HomeMy WebLinkAbout1998-03-23 City Council (18)City of Palo Alto
City Manager’s Report
5
TO:HONORABLE CITY COUNCIL
FROM:,CITY MANAGER DEPARTMENT:UTILITIES
DATE:MARCH 23, 1998 CMR:174:98
SUBJECT:APPROVAL OF CONSULTANT CONTRACT WITH CAROLLO
ENGINEERS FOR THE WATER WELLS, REGIONAL
STORAGE, AND DISTRIBUTION SYSTEM STUDY
REPORT IN BRIEF
This report requests that Council approve a consultant contract with Carollo Engineers to
perform the Water Wells, Regional Storage and Distribution System Study for a total of
$274,108. The study will take up to 16 months to complete and will provide the following:
an analysis of the City’~ water distribution system model based on the City’s Comprehensive
Plan, recommendations regarding the conversion of the water disinfectant from chlorine to
chloramines, operational plans for the daily use of the foothill reservoirs in the water
distribution system, an evaluation of the need for the existing City water wells and/or
additional emergency water supply wells, a determination as to whether groundwater
treatment is necessary for city wells, and recommendations for future water distribution
system Capital Projects for’Council consideration.
CMR: 174:98 Page 1 of 4
RECOMMENDATION
Staff recommends that Council approve and authorize the Mayor to execute the attached
contract, Attachment A, with Carollo Engineers that includes two consultant services
exhibits: Exhibit A for Basic Consultant Services in the amount of $208,637; and, if
determined to be necessary, Exhibit B for additional Consultant. Services in the amount of
$65,471 for a total contract amount of $274,108.
DISCUSSION
Consultant Servi(es Description
The work to be done under the contract is for the consultant to look at ways to improve the
operation and reliability of the City’s water distribution system, particularly during
interruption of the City’s primary water supply under emergency conditions. Recent changes
in the operations and distribution of the regional water supply system (Hetch-Hetchy) may
require the City to construct more storage and/or wells to meet the City’s water demand
during regional water system emergencies.
The consultant will evaluate and make recommendations on the following:
1. Anticipated water distribution operations changes including potential Hetch Hetchy
water supply interruptions, using all the reservoirs in the daily water supply demand
to keep water moving through the reservoirs more quickly, and possible use of
existing City wells or additional wells for emergency water supply. The City well
sites will be evaluated to determine if the existing wells should be converted to
standby wells, if there is a need to add groundwater treatment facilities to the wells,
the effects of subsidence caused by using the City wells, and the need for additional
wells.
Identification of water distribution system changes necessary to convert the City
water system from a chlorine to chloramine residual disinfectant system.
Development of emergency water distribution operation scenarios and evaluation of
these scenarios using the City water distribution system model. As part of the
contract Carollo Engineers will review the Comprehensive Plan, develop updated
water distribution system design criteria, calibrate, and expand the existing water
system model to include the foothills portion of the water distribution system.
4 Requirement for capital projects based on consultant evaluations, which may include
rehabilitation of existing water wells, additional storage reservoirs, addition of
emergency power at existing pump stations, replacement schedules for existing pump
station equipment, and new water distribution mains.
Capital improvement recommendations will be developed considering the technical issues
of the water distribution system, sensitivity to the community needs, current capital plans,
and Palo Alto’s unique setting. If selected, these recommendations will be brought before
CMR: 174:98 Page 2 of 4
the Council as part of the Capital Improvement Program (CIP) Budget.
Selection Proces,8
The Finance Committee selected this project for review of the draft scope 0fwork prior
to the issuance of a Request for Proposal (RFP). The Committee approved the scope of work
on May 6, 1997. Staff has been extremely busy with other CIP projects and has just
recently completed contract negotiations with the recommended consultant, Carollo
Engineers.
Staff sent an RFP to nine consulting firms on June 23, 1997. Firms were gigen 49 days to
respond to the request. A total of five firms submitted proposals. Proposals ranged from
$170,000 to $323,270. Those firms not responding indicated they did not submit a proposal
because their present workload would not allow them to participate in the study selection
process or perform the study.
An advisory committee consisting of representatives from Water, Gas and Wastewater
Engineering, Energy Resource Planning and Water, Gas and Wastewater Field Operations
reviewed the proposals and five firms were invited to participate in oral interviews on
October 22, 1997. Staff carefully reviewed each firm’s oral presentation, qualifications, and
submittal in response to the RFP relative to the following criteria:
1.The experience of the firm and the project team members.
The firm’s past record in performing similar studies for othercities and/or other water
agencies.
3.Project approach.
4.Completeness of response to the RFP.
5.The proposed fee relative to the services to be provided.
Carollo Engineers was selected because its submittal and experience best fit the City’s study
needs. Carollo Engineers’ specialty is assisting water utilities with meeting future and
changing needs for their water distribution systems. Each .project team member has recently
been intimately involved in similar water distribution system planning projects for other Bay
Area water agencies. Carollo Engineers is a team which has worked together to accomplish
successful water distribution system studies for many local Bay Area water agencies.
Carollo Engineers has extensive experience with converting disinfectants in water
distribution systems from chlorine to chloramine.
During the contract negotiations between the City and Carollo Engineers, staff determined
that an extension ot~ the basic services might be needed in order to accomplish a thorough
Water Wells, Regional Storage, and Distribution System Study. The need to extend some
CMR: 174:98 Page 3 of 4
of the tasks outlined in the Basic Services can only be accomplished after each individual
task is completed and evaluated. After each task listed in the contract, Attachment A,
Exhibit A, Consultant Basic Services, is completed, a determination will be.made if any of
the additional Consultant Services listed in Exhibit B of the contract will be.required. If
staff determines additional services are required, the consultant will be authorized to provide
those additional services as necessary.
The additional consultant services, listed in Exhibit B of the contract which may be
warranted after tasks listed in Exhibit A are completed include: 1) a detailed water system
audit, 2) detailed well inspection and evaluation which includes dismantling the well sites
for inspection, 3) time of use study of storage reservoirs, and 4) services for now
unforeseen, but related consultant tasks. If all the additional services are needed, the
consultant contract fee would increase from $208,637 to $274,108. This amount is still
within the approved CIP project budget for this study.
RESOURCE IMPACT
Funds for this project are available in the 1997-98 Utilities Department Capital Improvement
Program Project 9704, Water Wells, Regional Storage and Distribution System Study.
POLICY IMPLICATIONS
This report does not represent any change to existing City policies.
ENVIRONMENTAL REVIEW
Not a project under the California Environmental Quality Act (CEQA).
ATTACHMENTS
Attachment A:Contract Agreement for the Water Wells, Regional Storage and
Distribution System
PREPARED BY: Charles Borg and Roger Cwiak
ED~kRD 3. Ml~ZEK
Director of Utilities
EM ’ ’H SON t
Assistant City Manager
CMR: 174:98 Page 4 of 4
ATTACHMENT A
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
CAROLLO ENGINEERS, A PROFESSIONAL CORPORATION
FOR CONSULTING SERVICES
This Contract No. is entered into
, by and between the CITY OF PALO ALTO, a
chartered city and a municipal corporation of the State of
California ("CITY"), and CAROLL0 ENGINEERS, A Professional
Corporation, located at 2700 Ygnacio Road, Suite 300, Walnut Creek,
CA 94598("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services ("Services") and the preparation and delivery of, without
limitation, one or more sets of documents, drawings, maps,
designs, data, calculations, specifications, schedules or other
writings ("Deliverables") (Services and Deliverables are,
collectively, the "Project"), as described in Exhibit "A"; and
WHEREAS, CITY desires to engage CONSULTANT, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing the Services, and
CONSULTANT has offered to complete the Projection the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION I..TERM
i.i This Contract will commence on the date of its
execution by CITY, and will terminate upon the completion of the
Project, unless this Contract is earlier terminated by CITY. Upon
the receipt of CITY’s notice to proceed, CONSULTANT will commence
work on the initial and subsequent Project tasks in accordance with
the time schedule set forth in Exhibit "A". Time is of the essence
of this Contract. In the event that the Project is not completed
within the time required through any fault of CONSULTANT, CITY’s
city manager will have the option of extending the time schedule
for any period of time. This provision will not preclude the
recovery of damages for delay negligently caused by CONSULTANT.
SECTION 2.SCOPE OF PROJECT; CHANGES .& CORRECTIONS
2.1 The scope of Services and Deliverables constituting
the Project will be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described below.
1
980304 syn 0071331
2.2 CITY may order changes in the scope or character Of
the Basic Services, the Deliverables, or the Project, either
decreasing or increasing the amount of work required of CONSULTANT.
In the event that such changes are ordered, subject to the approval
of CITY’s City Council, as may be required, CONSULTANT will be
entitled to full compensation for all work performed prior to
CONSULTANT’s receipt of the notice of change and further will be
entitled to an extension of the time schedule. Any increase in
compensation for changes will be determined in accordance with the
provisions of this Contract. CITY will not be liable for the cost
or payment of any change in work, unless the amount of additional
compensation attributable to the change in work is agreed to, in
writing, by CITY before CONSULTANT commences the performance of any
such change in work.
2.3 Where the Project entails the drafting and
submission of Deliverables, for example, drawings, any and all
errors or omissions in the Deliverables, which are discovered by
CITY before invitations to project (for which the Deliverables are
required), are distributed by CITY, will~be corrected by CONSULTANT
at no cost to CITY, provided CITY gives notice to CONSULTANT.
SECTION 3. QUALIFICATIONS, STATUS, AND DUTIES OF
CONSULTANT :
3.1 CONSULTANT represents that CONSULTANT’S standard of
care is not to provide a "warranty" that it has the expertise and
professional qualifications to furnish or cause to be furnished the
Services and Deliverables. CONSULTANT further represents that the
project director and every individual, including any consultant
(including CONSULTANTs), charged with the performance of the
Services are duly licensed or certified by the State of California,
to the extent such licensing or certification is required by law to
perform the Services, and that the Project will be executed by them
or under their supervision. CONSULTANT will furnish to CITY for
approval, prior to execution of this Contract, a list of all
individuals and the names of their employers or principals to be
employed as consultants.
3.2 In reliance on the representations set forth in this
ContracZ, CITY hires CONSULTANT to execute, and CONSULTANT
covenants and agrees that it will execute or cause to be executed,
the Project.
3.3 CONSULTANT will assign THOMAS PATTEN as the project
director to have supervisory responsibility for the performance,
progress, and ~xecution of the Project. DAVE KRASKA will be
assigned as the project Coordinator who will represent CONSULTANT
during the day-to-day work on the Project. If circumstances or
conditions subsequent to the execution of this Contract cause the
substitution of the project director or project coordinator for any
reason, the appointment of a substitute project director or
substitute project coordinator will be subject to the prior written
approval of the project manager.
98030~ ~yn 0071331
2
3.4 CONSULTANT shall:
3.4.1 If required under scope of work in Exhibit
and Exhibit "B", procure all permits and licenses, pay all charges
and fees, and give all notices which may be necessary and incident
to the due and lawful prosecution of the Project;
3.4.2 Keep itself fully informed of all~existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract and any materials used in CONSULTANT’s
performance of the ServiceS;
3.4.3 At all times observe and comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4,. Will report immediately to the project manager,
in writing, any-discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if .any, under this Contract will
become the property of CITY and~will not be made available to any
individual or organization by CONSULTANT or its consultants, if
any, without the prior written approval of the city manager.
3.6 CONSULTANT will provide CITY with the number of
copies of any documents, as listed in Exhibit "~’, Scope of Work,
which are a part of the Deliverables, upon their completion and
acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which’are a part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Project. All
consultants of CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any employee or consultant of CONSULTANT fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
3.9 In the execution of the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
3.10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and all of the following Additional
3
980304 syn 0071331
Services, not included under the Basic Services, if so authorized,
in writing, by CITY:
3.10.1 Providing services as an expert witness in
connection with any public hearing or meeting, arbitration
proceeding,or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent to the execution of
this Contract; and
3.10.4 Other Additional Services now or hereafter
described in Exhibit "B".
3.11 CONSULTANT will be responsible for employing
all consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The. appointment of consultants must
be approved, in advance, by CITY, in writing, and must remain
acceptable to CITY during the term of this Contract.
SECTION 4. DUTIES OF CITY
4.1 CITY will furnish or cause t~ be furnished the
services listed in Exhibit "C" and such information regarding its
requirements applicable to the Project as may be reasonably
requested by CONSULTANT.
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each phase and task of work
performed by CONSULTANT. CITY’s estimated time of review and
approval will be furnished to CONSULTANT at the time of submission
of each phase of work. CONSULTANT acknowledges and understands
that the interrelated exchange of information among CITY’s various
departments makes it extremely difficult for CITY to firmly
establish the time Of review and approval of any phase or task.
4.3 The city manager will represent CITY for all
purposes under this Contract. CHARLES BORG is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Project,
and will be assisted by ROMEL ANTONIO, the project engineer.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY will use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5.COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
4
980304 syn 0071331
5.1.1 In consideration of the full performance of the
Basic .Services, including any authorized reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed two hundred and eight
thousand, six hundred and thirty-seven dollars ($208,637.00). The
amount of compensation will be calculated in accordance with the
rate schedule set forth in Exhibit "A", on a time and materials
basis, up to the maximum amount set forth in this Section. The
fees of the consultants, who have direct contractual relationships
with CONSULTANT, will be approved, in advance, by CITY. CITY
reserves the right to refuse payment of such fees, if such prior
approval is not obtained by CONSULTANT.
5.1.2 In consideration of the full performance of
Additional Services, the amount of compensation set forth in
Exhibit "B" will not exceed sixty-five thousand four hundred
seventy-one dollars ($65,471). The amount of compensation will be
calculated in accordance with the rate schedule set forth in
Exhibit "B", on a time and materials basis, up to the maximum
amount set forth in this Section. The fees of the consultants, who
have direct contractual relationships with CONSULTANT, will be
approved, in advance, by CITY. The rate schedules set forth in
Exhibits "A" and "B" may be updated by CONSULTANT only once each
calendar year, and the rate schedule will not become effective
until March 1 of each year. CONSULTANT will submit a revised
schedule promptly after its revision.
5.1.3 The full payment of charges for extra work or
changes, or both, in the executi-on of the Project will be made,
provided such request for payment is initiated by CONSULTANT and
authorized, in writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
~work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors or omissions.
5.1.4 Direct personnel expense of employees assigned
to the execution of the Project by CONSULTANT will include only the
work of architects, engineers, designers, draftspersons,
specification writers and typists, in consultation, research and
design, work in producing drawings, specifications and other
documents pertaining to the Project, and in services rendered
during construction at the site, to the extent .such services are
provided for under this Contract. Included in the cost of direct
personnel expense of these employees are salaries and mandatory and
customary benefits such as statutory employee benefits, insurance,
sick leave, holidays and vacations, pensions and similar benefits.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made in
monthly progress payments within thirty (30) days of submission, in
980304 syn 0071331
triplicate, of such requests~ if a schedule of payment is not
specified. Final payment will be made by CITY after CONSULTANT has
submitted all Deliverables, including, without limitation, reports
which have been approved by the project manager.
5.2.2 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
5.2.3 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
SECTION 6.ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the Project will be
prepared, maintained, and retained by CONSULTANT in accordance with
generally accepted accounting principles and will be made available
to CITY for auditing purposes at mutually convenient times during
the term of this Contract and for three (3) years following the
expiration or earlier termination of this Contract.
6.2 The originals of the Deliverables prepared by or
under the direction of CONSULTANT in the performance of this
Contract will become the property of CITY-irrespective of whether
the Project is completed upon CITY’s payment of the amounts
required to be paid to CONSULTANT. These originals will be
delivered to CITY without additional compensation. CITY will have
the right to utilize any final and incomplete drawings, estimates,
specifications, and any other documents prepared hereunder by
CONSULTANT, but CONSULTANT disclaims any responsibility or
liability for any alterations or modifications of such documents.
SECTION 7. INDEMNITY
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents, from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8.WAIVERS
8.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law will not be
deemed to be a waiver of any such covenant, term, condition,
provision, ordinance, or law or of any subsequent breach or
980304 ayn 0071331
violation of the same or of any other-covenant, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any covenant, term, condition or provision of
this Contract or of any applicable law or ordinance.
8.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 9.INSURANCE
9.I CONSULTANT, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "D",
insuring not only CONSULTANT and its consultants, if any, but also,
with the exception of workers’ compensation, employer’s liability
and professional liability insurance, naming CITY as an additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings Of
A:X or higher which are admitted to transact insurance business in
the State of California. Any and all consultants of CONSULTANT
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract..The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
the CITY’s city clerk thirty (30) days’ prior written notice of such
cancellation or reduction in coverage, and that the City of Palo
Alto is named as an additional insured except in policies of
workers’ compensation, employer’s liability, and professional
liability insurance. Current certificates of such insurance will
be kept on file at all times during the term of this Contract with
the city clerk.
9.4 The procuring of suchrequired policy or policies
of insurance will not be construed tO limit CONSULTANT’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONSULTANT will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
980304 ~yn 0071331
7
SECTION I0.WORKERS’ COMPENSATION
I0.I CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that, Code, and certifies that
it will comply with. such provisions, as applicable, before
commencing the performance of the Project.
PROJECT
SECTION II TERMINATION OR SUSPENSION OF CONTRACT OR
11.1 The city manager may suspend the execution of the
Project, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONSULTANT, or immediately after submission to CITY by
CONSULTANT of any completed item of Basic Services. Upon receipt
of such notice, CONSULTANT will immediately discontinue its
performance under this Contract.
11.2 CONSULTANT may terminate this Contract or suspend
its execution of the Project by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the ~event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of Basic Services or the execution of the Project.
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract is
suspended or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her discretion.
11.4 In the event of termination of this Contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
11.4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized under this Contract.
11.4.2 For approved items of services on which a
notice to proceed is issued by CITY, but which are not fully
performed, CONSULTANT will be compensated pursuant to Section 5
Compensation.
8980304 ~yn 0071331
11.4.3 The total compensation payable under the
preceding~paragraphs of this Section. will not exceed the payment
specified under Section 5 for the respective items of service to be
furnished by CONSULTANT.
11.5 Upon such suspension or termination, CONSULTANT
will deliver to the city manager immediately any and all copies of
the Deliverables, whether or not completed, prepared by CONSULTANT
or its consultants, if any, or given to CONSULTANT or its
consultants, if any, in connection with this Contract. Such
materials will become the property of CITY.
11.6 The failure, of CITY to agree with CONSULTANT’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
SECTION 12.ASSIGNMENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city manager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
SECTION 13. NOTICES
13.1 All notices hereunder will be given, in writing,
and mailed, postage prepaid, by certified mail, addressed as
follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To coNSULTANT: Attention of the project director
at-the address of CONSULTANT recited above
SECTION 14.. CONFLICT OF INTEREST
14.1 In accepting this Contract, CONSULTANT covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict~ in.any manner or degree with the performance of the
Services.
14.2 CONSULTANT further covenants that, in the
performance of this Contract, it will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
980304 wn 0071331
9
certifies that no one who has or will have any financial interest
under this Contract is an officer or employee of CITY; this
provision will be interpreted in accordance with the applicable
provisions of the Palo Alto Municipal Code and the Government Code
of the State of California.
SECTION 15.NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of persons under this
Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of such
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal~ Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "E".
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
"[Name of Provider] will provide CONSULTANT.
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California law@ covering
nondiscrimination in employment; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
15.3 If CONSULTANT is found in violation of the
nondiscrimination provisions of the State of California Fair
EmPloyment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
15.4 If CONSULTANT is found in default of the
nondiscrimination provisions of this Contract, CONSULTANT will be
found in material breach of this Contract. Thereupon, CITY will
have the power to cancel or suspend this Contract, in whole or in
part, or to deduct from the amount payable to CONSULTANT the sum of
two hundred fifty dollars ($250) for each calendar day during which
CONSULTANT is not in compliance with this provision as damages for
breach of contract, or both.
10980304 ~yn 0071331
SECTION 16.MISCELLANEOUS PROVISIONS
16.1~CONSULTANT represents that it has knowledge of the
requirements of the federal Americans with Disabilities Act of
1990, and the Government Code and the Health and Safety Code of the
State of California, relating to access to public buildings and
accommodations for disabled persons, and relating to facilities for
disabled persons. CONSULTANT will comply with or ensure by its
advice that compliance with such provisions will be effected
pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the ~American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators~may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the’ laws of the
State of California, excluding its conflicts of law.
16.4 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract between the parties and supersedes all prior negotiations,
representations, and -contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
i6.8 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
11
980304 ~n 0071331
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
16.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 16.12 will take precedence in the event of
a~conflict with any other covenant, term, condition, or provision
of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
Director of Utilities
Mayor
CAROLLO ENGINEERS
p ’ ,Its : rlnci~~
By:
Its: Principal
Taxpayer’s I.D. No.86-0899222
Acting Director of
Administrative Services
Risk Manager
Attachments:EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
EXHIBIT "E":
EXHIBIT "F":
SCOPE OF WORK & SCHEDULE
CONSULTANT’S ADDITIONAL SERVICES
CITY OF PALO ALTO SERVICES
INSURANCE REQUIREMENTS
CERTIFICATION OF NON-DISCRIMINATION
CONSULTANT PROJECT TEAM
12980304 ~yn 0071331
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
On ~~_ ~ , 1998, before me, the undersigned, a
_~.o.tary Public in. and fo.r~aid County and State, personally appeared~wr~uo.~,~i2Y~¢~~ ~, ..~_~..I~.~ , personally known tome or proved ~o me on the basis of satisfactory evidence to be the
person(s) whose name(s) K/are subscribed to the within instrument
and acknowledged to me that .~e/~e/~ executed the same in
~.s/~.r~h.~ authorized capaclty(les),~-~d that by ~s/~r/~
s~gna~ureq-s9 on the instrument the person(s), or the entity~rp~
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
si of Notary Public
980304 tyn 0071331 13
EXHIBIT A
EXHIBIT A
DUTIES OF CONSULTANT
SCOPE OF WORK, BUDGET, AND SCHEDULE
W.%Z~ roject~PALOALTO~Water System~oaws.wpd
EXHIBIT A
SCOPE OF WORK
DUTIES OF CONSULTANT
WATER WELLS REGIONAL STORAGE
AND DISTRIBUTION SYSTEM STUDY
Task I - PROJECT MANAGEMENT AND ADMINISTRATION
Task 1.1 - Project Control/Progress Meetings. Underthis task, CONSULTANT will manage
CONSULTANT’s team, monitor project schedule and budget, and conduct project meetings as
described herein. ¯
CONSULTANT shall:
1.Prepare a Project Management Plan with the following sections:
a.An introduction covering the purpose of the study, the project objectives and the
project goals.
b.The.scope of services and list of deliverables.
c.Key personnel assignments.
, d.Project schedule.
e.Project budget.
f.A description of the quality management procedures of the project.
g.A description of the monthly project reporting.
h,A description of team communication procedures.
2. Maintain coordination of the project team.
3.Conduct the following project meetings:
a.Project kickoff meeting and site visit.
b.’ Existing water system operations meeting.
c.Current Capital Improvement Program (CIP) meeting.
d.Supply interruptions meeting with the San Francisco Water Department (SFWD).
e.Study meeting with the CITY on supply interruptions scenarios.
f.Study meeting with the CITY on planned changes in land use designations.
W.’~Projec’6PALOALTO~Waler Systern~::~ASCPEXA.WPD 1 March 9, 1998
g.Study meeting with the CITY on recommended system design criteria.
h.Coordination meeting with the CI.TY to obtain water billing and production data,
and data on past hydrant flow tests.
I.Study meeting with the CITY to discuss reservoir storage analysis and
recommendations
j.Study meeting to discuss analysis and recommendations of the well system study.
k.Study meeting on preliminary updated Capital Improvement Program.
I.Meeting with the SFWD to discuss the planned chloramine conversion.
m.Study meeting with the CITY to discuss the chloramine conversion.
n.Study meeting with the CITY to discuss the draft study report.
o.Three additional as-needed meetings (two of which may be evening meetings).
It is assumed that monthly progress meetings will be conducted in conjunction with the
meetings listed above and that separate progress meetings will not be required.
4.CONSULTANT shall prepare meeting summaries for all meetings attended by the
CONSULTANT and provide them to the CITY within two working days following the
meeting.
5.CONSULTANT shall prepare monthly progress reports that include a summary of the
work completed by ta.sk for the month, the work anticipated to be completed in the
following month, and a status .report on the project schedule and budget. The budget for
this task assumes a total of 16 monthly project reports are generated. The progress
reports will be delivered to the CITY within three weeks after the subject month. This is to
allow coordination with the CONSULTANT’s billing cycle.
Deliverables:
1.Project Management Plan as described above.
2.Meeting summaries of up to 20 meetings conducted by CONSULTANT
3.Up to 16 monthly progress reports.
Task 1.2 - Quality Nlanagement. CONSULTANT shall perform quality management reviews of
deliverables as described herein to maintain a standard of care consistent with other practicing
professional engineers performing the same or similar work at the time the notice to proceed is
issued.
CONSULTANT shall:
Dedicate senior staff with applicable experience to conduct quality management reviews
of each deliverable to the CITY. CONSULTANT shall provide the services of a
senior-level engineer for technical review of the project deliverables prior to submittal to
W.%orole~t~ALOALTO~Water System’~ASCPEXA.INPO 2 March 9, 1998
the CITY.
Deliverables:
None.
Task 2 - PLANNING CONSIDERATIONS
Task 2.1 - Background Information and Staff Consultations. Under this task, CONSULTANT
shall collect and review the relevant background information.
CONSULTANT shall:
Review the existing planning studies and facility information supplied by CITY including
the following:
a. Comprehensive Plan.
b.Previous water studies.
The current Capital Improvement Plan (CIP).
Water ’system and land use maps.
Operations and Maintenance information, especially SCADA data (CONSULTANT
shall specify to CITY what SCADA information is required,and what time period it
should cover).
2.Tour and visually inspect the following facilities:
a.The SFWD turnouts.
b.All well sites.
c.All existing reservoir sites.
d.All pressure regulating stations.
e.All pumping stations.
Interview operations staff to obtain information on actual operation, control, and condition
of the existing water distribution system. The system inspection conducted under this
task is limited to a visual inspection of major equipment and facilities for the purpose of
developing recommendations regarding system improvements on a conceptual level.
Major equipment and facilities defined here means facilities and equipment that would
normally be included in the CITY’s ClP. CONSULTANT will review major equipment and
facilities regarding their size, capacity, number of units and whether they have reached
their useful life. The inspection is not intended to cover or address equipment or facility
.routine maintenance needs, or adequacy of design or construction details.
Deliverables:
W:’LP,o~ecI~ALOALTCAWaIerSystem~PASCPEXA.WPD 3 March 9, 1998
Under Task 1.1, CONSULTANT. shall prepare meeting minutes of the site visits indicating
what facilities were visited and any significant findings. As described in Task 3.3,
CONSULTANT shall provide maintenance or replacement program recommendations on
the existing facilities, including estimated cost impacts. CONSULTANT shall also provide
a comparison of the CITY’s current maintenance and replacement program to that of
other local water utilities, and recommend changes to the CITY’s program as appropriate.
Task 2.2 - Develop Emergency Scenarios. Through meetings with SFWD and the CITY,
CONSULTANT shall identify a range of water outage or supply interruption scenarios and
establish goals for different levels of service during the potential outage or interruption.
CONSULTANT shall:
1.Conduct one meeting with the SFWD to develop a list of potential water supply
interruptions.
Determine the impact that each of the potential supply interruptions could have on the
ClTY°s water distribution system. The impact of interruptions would be expressed in
terms of the system’s ability to provide service for fire fighting and/or different multiples of
average or maximum day water production (i.e., provide 50% of average day production,
etc.).
CONSULTANT shall review the system’s ability to supply the maximum day demands in
each pressure zone for eight hours as required by the California Department of Health
Services (DHS). CONSULTANT shall also review the system!s compliance with the DHS
Water works standards for water supply, distribution and storage. CONSULTANT will
analyze the possibility of using the Foothills area reservoirs to supply the lower water
pressure zones.
4.Prepare a technical memorandum documenting the emergency scenarios.
Fire flow rates for the various land use types and pressure zones will be identified and
recommended as described under Task 4.
6. Determine if additional emergency storage is needed.
Deliverables:
Draft and final versions of the technical memorandum detailing the existing system’s
ability to supply water during emergency scenarios and the recommended necessary ClP
improvements.
2.Provide model analysis of emergency scenarios.
Task 3 - DISTRIBUTION SYSTEM
Task 3.1 Model Update and Recalibration. Under this task, CONSULTANT shall calibrate and
update the computer model to current conditions.
CONSULTANTshalI:
1.Compare the water distribution facility information in the current model (provided by the
W,’~Pro~’t~PALOALTO~Waler SysIem~PASCPEXA.WPD 4 March 9, 1998
CITY) with actual equipment and operation found in Task 2.1. Correct the model where
necessary.
Prepare a hydrant flow test protocol for the CITY’s yearly use.
Provide an assistant to the CITY to help With the hydrant testing. It is assumed that up to
four days of field assistance would be provided by the CONSULTANT for the hydrant
testing. It is understood that the lower pressure zone hydrant testing will be performed
during the CITY’s main flushing program if possible. Hydrant testing by the CITY in the
Foothills area will be delayed until the scheduled lower zone main flushing is completed.
Incorporate the Foothills area piping, pump stations, control valves, and reservoirs into
the computer model.
Review the existing and proposed land use maps to determine whether there are any
proposed land use designation changes that may affect the modeled water demands.
6.Develope revised water demands from information gathered in Tasks 2.1,3.2, and 3.4.
Incorporate the unaccounted-for water demand developed in Task 3.4.
Calibrate the model with both low flow and hydrant test pressure information provided by
the CITY. Calibration will be deemed complete when the modeled values are within five
percent of the actual readings.
Deliverables:
2.
3.
4.
Hydrant flow test protocol.
Updated and calibrated computer model.
Technical memorandum documenting model updating and calibrating.
Revised system map (AutoCAD drawing file and hardcopy). The map will show node
elevations. Node pressure and/or hydraulic grade line for a particular demand condition
will also be shown. Recommend "C" values for type and age of pipes in the CITY’s
system.
Task 3.2 - Water System Design Factors/Criteria. CONSULTANT shall Compare the CITY’s
current criteria (such as pr.essure, velocity and fire flow criteria) with other Bay Area water
utilities’ standards. Where appropriate, some new criteria may be developed to provide for
improved reliability and performance of water facilities.
CONSULTANT shall:
Compare current water system design criteria with other Bay Area utilities’ standard
criteria.
2.Provide recommended system design and analysis criteria.
Deliverables:
W:~Proj~:t~PALOALT(3~Water Sy,tem\PASCPEXA.WPD 5 March 9, 1998
A technical memorandum summarizing the results and recommendations of this task.
The memorandum will provide analysis and design criteria for system pressure, pipeline
velocity and pipeline headloss. The memorandum will also present critical distribution
system design criteria such as minimum pipe sizes for dead end lines, storage
requirements per pressure zone, and "C" values for the types and age of pipes in the
CITY’s system.
Task 3.3 - Improvement Program. Under this task, CONSULTANT shall prepare a capital
Improvement Program (CIP) for the recommended improvements.
CONSULTANT shall:
Prepare computer runs to analyze the system under the following demand conditions:
a.Existing peak hour demand conditions.
b.Existing maximum day plus fire conditions.
c.Future peak hour demand conditions.
d.Future maximum day plus fire conditions.
Refill of the reservoirs during maximum day demand conditions.
Use of Foothills areareservoirs to supply water to lower pressure zones during
emergencies, power outages, and/or to increase reservoir turnover during non-
emergency conditions.
go Operation of wells during SFWD water supply outages and an emergency
connection to SCVWD at the Aras.tradero receiving station will be modeled. It is
assumed that up to four model runs will be performed under outage/emergency
scenarios.
2.Through iterative computer analysis, evaluate means of correcting system deficiencies.
=
Develop a list of recommended improvements along with conceptual facility sizing, siting
and routing. CONSULTANT shall visit potential new facility sites and consult with CITY
staff prior to recommendation of sites for facilities such as wells or reservoirs in an effort
to identify sites that are practical in terms of feasibility, constructability and community
acceptance, to the extent that is reasonable given the budget and level of effort provided
under this Agreement. Beyond the information that can be gained through staff
consultation and site visits, CONSULTANT’s efforts will not include environmental or
geotechnical review, or community outreach or involvement. CONSULTANT will outline
the recommended steps toward implementing each major recommended improvement.
Determine the conceptual-level cost estimates, priority, and timing of the capital
improvements.
Provide a comparison of the CITY’s maintenance and replacement program for pipelines,
pump stations and other water supply and distribution facilities to that of other local water
utilities. Provide recommendations for improving the CITY’s maintenance and
replacement program. Provide an estimate of the cost impact of the recommended
improvements to the CITY’s program.
o Prepare the ClP technical memorandum. The CIP will indicate a recommended schedule
for implementing the recommended capital improvements.
Deliverables:
Draft and final versions of the CIP detailing the analysis used to identify the necessary
improvements, and the priority, recommended implementation schedule, and the cost
estimates of the improvements. The ClP will also provide recommendations for improving
the CITY’s water distribution system equipment (pipes, pump stations, control valves,
wells) maintenance and replacement programs and the estimated associated cost
impacts.
Task 3.4 Water System Audit. Under this task, CONSULTANT will perform a cursory audit of
the water supplied to the system versus the water sold to quantify the amount of water that is
unaccounted for. Refer to Exhibit B for additional, more detailed, water audit services that may
be performed upon request of the CITY.
CONSULTANT shall:
Conduct a cursory analysis of the billing records and the flow through the turnouts to
quantify the amount of unaccounted for water.
Determine whether there are large discrepancies in unaccounted for water between
various areas within the City.
Determine whether the current analysis of unaccounted for water is caused by differing
billing cycles.
Provide a recommendation to the ,CITY whether a more detailed analysis of the data is
warranted.
o Provide a comparison of the CITY’s unaccounted for water percentage with that of four
other local municipal water utilities.
Deliverables:
1. Draft and final technical memoranda documenting the calculation of the percent of
unaccounted for water. The technical memorandum shall indicate whether the historical
variations in unaccounted for water are caused by the billing cycles. It shall also indicate
whether further investigation is warranted (Exhibit "B" Task 8).
Task 4 - RESERVOIR STORAGE
Under this task, CONSULTANT shall evaluate storage needs to address three primary issues:
1.Storage required for daily operational demands.
2.Storage required for emergency scenarios developed in Task 2.2.
Operational or facility changes to improve utilization and water quality in the Foothills area
reservoirs.
W.~Pro)ecI~PALOAL*rC~WaIer System~PASCPEXA.WPD 7 March 9, 1998
CONSULTANT shall:
1.Determine the needed amounts of operational storage to meet daily operational demands.
Discuss with the Fire Marshall the requirements for water flow rate and duration for fire
fighting for each type of land development in each pressure zone. Calculate the fire
fighting storage requirements for each pressure zone.
Utilize the emergency storage volumes developed in Task 2.2 to develop potential
reservoir locations and conceptual layouts.
Develop alternatives to improve the water circulation in the Foothills area reservoirs.
including delivering water to the lower zones and whether distribution system
improvements are required to do so.
Identify the recommended studies, investigations, and/or programs that should be
undertaken prior to implementing each new reservoir site including public participation
and preliminary design studies.
Deliverables:
1.Draft and final technical memoranda that cover the following issues:
Reservoir storage and fire flow requirements of each pressure zone.
Conceptual layout locations of new reservoirs.
Conceptual design of Foothills area reservoir improvements.
Recommendations for future public participation and preliminary design studies for
implementation of reservoir construction.
E. Cost estimates for the reservoir alternatives are covered under Task 3.3.
Task 5 - CITY WATER WELLS
Task 5.1 - Hydrogeology Update and Setting. Under this task, CONSULTANT shall review the
relevant hydrogeologic data regarding the ground water resources of the Palo Alto area.
CONSULTANT shall:
Review lithologic and geophysical logs from the files of the City and the Santa Clara
Valley Water District.
Review data on the CITY’s wells including well logs, Pacific Gas and Electric Company
efficiency testing, and production data.
Relevant hydrogeologic studies prepared by governmental agencies and private
consultants will be reviewed including the hydrogeologic conceptualization and water
budget model of the Palo Alto and Mountain View area recently prepared by the USGS
and the hydrogeologic framework prepared as part of the construction of the SCVWD’s
ground water model of thearea and the recent Stanford groundwater resource evaluation
W.’~Pro~ecDPALOALTO~WaIer System~PASCPEXA.WPD 8 March 9, 1998
report.
J Review the above data to evaluate the relative favorability of the hydrogeology of each
existing well site and within the constraints of institutional limitations, and suggest
locations in which better, more productive wells might be sited. Particular emphasis will
be focused on the evaluation of the hydrogeologic conditions at the Middlefield site.
Review City owned properties (parks, etc.) for purposes of ranking these parcels for use
for future wells, should they be required.
Visit each parcel to assess the feasibility of well construction at the site at a conceptual
level. Logistical factors to be considered are: potential for noise nuisance and
opportunities to mitigate noise, public safety considerations, access for equipment,
discharge location for test pumping, source of water for construction. Other factors to be
considered will include the compatibility of a well on the parcel with the existing-use.
o Review the potential soumes of ground water contamination in the areas where potential
well sites might be considered. This review would be limited to screening of state and
local databases on areas of known releases. Areas with potential contamination risk will
be identified and, if not discarded from consideration, subject to additional investigation
under separate authorization.
Deliverables:
Draft and final technical memoranda reviewing and discussing the hydrogeologic setting
and the historical record of subsidence, providing a ranking of the existing well locations
and potential City owned parcels based on both hydrogeology and from a well
construction logistics standpoint. The sites will be initially ranked based on hydrogeologic
favorability and then from this ranking the other identified factors will be considered.
Included in this memorandum will be a specific recommendation regarding whether the
CITY should retain or dispose of the Middlefield site.
Task 5.2 - Recommendations on Optional Field Program. Under this task, and based on the
results of Task 5.1, CONSULTANT shall provide a recommendation whether to proceed withthe
additional well testing services including production testing, water quality testing, and physical
well inspection as detailed in Exhibit "B", Task 9..The deliverable of this task will be a letter
documenting the CONSULTANT’s recommendation.
Task 5.3 - Evaluation of Treatment and Other Upgrades to Existing Wells. Under this task,
CONSULTANT shall provide recommendations for improving the existing well system as a
source of supply.
CONSULTANT shall:
Evaluate the need for treatment for iron and manganese removal, standby power, and
chloramination at the existing wells (Hale, Rincondada, Park, Fernando, andMatadero).
At the Hale well site, determine what repairs are necessary to return the well to operation.
Also review the current Hale well site tank configuration and recommend whether the tank
should remain in service or be removed.
2. Determine whether installing variable frequency drive control at any of the wells presents
W.’~Proje~I~PALOALTO~Waler SystemkPASCPEXA.WPD 9 March 9, 1998"
any significant operational benefits.
Determine within 60 calendar days of signing the agreement whether the Middlefield well
site could be used for groundwater supply as a needed well site.
Evaluate the water quality improvements that could be provided by blending the well
water with the water received from the Hetch-Hetchy system at the Mayfield reservoir.
5.Develop conceptual designs for each of the recommended improvements.
Develop conceptual level capital and operations and maintenance cost estimates for the
recommended improvements.
Deliverables:
Draft and final technical memorandum documenting the analysis and the
recommendations including the cost estimates. The work in this task will be incorporated
in the CIP (task 3.3).
Task 5.4 - Analysis. Under this task, CONSULTANT shall develop recommendations and
conclusions regarding the suitability of the well field to serve as an emergency or standby supply.
CONSULTANT shall:
Prepare a general assessment of the condition of existing we!Is and an opinion of the
suitability of the wells for long-term service.
o
Determine the need for rehabilitation/replacement of the existing wells to meet either
emergency or standby goals.
Prepare conceptual-level capital cost estimates for the rehabilitation/replacement
improvements.
Determine the need for additional wells to meet either emergency or standby goals.
Provide recommendations as to preferred sites for new wells, along with conceptual-level
capital cost estimates
Evaluate the ability of the CITY to eliminate some of the existing wells and still meet
emergency or standby supply goals.
o
If wells can be eliminated, specific recommendations for wells to be destroyed will be
provided along with estimates of the CITY’s savings in rent or return of capital
Provide procedures for well maintenance and monitoring so that the well field will
continue to meet the CITY’s operational goals. These procedures will be in the form of a ’
written set of guidelines along with appropriate data sheets.
°The level, type and cost for the treatment required to meet the DHS water quality
standards for emergency or standby service.
10. Recommendations will also be presented on the level, type and cost of treatment that
W.’~Prolect’~ALOALTO%Water SysIem~PASCPEXA.WPD 10 March 9, 1998
11.
might be desired for customer acceptance.
Estimate water quality without treatment. Determine under what conditions the DHS
would, allow the CITY to deliver this water into the distribution system including what sort
of public notification would be required.
Deliverables:
A technical memorandum presenting the results of this task will be submitted to the CITY.
The work in this task will be incorporated in the CIP (task 3.3).
Task 6 - CONVERSION OF WATER SYSTEM FROM CHLORINE TO CHLORAMINES
Under this task, CONSULTANT shall investigate the potential impacts that the proposed
chloramine conversion may have on the existing distribution system materials and operation.
CONSULTANT shall:
Review the CITY’s information on the type of valve seats and seal materials to estimate
their susceptibility to degradation from chloramine based on currently available literature
and research.
If, based on current research, it appears that the materials may be degraded by the
switch to chloramines, recommend a replacement program to mitigate the affects of this
conversion.
=
Provide improvement recommendations for those wells that are to be maintained as a
standby or emergency supply source for the CITY.
=
In conjunction with the computer modeling of the distribution system, the time of travel of
the water to the far reaches of the system will be determined. Areas with long detention
times, where operations staff know of historical problems and regions of the system with
low chlorine residuals will be identified.
o Identify mitigation measures such as periodic flushing, looping of lines, recirculation
systems, etc.
Review the system operation to identify those reservoirs that may be prone to promoting
nitrification, and identify design or operational changes to rectify the situation.
Deliverables:
A technical memorandum summarizing the findings and recommendations regarding the
pending conversion from chlorine to chloramines. The memorandum shall provide
recommended operational procedures to maximize turnover in the reservoirs and to use
the Foothills area reservoirs to supply water to the lower zones.
Task 7 - PREPARATION OF THE STUDY REPORT.
Under this task, CONSULTANT shall compile the recommendations and cost estimates
developed in previous tasks into a draft Study Report. The report will include the recommended
W.’~Pro|ect~PALOALTO~Water System’~PASCPEXA.WPD 11 March 9, 1998
improvements, cost estimates, and suggested implementation schedules.
CONSULTANT shall submit 15 draft copies and 50 final copies of the final report including color
maps, diagrams, tables and text documenting the data, assumptions, analyses, findings, and
recommendations. The draft report will be presented to CITY staff. The final report may be
presented to Council upon request from CITY staff.
CONSULTANT shall prepare responses to CITY’s comments on the draft report and include them
in a tabular format in the appendix of the final, report. The response tables will indicate how the
comments .were handled in the final report.
W.’~ProleCt~PALOALTO~Walet System’~ASCPEXA.WPD 12 March 9, 1998
CITY OF PALO ALTO
WATER WELLS, REGIONAL STORAGE AND DISTRIBUTION SYSTEM STUDY
LABOR HOUR ESTIMATE FOR EXHIBIT ’°A" TASKS
Task I - Project Management and Administration
1.1 - Project Control/Progress Meetings
1.2 - Quality Management
Task 2 - Planning Considerations
2.1 - Background Info and Staff Consultations
2.2 - Develop Emergency Scenarios
Task 3 - Distribution System
3.1 - Model Update and Recalibration
3.2 - Water System Design Factors/Criteria
3.3 - Improvement Program
3.4 - Water System Audit
Task 4 - Reservoir Storage
Task 5 - City Water Wells
5.1 - Hydrogeelogy Update and Setting
5.2 - Recommendations an Opt. Field Program
5.3 - Eval. of Treatment and Other Upgrades
5.4 - Analysis
Task 6 - Conversion of Water System to Chloramines
Task 7 - Preparation of the Study Report
Project Project Engineer Engineer Designer/Word
Manager Engineer VI II Graphics Processing
56 ’110 16 32 48
28 16 8 8 16
4 8 8 8 4
16 24 12 12 4
2 32 24 108 48 2
2 8 20 4 4
18 24 56 64 24 8
2 4 4 2
24 8 60 16 8
2 4 4 2
2 4 2
4 8 10 8 4 2
2 10 24 8 4 4
12 20 24 24 8
20 72 64 ~ 80 60 120
Total
262
76
32
68
216
38
194
12
124
12
8
36
52
88
416
Totals (hours)174 364 284 420 160 232 1634
03/09/98 W:\P roject~ ALOALTO\Water System\PABGT.WB2
CITY OF PALO ALTO
WATER WELLS, REGIONAL STORAGE AND DISTRIBUTION SYSTEM STUDY
ENGINEERING FEE FOR EXHIBIT "A" TASKS
hourly rote (1):
Task I - Project Management and Administration
1.1 - Project Control/Progress Meetir~s
1.2 - Quality Management
Task 2 - Planning Considerations
2.1 - Background Info and Staff Consultations
2.2 - Develop Emergency Seenados
Task 3 - Distribution System
3.1 -Model Update and Recalibration
Project Project Engineer Engineer Designer/Word
Manager Engineer VI II Graphics Processing
$165.00 $112.75 $125.25 $83.25 $68.75 $63.25
$9,240 $12,403 $2,004 $2,664 $0 $3,036
$4,620 $1,804 $1,002 $666 $0 $1,012
$660 $902 $t ,002 $666 $0 $253
$2,640 $2,706 $1’,503 $999 $0 $253
$330 $3,608 $3,006 $8,991 $3,300 $127
$330 $902 $2,505 $333 $0 $253$2,970 $2,706 $7,014 $5,328 $1,650 $506
$0 $226 $501 $333 $0 $127
3.2 - Water System Design Factors/Criteria
3.3 - Improvement Program
3.4 - Water System Audit
Task 4 - Reservoir Storage
Task 5
5.1-
5.2-
5.3-
5.4-
Task 6
Task 7
- City Water Wells
Hydrogeology Update and Setting
Recommendations an Opt. Field Program
Eval. of Treatmer~t and Other Upgrades
Analysis
-Conversion of Water System to Chloramines
-Preparation of the Study Report
$1,320 $2,706 $1,002 $4,995 $1,100 $506
$0 $226 $501 $0 $275 $127$330 $451 $251 $0 $6 $0
$660 $902 $1,253 $666 $275 $127
$330 $1,128 $3,006 . $666 $275 $253
$1,980 $2,255 $3,006 $1,998 $0 $506
$3,300 $8,118 $8,016 $6,660 $4,125 $7,590
Totat
$29,347
$9,104
$3,453
$8,1Ol
$19,362$4,323
$20,174$1,186
$11,629
$1,128
$1,032
$3,882
$5,658
$9,745
$37,809
Subtotals (cost) . $28,710
OTHER DIRECT COSTS
Travel
CAD and Modeling Computer
Copies (allowance)
Balance Hydrologics (excluding task 9 services)
Economic and Engineering Services, Inc.
Plus 10 Percent on Subconsultant’s Fees
Allowance for Cost of Living Increase (3/98)
$41,041 $35,571 $34,965 $11,000 $14,674
24 trips@ 60 miles~rip@ $0.35 /mi~
268 hours@ $20 /hour
3.00% increase for 79%of
$165,961
$504
$5,36O
$1,000
$17,000
$12,000
$2,900
$31912$165,961
subtotal ODCs $42,676
GRAND TOTAL EXHIBIT "A" TASKS $208,637
Note:1. Based on current (1997 - 1998) fee schedule, subject to al:$xoximate 3 percent increase effec~ve 3/1/98.
03/09/98 W:\Project~PALOALTO\Water System\PABGT.WB2
EXHIBIT B
EXHIBIT B
CONSULTANT ADDITIONAL SERVICES
SCOPE, BUDGIE’r, AND SCHEDULE
W.’~P rojec’hPALOA LTO~Wate r System’~oews,wOd
EXHIBIT B
CONSULTANT’S ADDITIONAL SERVICES
WATER WELLS REGIONAL STORAGE ¯
AND DISTRIBUTION SYSTEM STUDY
The CONSULTANT will perform the following additional services not included under Exhibit A if
so authorized in writing by the CITY.
.Tesk 8 - EXPANDED WATER SYSTEM AUDIT
Under this task, CONSULTANT shall continue the water system audit initiated under Task 3.4.
The intent of this task will be to identify the rates of unaccounted-for water in varloiJs areas of the
City.
CONSULTANT shall:
1.Determine whether them is a seasonal variation in unaccounted-for water.
Attempt to correlate, by inspection, water leak information with pipeline material and size
to the extent that information can be provided by the CITY,
Deliverables:
A technical memorandum documenting the analysis conducte(J, and the rates of
unaccounted-for water in various areas in the City, and the potential causes of high
(greater than 7.5 percent) unaccounted-for water rates.
Task 9 - ADDITIONAL DETAILED WELL IHSPECTIONS~EVALUATIONS
Task 9.1 - Production Testing. Under this task, the CONSULTANT shall perform lield testing
to determine the production capacity of up to five of the CITY’s wells. Only lhose wells that are
operational with CITY-installed equipment will be tested.
CONSULTANT shall:
PerfOrm a 100-minute constant rate pumping test will be performed. The 100-minute
duration (three measurable Iog-cycles)-was selected because the long-term response of a
well is a logarithmic function and a pumping test of this duration maximizes the amount of
data collected while minimizing costs and wasted water.
During pumping, test water level data will be collected with a micro-processor controlled
data logger coupled to a down-hole transducer. It Is assumed that each of the wells can
be discharged to waste on-site.
Deliverables:
A letter report will present the data collected to establish the current discharge rate and
specific capacity of each of the wells tested.
March 10, 1998
Task 9.2 - Water Quality Testing, Under this task, CONSULTANT will evaluate the water
quality produced by each of the wells during the production testing (Task 8.1).
CONSULTANT shall:
Collect water quality samples after the 100 minute test (to allow for purging stagnant, old
water) for laboratory analysis.
Have the water analyzed for iron and manganese levels. The laboratory program will also
consist of the portions of Title 22 analysis as required by Department of Health Services
for standby supplies.
Collect on-line samples for sand production utilizing a Rossum tester. This will include
general mineral, general physical, inorganics, and semi-volatile and volatile organics.
Deliverables:
A letter report summarizing the water quality obtained from each tested well will be
submitted..
Task 9,3 - Well Inspection. Under this task, CONSULTANT shall conduct a detailed inspection
of the CITY’s operational wells.
CONSULTANT shall:
Remove the pump from the well casing and perform a video survey of it. The well pump
will be replaced within 5 working days following the survey assuming the pumping
equipment is opertional upon inspection. The video survey will be performed with
equipment that allows a direct perpendicular view of the casing or screen as well as the
conventional downward looking fish-eye view. A pump contractor will be retained by the
CONSULTANT to remove and replace the pumps.
As the wells are not currently in service, it is assumed that the contractor can remove all
but one (Rinconada will be left operational for emergency) of the pumps, allow for the
video survey, and then replace the pumps. The remaining well will be inspected after the
others are back in service
Deliverables:
Copies of the video.survey withnotes describing the clarity of the water in the well, the
condition of the perforations (blockage, encrustation, corrosion), and any visually
detected structural problems will be provided to the CITY after completion of the surveys.
Task 10 - TIME OF USE STUDY
Under this task, CONSULTANT shall evaluate the potential for operating facilities to take
advantage of time of use power cost savings.
CONSULTANT shall:
Estimate flow rates and reservoir storage volumes required to meet demands while
avoiding peak power cost periods.
Prepare a technical memorandum identifying potential facility upgrades required to
implement time of use pumping while meeting demands. Possible cost savings and
operational advantages and disadvantages will be identified.
Deliverables:
1.A technical memorandum documenting the analysisconducted and identifying potential
facility upgrades, cost savings, and operational advantages and disadvantages.
Task 11 - OTHER ADDITIONAL SERVICES
Under this task, CONSULTANT shall perform other additional services directly related to the
Water Wells Regional Storage and Distribution System Study upon receipt of written
authorization from the CITY. CONSULTANT services, compensation and deliverables Will be set
forth in the authorization. CONSULTANT’s compensation for this task shall not exceed the
amount indicated for this task in Exhibit "B" unless the Agreement is amended.
W.’~ProJecI~ALOALTO~WaIer System~PASCPEX]3.WPD 3 March 9, 1998
CITY OF PALO ALTO
WATER WELLS, REGIONAL STORAGE AND DISTRIBUTION SYSTEM STUDY
LABOR HOUR AND ENGINEERING FEE ES’I1MATES FOR EXHIBIT "B" TASKS
houdy rate (1):
l’ask 8 - Expanded Water System Audit
subtotal labor hours
subtotal engineering fee
Grand Total Task 8
Project Project Engineer Engineer Designer/
Mar~ger Engineer VI II ’¯ Graphics
$165.00 $112.75 $125.25 $83.25 $68.75
2 6 16 20
$330 $677 $2,004 $1,665 $0
Word
Processing
$63.25
Total
$4,676
I’ask 9 - Additional Detailed Well inspections/Evaluations
9.1 - Production Testing
9.2 - Water Quality Testing
9.3 - Well Inspection
4 8
8 16 8
2 8
subtotal labor hours 0 14 16 24 0subtotal engineering fee $0 $1,579 $2,004 $1,998 $0
OTHER DIRECT COSTS
Travel
Balance Hydrologics
Plus 10 Percent on Subconsultant’s Fees
Grand Total Task 9
trips @ 60 miles/trip @ $0.35
subtotal ODCs
2
2
2
6
$380
/mile
14
34
12
60
$5,960
$84
$26,000
$2,600
$28,684
Task 10 - Time of Use Study
subtotal labor hours 2
subtotal engineering fee $330
Grand Total Task 10
8 8 24 8 8
$902 , $1,002 $1,998 $550 $506
$5,288
Task 11 - Other Additional Services
subtotal labor hours (2)subtotal engineering fee
other direct costs (3)
17.4 36.4 28.4 42 16 23.2 163.4$2,871 $4,104 $3,557 $3,497 $1,100 $1,467 $16,596
$4,268
Grand Total Task 11
Grand Total Costs Exhibit
Grand Total Costs Exhibit "B"
Grand Total Contract Limit (Exhibits "A" and "B")
$20,864
$208,637
$65,471
$274,108
Notes:1,Based on current (1997 - 1998) fee schedule, subject to approximate 3 percent increase effec~ve 3/1/98.
2.Assumed labor hours equal to ten percent of the total hours for tasks 1 through 7.
3.Assumed other direct costs equal to ten percent of the other direct costs for tasks 1 through 7.
03/09/98 W:~° roject~PALOALTO\Water System\PABGT.WB2
EXHIBIT C
EXHIBIT C
DUTIES OF CITY OF PALO ALTO
SCOPE
W:~Pro~-t~ALOALTO~Wat er Syst em~oaws,wIXI
EXHIBIT C
DUTIES OF CITY OF PALO ALTO
WATER WELLS REGIONAL STORAGE
AND DISTRIBUTION SYSTEM STUDY
The CITY shall provide the following information as indicated below for each of the project tasks.
If a task is not listed, then no specific assistance is expected of the CITY by the CONSULTANT.
Task 1.1 - Project Control/Progress Meetings. Under this.task, CONSULTANT will manage
CONSULTANT’s team, monitor project schedule and budget, and conduct project meetings as
described herein.
CITY shall:
Determine what staff are necessary for the meetings and make them available for the
meetings.
Task 2 - PLANNING CONSIDERATIONS
Task 2.1 - Background Information and Staff Consultations. Under this task, CONSULTANT
shall collect and review the relevant background information listed under Task 2.1 of Exhibit "A".
CITY shall:
Provide the background information requested by the CONSULTANT (as indicated in
Task 2.1 of Exhibit "A"). ,,
Provide the information used to develop the current computer hydraulic model including
the method used to distribute water demand to the various nodes. Identify any deviations
between field conditions and the model of which the CITY staff are currently aware.
Provide a copy of the current IP and electronic files for the hydraulic model and system
maps.
Provide relevant system operations and maintenance data, and SCADA information as
requested by the CONSULTANT.
Task 2.2 - Develop Emergency Scenarios. Through meetings with SFWD and the CITY,
CONSULTANT shall identify a range of outage or supply interruption scenarios and establish
goals for different levels of service during the potential outage or interruption.
CITY shall:
1. Provide review of the draft technical memorandum.
Task 3 - DISTRIBUTION SYSTEM
Task 3.1 Model Update and Recalibration. Under this task, CONSULTANT shall calibrate and
update the computer model to current conditions.
W.’~rolect~ALOALTO~Water Syslem~PASCPE,~G.WI:’D 1 March 9, 1998
CITY shall:
Conduct hydrant flow tests in accordance with the protocol developed by the
CONSULTANT. CONSULTANT will provide assistance as indicated in Task 3.1 of Exhibit
Provide background information (construction drawings, specifications, etc.) on the
distribution system facilities in the Foothills area.
3. Provide current water use factors by land use categories.
4.Provide current land use map.
Meet with the CONSULTANT to determine what data is available and what format is
necessary for this study. Provide water billing records in electronic spreadsheet or
database format categorized by dates of service and location within the City. Provide
comparable records on water supply from the turnouts.
Task 3.2 - Water System Design Factors/Criteria. CONSULTANT shall compare the CITY’s
current criteria (such as pressure, velocity and fire flow criteria) with industry and other Bay Area
water agencies’ standards. Where appropriate, new criteria may be developed to provide for
improved reliability and performance of water facilities.
CITY shall:
1.Provide a list of the current design and analysis criteria usedby the CITY.
Task 3.3 - Improvement Program. Under this task, CONSULTANT shall prepare a Capital
Improvement Program (CIP) for the recommended improvements.
CITY shall:
1.Review the draft CIP prepared by the CONSULTANT.
o Assist CONSULTANT in reviewing potential sites for new water system facilities in regard
to community acceptance. It is assumed that CITY’s property agent will assist with future
facility siting.
Determine whether additional review or public participation sessions are warranted before
finalizing the CIP. The purpose of such public participation meetings would be to obtain
public comment on the recommendations.
Task 3.4 Water System Audit. Under this task, CONSULTANT will perform an audit of the
water supplied to the system versus the water sold to quantify the amount of water that is
unaccounted for.
CITY shall:
1.Review the draft technical memorandum.
W.’~Pro/ect’~PALOALTO~Water b’-’ystem~PASCPEXC.WPD 2 March 9, 1998
Task 4 - RESERVOIR STORAGE
Under this task, CONSULTANT shall evaluate storage needs to address three primary issues:
1.Storage required for daily operational demands.
2.Storage required for emergency scenarios developed in Task 2.2 (Exhibit "A").
3.OPerational or facility changes to improve utilization and water quality in the foothills
storage reservoirs.
CITY shall:
1.Provide staff review of the proposed locations and layouts of new reservoirs.
2.Determine whether additional public review or comment is warranted before finalizing
recommendations.
Task 5 - CITY WATER WELLS
Task 5.1 - Hydrogeology Update and Setting. Under this task, CONSULTANT shall review the
relevant hydrogeologic data regarding the ground water resources of the Palo Alto area.
CITY shall:
1.Provide access to the well sites.
2.Provide any available background information on the wells and their operational history.
3.Provide information on City-owned parcels of land.
4.Review the technical memorandum.
Task 5.3 - Evaluation of Treatment and Other Upgrades to Existing Wells. Under this task,
CONSULTANT shall provide recommendations for improving the existing well system as a
source of supply.
CITY shall:
1. Provide review and comment on the recommendations.
2.Provide information regarding the acceptable water quality to the City’s residents for the
various outage scenarios.
Task 5.4 - Analysis. Under this task, CONSULTANT shall develop recommendations and
conclusions regarding the suitability of the well field to serve as an emergency or standby supply.
CITY shall:
1.Provide review and comment on the recommendations.
W.’~Prolect~PALOA L TO~Wate r Syslem~:~ASCPEXC.WPD March 9, 1998
Task 6 - CONVERSION OF WATER SYSTEM FROM CHLORINE TO CHLORAMINE
Under this task, CONSULTANT shall investigate the potential impacts of the proposed
chloramine conversion may have on the existing distribution system materials and operation.
CITY shall:
Provide information as requested by the CONSULTANT regarding the various materials
used in the distribution system facilities, especially elastomeric materials.
2.Provide review of the recommendations.
Task 7 - PREPARATION OF THE STUDY REPORT
Under this task, CONSULTANT shall compile the recommendations and cost estimates
developed in previous tasks into a draft Study Report. The report will include the ClP and
suggested implementation schedules.
.CITY shall:
1.Provide staff review and comment on the draft study report.
Task 8 - EXPANDED WATER SYSTEM AUDIT
Under this task, CONSULTANT shall continue the water system audit initiated under Task 3.4.
The intent of this task will be to identify the percentage of unaccounted-for water in various areas
of the City.
CITY shall:
Provide any available information pertaining to unaccounted-for water as requested by
the CONSULTANT including pipeline materials, age, hydrant flow test data, leak reports
and meter calibration data.
Task 9 - ADDITIONAL DETAILED WELL INSPECTIONS/EVALUATIONS
Task 9.1 - Production Testing. Under this task, the CONSULTANT shall perform field testing
to determine the production capacity of the CITY’s operational wells.
CITY shall~
1.Provide access to the well sites.
2.Operate well pumps during testing.
Task 9.2 - Water Quality Testing. Under this task, CONSULTANT will evaluate the water
quality produced by each of the wells during the production testing (Task 8.1).
CITY shall:
1. Provide access to the well sites.
W :~P rojeclkP ALOALTO~Wat er System~F’ASCPEXC,WPD March 9, 1998
2.Operate well pumps during sample collection.
Task 9.3 - Well Inspection. Under this task, CONSULTANT shall conduct a detailed inspection
of each of the CITY’s five active wells.
CITY shall:
1.Provide access to the well sites.
2.Shut down and lock out well pumps and advise CONSULTANT when pumps may be
removed for inspection.
3.Review well pumps after replacement in wells by pump contractor and verify that pump
conditions and installationare comparable to conditions before removal by pump
contractor.
W.’~ProJect~PALOALTO~Waler Sy stern~PASC PEXC.V’/PD 5 March 9, 1998
EXHIBIT D
POLICY NUMBHR: CO06696767
Cerollo Engineers
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEr~r~ENT CHANGES THE POLICY. PLEASF. READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LFSSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided ur~der the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:.
City of Pale Alto. its officers, agents and employees
Utilities Dept., Engineering/Water Gas Wastewater
C~vic Center
Attn: Charle~ Borg
250 hamilton Avenue
Pale ~to, CA 94301
(If no entry appears above, .information required to complete this endorsement will be shown in the
Declarations as applicable to this’endorsemenL)
WHO IS AN INSURED (Sectlon II) is amended to include as an insured the person or organization shown
in the Schedule, but only with respect to liability arising out of ’~jour work" for that insured by or for you.
This insurance is pdmary with respect to the additional Insureds. Any other insurance available to that
person or organlzation is excess and non-contributing.
Authorized Signature
CG 20 10 tl 85 Copyright, Insurance Services Office, inc., 1984
3CE481526-00 -O0 12/31/~
Catollo Project: Not Yet Ae=signed
1,000
EXHIBIT
CERTI=ICATION of NONDISCRIMINATION SECTION 410
Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto,
the firm and individuals listed below certifies that they do not discriminate in employment with
regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference;
that they are in compliance with all Federal, State and local directives and executive orders
regarding nondiscrimination in employment; and that they .agree to demonstrate positively and
aggressively the principle of equal opportunity in employment.
The Bidder agrees specifically:
¯ 1.0 To establish or observe employment policies which affirmatively promote
opportunities for minority persons at all job levels.
2.0 To communicate this policy to all persons concerned, including all employees,
outside recruiting services, especially those serving minority communities, and to
the minority communities at large.
3.0 To take affirmative action steps to hire minority employees within the organization.
4:0 To be knowledgeable of the local, state, and federal laws and regulations
concerning affirmative action policies and provide opportunities for employees.
/Title of Officer Signing:
Signature
Please include any additional i~ormation available regarding equal oppo~unity employment
programs now in effect within your company.
(Please attach additional pages if necessary)
END OF SECTION
CITY of PALO ALTO: Non-discrimination (6/94)SECTION 410-1
EXHIBIT F
Team Member
Thomas Patten
David Kraska
Stan Saylor
Rick Wheadon
Gary Meyer
Martin Feeney
Ken Wilkins
EXHIBIT F
CONSULTANT PROJECT TEAM
Project Assignment
Project Manager
Project Engineer
Technical Advisor
Technical Advisor
Engineer - Distribution System and
, Capital Improvements
City Wells Analysis
Chloramine Conversion