HomeMy WebLinkAbout1998-07-27 City Council (19)City of Palo Alto
City Manager’s Report
TO: .HONORABLE CITY COUNCIL
7
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:
SUBJECT:
JULY 27, 1998 CMR:313:98
AWARD OF CONTRACT TO KENNEDY/JENKS CONSULTANTS
FOR. TURNKEY SERVICES FOR IMPROVEMENTS AND
REHABILITATION OF TWO SQUARE CLARIFIERS AT THE
REGIONAL WATER QUALITY CONTROL PLANT
REPORT IN BRIEF
This contract will restore full rated capacity of the secondary clarification process at the
Regional Water Quality Control Plant (RWQCP) before the next wet weather season
(November 1998). The winter storm of 1997 has accelerated the deterioration of the aging
square clarifiers. The RWQCP is currently operating at reduced clarification capacity that
is insufficient to treat the higher flow during a wet weather season. This project utilizes
"turnkey" services to design, reTengineer, and rehabilitate two square clarifiers. The
"turnkey" process expedites the completion of the project with minimal risk to the RWQCP
and ensures a single point of responsibility with guaranteed performance. With the
concurrence of the City’s Administrative Services Department and Attorney’s Office, a sole
source contract, was negotiated with Kennedy/Jenks Consultants (KJ) to perform the
"turnkey" services. Among many good reasons and qualifications, KJ was selected for this
project because they are the original designer of the clarifiers and the only firm in the Bay
Area that designs square clarifiers. The contract price of $679,200 is 9 percent lower than
Staff’s estimate, and is comparable to the cost of similar improvements at other cities.
CMR:313:98 Page 1 of 5
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with KJ in the
amount of $679,200 for "turnkey" services to provide improvements to two existing
square clarifiers at the Regional Water Quality Control Plant (RWQCP).
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract with KJ for related, additional but unforeseen work
which may develop during the project, the total value of which shall not exceed
$60,000.
DISCUSSION :
Project Description
The work to be performed under this contract is for improvement and rehabilitation of two
.existing square clarifiers at the RWQCP. This project is part of the RWQCP’s planned
rehabilitation program, Secondary Clarifier Modifications, Capital Improvement Project
#9514.
The RWQCP has four square clarifiers that remove the settled solids from the treated waste
stream. The square clarifiers were installed in 1969 to meet the secondary discharge
standards, as part of the original RWQCP design. There are two components in this project:
Clarifier Rehabilitation:
The square clarifiers have operated continuously since installation and are still in
operation with the original parts. Because of the corrosive environment and severe
loading, the major mechanical components have deteriorated. Over the years, the
frequency of breakdowns has increased, and the efficiency of solids removal is
continuously decreasing. The 1997 winter storm caused additional damage and
accelerated the mechanisms’ deterioration. Presently, one clarifier is out of service
and another is partially operable. It is imperative to rehabilitate these clarifiers
immediately to ensure continuous service and .to be prepared for the next wet weather
season. It is difficult to assess the extent of the rehabilitation work, without taking
apart certain components. The manufacturer of the mechanisms is no longer in
business. Certain parts will need to be redesigned or reverse-engineered. As part of
this project, the mechanisms will be disassembled, inspected, re-engineered, and
rehabilitated with new parts. Once disassembled, the clarifier cannot be returned to
service until the improvements and rehabilitation work is complete. The RWQCP’s
process allows for only oneclarifier to be shut down at a time for rehabilitation during
the summer months. This year, due to the El Nino effect, the summer months are
limited to July thru October. All four clarifiers must be returned to service by the end
of October. Loss of the. clarifiers will directly affect the suspended solids
CMR:313:98 Page 2 of 5
concentration in the RWQCP effluent and the disinfection process for final discharge.
Consequently, it can lead to a health threat of the Bay water and potential permit
violations when the flow exceeds the effective capacity.
Clarifier Upgrade:
In 1977, the RWQCP was upgraded to an advanced tertiary treatment facility. The
tertiary discharge standards are substantially higher than the secondary standards of
the original design. The square clarifiers were able to meet the higher standards at a
reduced flow. Improvements that will raise the performance of the clarifiers to the
tertiary discharge standards, at rated capacity, can be made with minimal added cost
during the rehabilitation work. The improvements are part of this project.
This contract will engage a firm with design-build capability and experience to design, re-
engineer; and rehabilitate the clarifiers. At the end of the contract, the consultant will turn
over a fully tested and working system to the RWQCP. This "turnkey" process accelerates
the completion of the project with minimal risk to the RWQCP, and at.the lowest possible
cost. The process also ensures a single point of responsibility with guaranteed performance.
The RWQCP has utilized this process successfully in the past.
The clarifiers cannot be shut down during the wet weather months, and only one clarifier can
be shut down at a time during the summer months. Staff has estimated that work on two
clarifiers can be completed this summer. It is critical that the work be started immediately
so that at least two clarifiers can be modified and rehabilitated this summer to provide
,reliable service at improved capacity for the coming winter. Therefore, two clarifiers are
included under this contract. The remaining two clarifiers will be upgraded in FY 1999-
2000. Recommendations on the remaining twoclarifiers will be contingent upon the
performance of this contract.
This project was not selected by the Policy and Services Committee nor the Finance
Committee for review.
Selection Process
Staff is requesting a sole source contract with KJ for the following reasons:
Square clarifiers are the signature design of KJ. That is, KJ is the only firm that does
square clarifier design. All other wastewater consultant firms in the Bay Area design
round clarifiers exclusively. The two types of clarifiers have distinctively different
design features and components. Experience in square clarifier design is an important
¯ requirement for this project.
Rehabilitation of the square clarifiers requires re-engineering and modifying the
clarifiers’ comer sweep mechanism. Two years ago, the City of Millbrae completed
re-engineering and modification of the comer sweep mechanisms in its clarifiers. The
CMR:313:98 Page 3 of 5
City of Millbrae is very happy with the performance of the new mechanisms. Staff
has evaluated the new mechanism at Millbrae and is satisfied that the same design
will work well for the RWQCP clarifiers. The City of Millbrae’s clarifier comer
sweep modification and redesign, which won the award forengineering excellence,
was performed by KJ. KJ indicated that the same design and modification can be
adapted for the RWQCP.
Other firms in the Bay Area, including CH2M HILL and Brown & Caldwell,
recommend converting the square clarifiers to round clarifiers. Staff investigated and
found that none of the square clarifiers in the Bay Area have been converted, and staff
did not find any such conversion projects elsewhere. Round clarifiers that have
performed well have been designed with sufficient depth, which is a very important
criterion. The depth of the square clarifiers at the RWQCP is very shallow and will
not meet the round clarifiers’, design criteria.
Staff estimated that the cost of the conversion to round, and replacement of parts in
the clarifiers, would be $550,000 per clarifier. Staff’s estimated cost to improve and
rehabilitate the square clarifiers is $375,000 each. The construction.time to convert
the square clarifier would take twice as long as the rehabilitation of the existing
clarifiers. Staff estimated that only one clarifier per year can be converted to a round
clarifier. Staff believes that rehabilitation of the existing square clarifiers is the most
cost effective and expedient approach.
o Part of this project is to improve the solids removal efficiency to meet the tertiary
discharge standards at the rated capacity. KJ is the only firm with experience in
design and rehabilitation of square clarifiers. As stated above, experience in square
clarifier design is an important requirement for this project.
The clarifiers perform a critical ftmction in the treatment of wastewater. The liability to the
City, in the event of permit violations, dictates that prior experience in square clarifier design
and rehabilitation be requisites of the specification and contractor qualifications. KJ is the
only known source that can meet these requirements. Time and weather constraints also
make it impracticable to attempt to identify and qualify potential suppliers, and call for bids
.for this project.
KJ’s proposed cost for the project is $679,200 for the first two clarifiers; the cost for the third
and fourth clarifiers will be lower. The proposed cost is 9 percent lower than Staff’s estimate
of $750,000 for the two clarifiers. The proposed improvement cost is also comparable to the
cost of improvements to the City of Millbrae’s clarifiers. Purchasing and Contract
Administration staff assisted in negotiating a reasonable contract price.
CMR:313:98 Page 4 of 5
The City Attorney and Purchasing have reviewed the sole source request for compliance with
the City’s procedures. A copy of the approved sole source request (Attachment B) is
attached to this staff report.
RESOURCE IMPACT
Funds are available in the
Modifications.
Capital Improvement Project #9514,Secondary Clarifier
POLICY IMPLICATIONS
The staff report recommendations are consistent with City policies.
ENVIRONMENTAL REVIEW
This project is categorically exempt from Califomia Environmental Quality Act.
ATTACHMENTS
Attachment A:Contract
Attachment B:.. Sole Source Request
PREPARED BY: Bill Miks, Manager, RWQCP
DEPARTMENT HEAD:
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
Assistant City Manager
CMR:313:98 Page 5 of 5
EORMAL CONTRACT SECTION 500
CONTRACT
(Public Work)
Public Works Department
This Contract, dated , 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 Kennedy/Jenks Consultants, a California
Corporation, ("Contractor").
For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor
("the parties") agree:
Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and
shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to
be filed; on the date that final payment is made hereunder, subject to the earlier termination of this Contract.
General Scope of:Project and Work. Contractor shall furnish labor, services, materials and equipment in
connection with the construction of the Project and complete the Work in accordance with the covenants, terms
and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows:
PROJECT TITLE:Redesign, Modify and Rehabilitate Two Square Clarifiers at the RWQCP
Base Proposal:$ 679,200.00
Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the City
Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving
inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof
are set forth in the following descending order of precedence.
This Contract.
Notice Inviting Formal Bids - Substituted with Exhibit A.
Exhibit A - General Provisions and Scope of Work.
Drawings.
Change Orders.
Proposal and K/J letter dated 6 Ju!y 1998..
Supplementary Conditions.
General Conditions.
Standard Drawings and Specifications (1992).
Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond.
Affirmative Action Guidelines and Compliance Report.
Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the
Standard Drawings and Specifications (1992).
Any other document not expressly mentioned herein which is issued by City or entered into by the parties.
4.Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to
Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon
CITY OF PALO ALTO: FORMAL CONTRACT SECTION 00500-t OF 8
FORMAL CONTRACT SECTION 500
the receipt of wdtten invoices and all necessary supporting documentation within the time set forth in the Contract
Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within thirty (30) Days
of the date of receipt of Contractor’s invoices.
Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance
coverage described in the Notice Inviting Formal Bids on terms and conditions and in amounts as may be required
by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the
personal property of any person performing labor or services or supplying materials or equipment under the
Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting
coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for
each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf.
Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 15 of this Contract.
Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers,
employees, agents and representatives harmless from and against any and all claims, demands, liabilities; losses,
damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly,
at any time from any injury to or death of persons or damage to property as a result of the willful acts or the
negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law
respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from
Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required
not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on
Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from
the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees,
agents or representatives. This inder~nification shall extend to any and all claims, demands, or liens made or filed
by reason of any work performed by Contraotor under this Contract at any time during the term of this Contract,
or arising thereafter.
To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this
Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council
members, officers and employees from and against any and all claims, demands, liabilities, losses, damages,
costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with
or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the
Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. §§9601-6975, as amended);
the Resource Conservation and Recovery Act (42 U.S.C. §§6901-6992k, as amended); the Toxic Substances
Control Act (15 U.S.C. §§2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account
Act (Health & Safety Code, §§25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety
Code, §§25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety
Code, §§25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health &
Safety Code, §§25280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance,
or at common law.
Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of Iossl damage, or injury to the
property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting
such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any
of its Council members, officers, employees, agents or representatives.
8.Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by
City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by
Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other
CITY OF PALO ALTO: FORMAL CONTRACT " SECTION 00500-2 OF 8
FORMAL CONTRACT SECTION 500
provision, nor shall any custom or practice which may arise between the parties in the administration of any part
or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of
Contractor in strict compliance with the covenants, terms and conditions of this Contract.
Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force
pertaining to the Project and Work and this Contract, with the requirement
of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license
or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded
documents affecting the Project site, insofar as any are required by reason of the use or ocCupancy of the Project
site, and with all Laws pertaining to nondiscrimination and affirmative action in employment and hazardous
materials.
10.Bonds. As a condition pre~:edent to City’s obligation to pay compensation to Contractor, and on or before the Date
of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Notice Inviting
Formal Bids.
11.Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and
services during the course and scope of the Project and Work, Contractor represents and warrants:
Any materials and equipment which shall be used during the course and scope of the Project and Work
shall be vested in Contractor;
Any materials and equipment which shall be used during the course and scope of the Project and Work
shall be merchantable and fit to be used for the particular purpose for which the materials are required;
Any labor and services rendered and materials and equipment used or employed during the course and
scope of the Project and Work shall be free of defects in workmanship for a period of one (1)year after
the recordation of the Notice of Substantial Completion, or, if no. such notice is required to be filed, on the
date that final payment is made hereunder;.
do Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by
Contractor for and in behalf of City.
Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request,
whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and
correct at the time such information is submitted or made available to the City;
Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the
terms and conditions of Contractor’s Bid, except as may be permitted by the Notice Inviting Formal Bids;
Contractor has the power and authority to enter into this Contract with City, that the individual executing
this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be
executed, delivered and performed pursuant to the power and authority conferred upon the person or
persons authorized to bind Contractor;
Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project
Manager or any other person who has directly contributed to City’s decision to award the contract to
Contractor;
CITY OF PALO ALTO: FORMAL CONTRACT SECTION 00500-3 OF 8
FORMAL CONTRACT SECTION 500
There are no unresolved claims or disputes between Contractor and City which would materially affect
Contractor’s ability to perform under the Contract;
Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions,
certifications, and other written information as may be requested of Contractor by City from time to time
during the term of this Contract;
Contractor and any person performing labor and services under this Project are duly licensed by the State
of California as required by California Business & Professions Code Section 7028, as amended; and
Contractor has fully examined and iRspected the Project site and has full knowledge of the physical
conditions of the Project site.
12.Assignment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be
assigned by Contractor. Any attempted assignment shall be null and void.
13.Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time
or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or
registered mail within’ten (10) Days after the claim arose or within such other time as may be permitted or required
by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City.
14.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the expiration
or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and
Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250
and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours,
during the regular business hours of City.
15.Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents,
designations, notices, offers, requests and statements given by either party to the other shall be in wdting and shall
be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail,
postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent
to the telephone FAX number set forth below during, regular business hours of the receiving party and followed
within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with
(1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and service by facsimile
transmission.
To City:City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Copy to:City of Palo Alto
ATTN.:Daisy Stark, Project Manager
Public Works Department, Water Quality Control Plant
2501 Embarcadero Way
Palo Alto, CA 94303
CITY OF PALO ALTO: FORMAL CONTRACT SECTION 00500-4 OF 8
FORMAL CONTRACT SECTION 500
To Contractor:Kennedy/Jenks Consultants
Engineers and Scientists
2191 East Bayshore Road, Suite 200
Palo Alto, CA 94303
PHONE:( 650 ) 852-2800
FAX:( 650 ) 856-8527
ATT.:John M VVyckoff
16.Appropriation of City .Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter
of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only
after such expenditures have been approved in advance in writing in accordance with applicable Laws. This
Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (ii) 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 shall control in the
event of a conflict with any other provision of this Contract.
17. Miscellaneous.
Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee,
and City is, therefore, not responsible for any damage to the personal Property of Contractor.
Consent. Whenever in this Contract the approval or consent of a party is required, such approval or
consent shall be in writing and shall be executed by a person having the express authority to grant such
approval or consent.
Controlling Law. The parties agree that this Contract shall be governed and construed by and in
accordance with the Laws of the State of California.
Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and Specifications
(1992) of this Contract are incorporated herein by reference.
Force Majeure. ,Neither party shall be deemed to be in default on account of any delay or failure to
perform its obligations under this Contract which directly results from an Act of God or an act of a superior
governmental authority.
Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the
construction or interpretation of any part of this Contract.
Incorporation of Documents. All documents constituting the Contract documents described in Section 3
hereof and all documents which may, from time to time, be referred to in any duly executed amendment
hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract.
h.Integration. This Contract and any amendments hereto between the parties constitute the entire
agreement between the parties concerning the Project and Work, and there are no other prior oral or
written agreements between the parties that are not incorporated in this Contract.
~ITY OF ’PALO ALTO: FORMAL CONTRACT ’sEcTIoN 00500-5 OF 8
FORMAL CONTRACT SECTION 500
Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless
such modification is agreed to in writing and signed by the parties.
Provision. Any agreement, covenant, condition, clause, qualification, restriction,, reservation, term or other
stipulation in the Contract shall define or otherwise control, establish, or limit the performance required
or permitted or to be required of or permitted by either party. All provisions, whether covenants or
conditions, shall be deemed to be both covenants and conditions.
Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other
writing, which authorizes any director, officer or other employee or partner to act for or in behalf of
Contractor or which authorizes Contractor to enter into this Contract.
Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void
or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect.
Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an
independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any
rights and benefits accorded or accruing to the City Council members, officers or employees of City, and
Contractorexpressly waives any and all claims to such rights and benefits.
Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to
and bind, the successors and assigns of the parties.
Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation
of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day
and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any
Day observed as a legal holiday by City, the time for performance shall be extended to the following
Business Day.
Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such
action shall be vested exclusively in the state courts of California in the County of Santa Clara in the City
of San Jose or in the United States District Court for the Northern District of California in the City of San
Jose.
Recovery of costs. 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, including reasonable attorney’s fees,
incurred or expended in connection with such action against the non-prevailing party.
IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract
in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above.
ATTEST:
City Clerk
CITY OF PALO ALTO: FORMAL CONTRACT "SECTION 00500-6 OF 8
FORMAL CONTRACT SECTION 500
CITY OF PALO ALTO CONTRACTOR:
By:
Its Mayor
By:
Name:
Title:
Taxpayer I.D. No. ,
APPROVED:
Assistant City Manager
Director of Public Works
Acting Director of Administrative Services
Insurance Review
APPROVED AS TO FORM:
Senior Assistant City Attorney
CITY OF PALO ALTO: FORMAL CONTRACT SECTION 00500-7 OF 8
FORMAL CONTRACT SECTION 500
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF
On , before me,
personally appeared.
, a notary public in and for said County,
, personally known to me (or proved to me on the basis of satisfactory evidence) to be
the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity
upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature (Seal)
END OF SECTION
CITY OF PALO ALTO: FORMAL CONTRACT SECTION 00500-8 OF 8
To:
Request for Sole Source
MEMORANDUM
(Purchases in excess of $5,000)
Purchasing & Contract Administration
ATTACHMENT B
From:Public Works/WQCP
Sole Source Request For turnkey services to redesign, modify and rehabilitate two Square
clarifiers at the RWQCP.
The work to. be performed under this contract is for the improvements and rehabilitations to two
existing square clarifiers at the RWQCP.
The RWQCP has four square clarifiers that remove the settled solids from the treated waste
stream. The square clarifiers were installed in 1969 as part of the original plant design to meet
the secondary discharge standards. There are two components in this project:
Clarifier Rehabilitation:
These square clarifiers have operated continuously since installation and are still in
operation with the original parts. Because of the corrosive environment and severe
loading, the major mechanical components have deteriorated. The frequency of break
down has increased over the years, and the efficiency of solids removal is continuously
decreasing. The 1997 winter storm has incurred additional damages and accelerated the
deteriorations of the mechanisms. Presently, one clarifier is out of service and another is
partially operable. It is imperative to rehabilitate these clarifiers immediately to provide
continuous service and be prepared for the next wet weather season. The extent of the
rehabilitation work is difficult to assess without taking apart certain components. The
manufacturer of the mechanisms is no longer in business. Certain parts will need to be
redesigned or reverse-engineered. As part of this project, the mechanisms will be
disassembled, inspected, re-engineered, and rehabilitated with new parts. Once
disassembled, the clarifier cannot be returned toservice until the improvements and
rehabilitation work are complete. The plant’s process allows only one clarifier to be shut
down at a time for rehabilitation during the summer months. This year, due to the E1
Nino effect, the summer months are limited to July thru October. All four clarifiers
must be retumed to service by the end of October. Loss of the clarifiers will directly
affect the suspended solids concentration in the plant effluent, and the disinfection
process for final discharge. Consequently, it can lead to a threat to the health of the Bay
water and potential permit violations when the flow exceeds the effective capacity.
Clarifier Upgrade:
In 1977, the plant was upgraded to an advanced tertiary treatment facility. The tertiary
discharge standards are substantially higher than the secondary standards of the original
design. The square clarifiers were able to meet the higher standards at a reduced flow.
Improvements that will raise the performance of the clarifiers to the tertiary discharge
standards, at rated capacity, can be made with minimal added cost during the
rehabilitation work. The improvements are part of this project.
This contract will engage a firm with design-build capability and experience to design, re-
engineer, modify, and rehabilitate two clarifiers. It is critical that we start the work immediately
so that at least two clarifiers can be modified and rehabilitated this summer to provide reliable
service at improved capacity for the coming winter.
Requested SupplierNendor:Kennedy Jenks Consultants
Address:2191 East Bayshore Road, Suite 200
Palo Alto, CA 94303
Contact:John Wycoff
Phone (650) 243-2150
PEID#
Cost Estimate $697,200
Purchase Requisition # OO
JUSTIFICATION:
The following sole source justification has been written according to the Purchasing Manual’s Procedure
PA-158 issued 12/94. As a minimum justifications should include:
Detailed description of why this meets sole source criteria, see PA-158 (Purchasing Manual).
The actions taken by the department/division to search for the product or service and what will be
done to ensure competitive pricing.
Any reports (verbal or written) prepared by the department/division during the research for
available products/services.
-Expected length of contract.
-Last date a proposal or bid was received.
Sole Source Decisions: Attachment to PA-158 (Purchasing Manual- rev.12/94)Page 1
Request For Sole Source City of Palo Alto
(Justification Continued)
We request a sole source contract with Kennedy Jenks Consultants for the following reasons:
Square clarifiers are the signature design of Kennedy Jenks Consultants (KJ). That is, KJ
is the only firm that does square clarifier design. All other wastewater consultant firms in
the Bay area design exclusively round clarifiers. The two types of clarifiers have
distinctively different design features and components. Experience in square clarifier design
isan important requirement for this project.
Rehabilitation of the square clarifiers requires the re-engineering and modifications of the
comer sweep mechanism of the clarifiers. The city of Millbrae has completed re-engineering
and modifications of the comer sweep mechanisms in their clarifiers two years ago. The city
of Millbrae is very happy with the performance of the new mechanisms. Staff has reviewed
the new mechanism at Millbrae and is satisfied that the same design will work well for the
RWQCP clarifiers. The modifications and redesign of the clarifier comer sweeps at the city
of Millbrae, which won the award of engineering excellence, was performed by KJ. KJ
indicated that the same design and modifications can be adapted at the RWQCP.
Other firms in the Bay area, including CH2M HILL and Brown & Caldwell, recommend
converting the square clarifiers to round clarifiers. Staff researched and found that none of
the square clarifiers in the Bay area has been converted. Staff also has not found such
conversion projects else where. The round clarifiers that have performed well age designed
with sufficient depth, which is a very important criteria. The depth of the square clarifiers
in the RWQCP is very shallow and will not meet the design criteria of the rotmd clarifiers.
Staff estimated that the cost of the conversion to round plus replacement of parts in the
clafifiers will be $550,000 per clarifier. Staffs estimated cost to improve and rehabilitate
the square cldrifiers is $375,00 each. The construction time to convert the square clarifier
will take twice as long as the rehabilitation of the existing clarifiers. Staff estimated that
only one clarifier can be converted to round clafifier a year. Staff believes that rehabilitation
of the existing square clarifiers is the most cost effective and expedient approach.
Part of this project is to improve the solids removal efficiency to meet the tertiary discharge
standards at the rated c.apacity. KJ is the only firm with experience in design and
rehabilitation of square clarifiers. As stated above, experience in square clarifier design is
an important requirement for this project.
The clarifiers perform a critical function in the treatment of wastewater. The liability on the City
in the event of permit violations requires that prior, experience in square clarifier design and
rehabilitation be a requisite of the specification and contractor qualification. KJ is the only known
source that can meet these requirements. Time and weather .constraints further make it
impracticable to attempt to identify and qualify potential suppliers and call for bids for this project.
Requesting Department Approvals:
Division Head/Supervisor ~:2z.~~ ~ ,Date
Department Head .~ ~.. ~~’-~~ate
Purchasing
~~
Approvals: J ....,
Buyer Date
Manager Purchasing n&~/~~: ~
Contract Administratio Date
City Manager Approval ~Date
Sole Source Decisions: Attacl ntto PA-158 (Purchasing Manual- Rev.12/94)Page 2