final repor Y.
PRC. ' 56-P1 4-3
Page 4 of 11 INTERNATIONAL TECHINIOLOGY CORPORA-110N
FIGURE 4-1
�N
'7170NICAL ,APPROACH - PHASE 1
TASK I
KICKOFF MEETING/ €
RECONNAISSANCE E
TASK It
PREPARATION
OF PERIODIC
SITE REVIEW
REPORT OUTLINE,
CONTENT, AND
FORMAT
TASK III
EXISTING DATA
ACQUISITION,
COMPILATION, AND
IDENTIFICATION
OF DATA GAPS !
i
TASK IV I
PREPARATION
OF PHASE 11 R
WORK PLAN, REVIEW
;
BUDGET, �_
AND
SCHEDULE
f
14
Page 5 of 11 ? I L t TIONTAL T-CHNGLGGlY CORPORATION
AMR FIG
r
i CH N!CAL APPROACH — PHAISc II
TASK V
GATHER NEW
NEEDED DATA
I
TASK VI
DATA INTEGRATION
AND
INTERPRETAION
PEER
REVIEW
TASK Vll
DATA
ANALYSIS
PEER
�._. REVIEW
TASK Vlll
REPORT
PREPARATION
I
PEER
RE"Al EW
I
MEETING WI TN C!TY !
TO DISCUSS REPORT �
E �-�e
SUBMIT SINAL j
i R POR T I
Page h of 11 IN T it RNTATIONAL TECHNOLOGY CORPORATION
a�
4.2.1 Phase I Tasks
Phase I of the project will be performed in four tasks, as described in the
following paragraphs.
Task I - Kickoff Meeting/Site Reconnaissance
Upon award of the contract, the IT project team leaders will meet with the
City's solid waste engineers. The main purpose of this meeting will be to
open channels of communication and to provide the project team with a clear
understanding of the City's concerns. Site reconnaissance will also be
conducted at this time to provide key project members with -a .first-hand
perspective of the project.
Task II - Preparation of Report Outline, Contents, and Format of the Periodic
Site Review Report
The purpose of this task is to prepare a generic Periodic Site Review Report
outline that meets the objectives of the project and complies With applicable
VNIN
regulations. The outline will be sufficiently detailed to provide guidance to
members of the project team and to provide the regulatory agencies with a
clear understanding of the scope and contents of the report. The outline will
be prepared such that the Periodic Site Review Report will meet the require-
ments of 14 CCR § 1761.6 and 17751 and will be based on the outline presented
in the RFP and on the California "Waste Management hoard's technical guidance
documents.
The outline will also be reviewed by the project Peer Review Team and by the
City engineers. This review is very important because the report outline will
be used as a guidance document at later stages of the project.
PR0: 1056-P1_ 41-
Page 7 of 11 INTERNATIONAL TECHNOLCGY CCRPCRATTON
GN Task III - Data Compilation and Identification of Data Caps
ti
The purpose of this task is to obtain pertinent existing data for the site.
IT has prepared a checklist of the data requirements that can be used as a
guidance document during the data acquisition period. Based on our past
experience, the data checklist will help ensure that the data acquisition
phase proceeds in a planned, controlled sequence with considerable economy of
effort because overlapping data requirements will be identified prior to the
start of data acquisition.
Existing data will be compared with data requirements listed in the checklist
to identify any data gaps. Many of the data required for the preparation of
the Periodic Site Review Report should be available from the City. Additional
design and operations information should be available from the existing RDSIs
for the landfill . In addition, a number of published and unpublished environ-
mental, geologic, hydrologic, and geophysical reports are available for the
region. Finally, IT maintains an extensive library on studies performed in
SSan Bernardino County.
Upon completion of data collection and compilation task, data gaps will be
identified. Data gaps will be addressed in Phase II of the project.
Task IV - Preoaration of Phase II ',fork Plan, Schedule, and Budget Proposal
As a result of work performed under Tasks II and III, the need for additional
data required to prepare the Five-Year Periodic Site Review Report will be
identified. A work pian will then be developed so that the required data are
obtained economically and in an organized sequence. The work plan will
include methodology, schedule of implementation, and budgets. Field investi-
gations, laboratory testing, and/or literature searches may be required to
fill these data gaps. The work plant, schedule, and budget proposal wii' be
submitted to the City for approval and possible contract amendment prior to
the start of Phase II.
PPC: I056-PI -5
Page 10 of 11 1 I T LRNTATIONAL TECHNOLOGY CC R PC A`T(--)
w_r Task VIII - Report Preparation
IT will submit to the City of Redlands a final Periodic Site Review Report for
the California Street Landfill . Approval of the content, outline, and format-
of
ormatof the report will have been obtained from appropriate regulatory agencies
during Phase I of the project. The report will meet the requirements of 14
CCR § 17751 and 17616, as well as the California Waste Management Board' s
technical guidance documents.
Prior to issuance, the report will be peer reviewed by a technical panel of
experts. Following peer review, a draft report will be submitted to the City
for review and comments. Review comments will be discussed with- technical
staff of the City and incorporated into the final report.
4.3 PROJECT SCHEDULE
Figure 4-3 illustrates IT's proposed schedule for this project. The project
{ schedule begins with the kickoff meeting and carries through to the completion
of the Periodic Site Review Report on November 7, 1989.
A
11
RRA: 1056-P 1 _3
Page II of ll RQ ~ E 4-3
PROJECT SCHEDULE
EXHIBIT B
OUTLINE
FIVE YEAR PERIODIC SITE REVIEW REPORT
1.0 INTRODUCTION
1.1 PURPOSE
1.2 GENERAL INFORMATION
1.3 REGIONAL/SITE LOCATION
1.4 HISTORIC OVERVIEW AND DESCRIPTION OF SITE
2.0 SITE DESCRIPTION
2.1 PHYSICAL SETTING
2.2.1 Site Topography
2,1.1.1 Predevelopment
2.1. 1.2 Current
2.1.1.3 Final
2.1.2 Ancillary Facilities
2.1.2.1 Buildings
2.1.2.2 Utilities
2.1.2.3 Sanitary Facilities
2.1.2.4 Access Reads
2.1.3 Control and Monitoring Systems
2.1.3.1 Drainage Control
2.1.3.2 Leachate Generation and Control
2.1.3.3 Ground-Hater Monitoring
2.1.3.4 Surface and Ground Water
2.1.3.5 Gas Venting/Collecting
2.2 GEOLOGY AND ENGINEERING
2.2.1 Regional Geology
2.2.2 Site Geology
2.2.2.1 Geologic .Structure
Wage I of 4
2.2.3 Hydrogeology
2.2.3. 1 Ground-Water Hydrology
2.2.3.2 Surface-Water Hydrology
2.2.4 Seismicity
2.2.4.1 Seismic Setting of the Site
2.2.4.2 Historic Seismicity
2.2.4.3 Seismic Exposure
2.2.4.4 Liquefaction Potential
2.2.4.5 Rapid Geologic Changes
2.2.5 Slope Stability
2.2.6 Settlement
2.2.7 Existing Surface Drainages
2.3 ENVIRONMENTAL SETTING
' 2.3.1 Climatology
2.3.1.1 Weather Pattern
2.3.1.2 Precipitation
2.3.1.3 Evaporation and Transpiration
2.3.1.4 Wind Pattern
2.3.2 Wildlife and Vegetation
3.0 SITE DEVELOPMENT AND IMPLEMENTATION PLAN
3.1 SITE EXCAVATION AND GRADING PLAN
3.2 IMPLEMENTATION SCHEDULE - PHASE PLANS
3.3 PROPOSED SITE MODIFICATIONS
3.4 COMPATIBILITY WITH CoSWMP AND CITY GENERAL PLAN
Page 2 of Ir
4.0 DISPOSAL SITE OPERATION
4.1 GENERAL
4.1.1 Site Classification
4.1.2 Type of Operation
4.1.3 Hours of Operation
4.1.4 Frequency, Depth, and Source of Cover Material
for Landfill
4.1.5 Traffic Handling
4.1.6 Degree of Completion
4.2 WASTE HANDLING AND SEPARATION
4.3 MITIGATION FOR ADVERSE CLIMATIC CONDITIONS
4.4 NUISANCE CONTROL
4.4.1 Noise
u
4.4.2 Odor
4.4.3 Litter
4.4.4 Dust
4.4.5 Insect and Rodent Control
4.5 RESOURCE RECOVERY
4.6 COMPLIANCE WITH STATE AND LOCAL FIRE PROTECTION
AGENCY REQUIREMENTS
4.7 LIFE EXPECTANCY
4.8 FINAL SITE USE
4.9 MANAGEMENT ORGANIZATION
4.9.1 Training
4.9.2 Notification in Case of Emergency
5.0 WASTES RECEIVED
5.1 TYPES OF WASTES RECEIVED
.2 QUANTITIES OF DIFFERENT WASTE TYPES
5.3 TYPES AND QUANTITIES OF LIQUID TASTES
'age 3 of 4
f
5.4 PROCEDURES FOR HANDLING SPECIAL WASTES
5.5 HAZARDOUS WASTES RECEIVED
6.0 CONDITIONS, CRITERIA, AND REQUIREMENTS OF OPERATIONS
6.1 LAND USE APPROVAL
6.2 ZONING OF SITE AND ADJACENT LANDS
6.3 PERMIT REQUIREMENTS
6.3.1 California Regional Water Quality Control Board
6.3.2 Department of Environmental Health Services
6.3.3 U.S. Bureau of Land Management
6.4 SITE INSPECTION AND MAINTENANCE REQUIREMENTS
6.5 OTHER PERMITS AND REQUIREMENTS
7.0 CONCLUSIONS AND RECOMMENDATIONS
REFERENCES
TABLES
d:N1E
FIGURES
Page 4 of 4