Loading...
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