Loading...
HomeMy WebLinkAbout31- Public Works CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION F_ilP No. 3 . 01 From: ROGER G. FIARDGRAVE Subject: Authorization to Execute Agree- ment for Professional Services Dept: Public Works Closure of Municipal Landfill Date: 12-02--96 ORIGINAL in Tri--City Area Synopsis of Previous Council action: 01-04--88 - Resolution No. 88-8 adopted authorizing execution of an agreement with Tri--City Developers for their preparation of SWAT report. 12-02-96 - Continued to 12-16-96 . Ia.1, N-IN' ( : Recommended motion: Adopt resolution. CC. Shauna Clark Jim Howell Barbara Pachon Jin Penman Li5ignature Contact person: Gene R. Klatt Phone: 5125 Staff Report; Supporting data attached: Agreement & Resolution Ward: 1 FUNDING REQUIREMENTS: Amount: $136 , 907 (Refuse Fund) Source: (Acct No.) 527- 415-5502 Acct. Description) Professional/Contractual Services Finance:, Council Notes: Res 96- <y�' ial�sQ/96 Agenda Item No. 3/ CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Page 1 of 2 The City of San Bernardino operated a sanitary landfill , between 1953 and 1961 , on leased property along the south bank of the Santa Ana River. Landfill operations ceased in 1961 , but the site was not officially closed. A notification was issued some years ago by the Santa Ana Regional Water Quality Control Board to the current owners and City of the need to close the landfill in accordance with current standards. The owners objected to being included in this action, since the refuse was placed prior to their acquiring the property. Although there have been allegations made as to City liability regarding refuse placed at the landfill , liability has not been established. However, the City does acknowledge that the City is responsible for the operation of the landfill . The Regional Board has requested the City to proceed with closing the landfill. In the event that we do not proceed in a timely manner, the Board could issue an order to close the land- fill , which would prevent the City from exploring options. Therefore, we feel that it would be preferable to negotiate a method of closing this landfill with the Board. Assistance will be needed from a consulting firm, experi- enced in landfill matters, in order to obtain concurrence from the Board in the most efficient and cost effective manner. Requests for Proposals were sent to 5 firms . Proposals were received from 3 firms. After_ carefully reviewing the proposals and conducting interviews with representatives from these firms, Bryan A. Stirrat and Associates was selected as being the best qualified to provide the requested services . The proposed Agreement provides , in general , that the Consultant will provide the specified services in the following phases : 1 . Perform initial investigations, and meet with Regional Board. 2 . Development of a closure plan acceptable to the Regional Board. 3 . Preparation of construction plans and special provisions for the items of work necessary to close the landfill . The phases will be done in sequential order, and the scope of work will be dependent upon the results of the previous phase . All services are to be provided for a total fee not to exceed $136 , 907 . 00 . Revised 11--25-96 75-0264 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Page 2 of 2 All costs incurred for services provided under this Agreement will be financed from the $340 , 000 included in the proposed 1996/97 Budget under Account No. 527-415-5502 , "Professional/Contractual Services . " We recommend that the Agreement be -approved. Revised 11-25-96 75-0264 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION File No. 3 . 01 From: ROGER G. HARDGRAVE Subject: Authorization to Execute Agree- ment for Professional Services - Public Works Closure of Municipal Landfill Dept: in Tri-City Area Date: 7-01-96 ORIGINAL Synopsis of Previous Council action: 01-04-88 - Resolution No. 88-8 adopted authorizing execution of an agreement with Tri-City Developers for their preparation of SWAT report. 5 Cc 1 sT) 2 i 1 I Recommended motion: Adopt resolution. cc: Shauna Clark Jim Howell Barbara Pachon Jim Penman ignature Contact person: Gene R. Klatt Phone: 5125 Staff Report, Supporting data attached: Agreement & Resolution Ward: 1 FUNDING REQUIREMENTS: Amount: $136 ,907 (Refuse Fund) Source: (Acct. No.) 527-415-5502 Acct. Description) Professional Contractual Services Financ ' .3t;1= Council Notes: Previously_ 75-0262 Ager 'CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Page 1 of 2 The City of San Bernardino operated a sanitary landfill, between 1953 and 1961 , on leased property along the south bank of the Santa Ana River. Landfill operations ceased in 1961 , but the site was not officially closed. A notification was issued some years ago by the Santa Ana Regional Water Quality Control Board to the current owners and City of the need to close the landfill in accordance with current standards . The owners objected to being included in this action, since the refuse was placed prior_ to their acquiring the property. After researching applicable legislation and case law, it has been determined that the City is indeed liable for the refuse placed in this landfill. The Regional Board has requested the City to proceed with closing the landfill. In the event that we do not proceed in a timely manner, the Board could issue an order to close the land- fill , which would prevent the City from exploring options. Therefore, we feel that it would be preferable to negotiate a method of closing this landfill with the Board. Assistance will be needed from a consulting firm, experi- enced in landfill matters, in order to obtain concurrence from the Board in the most efficient and cost effective manner. Requests for Proposals were sent to 5 firms. Proposals were received from 3 firms. After carefully reviewing the proposals and conducting interviews with representatives from these firms, Bryan A. Stirrat and Associates was selected as being the best qualified to provide the requested services. The proposed Agreement provides, in general, that the Consultant will provide the specified services in the following phases : 1 . Perform initial investigations, and meet with Regional Board. 2 . Development of a closure plan acceptable to the Regional Board. 3 . Preparation of construction plans and special provisions for the items of work necessary to close the landfill. The phases will be done in sequential order, and the scope of work will be dependent upon the results of the previous phase. All services are to be provided for a total fee not to exceed $136 , 907 . 00 . 7-1-96 75.0264 i CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Page 2 of 2 All costs incurred for services provided under this Agreement will be financed from the $340 , 000 included in the proposed 1996/97 Budget under Account No. 527-415-5502 , "Professional/Contractual Services. " We recommend that the Agreement be -approved. 7-1-96 75-0264 i EXHIBIT "All AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into this day of , 1996, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and Bryan A. Stirrat and Associates, a California corporation, hereinafter referred to as "Engineer. " W I T N E S S E T H WHEREAS, City desires to obtain professional engineering services to prepare recommendations and a closure plan for a municipal landfill site located at Vanderbilt/Waterman/Santa Ana River. WHEREAS, in order to complete the evaluations, calculation and documents, it is necessary to retain the professional services of a qualified engineering and consulting firm; and WHEREAS, Engineer is qualified to provide said professional services; and WHEREAS, San Bernardino City Council has elected to engage the services of Engineer upon the terms and conditions as hereinafter set forth. NOW, THEREFORE, it is mutually agreed, as follows: 1. SCOPE OF SERVICES Engineer shall perform those services specified in "Scope of Services"and as contained in the proposal and as updated in a transmittal letter dated June 24 , 1996 , a copy of which is attached hereto as Exhibit 111" and incorporated as though set forth in full. 2 . TERM OF AGREEMENT The services of Engineer are to commence within thirty (30) days after the City has authorized work to start by issuance of a Notice to Proceed. The scheduled completion dates specifically set forth in Exhibit 112" attached hereto and incorporated herein as though set forth in full, will be adjusted by Engineer as the City authorizes the work. Such adjustments shall require City approval prior to commencement of performance of each phase. This Agreement shall expire as specified by the Exhibit 112" schedule unless extended by written agreement of the parties. 3 . STANDARD OF PERFORMANCE Engineer shall complete all work product and design in conform- ance with Standard Specifications for Public Works Construction (Green- book) the City of San Bernardino's Standard Drawings and the requirements of Caltrans for independent bridge calculations submittals. 4 . CHANGES/EXTRA SERVICES A. Performance of the work specified in the "Scope of Ser- vices, " is made an obligation of Engineer under this Agreement, subject to any changes made subsequently upon mutual agreement of the parties. All such changes shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compensation due Engineer for the change in scope. Any change which has not been so incorporated shall not be binding on either party. B. No extra services shall be rendered by Engineer under this Agreement unless such extra services are authorized, in writing, by City prior to performance of such work. Authorized extra services shall be invoiced based on Engineer's "Schedule of Hourly Rates" dated June 24 , 1996, a copy of which is attached, hereto, as Exhibit 114" and incorporated herein as though set forth in full. 5. COMPENSATION A. The City shall reimburse the Engineer for actual costs (including labor costs, employee benefits, overhead, profit, other direct and indirect costs) incurred by the Engineer in performance of the work, in an amount not to exceed $136, 907 . 00 . Actual costs shall not exceed the estimated wage rates and other costs as set forth in Exhibit 11311 , attached hereto and incorporated herein as though set forth in full. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. Any such significant alteration shall be agreed upon in writing by City and Engineer before commencement of performance of such significant alteration by Engineer. Any adjustment of the total cost of services will only be permitted when the Engineer establishes and City has agreed, in writing, that there has been, or is to be, a significant change in: 1. Scope, complexity, or character of the services to be performed; 2 . Conditions under which the work is required to be performed; and 3 . Duration of work if the change from the time period speci- fied in the Agreement for Completion of the work warrants such adjustment. C. The Engineer is required to comply with all Federal, State and Local laws and ordinances applicable to the work. The Engineer is required to comply with prevailing wage rates in accordance with California Labor Code Section 1770. 6. PAYMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted monthly by Engineer to City and shall be paid by City within twenty (20) days after receipt of same, excepting any amounts disputed by City. Dispute over any invoiced amount shall be noticed to the Engineer within ten (10) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the City within ten (10) days of notice of such dispute. Interest of 1-1/2 percent per month (but not exceeding the maximum rate allowable by law) will be payable on any amounts not in dispute and not paid within thirty (30) days of the billing date, payment thereafter to be applied first to accrued interest and then to the principal unpaid amount. On disputed amounts, interest shall accrue from thirty (30) days of the invoice date if the amount in dispute is resolved in favor of the Engineer. All tasks as specified in Exhibit "1" shall be completed prior to final payment. B. Section 9-1. 10 of the CalTrans Standard Specifications is hereby specifically waived and not applicable to this agreement. The parties hereto otherwise agree not to be bound by any other require- ments for arbitration of any dispute arising hereunder. Disputes shall be resolved by agreement of the parties, or upon the failure of such agreement, by direct application to the Courts. C. Should litigation be necessary to enforce any term or provision of this Agreement, or to collect any portion of the amount payable under this Agreement, then all litigation and collection expenses, witness fees, and court costs, and attorney's fees shall be paid to the prevailing party. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Public Works of City, or his designee, shall have the right of general supervision over all work performed by Engineer and shall be City's agent with respect to obtaining Engineer's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Public Works or his designee. B. The Office of the Administrator may review and inspect the Engineer's activities during the progress of the program. 8 . COMPLIANCE WITH CIVIL RIGHTS LAWS Engineer hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status or national origin. Engineer shall promote affirmative action in its hiring practices and employee i policies for minorities and other designated classes in accordance with Federal, State and Local laws. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. In addition, Engineer shall not exclude from participation under this Agreement any employee or applicant for employment on the basis of age, handicap, or religion in compliance with State and Federal laws. 9 . TERMINATION OF AGREEMENT A. This agreement may be terminated by either party upon thirty (30) days' written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following date of such notice within which to correct the substantial failure, giving rise to such notice. In the event of termination of this Agreement, City shall within thirty (30) days pay Engineer for all the fees, charges and services performed to City's satisfaction by Engineer, which finding of satisfaction shall not be unreasonably withheld. Engineer hereby covenants and agrees that upon termination of this Agreement for any reason, Engineer will preserve and make immediately available to City, or its designated representatives, maps, notes, correspondence, or records related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the work to be accomplished under this Agreement may continue within forty-five (45) days of termination. Any subsequent use of such incomplete documents shall be at the sole risk of the City, and the City agrees to hold harmless and indemnify Engineer from any claims, losses, costs, including attorney's fees and liability arising out of such use. Engineer shall be compensated for such services in accordance with Exhibit 114" . B. This agreement may be terminated for the convenience of the City upon thirty (30) days written notice to Engineer. Upon such notice, Engineer shall provide work product to City, and City shall compensate Engineer in the manner set forth above. C. Following the effective date of termination of this Agreement pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. 10. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Engineer, Engineer fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, the City may grant to Engineer such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of this Agreement. Engineer shall notify City within three (3) days in writing when it becomes aware of any event or circumstance for which it claims or may claim an extension. I 11. INDEPENDENT CONTRACTOR Engineer shall act as an independent contractor in the perfor- mance of the services provided for under this Agreement. Engineer shall furnish such services in its own manner and in no respect shall it be considered an agent or employee of City. 12 . ASSIGNMENT OR SUBCONTRACTING Neither this Agreement, nor any portion thereof, may be assigned by Engineer without the written consent of City. Any attempt by Engineer to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. All subcontracts exceeding $10, 000, shall contain all provisions of this contract. 13 . NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Engineer and City: ENGINEER CITY Mr. Michael A. Cullinane Mr. Roger Hardgrave Bryan A. Stirrat and Associates, Inc Director of Public 1360 Valley Vista Dr. Works/ Diamond Bar, CA 91765 City Engineer 300 North "D" Street San Bernardino, CA 92418 14 . RESPONSIBILITIES OF PARTIES A. The Engineer may reasonably rely upon the accuracy of data provided through the City or its agents without independent evaluation. B. The City shall pay all costs of inspection and permit fees. Charges not specifically covered by the terms of this Agreement shall be paid as agreed by the parties hereto at the time such costs arise; but in no event shall the work to be performed hereunder cease as a consequence of any unforeseen charges unless by mutual written agreement of City and Engineer. C. All tracings, survey notes, and other original documents are instruments of service and shall remain the property of Engineer except where by law, precedent, or agreement these documents become public property. All such documents or records shall be made accessible to City. Engineer shall maintain all records for inspection by the City, State, or their duly authorized representatives for a period of three (3) years after final payment. Engineer shall stamp and sign all specifications, estimates, plans and engineering data furnished, and, where appropriate, indicate registration number. 15. CONSTRUCTION COST ESTIMATES A. Any opinion of the construction cost prepared by Engineer represents his judgment as a design professional and is supplied for the general guidance of the City. Since Engineer has no control over the cost of labor and material, or over competitive bidding or market conditions, Engineer does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the City. For this project, no independent check of the existing engineering estimate is required. 16. COVENANT AGAINST CONTINGENT FEE Engineer warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Engineer for the purpose of securing business. For breach or violation of this warranty, City shall have the right to terminate this Agreement in accordance with the clause permitting termination for cause and, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 17. HOLD HARMLESS CLAUSE A. Engineer hereby agrees to hold City, its elective, and appointive boards, officers, and employees, harmless from any liability for damage or claims for damage for personal injury including death, as well as from claims for property damage, which may arise from Eng- ineer's negligent acts, errors or omissions under this Agreement. B. Engineer shall indemnify, defend and hold free and harmless the City, its officers, and its employees from all claims, damages, costs, expenses, and liability, including, but not limited to, attor- ney's fees imposed upon them for any alleged infringement of patent rights or copyrights of any person or persons in consequence of the use by City, its officers, employees, agents, and other duly authorized representatives, of programs or processes supplied to City by Engineer under this Agreement. 18 . INDEMNITY Engineer shall indemnify, defend and hold harmless City from and against any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) , and liabilities, of, by, or with respect to third parties, which arise solely from Engineer's negligent performance of services under this Agreement. Engineer shall not be responsible for, and City shall indemnify, defend, and hold harmless Engineer from and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities of, by, or with I< respect to third parties, which arise solely from the City's negligence. With respect to any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities of, by or with respect to third parties, which arise from the joint or concurrent negligence of Engineer and City, each party shall assume responsibility in proportion to the degree of its respective fault. 19. LIABILITY/INSURANCE A. Engineer's liability insurance for injury or damage to persons or property arising out of work for which legal liability may be found to rest upon Engineer other than for professional errors and omissions, shall be a minimum of $1, 000, 000. For any damage on account of any error, omission, or other professional negligence, Engineer's insurance shall be limited in a sum not to exceed $50, 000 or Engineer's fee, whichever is greater. B. The City will require the Engineer to provide Workers Compensation and comprehensive general liability insurance, including completed operations and contractual liability, with coverage suffi- cient to insure the Engineer's indemnity, as above required; and, such insurance will include the City, the Engineer, their consultants, and each of their officers, agents and employees as additional insureds. C. Engineer shall provide evidence of insurance in the form of a policy of insurance, in which the City is named as an additional named insured to the extent of the coverage required by this Agreement. 20. VALIDITY Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and affect, and to this end the provisions of this Agreement are declared to be severable. 21. ENTIRE AGREEMENT This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings, and agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. AGREEMENT FOR: ENGINEERING EVALUATIONS AND RECOMMENDATIONS FOR MUNICIPAL LANDFILL CLOSURE PLAN IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. CITY OF SAN BERNARDINO BY: Tom Minor, Mayor ATTEST: BV: Rachel Clark, City Clerk BRYAN A. STIRRAT & ASSOCIATES By: Approved as to form and legal content: JAMES F. PENMAN City Attorney By: BRYAN A. STIRRAT & ASSOCIATES CIVIL ANO ENVIRONMENTAL ENGINEERS TRANSMITTAL LETTER TO: City of San Bernardino DATE June 24, 1996 300 North"D" Street San Bernardino, CA 92417-0001 ATTN: Mr. Gene R. Klatt,Assistant City Engineer PROJECT: WATERMAN LANDFILL JOB NUMBER: 9643 WE TRANSMIT BY: [X ] COURIER [ ] MAIL [ ]FEDERAL EXPRESS [ ] FAX THE FOLLOWING: • Copy of Exhibit 1 - Scope of Work. • Copy of Exhibit 2 - Project Schedule. • Copy of Exhibit 3 - Estimated Project Costs. • Copy of Exhibit.4 - BAS Rate Schedule. • Copy of Exhibit 5 - GeoLogic Associates Rate Scheduel. ° Certificate of Insurance Liability. FOR YOUR: [ ] APPROVAL [ ] INFORMATION [ x] PER YOUR REQUEST [ ] FILE [ ] REVIEW [ ] USE REMARKS: If there should be any questions, please contact me. BY: Michael A. Cullinane, P. E. (H:\Shared\SB-Rkive\9643\1996\CSB-624) 1360 Valley Vista Drive • Diamond Bar, CA 91765 • (909) BBO-7777 FAX (909) B60-B017 �I ACORDn, CERTIFICATE OF LIABILITY INSURANCE CSR DR DATE IMM/DD/YY) BRYANS1 06/10/96 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THORSON AND ASSOCIATES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE INSURANCE SERVICES HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 121700 E. COPLEY DRIVE, #100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DT ND BAR CA 91765— COMPANIES AFFORDING COVERAGE COMPANY Ph..No. 909-860-1143 Fax No. A AIG C/O COMMERCE & INDUSTRY INSURED COMPANY B CAL COMP INSURANCE BRYAN A. STIRRAT & ASSOCIATES COMPANY IRA SNYDER C THE INS. CO. OF STATE OF PA 1360 VALLEY VISTA DRIVE COMPANY DIAMOND BAR CA 91765 D HARTFORD INSURANCE COVERAGES THIS IS TO CERTIFY THAT THE 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 RESPECT 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. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE(MM/DD/YY) DATE(MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE s2,000,0-00 A X COMMERCIAL GENERAL LIABILITY GL3406778 07/16/95 07/16/96 PRODUCTS-COMP/OP AGG $ 1,000,000 A CLAIMS MADE 4]OCCUR PERSONAL&ADV INJURY $ 1,000,000 A X OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE(Any one fire) $ 100,000 MED EXP(Any one person) S 5,000 AUTOMOBILE LIABILITY A X ANY AUTO CA5051311 07/16/95 07/16/96 COMBINED SINGLE LIMIT 51,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS War person) A X HIRED AUTOS BODILY INJURY $ A 'ON-OWNED AUTOS (Per aeaidenf) A .:OMP/COLL-500DED. PROPERTY DAMAGE 5 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ 10,0001000 C X UMBRELLA FORM 42958292 07/16/95 07/16/96 AGGREGATE $ 10,000,000 OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS'LIABILITY TORY LIMBS ER EL EACH ACCIDENT $ 1,000,000 B PARTNE SIEXE U INCL W957011478 07/16/95 07/16/96 EL DISEASE-POLICY LIMIT S1,000,000 PARTNERS/EXECUTIVE B OFFICERS ARE: X EXCL EL DISEASE-EA EMPLOYEE $ 1,000,000 OTHER E PROFESSIONAL/POLL. 8181466 07/16/95 07/16/96 2,000,000 PER OCC/AGG D BUILDING COVERAGE UENJU7434 07/16/95 07/16/96 2,128,400 SPECL/1000D DESCRIPTION OF OPERATIONS/LOCATIONSIVEHCLES/SPECIAL ITEMS ALL OPERATIONS. CONTENTS 1.8 MILLION $500 DED/SPECIAL FORM INCL. THEFT. IN THE EVENT OF NON PAY 10 DAYS NOTIC OF CANCCELLATION WILL SUPERSEDE. **COMPANY •E• REPRESENT: AMERICAN INTERNATIONAL SPECIALTY LINES INS. CO.** CITY OF SAN BERNARDINO IS NAMED AS ADDITIONAL NAMED INSURED. IN THE EVENT OF NON-PAYMENT, A 10 DAY NOTICE OF CANCELLATION WILL SUPERSEDE. CERTIFICATE HOLDER CANCELLATION. CITYSA2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY MAIL CITY OF SAN BERNARDINO 3 O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 300 N. D STREET SAN BERNARDINO CA 92418 AYM40FUZ EBE ACORD 26=5<t1196F ACORD.:OORPORATION 1988 l EXHIBIT 1 - SCOPE OF WORK The following sections describe the BAS/GLA Team scope of work to the City of San Bernardino landfill project. Since the project will not be fully defined until additional characterization work is completed, several of the project tasks described below will require City authorization as the project proceeds. TASK 1 1.0 DATA REVIEW Following a Notice to Proceed, the Team will review files available with the City of San Bernardino, the RWQCB and any site specific data that might be available with local agencies such as the San Bernardino County Flood Control District and the San Bernardino County Airport authority. Specifically, data concerning hydrogeologic and water quality conditions in the area will be reviewed together with information regarding past and on-going land use practices in the area. Since the landfill facility is reportedly positioned adjacent to an area once utilized as an airport, it appears that past airplane maintenance activities could impact water quality in the area, and the data review will be especially directed to examine the possibility that a source other than the landfill may be responsible for groundwater degradation in the area. In order to identify sound rationale for development of the engineering design drawings, specifications and engineering cost estimates, data regarding the physiographic material distribution and end use plans for the site will also be reviewed. This review will serve to minimize duplication of earlier efforts and will allow the Team to focus on areas where the existing data base should be supplemented with additional information. At a minimum, we expect the data review will include: ❑ Review of published reports regarding the hydrogeology of the area to identify the general hydrogeologic flow regime in the area and any constraints to groundwater flow (i.e. faults). ❑ Existing water quality reports on file with the City and RWQCB regarding the landfill and vicinity. Ic City of San Bernardino 1 - Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) I , i i ❑ Review of historic refuse placement practices, design plans, historic topographic data and aerial photographs to identify the approximate configuration of the landfill. ❑ Review of existing and proposed site and adjacent property improvement plans (including drainage and grading) to assure that closure design is compatible with existing or proposed end-use plans. ❑ Review of any data regarding the engineering properties of existing soils utilized for cover, and any data available regarding past "dynamic compaction" of refuse. 1.2 BACKGROUND GROUNDWATER QUALITY AND LANDFILL GAS STUDY Before any closure design work begins, given the lack of upgradient (background) water quality data east and south of the landfill, the Team recommends that a field and laboratory study be performed in accordance with Title 23, Chapter 15, Article 5, Section 2550.8 to determine whether an upgradient source other than the landfill is responsible for groundwater degradation and to assess local landfill gas conditions. Given the relatively shallow depth to groundwater in the area, the Team expects that the subsurface investigation can be completed relatively quickly and inexpensively using a hollow-stem auger drill rig to excavate approximately 8 boreholes. Groundwater samples would be obtained within 5 boreholes, and gas samples from the unsaturated zone would be collected in 3 shallow boreholes that would be positioned adjacent to the landfill. In keeping with the project RFP, permanent groundwater monitoring wells will be constructed in 2 of the boreholes. The field and laboratory investigation would be completed under the supervision of a state certified hydrogeologist, and laboratory analyses would be performed by a state certified testing laboratory. Field operations would be recorded by a geologist who would prepare a log of materials encountered in the borings, record sample types and depths, and summarize all well construction activity. Groundwater samples would be obtained using the Hydropunch apparatus (boreholes) or using disposable bailers (monitoring wells). Appropriate sample chain-of-custody documentation would be maintained for all gas and groundwater samples. City of San Bernardino 1 - 2 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) 1 1.3 IDENTIFICATION OF PREFERRED RESPONSE TO SITE CONDITIONS Based on the results of the field and laboratory investigation (Section 1-2), an evaluation of the relative contribution of landfill constituents to local groundwater degradation will be made. If it is determined that a source other than the landfill appears to be responsible for impacted groundwater then, in discussions with City staff, a strategy will be developed for substantiating this inference and demonstrating that a landfill cover or gas system will be unnecessary. This strategy is likely to entail presentation of the study results to the RWQCB in a formal report together with historical results and recommendations for future monitoring. If the data supports the current interpretation and a landfill cover and gas collection system appears to be required then, in discussions with City staff and taking into account the City's end-use considerations, a preferred (conceptual) landfill cover design will be identified in a short "Project Objectives" report for RWQCB review. 1.4 REGULATORY LIAISON The BAS/GLA Team recognizes that positive interaction with the regulatory agencies is an integral element for successful completion of any landfill project. As discussed above, the Team expects that the lead regulatory agency for the project will be the RWQCB and that the CIWMB, County Health Department and the South Coast Air Pollution Control District (SCAQMD) may also become involved. The BAS/GLA Team has successfully worked with all of these regulatory agencies on a variety of landfill projects and expects that a cordial and cooperative working relationship with the agencies for the City of San Bernardino landfill project. After the background water quality conditions at the site have been characterized and the project goals and objectives have been approved by City staff, the Team expects that a meeting with the RWQCB will be required to discuss the City's planned response to site conditions and to establish protocols and procedures for completing future project work. Specifically, the Team expects that the initial meeting with the RWQCB will address the following issues: ❑ Results of the upgradient (background) water quality and landfill gas study. City of San Bernardino 1 - 3 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) i ❑ Implications of new water quality results with regards to probable source of local groundwater degradation in the area. ❑ Implications of landfill gas results with regards to perceived need for landfill gas collection and neutralization. ❑ If the necessity for landfill cover and gas systems are indicated, identification of suitable substantiating engineering document (i.e. will formal Closure Plan be required or will a short "Corrective Action Plan" with attached engineering plans and specifications suffice). ❑ Again, if a landfill cover is necessary, discussion of anticipated end-use and any planned deviation from state prescriptive standards, and identification of any additional substantiating data that the RWQCB may require to approve an alternative design. ❑ Closure issues in the vicinity of the adjacent roadways and the Santa Ana River. As appropriate, the Team will also meet with the regulatory agencies during the course of the project to discuss and resolve any outstanding issues. All meetings or contact with the regulatory agencies will occur only after approval from the City and all meetings and contacts will be documented. TASK 2 2.1 GEOTECHNICAL STUDIES If a landfill cover is required, project geotechnical studies will be directed towards supplementing the existing geologic and geotechnical database, and identifying an optimal means of achieving the cover requirements while meeting project end-use objectives. Although every effort will be made to avoid redundancy, it is anticipated that some additional field and laboratory work may be required to obtain the engineering data necessary to meet the project objectives. City of San Bernardino 1 - 4 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) l 2.1.1 DEFINE LIMITS OF REFUSE Cursory review of the existing evaluation of historic aerial photographs indicates that the approximate limits of refuse at the site may be adequately defined. Accordingly, it is anticipated that "fine-tuning" of these limits can be achieved by the Contractor during the construction project. However, if the data review (Section 1.0) indicates that significant gaps exist in the database, or if it appears that the Contractor's bid could be significantly impacted by uncertainties, then additional field investigation to verify refuse limits may be performed. To accomplish this, the Team would perform a two-phase study including geophysical survey and a shallow subsurface investigation. Geophysical survey would involve the use of highly portable ground penetrating radar (GPR) equipment and/or electromagnetic methods. Geophysical work would be used to define the horizontal and vertical distribution of the refuse prism and its relationship to underlying native materials. This data will be important for the following engineering analyses: ❑ Evaluation of the volumes of cover materials that will be required. ❑ Assessment of the potential for landfill settlement. ❑ Interpretation of likely leachate flow patterns at the base of the waste cells for assessing the adequacy of existing environmental monitoring systems. Finally, a shallow backhoe excavation program would be conducted to verify the lateral limits of refuse. A series of shallow test pits would be excavated along the perimeter of the interpreted refuse prism. Since a very thick cover currently exists over refuse, the test pit study would focus on differentiating native and fill materials. In combination with the geophysical data, the newly estimated limits of the refuse cell would then be plotted for integration in the project plans. 2.1.2 EXISTING COVER SOILS EVALUATION To assess the engineering characteristics of existing cover soils on the property, a series of test pits would be excavated at representative locations on the property. Soils delivered from the test pits would be delivered to the laboratory to assess their use in a final cover application. Laboratory analyses could include: City of San Bernardino 1 - 5 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) i • Grain size distribution • Atterberg Limits • Maximum Density/ Optimum Moisture • In-place Density/ Moisture • Consolidation Potential • Permeability • Matric Potential 2.2 EVALUATE FINAL COVER ALTERNATIVES Visual inspection of soils exposed at the ground surface at the site indicates that these materials may not possess the permeability characteristics required to meet state prescriptive standards for the low-permeability layer of a prescriptive landfill cover. Based on the laboratory data generated in study of the existing cover soils (Section 2.1), the Team will first confirm that processed on-site materials will not be effective, and then consider alternative sources or designs that meet the state's cover performance requirements. CCR Title 14 allows the state to consider alternatives to the prescriptive landfill cover design. Cover alternatives that may be considered include: ❑ Soil/synthetic combinations (e.g., Claymax which sandwiches commercially processed bentonite between layers of geotextile). ❑ Clay import and evaluation of the availability of clay and clay blend alternatives. ❑ Commercial bentonite/clay admixtures. ❑ Synthetic membranes (e.g., HDPE or PVC). ❑ Asphalt/ Synthetic membrane combinations Recently, the RWQCB has begun to evaluate alternative cover configurations that utilize more permeable soils that optimize vegetation growth and promote City of San Bernardino 1 - 6 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) evapotranspiration. Use of on-site or near-site soils in such a configuration will also be assessed. Selection of a cover alternative which adequately and cost effectively meets both regulatory and project requirements involves analysis of a number of criteria. In addition to design and performance considerations, the anticipated costs associated with construction and maintenance of the final cover will be thoroughly evaluated and reviewed with the City. Factors impacting final cover costs include: foundation preparation, material acquisition, transportation costs, processing requirements, construction cost, lab and field testing and long-term maintenance cost. The following engineering and cost criteria will be evaluated when making the final cover recommendation. 2.2.1 PERFORMANCE AND ENGINEERING CRITERIA Permeability Requirements The selected final cover material should have performance properties that are equivalent to minimum Title 14 b requirements. Resistance to Settlement Related Deformation Vertical deformations (settlement) will likely continue for a number of years after closure. The cover alternatives will respond differently to such settlements. Analyses of the selected alternative under deformation conditions will also be included in the design of final construction drawings. Chemical Compatibility and Material Degradation Synthetic and clay/synthetic alternative covers will respond differently to chemical and environmental factors such as landfill gas, sunlight, erosion, and vectors. To maximize cover longevity and serviceability, it is important to select a cover that accommodates the chemistry of landfill, the nature and sequence of cover selection, and long-term maintenance criteria. M City of San Bernardino 1 - 7 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1 996\SOW-614) I, Additional Considerations The following elements must also be considered to select an appropriate cover material. ❑ Gas Control Effects ❑ Effectiveness as a Moisture barrier ❑ Erosion Control ❑ Surficial Slope Stability ❑ Vegetative Support ❑ Constructability ❑ End-use Impacts 2.2.2 COST CONSIDERATIONS Foundation Preparation Costs associated with general clearing and grubbing of vegetation, scarifying and recompacting of foundation materials, and minor shaping of the landfill are common to all cover alternatives. Synthetic and clay/synthetic materials may require a more uniform surface, and therefore, additional cost. Materials Material costs may vary as a result of availability, transportation requirements, and on-site and off-site constraints. Placement Placement of an alternative synthetic or clay/synthetic cover requires significant manual labor. Conversely, placement of earthen covers is more equipment intensive. Evaluation of placement costs will provide critical data from which to develop a recommended cover design. �e City of San Bernardino 1 - 8 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) I I Long-Term Maintenance The long-term cost to maintain the final cover system will vary, and may produce the greatest "hidden" cost to the facilities. Cracks in typical soil systems can be repaired with little expense using common construction equipment and personnel. Cost to repair synthetic covers can be much higher due to the skill and CQA required to work with synthetic materials. TASK 3 3.1 ENVIRONMENTAL CONTROL AND MONITORING SYSTEMS The facility's environmental control system capabilities and requirements will be evaluated with regards to existing and potential regulatory concerns. We expect that these concerns will include existing or potential: • Off-site gas migration and the potential for gas controlled groundwater contamination • Reduction of infiltrating precipitation waters and consequent reduction of leachate generation and potential groundwater contamination • Reduction of the potential for contamination of adjacent surface waters 3.1.1 GROUNDWATER MONITORING SYSTEM B As described in Section 1.0, hydrogeologic data relative to the facility will be evaluated to assess the adequacy of the existing groundwater monitoring program. Based on existing data supplemented by data obtained in the subsurface investigation described in Section 1.2, optimal locations for 2 new groundwater monitoring wells will be identified and plans for well construction will be prepared. The evaluation will also focus on the existing and proposed groundwater monitoring provisions, and a suitable long-term Monitoring and Reporting Program (M&RP) will be identified which fulfills Title 23, Chapter 15 monitoring requirements and is suitable for inclusion in the facility's Closure Plan. The proposed M&RP will detail the monitoring network components for the landfill, construction requirements, monitoring procedures, parameters to be monitored, schedules, statistical methods for evaluation of data, and reporting practices. City of San Bernardino 1 - 9 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) 3.1.2 LANDFILL GAS CONTROL If required, landfill gas control measures will be designed in accordance with Title 14, Section 17783 to minimize off-site migration of landfill gases and to reduce the potential for gas-related groundwater contamination. These regulations provide guidelines for controlling and monitoring offsite migration of landfill gases and require control of methane gas at the facility boundary to a level not-to-exceed five percent by volume. Under SCAQMD rules, methane emissions from the landfill (either to the atmosphere or in structures) may not-exceed a concentration of 1.25 percent by volume. The following activities for the development of an acceptable gas migration control system for the Site will be conducted: ❑ Site Reconnaissance and Data Review The Team will begin the work by first conducting a reconnaissance to determine the existing conditions of the site and reviewing any data or drawings previously developed for the landfill. After this information has been reviewed and assimilated, an evaluation will be performed to review the alternative solutions for controlling potential gas migration and surface emissions. ❑ Gas Generation Estimates The Team will perform preliminary calculations to estimate the expected flow of landfill gas (LFG) from the landfill. These estimates will be instrumental in assisting the Team in evaluating the feasible options available for controlling landfill gas migration at the site. In order to generate these estimates, the Team will evaluate data regarding the quantity of waste placed; refuse disposal history; and the approximate percentage of decomposable refuse. ❑ Alternatives Analysis After the above data has been reviewed and the gas generation estimates developed, the Team will conduct an alternatives analysis to evaluate options for gas migration control. These options may include placing passive systems such as: passive trench, (although not generally recommended), or active City of San Bernardino 1 - 10 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) systems such as: vertical gas extraction wells or active trench. If a landfill gas extraction system is necessary, treatment options will need to be considered including: activated carbon canisters, thermal destruction, or venting with little or no treatment. All of the options for gas migration control and treatment will be evaluated for cost, system effectiveness, constructibility, operation and maintenance, and regulatory compliance. Based on the results of the evaluation, the Team will prepare a memorandum relating the benefits and costs of the various alternatives in terms of their technical efficiency and cost effectiveness, and an optimal system to inhibit gas migration and surface emissions from the landfill will be identified for City approval. Following approval of the recommended gas system by the City, a meeting will be held with the City and the SCAQMD to review the system and permit requirements for its construction. With input from the SCAQMD, the Team will then prepare engineering drawings for integration in the permit application package and the project Plans and Specifications. ❑ Permitting with SCAQMD The Team will prepare the permit application to the SCAQMD for the gas migration control system, condensate management system and treatment facility. It is anticipated that this task will consist of coordinating with staff from the SCAQMD and the preparation of the permit application including preliminary level drawings and process calculations. After final City approval of the engineering drawings and the SCQAMD permit, the Team will prepare a construction bid package which will include the drawings, specifications and engineer's cost estimate. City of San Bernardino 1 - 1 1 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) 1=: 3.2 FINAL CLOSURE PLAN PREPARATION 3.2.1. CLOSURE PLAN Preparation of a Final Closure Plan will proceed concurrently with the completion of the landfill engineering and geotechnical tasks. The closure design plans and results of the geotechnical studies performed will be incorporated into the Final Closure Plan for submittal to the RWQCB and other reviewing agencies. The Closure Plan will contain all of the information required for Final Closure Plans under CCR Title 23, Chapter 15 and the minimum design standards of Title 14. It is assumed that a response will be prepared for one set of City and agency comments. At a minimum, the Closure Plan will address the following: ❑ GRADING PLAN An evaluation will be completed of any grading that may be required to "shape" or reconsolidate the landfill to conform to minimum regulatory standards, improve drainage control, and facilitate maintenance. To minimize the grading necessary to shape the final closure surface, the geometry of the existing landfill will be used wherever possible to define surface gradients, storm runoff collection points, and boundary conditions. To minimize the overall material and construction costs, all shaping and possible reconsolidation will be completed within the proposed foundation layer of the cover where conventional earthwork methods and random on- site or near-site materials can be used. The proposed final grading plan will be analyzed for possible adverse effects from future landfill settlement. After review of any documents relating to past "dynamic compaction" of refuse at the site and based on the interpreted configuration of refuse on the property, estimates of future settlements will be made and accommodated in the grading plan. Completed topographic surveys and grading plans will serve as base maps for subsequent closure design plans such as fencing plans, hydrology with grading, erosion control/landscaping plans, and soil loss analysis studies. City of San Bernardino 1 - 12 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) ❑ HYDROLOGY STUDY Upon completion and preliminary review and approval of the draft grading plan, a hydrology study will be performed using the grading plan geometry and the anticipated final cover characteristics. All hydrologic evaluations will be based on a 100-year frequency, 24-hour storm event in accordance with regulatory requirements. ❑ DRAINAGE PLAN On-site drainage facilities will be designed to be compatible with the final cover system and to accommodate landfill settlement and anticipated sediment inflow. The results of the hydrology studies will dictate the storm drain and perimeter control facilities that will be required. All drainage facility designs will include hydraulic calculations, storm drain placement details, and perimeter channel design and placement details relating to construction of all collection, routing, and outlet structures. ❑ ACCESS/MAINTENANCE ROADS All routes for accessing the closed landfill will be specified in the final closure plans, and maintenance roads will be integrated into the final grading plan. ❑ ENVIRONMENTAL CONTROL AND MONITORING SYSTEM INTEGRATION The existing and proposed environmental control and monitoring systems will be integrated into the final cover in accordance with Title 14 regulations. Any modifications to existing systems will be designed in accordance with a scope of work prepared for the modifications. City of San Bernardino 1 - 13 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) I ❑ EROSION/SOIL LOSS ANALYSIS An erosion/soil loss analysis may be performed for the landfill final cover in accordance with Title 14, Section 17779 in closure and post-closure documentation is required. The soil loss potential at the landfill site due to water erosion will be evaluated using U.S. Department of Agriculture Universal Soil Loss Equation (USLE). The soil loss analyses will indicate the maximum soil loss depths on a per-year basis over the full post-closure period. ❑ LANDSCAPE PLAN If closure and post-closure documentation is required, landscaping plans may be required in accordance with CCR Title 14, Section 177779. If required, the landscape designs will be compatible with the selected end use and erosion control requirements. A plant matrix and a landscape planting scheme will be developed to satisfy both the end use and cover imposed limitations. Criteria associated with the planting scheme and plant matrix will include drought tolerance/low water demand, erosion control, soil types, shallow versus deep roots, fire potential, climatic conditions, and maintenance needs. 3.2.2 POST-CLOSURE MAINTENANCE PLANS During preparation of the design drawings for the Closure Plan, the BAS/GLA Team will develop a Post-Closure Maintenance Plan which incorporates closure elements from the planning and investigation phases of the project. The intent of the Post- Closure Plan will be to specify monitoring, inspection, repair and maintenance methods that will be necessary to maintain the integrity and performance of the final cover, drainage and monitoring systems during the required 30-year post-closure maintenance period. The Post-Closure Maintenance Plan will contain the following sections relative to maintenance of the closure construction improvement systems project-specific discussions: ❑ Cover maintenance ❑ Cover moisture control City of San Bernardino 1 - 14 Waterman Landfill Closure (H:\Shared\SB Rkive\9643\1996\SOW-614) 6 ❑ Drainage structure maintenance • Groundwater/gas monitoring and control systems • Air, groundwater and vadose zone monitoring methods and schedules ❑ Site security • Action levels • Personnel and equipment requirements (if appropriate) • Landscaping • Settlement monitoring 3.2.3 MONITORING & REPORTING PROGRAM (M&RP) As described in Section 3.1, using data obtained in the data review and subsurface investigation, and during design of environmental monitoring and control systems, a proposed Post-Closure Monitoring & Reporting Program (M&RP) will be developed. The M&RP will identify any system improvements or modifications which are considered necessary, and will provide detailed rationale and methods for surface, vadose zone and groundwater monitoring procedures. The M&RP will detail the monitoring parameters, procedures, schedules and statistical methods which will be used in the Post-Closure period and will be developed to comply with Title 23, Chapter 15, Article 5. Landfill gas post-closure maintenance plans will also be prepared for the landfill gas control system. This plan will include monitoring procedures for the perimeter gas probes, gas extraction wells, and landfill gas GAC system. Additional procedures will be prepared for adjustment of the gas extraction wells to optimize the landfill gas control system. A post-closure cost estimate will be prepared to address the yearly costs for the post-closure maintenance procedures for the landfill gas monitoring and control system. City of San Bernardino 1 - 15 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) 3.3 CONSTRUCTION PLANS AND SPECIFICATIONS The BAS/GLA Team will prepare Final Closure Construction Plans and Specifications for the project based on selected engineering design criteria and regulatory requirements, final closure method and final cap cover system, site geometry, and existing physical site conditions. The BAS/GLA Team has considerable experience preparing final closure construction plans and the challenges encountered during closure construction. The Team will provide a set of plans, specifications and engineers cost estimate that allow for flexibility in final cover construction methods, while maintaining a superior quality of final product. Landfills are dynamic in nature and settlement factors can complicate survey control and quantity verification. The BAS/GLA Team has extensive experience recognizing and compensating for such conditions. The first draft (50 percent submittal) of engineering design plans, specifications, and cost estimates will be in sufficient detail to meet state regulatory requirements. Plans with construction level of detail will be prepared for the second draft (90 percent submittal) submittal to the City along with detailed specifications. The City will be provided with a preliminary engineering design report that will include the design plans, specifications and an engineering cost estimate. The report will include the following components: ❑ Title sheet ❑ Final Grading Plan ❑ Final Drainage Plan • Erosion/Soil Loss Analysis • Landscape Plan ❑ Groundwater Monitoring Well Construction Plans ❑ Gas Control System Plans ❑ Gas Monitoring System Plans ❑ Gas Treatment System Plans City of San Bernardino 1 - 16 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) • Construction Detail Sheets • Construction Level Specifications ❑ Closure Construction Sequencing ❑ Engineering Cost Estimate The preliminary and final design drawings will be CADD generated and prepared on 24 x 36 sheets with title blocks. The design drawings will be submitted at 50 percent and 90 percent completion stages for City and agency review. Our past experience with closure design submittals to the RWQCB that construction/bid level (100 percent completion) documents are not required for approval. It is considered more appropriate to complete the 100 percent submittal after incorporation of agency comments and in preparation of the project Bid Documents. After receiving City and regulatory comments, the design plans will be finalized for inclusion in a final Engineering Design and Specification Report to support the City's construction Bid Specification package. PROJECT MANAGEMENT (Costs included in each task above.) The BAS/GLA Team anticipates working closely with City staff to complete the City's landfill project. Team members will adopt the City's goals, objectives, priorities, and procedures as their own. During the course of the project, the Team's management objectives will be to: • Work closely with City staff to accomplish project goals. • Regularly inform the City of all significant events and include recommendations for City approval. • Integrate project efforts in periodic technical reviews and regular monitoring of project progress. ❑ Develop and maintain cost and schedule control systems to ensure that the project is completed on-time and within budget. City of San Bernardino 1 - 1 7 Waterman Landfill Closure (H:\Shared\SB-Rkive\9643\1996\SOW-614) • ems■■ Imo■ I■�■■■■■■ B■■ I��■■�■■�■■' S■■ I��■■�■■�■■' BEEN I��■■��■�■■' CL Jw- :. EXHIBIT 4 BRYAN A. STIRRAT & ASSOCIATES 1360 Valley Vista Drive Diamond Bar, California 91765 (909) 860-7777 SCHEDULE OF CHARGES PERSONNEL HOURLY RATE Papal(P) $145 Director(DR) $135 Principal Geologist(PG) 5130 Division Engineer(DE) $125 Project Administrator(PA) $116 Senior Project Manager(SMYChief Engineer(CE) 5112 Project Manager(PM) 5106 Project Engineer(PE) $98 Engineer V(E-V) 587 Engineer IV(E-m $81 Engineer III(E-III) $74 Engineer II(E-11) S66 Engineer I(E-I) $59 Engineer(E) S48 Senior Designer(SDD) $92 CADD Designer/Drafter(CD) S79 Designer(DD) $74 Senior Drafter(SD) $66 Drafter(D) S57 Landscape Architect(LA) S72 Senior Regulatory Compliance Specialist(SRS) S84 Regulatory liance Specialist(RS) $69 Regulatory Compliance Manager (RCM) S0 Senior Envirom $93 nernal Engineer(SEE) $93 Environmental Engineer III(EE-III) 575 Environmental Engineer II(EE-In $75 Environmental Engineer I(EE-1) $69 Senior Environmental Scientist(SNS) Senior Environmental Specialist(SES) $81$81 Environmental Specialist II(ES-DI) $75 m Environantal Specialist I(ES-1) $69 Estimator(EySpeciScation Writer(SW) 551 Project Acoountaat/Analyst(AA) $51 Project Coordinator(PC) $58 Senior Technical Writer(STW) Technical Writer MV) $51 Data(DPYWord Processing teary(WP)(including equipment) S" Office Services Clerk(OS) $a General Clerk(Cyrypist m S39 CADD Operator(CO) S46 Data Analyst(DA) $58 Construction Manager(CM) $104 Construction Supervisor(CS) S94 Engineering Technician II(ET-II) $73 Enpu mng Technician I(ET-1) $67 Chief Field Technician(CT) sm Senior Field Technician(ST) SS8 Field Technician(FI) $49 Technician('1) S34 Monitoring Technician(MT) no Chief of Survey Parties(CSP) S79 3-Man Survey Party(SP-3M) S200 2-Man Survey Party(SP-2M) S147 Expert Witness(Court Appearance) 1-5:hoody rate Overtime Premium is 50%of Personnel Hourly Rate. The above stated hourly rates will be to effect through 06/30/96 I I 1 of 2 BRVAW A-STIRS*AT V.ASS.00WrES REIMBURSABLE CHARGES THROUGH 06/30/96 In addition to the above charges for professional services(including routine expenses),we require reimbursement for the following items: Reproduction Xerox Copies S .17/each (In-House) Blueprints .28/sq.ft. Mylars 1.85/sq.R Telefax(Outgoing only) 3.35/first page 1.10/page Mileage: Personal Vehicle .50/mile-truck .40/mile-car Company Vehicles 4.504hour Company Four Wheel Drive Vehicles 5.50/hour Survey Vehicles 5.50/hour Other Out-0f--Pocket Expenses/Supplies/Telephone Cost+15% Equipment Usage See Attached Schedule Consuhaznts/Outside Senices Cost+15% Construction Services Cost+15% Per Diem for Living Expenses Federal Rates CADD Computer Usage S I0.00/hour Field Computer Services $10.50/hour i i i I I i I� i i i 2 oft BRYAN A.STIRRAT S ASSOCIATES BRYAN A. STIRRAT &ASSOCIATES 1360 VALLEY VISTA DRIVE DIAMOND BAR, CALIFORNIA 91765 EQUIPMENT RENTAL RATES (As of August 1, 1994) TYPE OF EQUIPMENT DAY WEEK MONTH 4 Gas Rance Meter CH4. H2S. CO.02(Sendne144) 575.00 5200.00 5500.00 8 CH.Data Lp&ver S75.00 S200.00 5500.00 Alpha- 1 Personal Sampling Pump 575.00 5200.00 5500.00 Ambient Air/Landfill Gas Sampler $100.00 $300.00 5800.00 Ambient Air/Landfill Gas Sampler(Double) S100.00 5300.00 5800.00 CO2 Indicator Fvrite) 510.00 $50.00 5100.00 Combustible Gas Meter(GX3N/1939OXY) 575.00 S200.00 5500.00 Dissolved Oxygen Meter 525.00 5100.00 $200.00 Dupont Dosimeter Mark-3(Personal Sample Pump) $50.00 5150.00 5300.00 Flow Calibrator(Gilian) S50.00 S150.00 S300.00 Gas Extraction Monitor(GEM 500) $100.00 5300.00 5800.00 Groundwater Sampler(Q.E.D.WIZARD) S100.00 S300.00 5800.00 Haz Mat Kit S25.00 I S100.00 5200.00 Lunt Sampler(Nutech 218) S50.00 5150.00 5300.00 Mini-Ram Data Logger $40.00 5125.00 S250A0 Mini-Ram Dust Meter 550.00 5150.00 S300:00 Mobile Phone 510.00 550.00 5100.00 Organic Vapor Analyzer(OVA128) S125.00 5400.00 51,000.00 PH/Conductivity em nature Meter(Hvdac) 515.00 560.00 S200.00 Photo Ionization Detector OVM580B) $125.00 5400.00 S1,000.00 Sample Train(Gas Extraction Pump) $15.00 560.00 $20DM Soil Auger/Sampler S50.00 S150.00 $3M.00 Soil PH Meter S15,00 S60.00 �0�0 Sounder(liquid Level Indicator) 540.00 5125.00 S2S0,00 Surface Emission Sampler $50.00 5150.00 S3M.00 Transducer with 400 Foot Cable(Each) $75.00 5200.00 S500.00 Turbiditv Meter S25.00 S100.00 5200.00 Wind Speed&Direction Monitors 5100.00 5300.00 sa1mw Decontamination Equipment Including: DeconTub lea.,Buckets 2ea,Brush 2ea,Stake 3'-4ea, Plastic Drop Cloths 12'x10'lea.,Plastic Bags-1 box ea., 525.00 N/A N/A D.I.Water,Caution Tape,Paper Towels 2 rolls ea, Rubber Gloves,Gloves&Liner,Trash Bags 10 ea. Field Sampling Supplies Including: Duct Tape lea,.Electric Tape lea.,Plastic Bags-1 box, Trash Bags 10 ea.,Gloves&Liner lbox ca., S30.00 N/A NIA Lab Labels.,Aluminum Foil 1 box.,Drum Labels 10 ea., Plastic Drop 125x10'lea.,Small Hand Shovel. OPTIONAL•Filters,Coolers,Ice,Jars,Sample/Pump MISCE I A SOUS CHARGES 2 Wheel Drive Truck S4.50/Hour G.W.Monitoring Truck:S300.00 a Dap 4 Wheel Drive Track S5.50/Hour Includes:G.W Tool Box, *Field Truck Equipped with Tool Boy-' Decon Equip., (e\94rrate) BRYAN A.STrxiFiAT S ASSOCIATES y is BRYAN A. STIRRAT & ASSOCIATES 1360 VALLEY VISTA DRIVE DIAMOND BAR, CALIFORNIA 91765 PERSONAL PROTECTIVE EQUIPMENT (PPE) RATES (Prices will depend on the type of PPE clothing needed) (as of August 1, 1994) TYPE)OF EQUIPMENT I1IPMENT DAY:SEEK MQNM... LEVEL B 5350.00 for the first day,thereafter... ($200 Minimum Plus Daily Rates) $150.00 N/A N/A Self-Contained Breathing Apparatus(SCBA) w/Oxygen Tank Spare Oxygen Tank Monkey Suit(Saranex) Outer Gloves Glove Liners LEVEL C Respirator with Cartridge(full or half faced) S100.00 N/A N/A Tyvek Coveralls Outer Gloves Glove Liners Neopreme Boots LEVEL D(upgraded) Dust Mask $75.00 N/A N/A Tyvek Coveralls Outer Gloves Glove Liners Neo reme Boots BRYAN A.g14gRAT S ASSOCIATES GeoLogic Associates EXHIBIT s Geologists, Hydrogeologists and Engineers PERSONNEL CHARGES PROFESSIONAL STAFF: Staff Engineering Geologist/Hydrogeologist/Engineer.............................................................................S 70.00/1-lour Project Engineering Geologist/Hydrogeologist/Engineer.......................................................................... 82.00/Hour Senior Engineering Geologist/Hydrogeologist/Engineer..............................................................................98.00/Hour Supervising Engineering Geologist/Hydrogeologist/Engineer....................................................................l 10.00/Hour Principal Engineering Geologist/Hydrogeologist/Engineer....................................................................... 140.00/Hour FIELD STAFF: FieldTechnician I................................................................................................................................... 46.00/Hour FieldTechnician II.................................................................................................................................. 57.00/Hour SeniorField Technician.......................................................................................................................... 67.00/Hour SUPPORT STAFF: LaboratoryTechnician............................................................................................................................. 57.00/Hour CADD/Designer Draftsperson................................................................................................................. 67.00/Hour Senior Geotechnical Drafts person............................................................................................................ 57.00/Hour GeotechnicalDraftsperson....................................................................................................................... 46.00/Hour GeotechnicalClerk/Typist....................................................................................................................... 36.00/Hour WordProcessor....................................................................................................................................... 50.00/Hour *Overtime Premium is 30%of PERSONNEL CHARGE •A surcharge of 20%of PERSONNEL CHARGES is applicable to personnel working in hazardous materials environments to compensate for costs associated with hazardous materials operations training and personnel medical examination. EQUIPMENT CHARGES Computer................................................................................................................................................ 22.50/Hour Single-Channel Seismic or Resistivity Equipment................................................................................... 25.00/Hour HNU(Photoionization Meter)................................................................................................................ 100.00/Day OVA(Organic Vapor Analyzer)............................................................................................................... 130.00/Day BATPermeameter................................................................................................................................... 22.50/Hour *Reduced rates will apply to extended usage EXPENSES Vehicle Use for Field Services(added to appropriate"PERSONNEL CHARGE")................................ 6.00/Hour PerDiem.................................................................................................................................................. 90.00/pers Outside Services(Consultants,Surveys,Chemical lab Tests,etc.).............................................................Cost+ 15% Reimbursables(Maps,Photos,Permits,Expendable Supplies,et c.)......................................................................Cost Outside Equipment(Drill Rig,Backhoe,Monitoring Equipment,etc.).......................................................Cost+15% PERMITS,FEES AND BONDS The costs of all permits,fees,and performance bonds required by government agencies are to be paid by the Client, unless stated otherwise in an accompanying proposal. INSURANCE Geologic Associates,Inc.carries workers'compensation,comprehensive general liability and automobile with policy limits normally acceptable to most clients. The cost for this insurance is covered by the fees listed in this schedule. Cost of any special insurance required by the Client,including increases in policy limits,adding additional insured parties and waivers of subrogation,are charged at cost plus 15%. Unless otherwise stated,such charges are in addition to the estimated or maximum charges stated in any accompanying proposal. Schedule Ic (Continued on Reverse) Effective through 7/1/96 1360 Valley Vista Dr., Suite 100, Diamond Bar, CA 91765 Phone: (909) 860-3448 FAX: (909) 860-2024 LABORATORY TESTING Triaxial Compression Test(CD and CU with pore pressure)......................................................................Hourly Rate Triaxial Compression Test(unconsolidated,undrained)...........................................................................S 92.00/Test Direct Shear Test(at natural moisture)................................................................................................... 41.00/Point Direct Shear Test(saturated and consolidated)....................................................................................... 52.00 Point Direct Shear Test(residual shear strength)................................................................................................Hourly Rate Consolidation Test(without rate data)...................................................................................................... 92.00/Test Consolidation Test(single point)................................................................ ..... 70.00/Test ......................................... Consolidation Test Rate Data(per load increment).................................................................................. 43.00/each Unconfined Compression Test(undisturbed sample)................................................................................ 55.00/Test Permeability(sand)................................................................................................................................. I I8.00frest Permeability(clay).................................................................................................................................. 200.00/Test Unit Dry Weight and Moisture Content(undisturbed sample)................................................................... 16.00/Test MoistureContent..................................................................................................................................... 11.00/Test Specific Gravity and Absorption-Gravel................................................................................................. 60.00/Test Specific Gravity-Fine-Grained Soils....................................................................................................... 57.00/Test Moisture-Density Curve for Compacted Fill(4-inch Mold)...................................................................... 124.00/Test Moisture-Density Curve for Compacted Fills(6-inch Mold).................................................................... 139.00/Test Moisture-Density Single Point.................................................................................................................. 60.00/Test Moisture-Density Curve(Calif.216)....................................................................................................... I I8.00/Test Mechanical Analysis-ASTM D1140(wash 200 sieve)............................................................................ 41.00/Test Mechanical Analysis-Sand or Gravel(dry sieve)..................................................................................... 65.00/rest Mechanical Analysis Sand or Gravel(wash sieve).................................................................................... 81.00/Test Mechanical Analysis Sand and Gravel(wash sieve)................................................................................. 118.00/Test Grain-Size Analysis-Sand-Clay,including Hydrometer.......................................................................... I I8.00/Test Grain-Size Analysis-Gravel-Clay,including Hydrometer...................................................................... 157.00/Test SandEquivalent....................................................................................................................................... 52.00/Test Liquid Limit. 55.00/Test PlasticLimit............................................................................................................................................ 55.001Test ExpansionIndex Test............................................................................................................................... 87.00/Test CorrosivityTest....................................................................................................................................... 75.00/Test ResistanceValue..................................................................................................................................... 200.00/Test Resistance Value(limc or cement-treated)............................................................................................... 243.00/Test California Bearing Ratio(excluding moisture-density curve).................................................................... 98.00/Test Los Angeles Abrasion Test(500 revolutions)........................................................................................... 108.00/Test Los Angeles Abrasion Test(1000 revolutions)......................................................................................... 130.00/Test SulphateContent...................................................................................................................................... 41.00/Test ChlorideContent...................................................................................................................................... 48.00/Test Durability Index-Coarse and Fine.......................................................................................................... 135.00/Test Special Sample Preparation and Laboratory Testing not listed above will be charged at applicable hourly rates for personnel. TERMS Payment is due upon presentation of invoice and is past due thirty(30)days from invoice date. Past due accounts are subject to a finance charge of one and one-half percent(1-1/2%)per month,or the maximum rate allowed by law. PROPOSAL PERIOD Unless otherwise stated,a proposal accompanying this schedule is effective for sixty(60)days. If authorization to proceed is not received within this period,Geologic Associates,Inc.reserves the right to renegotiate the fee. Schedule Ic � - - § B � �\) � ]4 wood § ±s a £\ § ® k " - 1 - 2\} ! ! ! ! � E ` � E � . • } § � � k ! ! | | ] ) � � } . \ ) \ \ \ ) jj � }