Loading...
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