Loading...
HomeMy WebLinkAbout1997-01-13 City Council (12)City of Palo Alto City Manager’s Report TO:HONORABLE CITY .COUNCIL FROM:CITY MANAGER DEPARTMENT: Public Works AGENDA DATE: SUBJECT: JANUARY 13, 1997 CMR:112:97 APPROVAL OF cONSULTANT CONTRACT WITH HARZA ENGINEERING COMPANY FOR THE ARASTRADERO PRESERVE DAM AND CREEK IMPROVEMENTS CIP This is a request for approval of a comultant contract with Harza Engineering Company in the amount of $97,000 for the Arastradero Preserve Dam and Creek Improvement Project funded under CIP 47708 (Arastradero Creek Erosion Improvement Projec0 and CIP 19102 (Arastradero Lake Dam and Spillway Improvements). RECOMME.NDATLQ~ 1.Approve and authorize the Mayor to execute a consultant contract with Harza Engineering Company in the amount of $97,000 for preliminary engineering design and environmental analysis for the Arastradero Preserve dam, spillway, creek and trail. 2 Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract with Harza Engineering Company, for related, additional but unforseen work which may develop during the project, the total value of which change order shall not exceed $9,700. POLICY IMPLICATIONS The approval of this contract is consistent with existing policies. . XECUTIVE: ~--~-_--:- ConsultantServi - ~: "_" ~ The work to be performed under the contract is summarized in Attachment B. This work will include a hydraulic analysis of the spillway and creek; clearing undesirable trees and shrubs from the downstream face of the dam; repairing erosion gullies on the dam; repair or replacement of up to three creek crossings; bioteclmical repair of erosion damage along portions of the creek; improvement of a portion of the Corte Madera trail and preparation of environmental documents, preliminary plans and construction cost estimates. CMR:112:97 Page 1 of 3 After the successful completion of the preliminary design work, staff will negotiate consultant fees and a detailed scope of work for final design plans, construction management and vegetation maintenance services and return to Council with a contract amendment for the negotiated scope and fee for the final design phase. It is difficult to estimate these services at this time given the limited information on mitigation details for the creek and spillway. Consultants studies have determined that: 1) While the dam was not found to be in immediate danger of failure, superficial cracks were discovered on the face of the dam, raising questions about its long-term stability; 2) A number of locations on the face of the dam have-been badly eroded as a result of storms over the past 40 years; 3) The dam spillway is undersized and may not convey the volume of water generated from a ten-year or greater storm; 4) The creek is eroded at the crossings and they may not withstand a one hundred-year storm. Improvement to the crossings must be analyzed to ensure unchanged flow characteristics through private property downstream. The use of bridges in place of the existing culverts at the crossings will also be evaluated. Public Works staff have met with members of the community, Planning Department and Open Space and Sciences Division staff to discuss the potential improvements. As a result of these discussions, it was decided that the use of "bioremediation/biotectmology" would be the best approach to repair erosion damage. Biotectmology methods avoid the use of concrete-lined channels, stone rip-rap and other hard-armor and instead, wherever possible, repair damage by a combination of rock, soil and plantings of vegetation which are used to create a grid of support materials. The biotectmology field is relatively new; however, Northern. California has a number of firms that are experienced in these techniques. Staff sent a request for proposals to seventeen engineering, environmental and landscape consulting f’m’as on September 20, 1996. A pre-proposal meeting was held on October 17, 1996, at the Arastradero Preserve; thirteen firms attended the meeting. A total of six firms submitted proposals. A selection advisory committee consisting of staff from the Public Works Department reviewed the proposals, and three firms were invited to participate in oral interviews on December 2, 1996. The interview committee was comprised of representatives from the Public Works, Planning and Community Services departments and a member of the Arastradero Preserve task force. CMR:112:97 Page :2 o1’ 3 Harza Engineering Company was selected because the firm demonstrated experience with similar bioremediation projects, had a clear understanding of project goals and objectives and is familiar with construction methods in environmentally sensitive areas. Funds for this project were originally approved in the FY 94-95 Capital Improvement budget and are available in CIP projects 47708 and 19102. ENVIRONMENTAL ASSES~]~ These services do not constitute a project for the purposes of the California Environmental Quality Act. An environmental assessment will be completed as part of this contract in order to identify potential environmental impacts prior to final plans and project construction. CONFLICT OF INTEREST Staff, with the concurrence of the City Attorney, has determined that the consultant is exempt from complying with the f’mancial disclosure provisions of the City’s conflict of interest code, because the consultant’s range of duties and services to be provided under the contract is limited in scope or is primarily ministerial in nature. Agreement PREPARED BY: John Carlson, Acting Assistant Director of Public Works DEPARTMENT HEAD REVIEW: GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: JUNE FLEMING City Manager cc: Linda Elkind CMR:112:97 Page 3 of 3 SUMMARY ~. SCOPE OF WORK FOR THE ARASTRADERO PRESERVE DAM AND CREEK IMPROVEMENTS : CIPS 19102 & 47708 ~}HASE IV -..Task I. Iternsl-4: Preliminary_ Design Services for Repair of the Dam. Spillwayl Creek and Trail o All improvements, will be biotech and natural-looking unless otherwise approved by City. o Bridges in compliance with ADA/Title 24. Design loads & turn radius’ for utility/fire vehicles. o Identify trees removed. Replace oaks at 3:1 o Trees/plants should be native to the site o Clear trees/shrubs from downstream face of dam; leave trees/shrubs at lake and preserve any oak not impacted by dam face repair. Hydroseed with natural grasses. o Repair erosion gullies and any other damage on face of dam o Run hydraulic analysis (HEC 1&2) for 1:100, 1:200 and 1:1000 year storms o Analyze/compare bioteeh v.s. other remediation methods for each design storm (show and compare cross- section widths, number of trees that would need to be removed, cost, ete). o Repair "glory hole" at the end of the spillway - Shotcrete v.s. bioteeh (dimensions, cost, trees, etc) o Creek flow through Bressler property will not be changed. No improvements on Bressler land. o Run hydraulic analysis (HEC 2) for l:100 year storm. Show flooding areas o " Spillway: - If possible, repair and retrofit existing bridge for handrail. Replace bridge only if necessary to make spillway repair, to accommodate fire truck loads or for cost effectiveness. Site 1: Install a new bridge (fiat ear preferred) at or near washed-out culvert. Evaluate the impact of the utility crossing on hydraulics. Site 2: Remove existing culvert (across from "gravel road") Site 3:(a) Analyze existing culvert (near parking lot) for 1:1130 year storm (b) .if existing culvert fails at 1:100, remove culvert and upgrade with a new bridge o Repair erosion at Sites using biotech either at the sites and/or at other areas of the creek o Improve trail between Sites land the spillway to an "all-weather" trail for pedestrians & utility vehicles Prepare Site and Design Review Packl~gg o Include hydraulic analysis, geomorphie assessment and preliminary plans o Prepare Environmental Impact Analysis o Prepare habitat restoration plan (grading/landscaping plans) o ¯Delineate floodplain for dam breach during 1:100 year storm; drainage trenches for dam o Evaluate use of a buried culvert alongside the existing spillway o Evaluate feasibility of creating a seasonal wetland area o Perform up to 3 alternate-year storm scenarios (in addition to the 1:100) for the creek Pre’pare final design plansl specifications and construction cost estimates " Provide construction management and maintenanee services for new plantings CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND HARZA ENGINEERING COMPANY 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 HARZA ENGINEERING COMPANY, a Delaware corporation, located at 425 Roland Way, Oakland, CA 94621 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and thepreparation and delivery of, without limitation, one or more sets of documents, drawings, m~ps,~ plans, designs, data, calculations, surveys, specifications, schedules or other writings ("Deliverables") (Services and Deliverables are, collectively, the "Project"), as more fully described in Exhibit "K’; 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 Project on 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 Contra9t 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 I’A". Time is ~of the essence of this Contract. In the event that the Project is not completed within the time requiged 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 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. 970106 syn 0071104 1 2.2 CITY may order substantial 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 substantial 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, construction plans, drawings, and specifications, any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by~ CITY before invitations to bid on a construction 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. 2.4 Any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY after the construction _contract is awarded by CITY, will be performed by CONSULTANT, as follows: (a) at no cost to CITY insofar as those Services,. including the Basic Services or the Additional Services, as described below, or both, will result in minor or nonbeneficial changes in the construction work required of the construction CONSULTANT; or (b) at CITY’s cost insofar as those Services, including the-Basic services or the Additional Services, or both, will add a direct and substantial benefit to the construction work required of the construction CONSULTANT. The project manager in the reasonable exercise of his or her discretion will determine whether the Basic Services or the Additional Services, or both, will contribute minor or substantial benefit to the construction work. SECTION 3. QUALIFICATIONS, STATUS, AND DUTIES OF CONSULTANT 3.1 CONSULTANT represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and Deliverableso CONSULTANT further represents and warrants 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 licensingor 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 2970106 syn 0071104 names of their employers or principals to be employed as consultants. 3.2 In reliance on the representations and warranties set forth in this Contract, 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 DAVID MILLER as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. NICKOLAS BOKISCH 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~ 3.4 CONSULTANT represents and warrants that it will: 3.4.1 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 fifty (50) copies of any documents 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. 3970106 syn 0071104 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 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 CONSULTANTand 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 an exhibit to this Contract. 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 CITYwill furnish or cause to be furnished the services listed in Exhibit "A" 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 Deliverablesand each phase of work performed by CONSULTANT. CITY’s estimated time of review and approval will be furnishedto CONSULTANT at the-time of submission of each phase of work. CONSULTANT acknowledges and understands that the interrelated exchange of information ~ong CITY’s various departments makes it extremely difficult for CITY to firmly 970106 ~yn 0071104 establish the time of each review and approval task. CITY’s failure to review and approve within the estimated time schedule will not constitute a default under this Contract. 4.3 The city manager will represent CITY for all purposes under this Contract. KAREN BENGARD 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 YOUNG TRAN, 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: 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 ninety-seven thousand dollars ($97,000). The amount of compensation will be calculated in accordance with the hourly 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. 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 fifteen thousand two hundred dollars ($15,200). An employee’s time wiil be computed at a multiple of one (i) times the employee’s direct personnel expense described below. The rate schedules may be updated by CONSULTANT only once each calendar year, and the rate schedules will not become effective for purposes of this Contract, unless and until CONSULTANT gives CITY thirty (30) days’ prior written notice of the effective date of any revised rate schedule. 5.1.3 The full payment of charges for extra work or changes, or both, in the execution 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, omissions, or oversights. 5970106 ~n 0071104 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, job captains, 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 expressly contemplated 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 in proportion to the quantum of services performed, or in accordance width any other schedule of payment mutually agreed upon by the parties, as set forth in Exhibit "B", or within thirty (30) days of submission, in 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 whi~ch 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 wiil be prepared, maintained, and retained by CONSULTANT in accordance with generally accepted accounting principles and willbe madeavailable 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 addiZional 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. 6 970106 syn 0071104 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 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 whichmay 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. SECTION9.INSURANCE 9.1 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 "C", insuring not onlylCONSULTANTand 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 Ratinq Guide ratings of A:X or higher which are admitted to transact insurance business in the State of California. Any and all consultants o.f 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. ~.3 Certificates of such insurance, preferably on 5heforms provided by CITY, w111 be filed with CITY concurrently wlth 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 7970106 ~,n 0071104 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 alteration, 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 th~ term of this Contract with the city clerk 9.4 The procuring of such required 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. 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 ii.I 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 Servi~ces and Additional Services performed and Deliverables received and approve~ prior to receipt of written notice from CITY of suchsuspenslon or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has been suspended for~m0re than 180 days, any change in CONSULTANT, s compensation will be subject to renegotiation and, if 8 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 compensateC0NSULTANT 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, CONSULTA!CT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approv.ed items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 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 fulfiil 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. 9970106 ~yn 0071104 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 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 Munieipal 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 "D" 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 laws covering nondiscr-imination in employment; that [Name of Provider] will pursue an affirmative course of action as required by the Affirmative Action i0 970106 syn 0071104 Guidelines of the City of Palo Alto; 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. 0nly 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 or the applicable Affirmative Action Guidelines pertaining to 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. SECTION 16 ....MISCELLANEOUS PROVISIONS 16~ICONSULTANT represents .and warrants 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 complianc~ with such provisions will be effected pursuant to the terms of thls 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. Ii970106 syn 0071104 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. 16.8 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 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~wili take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. 12970106 syn 0071104 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: Mayor Senior Asst. City Attorney APPROVED: Assistant City Manager Director of Public Works HARZAENGINEERING COMPANY By:~ Its: Taxpayer’s I.D. No.362704003 Deputy City Manager, Administrative Services Risk Manager Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF PROJECT & TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 970106 ~yn 0071104 13 STATE OF COUNTY OF CERTIFICATE OF ACKNOWLEDGMENT (Civil Code S 1189) On~~%~ ~ , 1997, before me, ~~~~\~ , a Notary Publi~c~.in~nd for said County and State, personally appeared ~.~.~ , perso~ally known to me _ _-- " - cn the~’- ~ .~ ’-~-.-....1~ev~. ,e}~to be the person(M0 whose name(~) %s~@~e s~_bscribed to the w~thln instrument ~d acknowledged to, me--that ~_~_~/they executed ,~he ~ame in ki~h~/tbe~r authorized capacity(i~s), and .that by ~i~/~/th~r s~nature(~ on the instrument the person(~), or the~ntity upon behalf of which the person(~ acted,execuded the instrument. WITNESS my hand and official seal." Signature of Notary Public 14970106 syn 0071104 EXHIBIT A PHASE IV SCOPE OF WORK STUDY & DESIGN FOR ARASTRADERO LAKE DAM EMBANKM~W’r, SPK,LWAY AND CREEK AND TRAIL IMPROVEMENTS Description of Project: The objective of the work plan described herein is for improvements to the Arastradero Lake dam, spillway, creek and trail which are located within the Arastradero Preserve. The Preserve, which is open to the general public, is owned by the City of Pale Alto and consists of 613 acres of rolling grassland and forest. It is located on the east side of Interstate 280, a quarter-mile north of the intersection of Page Mill Road and Arastradero Road (refer to Figure 1). Preserve elevation varies from approximately 275 feet in the northeast to 775 feet in the ’ southwest. The major valley crossing the preserve from north to south was created by Arastradero Creek which is seasonal and only flows during wet winters. Arastrasdero Lake dam is an earthen dam that was built sometime in the late 1950’s. There are no plans or specifications (that have been found) for the dam. The dam was inspected after the Loma Prieta earthquake in 1989 and is in no immediate danger of failure, however, superficial erosion and leakage have been identified. The spillway area, creek and a culvert have also been damaged as a result of excessive flows. The downstream face of the dam is thickly vegetated, primarily with oak, willow, poison oak and coyote brush. The upstream dam, adjacent to the lake, is bordered by willows and reeds. The storage capacity of the dam is approximately 16-20 acre-feet with a surface area of 2 acres and depth of 20-25 feet. The dam crest is roughly 300 feet high and 35-60 feet wide. The height of the spillway is 15 feet. Arastradero creek from the dam to the Preserve boundary is roughly 3,000 feet in length. - The creek, dam and spillway are within the jurisdiction of the Santa Clara Valley Water District (SCVWD). The SCVWD has no easement near, and does no work on, the creek, dam or spillway. Since City improvements to this area may impact downstream facilities, however, the SCVWD will review work generated by Consultant as a result of this Scope of Work and may mandate additional improvements. The SCVWD recommends that all bridges and culverts be designed to withstand a 100-year storm, unless data can be provided to support designing a lesser structure. January 8, 1997 For this scope of work, repairs and/or improvements to the Arastradero Lake dam, creek and trail will be made at the following locations (see Figure 2): [] [] Dam - earthen dam located at Arastradero Lake Spillway (including bridge) - begins at the Arastradero Lake dam and extends approximately 150 feet downstream Creek - downstream from dam: Site 1: Culvert (largely ,washed-out) approximately 1/4 mile downstream from the spillway Site 2: Culvert currently used for utility vehicle access to gravel road Site 3: Culvert at the entrance to the Arastxadero Preserve, near the parking lot that is adjacent to Arastradero Road a portion of the "Corte Madera" trail located between Sites 1 and theTrail- spillway. Project Goals: " The work to be accomplished by the Consultant is detailed later in this Scope of Work and summarized as follows: ~ - Preliminary Design Services for Repair of the Dam, Spillway, Creek and Trail Item 1: Prepare Hydraulic Analysis and geomorphic assessment for the Spillway and Creek Improvements and Preliminary Design with Cost Estimate for Dam, Spillway and Creek Improvements Item 2: Prepare a Preliminary Design and Cost Estimate to Improve a Portion of the Trail Between Site 1 and the spillway. Item 3: Prepare a Site and Design Review Package (S&DRP) for Items 1 and 2 Item 4: Optional Services ~- Future Services (requires City Council approval) Item 5: Prepare Final Designs (Plansi Specifications and Construction Cost Estimate) Item 6: Provide Construction and Maintenance Services January 8, 1997 2 Services and Information Provided by the City: The Consultant will need to provide survey or other information necessary to supplement the following provided by the City: []Design Development Phase II ("Spillway Adequacy and Preliminary Rehabilitation Schemes") and Phase III ("Seismic Stability Evaluation Arastradero Lake Dam) reports by Geomatrix Consultants. []S&DRP for the dam and spillway prepared by Geomatrix Consultants in 1993. []Naturalist Walkthrough Report []Tree Survey information for face of dam and spillway area []"Environmental Assessment Worksheet" prepared for the dam and spillway in 1993. []Mylar of cross sections of the dam (at,intervals of 50 feet along the dam axis). Cross sections were prepared from survey data taken in 1994 and may, if directed by City, need to be updated by Consultant as a result of storm damage since that time. []Mylar of profile and cross sections of the existing spillway. Prepared from survey data taken in 1994 which may, if directed by City, need to be updated by Consultant as a result of storm damage since that time. []Mylar topographic base map (general site plan) of Sites 1, 2, 3 and 4 and all areas included in the planned construction with a 1-foot contour interval and scale of 1 inch = 10 feet. []Locations of eight houses outside of the Arastradero Preserve that may be subject to flooding from Arastradero Creek. The houses are in ~Los Altos Hills between the City of Palo Alto boundary and Matadero creek. City will provide channel cross-sections adjacent to these houses and the distance from house to channel. []Mylar profile and cross sections at 50-foot intervals along the Arastradero Creek channel from station 10+00 to 15+00 and from station 20+60 to 25+50 (see Figure 2). []Mylar of cross sections of the creek channel at Site 3, at 50-foot intervals for 500 feet. [] Mylar of cross sections of the creek channel at Sites I and 2, at 50-foot intervals for 300 feet. [] AutoCAD drawing file shown as UFigure 2" in this Scope of Work January 8, 1997 3 Task I - Preliminary Design Services for Repair of the Dam, Spillway, Creek and Trail Item 1:Prepare Hydraulic Analysis for the Spillway and Creek Improvements and Preliminary Design with Cost Estimate for Dam, Spillway and Creek Improvements All improvements related to the project shall, unless otherwise approved by the City, use bioteehnical and riparian habitat restoration methods to repair the dam, spillway, creek and trail. (Gabions are not considered to be a biotechnical solution). Other materials used shall be textured and/or colored to blend into the work surroundings. All improvements will be as natural-looking as possible. All improvements shall be in accordance with the Americans with Disabilities Act (ADA) and Title 24 regulations. Consultant shall identify and prepare reports or applications necessary to obtain project approval and/or permitting from outside agencies. City will coordinate .the submission of and track the status of the approval and/or permit process. Permitting costs shall be included in the preliminary cost estimate. Proposed bridges and/or culverts shall be designed to withstand a 100-year storm unless a lesser-storm design is approved by the SCVWD. Plans and/or reports shall show and identify by botanical and common name, species and diameter any trees that must be removed as part of the repair or improvements. Trees or shrubs that must be removed in order to accommodate construction equipment must also be identified. Trees that are to remain, but are within 10-feet of improvements also shall be identified. Consultant shall save existing trees wherever possible. Oaks trees with diameters greater than 3" that must be removed sh~ be replaced at a ratio of 3:1. Willows, non-native trees and all shrubs shall be replaced if directed by City. The location of removed trees and vegetation and the location of their replacements (if any) shall be shown on preliminary plans and approved by City. New plants, shrubs and/or trees used in the project as replacements or for bioremediation shall be native to the site. Ideal planting times, locations, maintenance requirements and January 8, 1997 4 costs until roots are established, deer protection methods, height when mature, and/or other pertinent information as determined by City shall be given. Preliminary plans with cost estimates shall be prepared for the dam, spillway, creek, culvert/bridge and trail as detailed in later Task I Items. Preliminary plans shall, show, at a minimum, the following items if they are within 100 feet of the construction area: cross sections; profiles; planting details; contours; easements; encroachments; items that may restrict construction; locations of existing buildings; creek crossings; trees impacted by construction (by species, size and location); tree replacement (by species, size and location); information concerning underground and above ground service and utility lines, both public and private. Information from the Site Design and Review Package prepared by Geomatrix Consultants for the dam and spillway in 1993 shall be incorporated into the preliminary design plans if appropriate. Consultant shall prepare a project schedule using critical-path methodology that shows preliminary design duration; permitting requirements and review by outside agencies, submittal dates; and review by City staff, Council, citizens and environmental groups. Final design, construction and maintenance durations (Task II) should be estimated and included in the schedule. The final design should be established so that construction could occur at a time suitable for both the establishment of trees and vegetation and to avoid the bird nesting season (April through June). This schedule shall be updated at the request of City as work progresses, but no more than once per month. Consultant shall be prepared to address comments and concerns of staff, outside agencies, citizens, environmental groups and Council. At the request of City, Consultant shall prepare presentation materials for and attend meetings with any or all of the following: Four (4) 4-hour meetings to discuss City staff and community comments/concerns on the preliminary design and hydraulic analysis. Five (5) 4-hour meetings for the Site and Design Review Package process: Staff and consultant meetings with citizens and environmentalists (2 total) Public Heating and S&DRP meetings: one each for the Architectural Review Board, Planning Commission, and City Council (3 total). Meet monthly, at a minimum, with the Public Works Project Manager to discuss project status. January 8, 1997 Any of the above meetings that are canceled or deemed unnecessary for Consultant to attend shall be credited towards other potential meetings. (see Figure 2) Consultant shall describe any adverse effects that may arise from leaving trees on the dam, including the lakeside face of the dam, versus problems that may occur from removing trees (e,g,, decay of roots left behind). Undesirable growth on the downstream slope of the dam shall be identified and cleared (the embankment adjacent to the lake will not be disturbed). Holes in the dam caused by tree removal, erosion, burrowing animals or other means shaft be identified and method of repair described. Consultant shall discuss and recommend method for removing tree roots in their entirety; how deep and what diameter of root to remove and discuss any precautionary methods that may need to be taken to prevent additional damage to the dam during the root-removal process. Additional methods to stop and/or repair seepage through the dam shall be discussed if applicable. Consultant shall show tree removal and replacement, hydroseed area, grading plans, repair of erosion gullies and any other areas of dam repair. ~ (see Figure 2) 1.Perform a hydraulic analysis using HEC-1 and HEC-2 computer models for the spillway. The spillway will be analyzed for l:100-year, 1:200-year and l:1000-year storms. Storm flow intensities and other information ne~ssary for hydraulic analysis shall be obtained by Consultant and be based on the Santa Clara Valley Water District’s rainfall data. Resultswill be included in the S&DRP (Item 3) and shall include calculations, design flood hydrograph, flood routing and flood hazard areas for 1:100, 1:200 and 1:1000 year storms. Results shall be reviewed by the City and the SCVWD. Consultant shall analyze and compare the use of shotcrete versus biotechnical methods for spillway repair for each of the design year storms. (Gabions are not considered to be ¯ a biotechnical solution). Consultant shall show and compare the impact that the shotcrete and biotechnical treatment will have on nearby trees by giving the species, location and size of each tree impacted. Other impacts or constraints, such as intrusion into utility right-of-way or trail areas shall also be identified. A hole approximately 8-feet deep has developed at the downstream terminus of the spillway. Consultant shall compare the use of shotcrete versus biotechnical methods for January 8, 1997 6 o the hole repair for each of the design year storms. Consultant shall show and compare the impact that the shoterete and biotechnical treatment will have on nearby trees by giving the species, location and size of each tree impacted. Other impacts or constraints, such as intrusion into utility right-of-way or trail areas shall also be identified. Based on the results of Spillway itemsl-3 above, City will select a design year storm and treatment method for the spillway .... 1.Arastradero Creek flows through the Bressler property, which is located adjacent to the project area (see Figure 2). The creek through Bressler land is not included for improvement by this project. Consultant shall show that flows into and out of the Bressler property and out of the Preserve area should not be increased or decreased significantly as a result of project improvements. Consultant shall perform a hydraulic analysis of creek improvement alternatives using HEC-1 and HEC-2 computer models. All storm flows will be based on the SCVWD’s rainfall data, which will be obtained by Consultant. The creek will be analyzed for a l:100-year storm. At the option of the City, up to three (3) alternate-year storms may also be analyzed (see Item 4). Show the design flood hydrograph, flood routing and flood hazard areas. Include and discuss results in a report for review by the City and SCVWDo The creek shall be analyzed for the following sites and scenarios: Spillway: Site I: . Site 2: Site 3: If possible, retrofit existing rail-car bridge with handrails (otherwise install a new prefabricated bridge with handrails). (a) If possible, install rail-car bridge with handrails (otherwise install a new prefabricated bridge with handrails); (b) Evaluate hydraulic impacts to existing utility crossing at this Site. Remove existing culvert (a) Analyze the ability of the existing culvert to withstand a 100-year ¯ storm; (b) If the existing culvert is not able to withstand a lO0-year storm, then remove the existing culvert and install a new rail-car bridge with handrails ( or, if infesible, a prefabricated bridge). Consultant shall mitigate adverse flow impacts on the creek by using biotechnieal methods at the spillway, Sites, or other areas of the creek. Based on the results of Creek analysis, City will select the final improvement configuration for the creek. January 8, 1997 7 If rail/flat-car type of bridges cannot be used as a result of dimensions or load-carrying ability, Consultant shall provide manufacture’s information and cost estimates for at least three different styles of prefabricated bridge designs for City approval, The bridge options presented by Consultant for City review shall have handrails, be ADA and Title 24 accessible, blend into the surroundings as much as possible, be constructed from low- maintenance materials and have abutments designed to withstand a 100,year storm. Vehicles must be able to turn from any adjacent utility road onto the bridge without damaging the bridge’s railing. City will provide typical utility/fire truck dimensions and loading. After selection of the preferred bridge by City, Consultant shall provide preliminary design drawings for the selected bridge at the spillway and at Sites I and 3. Consultant shall recommend means to protect the existing underground utilities located at Site 1. If possible, improvements shall not extend into or interfere with the utility easement. Improvements at Sites 1 through 3 shall be shown on the preliminary plans with 1-foot contour intervals and scale of 1 inch = 20 feet unless otherwise agreed to by City. Other improvement areas shall be shown at 1 inch = 40 feet, or as agreed to by City. Item 2: Prepare a Preliminary Design and Cost Estimate to Improve a Portion of the Trail Between Site I and the spillway (see Figure 2) 1.Improve ,the "Corte Madera" trail between Sites 1 and the spillway to an all-weather for pedestrians, emergency and utility vehicles. Evaluate the use of drainage trenches, berms and other techniques adjacent to the trail to prevent water saturation. Trail should not be paved with asphalt or concrete but should be constructed with natural-looking materials or methods to allow it to blend into the surroundings. Evaluate realigning the trail to avoid encroaching on the utility easement at the Site 1 creek crossing. Item 3: Prepare Site and Design Review Package for Items 1 and 2 The Consultant shall prepare a Site and Design Review Package for City review that includes, as a minimum, the following information: A)Project background that describes the need for the project, alternate solutions considered and reason for their rejection, proposed solution, identifieation of potential borrow and fill needs, use and source ofbiotech materials, use of trees removed from project site and an analysis of the proposed improvement’s visual impaets, January 8, 1997 B)Environmental Impact Analysis (EIA) including a City of Pale Alto "Environmental Assessment Worksheet". This worksheet summarizes project information such as site drainage provisions, amount of proposed grading, permits required from other agencies, etc. The Consultant shall revise the Naturalist Walkthrough Report and address in the EIA all issues regarding fauna, animal habitat and noise impacts that may be affected by the project. When preparing the environmental assessment and S&DRP, riparian habitat restoration and biotechnical bank stabilization techniques will be used as means of assessing the impacts on the natural riparian habitats. Technical reports provided by Consultant: 1. Update existing Tree Survey (if directed by City) and provide report - provide location, botanical and common name, height, diameter, health, appearance and shade/shelter habitat of all trees near and on the construction site and a written description of measures that can be taken to reduce construction impacts on the environment. 2, Hydrologic and Hydraulic analysis showing design flood hydrograph, flood routing and flood hazard areas for the improvements specified in the various Items in this scope of work. 3. Hydrologic and hydraulic analysis of the flood surface profile showing the results of the dam breach during the 1:100-year storm. 4. Incorporate soils report and other engineering analysis from the Design Development Task 11-1 report by Geomatrix Consultants. 5. Assessment ofgeomorphic condition relevant to the project. D)Consultant shall Provide Drawings for the S&DRP (no larger than 24" X 36") at a min~num: 1. Vicinity Map 2. Show existing conditions and project location on an aerial photograph, photos of the site, photographic display, diagrams and line of site studies, an artist’s rendering or photo montage. 3. Site Impact Plan showing existing conditions, proposed changes and construction work boundaries. 4. Typical profiles and cross sections of proposed modifications to the dam, spillway and creek and trail improvements. 5. Landscape plans showing existing, removed and new vegetation ..... 6, Preliminary grading plans showing existing and proposed elevation contours. 7. Construction details showing typical biotec~cal bank stabilization techniques, shotcrete applications, flow control features, planting details, etc., as appropriate. 8.Bridge drawings and related information such as bridge designs considered, cost and maintenance requirements. E) Preliminary construction cost estimates for the following: January 8, 1997 9 1.Dam and spillway improvements identified in this scope of work, 2,Creek alternatives and improvements, including bridges, identified in this scope of work. 3.Trail improvements to the path located between Sites 1 and 2. 4.Maintenance and (deer) protection requirements and costs for new trees and bioremediation Provide eight copies of the draft S&DRP and preliminary plans for City staff review. After review of the drafts by the City, Consultant shall incorporate City comments and prepare and submit a total of fifty (50) copies of the of the revised draft S&DRP and preliminary plans to the City for: Planning Commission - 15 copies Architectural Review Board (ARB) - 15 copies City Council - 12 copies City staff- 8 copies Based upon the comments of the aforementioned groups, citizens or environmentalists, Consultant shall make revisions to the S&DRP and preliminary plans a maximum of three times. Item 4: Optional Services Dam: (a) Consultant shall delineate the floodplain that would result if the existing dam were to be breached during a 1:100-year storm. Conduct a hydrologic and hydraulic analysis of the flood surface profile. Prepare a topographic plan view of the flood hazard area. Show any impacts on the houses located downstream of the dam between the Preserve’s property line and Page Mill Road. (b) Prepare preliminary design and cost estimate for drainage trenches or other mitigation system at areas of dam experiencing seepage (downstream toe). 2.Spillway: At the direction of City, Consultant shall evaluate the use of a buried culvert which would be located alongside the existing spillway. High-volume or velocity flows be diverted through the buried culvert with the existing spillway serving lesser capacity flows. 3.Creek: At the direction of the City, Consultant shall conduct work necessary to determine the feasibility of creating a marsh area using either water diverted from the creek, or 10 January 8, 1997 reducing creek velocity so that a seasonal wetland area will form. Preliminary cost estimates and plans shall be provided by Consultant. 4.Creek: At the direction of the City, Consultant shall perform up to three (3) alternate-year hydraulic analyses of creek improvement alternatives using HEC-1 and HEC-2 computer models. All storm flows will be based on the SCVWD’s rainfall data, which will be obtained by Consultant. Show the design flood hydrograph, flood routing and flood hazard areas. Include and discuss results in a report for review by the City and SCVWD. Task II - Future Services (requires City Council approval) Item 5: Prepare Final Designs (Plans, Specifications and Construction Cost Estimate) If approved by Council, Consultant shall prepare final design plans, specifications and estimates. Consultant fees and scope of work shall be negotiated after successful completion of Items 1- 4. Item 6: Provide Construction and Maintenance Services If approved by Council, Consultant shall provide any combination of the following: construction management, inspection, testing services, maintenance and deer protection for plantings/seedings until such time as their root, systems are sufficiently established. Consultant fees and scope of work shall be negotiated after successful completion .of Items 1- 4. End January 8, 1997 11 CONCRETE LINI SPILLWAY (START DAM CROSS-SECTION (END) CONCRETE lINED SPILLWAY (END) PAGE I OF 2 SCALE: NTS CENTER LINE OF CREEK BED GRAVEL ROAD FIGURE B00’ OF UPSTREAMCREEK NOT SHOWN PAGE 2 OF 2 SCALE: NTS CRE~K Study & Design for Arastradero " ~e Task Name I Durati Notice to Proceed ld Phase I 205d Litereture Review 5d Site Visit ld Report 15d Meeting #I !I d Litera~re Review 5d d Dam ~ Od Spillway 15d Creek 28d bleeting #4 ld Regulatory Reviews 130d Task .........................................2 - Trail Improvements ~d Prelim. Design/Cost Est.~35d Task 3 - S&DRP 65d ~20d S&DRP Meeting #I ’ld Revision #1 of S&DRP Draft/Submittal 5d ..................................................... Mooti. # !-- 8&DRP Meeting #3 1 d Final Revision of S&DRP ~10d Task 4 - Optional Services :20d Dam ........~ .....~I"i .........................................................................Creek! ........"i~)" Project Schedule - Phase I Dam Embankment, Spillway an ,reek and Trail Improvements 1997 Jan]Feb[ Mar I AprlMay I dun I dul Aug ] Sep Oct [ Nov [ Dec [ Jan [Feb[ Mar 2/3 2/3 /7 3/3 ~ 4118 5119 ~ 6113 6123 D 6/27 7/7 D 7/11 ~7/28 ~7/30 8/4 I~ 8/15 515 I~ 5/16 5112 13 5116 5/26 B 5/30 Project Schedule - Phase II Study & Design for Arastradero {e Dam Embankment, Spillway an~_ Jreek and Trail Improvements I Duratiask Name ,’otlce to Proceed ~1 d ’ha~e II 741d Task 5 - Prepare Final Designs ;90( Plans 90d Specifications 90( ConsLmction Cost Estimate Inspection ;70d Testing 70d Maintenance Program :523d )7 I 1998 I 1999 2000 atr 3 I err 4I atr 1 I Qtr 2 I Qtr 3 I Qtr 4 I Qtr 1 I Qtr 2 I Qtr 3 I Qtr 4 Qtr 1 Qtr 2 I Qtr 3 I Qtr 4 12/1 ~ 4/3 ; 12/1 ~ 4/3 12/1 ~ 4/3 : : : SCHEDULE OF CHARGES PERSONNEL CHARGES All professional and office rates subject to change annually effective January 1. change annually effective March 1. HOURLY RATE SCHEDULE Professional Employees Project Sp0mor Chief Consulting Engineer Project Manager Project Engineer Civil Engineer All union personnel rates 130.00 160.00 120.00 95.00 90.00 Support Staff CADD Support. Word Processor 60.00 60.0O Field Equipment Engineers’ or Engineering Technicians’ Field Vehicle, Testing and Communications Equipment per hour 12.00 MISCELLANEOUS CHARGES Miscellaneous telephone and reproduction costs are billed at a rate of 3 percent of the total charges. Travel expenses and meals are billed at cost. g:\users\wpc\forms\geosched.wat 07-07-95 Harza stimate of Services (’F ’eliminary) Study and Design for Arastradero Lake Dam Embankment, Spillway and Creek and Trail Improvements Phase I Task la - Field Investigation Report SUBTOTAL= Task lb - Hydrologic/Hydraulic Analyses SUBTOTAL= Task lc. Preliminary Design/Cost Est. SUBTOTAL: Task 2. Trail Improvements SUBTOTAL= Task 3 - S&DRP SUBTOTAL= "HARZA TOTALS $14,170 $~,400 $1~310 ESA TOTALS $2,950 $2,940 $7,350 TOTALS TASKS 1 - 3 = ~ Task 4 - Optional Services SUBTOTAL= ~ TOTALS TASK 4 = TOTALS TASKS 1 - 4 = ~. TOTAL PHASE I ESTIMATE= ~ Notes: 1)Phase II.estimate will be provided when Scope is defined. 2)This estimate includes $5,000 for surveying services. PALOALTO.XLS 12/18/96 I L,~.,’’+ B 04/01/97 I AFFIRMATIVE ACTION PROGRAM SUMMARY OF PROGRESS OF 1995 AFFIRMATIVE ACTION PROGRAM The Human Resources Manager conducted a review of the Company’s workforce to monitor progress toward adequate representation of minorities and women in all job groups. While there remain some job groups underutfllr.ed in our workforce, the Company’s affirmative action effort has resulted in parity in a majority of our job groups. The Company’s workforce statistics for the period January 1, 1995 through December 31, 1995 are as follows: Total number of employees Percent Women employees Percent Minority employees 383 20.1 29.5 Harza Engineering Company in 1995 set an affirmative action goal of adding seventeen women in the Management Category. Although our goal in the Management Category was not reached as of December 31, 1995, progress was made toward this goal by hiring 8 women into the Professionals Category. In the future, any employees promoted into the Management Category will come from the Professionals Category. Harza ~ngineering Company continued to progress toward increasing the number of women in our workforee during this annual reporting period. In the Professionals Category, the Company hired twenty new employees during the period of which forty percent were women. In our Technicians and Drafters Category, we set an affirmative action goal of adding four minorities and five women. As a result of corporate downsizlng, no new employees were hired into this category. Although twenty-four employees were terminated, less than thirty percent were female and less than twenty-orie percent were minorities. We will continue to work with local organizations and schools as a part of our strong commitment to hire qualified female and minority candidates. It is also the Company’s policy to encourage and support professional development for all employees, with female and minority staff members given fair and equal consideration for all promotions and development opportunities. Overall in 1995, the Company achieved positive progress toward increasing the number of women and minorities in our workforce. The following is a summary of hires, rehires, terminations, promotions, transfers, and applicants by job category for women and minorities for the 1995 annual reporting period: EEO 1 Management 1. Hires 2. Rehires 3. Terminations 4. Promotions 5. Transfers 6. Applicants EEO 2 Professionals 1. Hires 2. Rehlres 3. Terminations 4. Promotions 5. Transfers 6. Applicants EEO 3 Technicians & Drafters 1.Hires 2.Rehires 3.Terminations ’ .4.Promotions 5.Transfers 6.Applicants EEO 1. 2. 3. 4. 5. 6. 5 Office & Clerical Hires Rehires Termination .............. Promotions Transfers Applicants Total in Job Total Percent Total Percent Category Female Female Minority Minori.ty ¯7 1 14.2 49 11 22.4 25 1 4.0 7 28.0 24 7 29.1 11 2 18.2 20 8 40.0 5 25.0 2 1 50.0 1 50.0 48 11 22.9 13 27.0 26 4 15.3 5 19.2 13 3 23.0 4 30.7 88 40 45.5 22 25.0 3 - 24 7 3 2 6 4 29.1 5 20.8 66.6 1 33.3 66.6 3 .50.0 18 12 66.6 9 4 44.4 38 28 73.6 1 - 27 24 88.8 41 31 75.6 tl 61.1 5 55.5 2!55.2 I1 40.7 24 58.5 ~OLlClE~ AAPLAN AAPLAN.~-4- INTERNAL DISSEMINATION Harza Engineering Company’s policy on equal employment opportunity is disseminated internally in the following manner: 1.It is included in the Company’s Employment Guidelines. It is published in the Company’s newsletter, annual report, and in other media. Special meetings are conducted with management and supervisory personnel to explain the intent of the policy and the individual responsibilities required for effective implementation. Special meetings are conducted with all other employees to discuss the policy and explain individual employee responsibilities to the principle of equal employment opportunity. 5.It is discussed thoroughly during employee orientation. 6.It is posted on Company bulletin boards. When employees are featured in Company publications, both minority and non-minority, men and women are pictured. Employees are advised of the existence of the Company’s Affirmative Action Program and such dements of the program that will enable them to avail themselves of its benefits. EXTERNAL DISSEMINATION I-Iarza Engineering Company’s policy on equal employment opportunity is .disseminated externally in the following manner: All recruitment sources are informed verbally and in writing of the Company’s policy and are requested to actively recruit and refer minorities and women for all positions listed. The equal employment opportunity clause is incorporated in all purchase orders and contracts covered by Executive Order 11246, as amended, and its implementing regulations. Prospective employees are informed, of the existence of the Company’s Affirmative Action Program and such elements thereof that will enable them to avail themselves of its benefits. When employees are featured in help wanted advertising, both minority and non-minority, men and women are pictured. o Appropriate minority and women’s organizations, community agencies, community leaders, secondary schools, and colleges are notified of the Company’s policy in writing. t Written notification of the Company’s policy is sent to all subcontractors, vendors, and suppliers requesting ~ppropriate action on their part. All openings for. jobs are listed with the State Employment Service. 8.The equal employment opportunity clause is incorporated in all employment advertising. The federally required EEO poster is prominently displayed where applications are accepted. The employment application reiterates this information. RESPONSIBILITY’ FOR iMPLEMENTATION President and Chief Executive Officer, Responsibilities of the President and Chief Executive Officer include, but are not limited to: 1.Establish the Company’s Affirmative Action Program. Review and approve annual goals and time tables and establish plans for attainment of these goals. 3.Periodically review progress .relating to the achievement of Company goals. 4.Discuss Equal Employment Opportunity at meetings with management. ! ! ]. B.Equal Employment Opportunity/Affirmative Action Director. Accountability for implementation of the affirmative action program rests with Paul T. Lambert, EEO/Affirmative Action Director, and Jennifer A. Kohl, Human Resources Manager. Responsibilities of the EEO/Affirmative Action Director include; but are not necessarily limited to: Prepare; the Affirmative Action Program, associated policy statements, and internal and external techniques for eommunleation. 2.Identify equal employment opportunity problem areas. Assist management in arranging solutions to equal employment opportunity problems. ]K)LICIBS AAPLAN AAI’LAN.96 -7- Implement and maintain audit and reporting systems that will: Measure the effectiveness of the Company’s Affirmative Action Program, Indicate need for remedial action, and Determine the degree to which the Company’s goals and objectives are attained. ! Serve as liaison between the Company and local and minority organizations, women’s organizations, and community action groups concerned with employment opportunities of minorities and women. Keep management informed of the latest developments in the entire equal employment opportunity area. ’10. Serve as liaison between the Company and enforcement agencies. Conduct periodic audits of training programs and hiring and promotion patterns to remove impediments to the attainment of the Company’s goals and objectives. Conduct regular discussions with supervisors and employees to be certain the Company’s equal employment opportunity policies are being followed. Conduct periodic audits to ensure that the Company is in compliance in the following areas: The EEO policy statement and the required posters are properly displayed in areas visible to applicants and employees. All facilities maintained for the use and benefit of its employees are desegregated both in policy and in use. -8- 11. c.Minority and female employees are afforded a full opportunity and encouraged to partleipate in all Company sponsored educational, training, recreational, and social activities. Assist in creating an understanding with Department Heads that one criteria used to evaluate their work performance is their equal employment opportunity efforts and results. 12.Ensure Department Heads,are informed and held accountable for their responsibili- ty to provide a workplace free of harassment. C.Department Heads. ¯ Responsibilities of the Department Heads include, but are not limited to: Assist in the identification of equal employment opportunity problem areas and in the establishment of departmental goals and objectives. Review the qualifications of departmental employees to ensure that minorities and women are given full opportunity for transfers and promotions. 3.Provide career counseling for all employe.es. JOB CATEGORIES All positions within the Company are placed into one of the following Job Categories corresponding to the categories on the federal EEO-1 form: ~0308 I)OI.~CIE~ AAPLAN AAPLAN.96 -9- Management, (EEO 1) These positions require professional personnel who set broad policies, exercise overall responsibility for execution of Company policies, and direct individual departments or special phases of the Company’s operations. Professionals (EEO 2) These positions require a college or university technical degree in an appropriate diselpline from an accredited institution. Technicians and Drafters (EEO 3) These positions require a combination of basic seientlfic knowledge and manual skills which can be obtained through approximately 2 years of post high school education, as is offered in many technical institutes and junior colleges, or through equivalent on-the-job training. Office and Clerical (EEO 5) Includes all administrative and clerical type work regardless of level of difficulty, where the aetMties are predominantly not manual, though some manual work is included. JOB GROUPS All personnel are classified into one of the following Job Groups for this program. The Job Groups correspond to the Job Categories on the federal EEO-1 form, and personnel placement is in accordance with the instructions for that form. -10- Job Category_ . EEO 1 Management EEO 2 Professionals EEO 3 Technicians & Drafters EEO 5 Office & Clerical Job Group Officers (EN9, EN8, FE8) Associates (EN0, FE0) Senior Engineers (EN7, FE7, EN6, FE6, EN5, FE5) Engineers (EN4, FEA, EN3, FE3) Junior Engineers (EN2, FE2, EN1, FE1) Administrative Supervisor (AD1) Administrative Professional (AD2) Technicians (ET5, FT5, ET4, FT4, ET3, FT3, ~a’2, zr2, Ea:l, Senior Drafters (DAD, DAC) Junior Drafters (DAB, DAA) Technical Assistants (ATO, FTO) Clerical Production (AD3) Office Support (AD4) Job descriptions for our technical positions are modeled after those of the American Society of Civil Engineers and the National Society of Professional Engineers, where appropriate, and are as follows: Job Group Professional Experience Requirement Exp_~rienee EN1, FE1 Engineer entering profession with BS degree or equivalent EN2, FE2 Grade 1 + 1 year minimum experience or Engineer entering profession with M.S. degree EN3, FE3.Grade 2 + 2 years minimum experience, or Registration (Licensed Engineer), or Engineer entering profession witl~ PhD. EN4, FE4 EN5, FE5 EN6, FE6 EN7, FE7, Registration as a Licensed Registration as a Licensed Registration as a Licensed Registration as a Licensed Registration as a Licensed Engineer Engineer Engineer Engineer Engineer 0 - 2 years Over 1 year Over 3 years Over 4 years Over 6 years Over 10 years Over 15 years Over 15 years --Active Employees The following is a summary of our active employees as of December 31, 1995. ¯ Job Category. Employees M F EEO 1 Management 200 12 EEO 2 Professionals 65 23 EEO 3 Technicians & Drafters EEO 5 Office & Clerical Total Percent of Total Asian ~M F M F 38 2 8 11 5 5 1 American Total Blac._...~k Indian Minori_~ M F M F 49 22 27 11 8 1 3 3 2 17 .,14 4! 2 5 4 5 1 8’ 306 77 59 13 20 9 4 8 20.1 25 113 29.5 Hires The following is a s.ummary of our 1995 hiring activities during the reporting period. American Job Cateogogogogogogogogog_0~Employees .Asian Hispanic Black Indian M F MF M F MF M F 8 - 12 8 1 1 3 EEO 1 Management EEO 2 Professionals EEO 3 Technicians & Drafters EEO 5 Office & Clerical Total Percent of Total 6 12 26 20 43.4 1 5 -1 1 3 2 6 3 1 1 3 Total Minority. 11 16 34.7