Loading...
HomeMy WebLinkAbout1997-04-28 City Council (14)4City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER UTILITIES DEPARTMENT: AGENDA DATE: April 28, 1997 CMR:220:97 SUBJECT:Approval of Sole Source Consultant Services Contract with Talavera & Richardson for Updating the Sewer System Planner (SSP) Hydraulic Modeling Software with New Flow Rates. REQUEST This is a ~request for approval of a Contract with Talavera & Richardson in the amount of $33,280 to update the Sewer System Planner (SSP) hydraulic modeling software. RECOMMENDATIONS Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract, Exhibit A, with Talavera & Richardson in the amount of $33,280 for updating the Sewer System Planner (SSP) hydraulic modeling software with new flow rates. POLICY IMPLICATIONS The approval of this contract is consistent with existing policies. EXE~ARY The Utilities Wastewater group is currently using the Sewer System Planner (SSP) to maintain the City of Palo Alto’s wastewater collection system and to perform hydraulic modeling. Recently, flow monitoring of 7 manholes was performed, to obtain current rainfall-dependent infiltration/inflow (RDI/I) rates. This data is needed for current and future designs. Talavera & Richardson proposes to analyze five weeks of flow and rainfall.data. The results of this analysis will provide information for revising the RDI/I CMR=220:97 Page 1 of 9_ rates developed as part of the City’s 1988 Sewer Master Plan. The revised rates then will be used to update the SSP hydraulic model, and to check and update projected peak flows, capacity constraints, and relief pipe requirementsfor a current ClP project. design. The results of this analysis will also be used to perform a limited update of the City’s 1988 Sewer Master Plan. SSP was created by Camp Dresser & McKee (CDM) in 1988. CDM no longer markets nor supports the SSP software. Talavera and Richardson (T&R) developed this software package when they were employed by CDM. They have since formed their own consulting firm. T&R submitted an estimated cost of $33,280 to perform the analysis of the flow and rainfall data and to provide a limited update of the City’s Sewer Master Plan. The scope of service required for this contract is very specialized. Therefore, staff is requesting the approval to sole source this contract to Talavera & Richardson. The expected length of the contract will be three months after the notice to proceed is issued. FISCAL IMPACT Funds for this project are included in the FY 1996-97 Capital Improvement Program budget for Wastewater Collection System RehabilitationlAugmentation. ENVIRONMENTAL ASSESSMENT Approval of this contract does not constitute a project under Califomia Environmental Quality Act (CEQA); therefore, no Environmental Assessment is required. ATTACHMENTS_ Exhibit A: Agreement PREPARED BY:SILVIA SANTOS, EDWARD WU, and ROGER CWIAK EDWA=.,~ J. M .IZ~[-~~’ Direct~of Utilities-- CI~ MANAGER APPROVAL:~; EM ARR SON Assistant Ci~ Manager CI~R=220:97 Page 2 of 2 To: From: Request for Sole Source IVI O RAN DU (Purchases in excess of $5,000) Contract Administration Ken Haskins, Manager Utilities .Engineering/WGW |DepartmentlDivision) Edward Wu, Senior Engineer (Requestor) Sole Source Request For the Purchase of: ~Jpdating the ~ewer System Planner .(SSP) Hydraulic Modeling Software with new flow rates. Requested Supplier/Vendor: Talav~ra & RichardsoQ Address: 3236 21st Street. San Francisco. CA. 94431 Contact: David Richardson .Phone 41-5-648-9486 PEID #Cost Purchase Requisition # JUSTIFICATION: The following sole source justification has been written accordingto 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 Woducts/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 The Utilities Wastewat~erGroupis_currently using the Sewer System Planner or :SSP .(previously known as the Sewer Network Analysis Program or SNAP) to maintain the Palo Alton.s wastewater collection sy_~tem and for hydraulic modeling, This software was develo.oed b.v Camp Dresser & McKee (CDM) in 1989, The ~taff needs_to update the SSP to incor~dated flow data in the t.orm of infiltration/inflow (RDI/I) rates. The results of this analysis will be used to perform a limited update of the City’s Sewer Master Plan, Staff has requested a ]3LLo&.e from Talavera & Richardson (T&R}. Talavera and Ricl~ardson dev~ .SSPsoftwar~p.ackage when they were employed byCDM. They have sinq.~ .formed their own consulting firm. CDM no longer markets or supports the SSP software. T&R responded-with an estimated cost of thirty-three thousand, two ,- _ .i :’,, -- .ollars ($33,280.) See attached Exhibit"A" fo~ breakdown of the cost, The sco.~_p,_of service r .- ’ - ~ - ._" ".’- _-" ~,thestaffis.r .e_guestingtheapprov-- _ _-.-_.- -- -:- .-"-’ i. Talaver=a & Richardson. The expected length of ¢ontract will be 3 mo.nths ~ t, be notice to pro~,~ Continued (Page Attached) Depart ment Approval: Requesting Division Head/SupervisorApproval of DePartment Head-. .~ ~~~~( . Purchasing Approvals:/ Buyer .J’~-/Z’# Y---//~z,f " Date’.~/~’/~2 .~ Manager Contract Administration ~v Date: Date:~ Date:~ City Manager Approval: Date: (Required Over $5,000) Sole Source Decisions: Attachment to PA-158 (Purchasing Manual - Rev.12/94)Page 2 Talave a Environmental Engineering February 24, 1996 3236 21st Street San Francisco, CA 94131 (415) 648-9486 Comt)ttter Consulting Edward Wu City of Palo Alto 250 Hamilton Ave Palo Alto, CA 94301 Dear Mr. Wu: This letter has been prepared to address the City of Palo. Alto’s desire to perform a limited update of the City’s 1988 Sewer Master Plan as it relates to the area tributary to the Amarillo Avenue project (CIP projects 3 & 4). Included is a brief description of the data required and the tasks needed to update the Master Plan. A table showing.associated cost is also attached. Project Summary Talavcra & Richardson proposes to analyze flow"and rainfall data for a maxim~m~ of seven flow meters and two rain gauges. The iesults of this analysis will provide information for revising the rainfall dependent infiltration/inflow (RDIfl) rates developed as pan of the City’s 1988 Sewer Master Plan. The revised rates then will be used .to update the SNAP hydraulic model, and to determine projected peak flows, capacity constraints, and relief pipe requirements. " Data Required As a prerequisite for revising RDI/I rates, sewer flow and rainfall data must be collected.. The following sections describe the flow monitoring and rainfall data collection tasks. Fiow Monitoring Flow monitoring for the area tributary to the Amarillo Avenue projects (CIP projects 3 & 4) will begin as soon as. possible and will continue for a minimum of three weeks. At the end of the three week metering period, flow and rainfall data review to determine ff additional metering is necessary (metering maybe extended up to six weeks). Flow data will be provided as average hourly flow (mgd) in an ASCII text file or acceptable spreadsheet format. A total Of Seven flow meters will be installed throughout the Cityas follows: .. 1.MH 30-2-3 18" Diameter 2,.MH 38-3-8 15" Diametei: 3.MH 38-1-3 12" Diameter 4.MH 28-6-13 18" Diameter 5.MH 28-6-12 27" Diameter 6.MH 29-2-7 27" Diameter 7..MH 21-5-1 36" Diameter Note that meters will be installed in the manhole’s outlet pipe. Rainf~tll Data Collection T~vo rain gauges will be installed for the duration of the flow metering. Rainfall data will be provided as total hourly rainfall (in) in an ASCII text file or acceptable spreadsheet format. These rain gauges will be located as follows: 1.On or near the Stauford University Campus 2.At the treatment plant ¯ Flow Analysis Tastes Talavera & Richardson has identified the follo~ving tasks necessary in order to update the hydraulic model’s RDI/I rates, update and run the SNAP model, and revise the capital improvement projects. Task .1 - Flow Review All flow data will be reviewed for all meters. All significant wet weather event will be ranked usingflowing ¯ criteria: o Quality of flow data (including flow balancing of.upstream meters) ¯Quality of rainfall.data -Level of surcharging ¯" Rainfall reborn period The top two wet weather events captured during the flow metering period will be selected for flow analysis. This analysis will determine base wastewater flow (BWF..), grotmdwater infiltration (GWI) rates~and rainfall depend~nt infiltratiordinflow (RDITI) rates for all~subareas within the Amarillo Avenue tributary area¯ Task 2- BWF & GWI Analysis A dry weather period will be selected for each meter. These dry weather flows will be used to determine average base wastewater flow (ABWF), peakbase wastewater flow (PBWF), and to isolate RDI/I flows. Metered ABWF and GWI will be compared to the those predicted in the 1988 Master Plan. (Preliminary analysis has suggested that ABWF andGW’l will compare favorably.) The peaking factor (the ratio of ABWF to PBWF) will be plotted against the ABWF and compared to the peaking factor curves (Figure 4,1) used in the 1988 Master.Plan, The City will determine if the peaking curve used in SNAP needs to be revised. Task 3 - Rainfall Analysis Rainfall data will be analy~ed for all signitieant events. Return peried.will be computed for the t~vo selected events. Composite design storms for both a 5 and a 20 year return period will be developed based on rainfall. intensity charts. Task 4 - RDI/I Analysis .-. ¯ The selected events will be decomposed (a process of isolating the RDI/I hy&ograph froni the tbtal metered fl0w). and characterized (a progess of developing times to peak and recession constants for each of the three RDI/I flow components). The decomposition process will determine the shape of the hydr0graph and theRD//I volume as a percent of rainfall volume (Rt) and the peak RDFI rate for each meter. These values wilt be compared to the peak RDI/I rates curves (Figure 4-3) used in the 1988 Master Plan.. The characterization process will produce a synthetic hydrograph that closely matches’the metered hydro~aph using three tfiangulareomponents..Each triangular component is based on an R (KDI/I volume), T (time to peak), and K (recession constant) value. These R, T, and K characteristics will then be applied to synthetic 5 and 20 year desig9 events to produce simulated hydro~aphs. The peak RDI/I rates will be determined from the simulated hydrographs. The results of the RDI/I analysis from these two methods will be presented to the City and RDI/I rates will be revised as needed. 5 - Modeling RDI/I rates will be updated in the SNAP model. Existing and fi~lure model runs will bc made for the area tributary to Amarillo Avenue project for the 5 a.nd 20 year design storm. 6 - Capital Improvement Program Update An updated table containing all capital improvement projects within the tributary area will be generated. This table will use rite 1988 Master Plan criteria to determine the extent and the recommended relief size for each project. 7 - Technical Memorandum A technical memo describing in detail the analysis and conclusions of each flow analysis task will be written. FLOW ANALYSIS TASK Task 1 - FI0w Review Task 2 - BWF & GWI Analysis Task 3 - Rainfall Analysis Task 4 - RDI/I Analysis Task 5.- Modeling Task 6 - CIP Update Task 7 - Technical Memo ¯Meetings TOTALS Hours Cost 40 $3,200. 40 $3,200 24 . $1,920 .120 $9,600 80 $6,400 40 $3,200 40 $3,200 32 $2,560 416 $33,280 Please contact me ffyou have any questions or comments or would like further information. Sincerely, David K. Richardson, P.E. CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND. TALAVERA & RICHARDSON FOR PROFESSIONAL SERVICES EXHIBIT A 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 TALAVERA & RICHARDSON, ~a California partnership, located at 3236 21st Street, San Francisco, CA 94431 ("CONTRACTOR"). RECITALS : WHEREAS, CITY desires certain professional services ("Services"), as more fully described in Exhibit "A"; and" WHEREAS, CITY. desires to engage CONTRACTOR, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing such Services, and CONTRACTOR has offered to provide the Services on the terms and in the manner set forth herefn; NOW, THEREFORE, in considerition of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION i. "TERM ¯ 1.1 This Contract will commence-on the date .~of its- execution by CITY. " The obligation of CONTRACTOR toperform the Services will commence~in accordance with the time schedule set forth in Exhibit "A". Time is of the essence of this Contract.. In the event that the Services are not completed within the specified time schedule on account of CONTRACTOR’s default, 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 CONTRACTOR. SECTION 2. QUALIFICATIONS, STATUS, AND DUTIES OF CONTRACTO__~ -2.1 CONTRACTOR represents and warrants that it~ has the ~~and’~rofessionalqualificati0ns to furnish or cause to be furnished the Services. CONTRACTOR further represents and .warrants that the project director and every individual charged with the perfo’rmance of the Services under this Contract are d~ly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services. 2.2 In reliance on the representation and warranty set forth -in Section 2.1, CITY hires CONTRACTOR to’ perform, and CONTRACTOR covenants and agrees that it will furnish or cause to be furnished, the Services.. 970324 syn 0071163 2.3 cONTRACTOR will assign ROBERT TALAVERA as :the project director to have supervisory responsibility for the performance, progress, and execution of the Services. If circumstances~or conditions subsequent to the execution of this Contract cause the substitution of the project director for any reason, the appointment of.a substitute project director will be subject to the prior written approval of the project manager. 2.4 CONTRACTOR represents and warrants that it will: 2.4.1 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 Services; 2.4.2 Keep itself fully informed of all existing~and future Federal, StaGe of California, and local laws, ordinances~ regulations, orders, and decrees which may affect those engaged or employed under this Contract~ any materials used in CONTRACTOR’s performance under this Contract, or the performance of the Services; 2.4.3 At all times observe andcomply with, and cause its employees and contractors (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 2.4.4 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 any plans, drawings, specifications or provisions of this Contract. 2.5 Any reports, information, data or other material given to, or prepared or assembled by, CONTRACTOR or its contractors, if any, under this Contract will become the property of .CITY and will not be made available to any individual or organization byCONTRACTOR or its contractors, if any, without the prior written approval of the city manager. 2.6 CONTRACTOR will provide CITY with five (5) copies ofthe final report, if any, which may be required under this Contract, upon completion and acceptance of each report by CITY. 2.7 If CITY requests additional copies of reports, drawings, specifications or any other material which CONTRACTOR is required to furnish in limited quantities in the performance of the Services, CONTRACTOR will.provide such additional copies and CITY will compensate CONTRA~TOR for its duplication costs. 2.8 CONTRACTOR will be responsible for employing or engaging, all persons necessary~to perform the Services. All contractors of CONTRACTOR will be deemed to be directly controlled and supervised by CONTRACTOR, which will be responsible.for their performance. If any employee or contractor of CONTRACTOR fails or 970324 syn 0071 i63 ¯ . performance. If any employee or contractor of CONTRACTOR 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 contractor will be discharged immediately, from further performance under this Contract on demand of the project manager. SECTION 3.DUTIES OF CITY 3.1 CITY will furnish or cause to be furnished the specified services set forth in Exhibit !~A" and such other information regarding its requirements as may be reasonably requested by CONTRACTOR. 3.2 The city manager will represent CITY for .al! purposes under this Contract. ED WU is designated as the project manager for the city manager. The project managerwill supervise the performance, progress, and execution of the Services, and will be assisted by SILVIA SANTOS, the project engineer. 3.3 If CITY observes or otherwise becomes aware of any default in the performance of CONTRACTOR, CITY will use reasonable efforts to give written notice thereof to CONTRACTOR in a timely manner. ¯ SECTION 4 COMPENSATION 4.1 In consideration of the full performance of the Services by CONTRACTOR, CITY will pay CONTRACTOR a total sum not to exceed thirty-three thousand two hundred eighty dollars ($33,280)~ payable within ’ thirty (30) days of submission by CONTRACTOR of its itemized billings, in triplicate, inaccordance with the following fee schedule set forth in Exhibit."B". ~ SECTION 5., AUDITS 5.1 CONTRACTOR will permit CITY to ~audit, at any. reasonable time during the term of this Contract and for three (3) years thereafter, CONTRACTOR’s records pertaining to matters covered by this Contract. CONTRACTOR further agrees to.maintain and retain such records for at least three (3) years after .the expiration or earlier termination of this Contract. SECTION 6. INDEMNITY 6.1 CONTRACTOR 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 CONTRACTOR’s, its officers’, agents’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONTRACTOR in the performance of or failure to perform its obligations under this Contract. 3 970324 syn 0071163 "~ SECTION 7 WAIVERS 7.1 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 other term, covenant, condition, provisions, ordinance or law, or of .any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. The subsequent acceptance by either ¯ party of any fee or other money which may become due hereunder willnot be deemed to be a waiver of any preceding breach or violation by the other party of any term, covenant, condition or provision of this Contract or of any~applicable law or ordinance. 7.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights Under this Contract. SECTION 8. INSURANCE 8.1 CONTRACTOR, 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 only CONTRACTOR.and its contractors, if any, but also, with the exception of workers’ compensation, employer’s liability, and professional liabilityinsurance, naming CITY as an additional insured concerning CONTRACTOR’s performance under this Contract. 8.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Ratinq Guid~.ra~ings.of ~A:Xor higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONTRACTOR 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. 8.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval~ of CITY’S ~risk manager and will contain an endorsement stating that ~the insurance is primary coverage and will not be canceled or altered~by the insurer except after filing with 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~the term of this Contract with the city clerk. 8.4 The procuring of such required policy orpolicies of insurance will not be construed to limit CONTRACTOR’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, 970324 syn 0071163 CONTRACTOR 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 91 WORKERS’ COMPENSATION 9.1 CONTRACTOR, 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 Services. SECTION~ I0. SERVICES TERMINATION OR SUSPENSION OF CONTRACT OR i0.i The city manager may suspend the performance of the ~Services, in whole or in part, ~or terminate this Contract, with or without-cause, by giving thirty (30) days’ prior written notice thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR will immediately discontinue its performance of the Services. -i0.2 CONTRACTOR may terminate this Contract or .suspend its performance of the Servicesby 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 orwithdraws its request forthe initiation or continuation of the Services to be performed.. 10.3 Upon such suspension or termination byCITY, CONTRACTOR will be paid for the Services actually rendered to CITY on or before the effective date of~ suspension or termination; provided, however, if this Contract is suspended or terminated on account of a default by CONTRACTOR, CITY.will be obligated to Compensate CONTRACTOR only for. that-portion of the Services which are of direct and immediate benefit to CITY, as such determination may be made by the city ~manageracting in the reasonable exercise of her discretion~ 10.4 Upon such suspension or termination, CONTRACTOR will deliver to the city manager immediately any and all. copies .of studies, sketches,.drawings, computations, and other data, whether or not completed, prepared by CONTRACTOR or its contractors, if any, or given to CONTRACTOR or its contractors, if any, in .connection with this Contract. Such materials will become the property of CITY. 10.5 The failure of CITY to agree with CONTRACTOR~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 CONTRACTOR to fulfill it~ 9bligations under this Contract. 97032~. ~,,’n 0071163 SECTION Ii.ASSIGNMENT ii.i This¯ Contract is for the personal services of CONTRACTOR, therefore, CONTRACTOR 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 c0nsent to one assignment will not be deemed to be a- consent to any subsequent assignment. Any assignment made without the approval of the city manager willbe void and, at the option of .the city manager., this Contract may be terminated. ThisContract will not be assignable by operation of law. SECTION 12. NOTICES 12.1 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 CONTRACTOR: Attention of the project director at the address of CONTRACTOR recited above SECTION 13. CONFLICT OF INTEREST 13.l.In accepting this Contract, CONTRACTOR 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. 13.2 CONTRACTOR further .covenants that, in the~ performance of this Contract, it will not employ any contractor or .person having such an interest. CONTRACTOR certifies that no person 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 ofCalifornia.~ - SECTION 14.NONDISCRIMINATION 14.1 As set forth in the Palo Alto Municipal~ Code, no discrimination will be made 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 that person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONTRACTOR 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". .. 970324 syn 0071163 6 14.2 CONTRACTOR agrees that each contract for services with an independent provider will contain a provision substantially as follows: "[Name of Provider] will provide CONTRACTOR with a certificate stating that. [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; that[Name of Provider] .will pursue an affirmative course of action as required by the Affirmative Action 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." 14.3 If CONTRACTOR ¯ 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 orde~ in the performance of this Contract, it will be in default of-this Contract. ~Thereupon; CITY will havethe power to cancel or suspend this Contract, inwhole.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. acts of 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. 14.4~If CONTRACTOR is .in default of the nondiscrimination provisions of this Contract. or the Affirmative Action .Guidelines pertaining to this Contract, CONTRACTOR 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 CONTRACTOR the sum of two hundred fiftY dollars ($250) for eachcalendar dayduring which CONTRACTOR is not in compliance with this provision as damages for bre~ch of contract, or both. SECTION 15. MISCELLANEOUS PROVISIONS 15~.I-CONTRACTOR~ represents and warrants that it has knowledge of the requirements of the 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. CONTRACTOR will comply with or ensure by its advice that compliance with such provisionswill be effected in the performance of this Contract. 15.2 This Contract will be governed by the laws of the State of California,-excluding its conflicts of law.’ 970.324 syn 0071.163 7 15.3 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, 15.4 The prevailing party in any action brought to enforce the provisions of this Contract may recover its reasonable costs and attorneys~,~fees expended in connection with that action. 15.5 This document represents the entire and integrated agreement between the parties and supersedes all prior negotia- tions, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 15.6 All provisions of this Contract,-.whether covenants or conditions, will be deemed to be both covenants and conditions. 15.7 The. covenants, terms, conditions and~provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and contractors, as the case may be,-of the parties.~ 15.8 If a court of competent jurisdiction finds or rules thatany 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. 15.9 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. 15.10 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. 15.11This 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’withou£ 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 onlyappropriated for a portion of the. fiscal year and ’funds ~ for this. Contract. are no longer ~available. This Section 15.11 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. 970324 syn 0071163 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 Assistant City Manager Director of Utilities TALAVERA & RICHARDSON Its: Taxpayer’s I.D. No. 94-39.13413 Deputy City Manager, Administrative Services Risk Manager Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF SERVICES ANDTIME SCHEDULE FEE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 9 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § i189) STATE OF )) ss. COUNTY OF ) On ,1997, before me,, a Notary Public in and for said County and State,. personally appeared , 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 instrumen.t. WITNESS my hand and official seal. Signature of Notary Public I0 970324 ~/n 0071163 ’~ " Exhibit A Scope of Services Flow Analysis Tasks Talavera & Richardson has identified the tbllowing tasks necessary in order to update the hydraulic model’s RDI!I rates, update and run the SNAP model, and.revise the capital improvement projects. Task 1 .- Flow Review All flow data will be reviewed for all meters, All significant wet weather event will be ranked using flowing criteria: Quality oirflow data (includiug flowbalancing of upstream meters) Quality ofralnfall data Level ofsurcharging Rainfall return period The top two wet weather eventscaptured during the flow meteringperiod will be selected for flow analysis. This analysis will determine base wastewater flow (BWF). groundwater infiltration ~GWI) rates, and rainfall dependent infikratiordinflow (KDI/I) rates for all subareas within the Amarillo Avenue tributary area. Task 2 ~ BWF & GWI Analysis A dry weather period will be selected for each meter. These dry weather flows¯ will be tlsed io determine average- base wastcwater flow (ABWF), peak base wastewater flow (PBWF), and m isolate RDi/lflo~s.~. Metered ABWF and.GWl willbe compared to the those predicted in the ! 988 Master Plan. (Preliminary analysis has suggested that ABWF andGWl will compare favorably.) Th~ peaking factor (the ratio ofABWF t.o PBWF) will be plotted against the ABWF and compared to the peaking factor curves (Figure 4-1) used in the 1988 Master Plan. The City will determine lithe peaking curve used in SNAP needs to be revised. Task 3 - Rain fall Analysis Rainfall data will be analyzed for all significant events. Return period will be computed for the t~vo selected events. Composite design storms for both a 5 and a 20 year return period will be developed based on rainfall intensity charL’~. Task 4 - RDI/I Analysis ,. The selected events will be decomposed (a process of isolating the ROl/l hydrograph from the total metered flow) and characterized (a process of developing times to peak and.recession constants for each of the three RDUI flow components). The decomposition process Will determine the shape of the hydrograph and the RDLq volume as a percent o~ralnfall volume (RQ ~d the peak RDI/! rate for each meter. These values will be compared to the peak RDI/!.~tes ~urves (Figure 4-3) used in the 1988 Master Plan. The chm’acterization process will produce a s3mthetic h)’drograph that ctosely matches the metered hydrognsph using three ~a.ngular components. Each triangular component is based on an R (RD[/I volume), T (time to peak), ~nd K ¯ (recession constant) value. These R,T, and K characteristics will then be applied to s~theti¢ ~ and 20 ),ear de.signevents to produce simulated hydrograpEs. The peek RD|/I rateswill be determined from the simulated h),dro~aphs. The results of the RDi/! anal~sis from these ~o methods will be pre~ented to the Cit~ and RD~q ra~e~ ~ill be zevised ¯ ~ needed. 5- Modeling RDi/I rates will be updated in the SHAP model. Existing and future model runs will be made for the area tributary to Amarillo Avenue project for the ~ and 20 year design storm. 6 - Capital Improvement Program Update An updated table containing all capital improvement projects within the tributary area will be generated. This table will use the ! 988 Master ,Plan criteria to determine the extent and the recommended relier’size for each projecz. 7 o Report A report describing in detail the analysis andconclusions of each flow analysis task ~vill be ~itxen. Exhibit B Fee Schedule FLOW ANALYSIS TASK Task | - Flow Review Task 2 - BWF & GWI Analysis Task 3 : Rainfall Analysis Task 4 - RDI/i Analysis Ta~k 5 - Modeling Task 6 - CIP Update - Task 7 - Technical Memo Meetin[[s TOTALS Hours Cost 40 ¯ $3,200. 40 $3,200 24 $1,920 12O $9,600 80 $6,400 40 $3,200 40 $3,200 32 $2,560 416 $33,280 Exhibit "C" ItflS CERIIFICAIE IS [5SUED~$-~-MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS C~T~CATEj DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE ~FORDED BY THE ~ POUCIES BELOW. C~IES AFF~D~G COV~AGE EXHIBIT "D" CERTI FICATION of NONDISCRIMINATION SECTION 410 .Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certifies that they do not discriminate in employment with regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment; and that they agree to demonstrate positively and aggressively the principle of equal opportunity in employment. The Bidder agrees specifically: 1.0 To establish or observe employment policies opportunities for minority persons at all job levels. which affirmatively promote 2.0 To-communicate this policy to all persons concerned, including all employees, outside recruiting services, ~specially those serving minority communities, and to the minority communities at large. 3.0 To’take affirmative action steps to hire minority employees within the organization. 4.0 To be knowledgeable of the local, state,¯ and federal laws and regulations concerning affirmative action policies and provide opportunities for employees.¯_../Firm: ] ~ /n Signature - ..... . .. - ’ Please Include any additional information available regarding equal opportunity employment programs now in effect within your company. (Please attach additional pages If necessary) CITY of PALO ALTO: Non-discrimination (6/94) END OF SECTION SECTION 410~1