HomeMy WebLinkAbout1996-05-28 City Council (16)City of Palo Alto
City Manager’s Report
6
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: Public Works
AGENDA DATE: May 28, 1996 CMR:278:96
SUBJECT:Approval of an Agreement with CH2M Hill Inc. in Partnership with
Kennedy Jenks Consultants for Consultant Services to Prepare a
Solids Facility Plan for the Regional Water Quality Control Plant
REQI~ST
This report requests that Council approve an agreement with CH2M Hill Inc., in partnership
with Kennedy Jenks Consultants, in the amount of $400,000 for consultant services to prepare
the Solids Facility Plan for the Regional Water Quality Control Plant (RWQCP).
RECOMMENDATIONS
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached agreement (Attachment C)
with CH2M Hill Inc. in Partnership with Kennedy Jenks Consultants in the amount of
$400,000 for consultant services to prepare a Solids Facility Plan for the RWQCP.
Authorize the City Manager or her designee to negotiate and execute amendments for
services related to or incidental to the scope of work or services, the total value of
which amendments shall not exceed $25,000.
POLICY IMPLICATIONS
The Solids Facility Plan will lead to a major equipment replacement project that has no new
policy implications.
EXECUTIVE SUMMARY
The RWQCP removes the floating and submersible solids from the wastewater. The removed
solids are treated and properly prepared at the RWQCP prior to fmal disposal. The fmal
treatment for the removed solids is by means of incineration. The ash from the incineration
process is a high quality Class A product currently sold for beneficial reuse.
The incinerators were built in 1969 and have operated continuously for 26 years in a harsh
corrosive environment. In the last few years, the incinerators have shown signs of problems
CMR:278:96 Page 1 of 4
and deficiencies in several areas, namely reliability, capacity, and emission. Maintenance
for the incinerators has become excessive and operation is increasingly difficult. The
incineration facility is vital to the plant’s operation, as the incinerators are the only means of
treatment for the solids removed from the wastewater at the RWQCP. The RWQCP initiated
a study in 1994 to evaluate the condition of the incineration facility and options to treat the
removed solids. The enclosed informational packet (Attachment A) provides additional
information regarding the facility and the study.
The study concluded that the incinerators have reached the end of their economic life and that
major rehabilitations are required if the RWQCP is to continue with incineration. The study
evaluated numerous available alternatives to incineration and reported that continuation with
incineration is the most economical option for the RWQCP, provided that the emission issues
can be resolved and approval from the Bay Area Air Quality Management District
(BAAQMD) can be obtained. The study also recommended two alternate processes to be
considered if the RWQCP is to abandon incineration. Replacement of these facilities will
ultimately result in a major Capital Improvement Project activity which is preliminarily
estimated to cost in the range of from $30 to $50 million.
This project will focus on the incinerator emission issues and solutions and will also select
an alternate technology to replace incineration, should the solutions for the emission issue
become cost prohibitive. The goal of this project is to gain acceptance and approval for an
affordable facility that will have minimal rate impact, provide reliable long-term operations
and capacity, and be environmentally sensitive. This project will perform three major
functions:
Research elements of concerns with incineration, collect samples and test data to
determine the real issues and concerns, develop solutions, and achieve agreements on
the best reasonable emission control technologies.
Inspect and perform nondestructive tests on the incinerators to determine the
rehabilitation work required. Verify that the rehabilitation and emission improvements
will be approved by the Regional Board and the BAAQMD, so that the RWQCP can
maintain its exiting permit status. Prepare cost estimate for the rehabilitation and the
emission control systems within a 25 percent accuracy range, and prepare a 25 year
cash flow analysis.
Evaluate two alternate solids treatment processes and recommend an alternate facility.
The selected alternate facility will replace incineration, in the event that the emission
improvements to the incinerators become cost prohibitive or if the RWQCP cannot
obtain approval to continue with incineration. Prepare a cost estimate within a 25
percent accuracy range for the recommended alternate facility, and prepare a 25 year
cash flow analysis.
CMR:278:96 Page 2 of 4
The project will provide a decision tree that shows the cost and financial risks of the
alternatives. The outcome of this project will be a recommendation on a cost effective facility
that elicits confidence, buy-in and approval. The cash flow analysis from this project will be
used to establish the f’mancial plan and the rate impacts for the City and the parmers.
This project was not selected by the Policy and Services Committee for review. A request
for proposal (RFP) was issued to eight consultant firms. The project was also advertised over
the Internet and the RFP was sent to four additional firms by request. The plan holders list
is attached to this staff report (Attachment B). Seven consultant firms responded, with two
in partnership teams which resulted in five proposals. The selection committee reviewed the
proposals in accordance with the City’s selection procedure for professional services.
Proposals were evaluated as to familiarity with the issues, understanding of the objectives,
approach to the project past performance, specialized experience, qualification of the project
manager and team and the ability to present the information. The selection committee
included representatives from the parmer cities, the Administrative Services Department, and
the operations and engineering groups of the RWQCP. Four teams were chosen for
interview with the selection committee. The selection committee unanimously agreed that
the partnership team of CH2M Hill/Kennedy Jenks Consultants has the best understanding
of the project goals, is most familiar with the issues, and has the best approach and overall
qualifications for the project. The committee rated Brown & Caldwell as the second best
team. Brown & Caldwell’s proposed fee for basic services was $13,000 higher than CH2M
Hill/Kennedy Jenks’ proposed fee, and is $33,000 higher than the negotiated fee. Fees
ranged from a high of $421,000 to a low of $366,000.
Upon completion of the Solids Facility Plan and depending on the facility selection, an
environmental review may need to be performed. Final design of the facility will follow,
with construction of the facility forecasted in the year 1999. The City has the option of
amending the consultant agreement to include environmental review, f’mal design, and
construction management. The scope and fee for these services will be negotiated at that
time.
FISCAL IMPACT
Funds for the Solids Facility Plan have been appropriated in the Wastewater Treatment
Enterprise Fund. A financial plan will be developed to address the. funding for the subsequent
project construction.
ENVIRONMENTAL ASSESSMENT
The preparation of the Solids Facility Plan does not constitute a project under the California
Environmental Quality Act. However, depending on the outcome of the Solids Facility Plan,
environmental assessment may be required prior to design and construction of the selected
facility.
CMR:278:96 Page 3 of 4
ATTACHMENTS
A - Informational Packet
B - Plan Holders List
C - Agreement with CH2M
PREPARED BY: Bill Miks, Manager RWQCP
DEPARTMENT HEAD REVIEW:
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
JNY
~/ssistant ~ity Manager
CMR:278:96 Page 4 of 4
Attachment A
PALO ALTO REGIONAL WATER QUALITY CONTROL PLANT
SOLIDS MANAGEMENT PLAN
INFORMATIONAL PACKET
JANUARY 1996
SOLIDS MANAGEMENT PLAN
INFORMATIONAL PACKET
January 1996
2.
3.
4.
PROJECT DESCRIPTION
ISSUES AND MOTIVATORS
PROJECT TASKS & DEVELOPMENT
PROJECT STATUS
Findings of Stage I Study:
5.SCHEDULE
Reliability
Capacity
Options
Cost of Options
ATTACHMENT: TIME LINE
Page
3
3
4
5
5
6
6
7
7
The RWQCP removes floatable and settleable solids from the wastewater and prepares them in a
treatment train for proper disposal. Among the several facilities that make up the treatment train,
the incineration facility, which provides the final treatment, requires major rehabilitation and is the
focus of this project. The fmal disposal options are also addressed.
There are several issues from intemal and external factors that prompted the project.
RELIABILITY The average usefifl life of the incineration facility is twenty (20) years. The
plant has operated it’s incinerators for over twenty five years. In the past few
years, the incinerator down time has increased substantially, to the point that
when the incinerator is not in operation, it is under repair. The incinerator
under repair carmot readily provide backup service if the operating
incinerator should fail. A recent inspection on the incinerators reported that
there are signs of thermal stress that can jeopardize the structural integrity of
the incinerators. The solids generated at the plant is classified as raw sludge
and is not suitable for disposal in landfills. If the operating incinerator should
fail while the second incinerator is under repair, the plant has no means to
dispose its solids. The reliability of the incinerators is a major concern.
CAPACITY The plant was provided with two incinerators and space for a third.
As designed, the plant would operate both incinerators under normal
operation. At the time the plant was built, a financial decision was made to
defer the installation of the third incinerator and provide the required standby
capacity at a later date. Throughout the years, the plant has improved the
efficiency of the solids treatment train. The improvements together with low
flow conditions allowed the plant to operate with only one incinerator and
keep the second incinerator for the required standby capacity. Hence, the
third incinerator was never built.
During periodic high flow days and during wet winter months, the amount of
solids has exceeded the single incinerator capacity. In the past few years, the
plant was forced to back up its solids in other facilities while expediting the
repair of the second incinerator to provide capacity. Both the population-
based and trend-based projections indicated that the solids production at the
RWQCP will exceed the maximum capacity of one incinerator. The plant
needs reasonable solids treatment capacity to accommodate high flow months
and some future growth.
EXTERNAL
FACTOR
The plant is constantly under pressure to remove more solids and metals from
its discharge. The solids and metals removed need to be properly prepared
in the plant’s solids treatment train prior to final disposal. Although this
factor is not considered a key issue, some minor capacity planning to
accommodate the possible future increases in solids removal is highly
desirable.
REGULATORY
CONSIDERATION
The perceived issues associated with the air emission from the incinerators
continue to be a concern with the public and the air board. The solids
treatment and disposal options are currently heavily regulated and future
regulations are uncertain. As the plant rehabilitates it’s existing solids
facilities, it needs to address the emission issues to gain acceptance and
approval. Future facility needs to be provided with some flexibility to ensure
long-term operation.
The project is developed in four stages:
4
STAGE 1 - A study to:
¯Evaluate existing facilities for reliability, capacity, and flexibility.
¯Research available options.
¯Perform initial screening of options.
¯Evaluate and pare down the number of feasible options.
STAGE 2 -- Solids Facility Plan:
¯Conduct informal meetings with focus groups to determine issues of
concerns,
Perform nondestructive tests and emission tests on incinerators to determine
rehabilitation work required,
Address issues of concerns and build concensus,
Verify permit requirements
Perform decision analysis and cash flow. analysis on alternatives, and
Recommend a plan to provide a cost effective, reliable facility for long-term
operations
STAGE 3 Perform fmancial planning and arrangements.
Perform environmental reviewif necessary.
Council decision on project.
STAGE 4 ¯Design.
¯Construct.
At the present, stage 1 tasks have been completed, and stage 2 tasks will proceed as shown on the
attached schedule. The following are the findings and recommendations of the stage 1 study:
RELIABILITY Finding
The study confirmed that the incinerators have reached the end of their
economic life. It also reported that a major expenditure is needed in the
immediate future to repair the incinerators for operation until a long-term
solution can be provided.
Recommendations
¯During the interim period, the RWQCP should make arrangements to
lease emergency treatment equipment, or to contract disposal
facilities to provide emergency standby capacity.
Delay major renovations of the existing incinerators as much as
possible, and accelerate the project for long-term solution.
CAPACITY Finding
The study confirmed that the solids production at the RWQCP will soon
exceed the capacity of one incinerator operation. The projections estimated
that this will occur within the next five years.
OPTIONS Finding
The study reported that continuation with incineration is the most economical
option for the RWQCP provided that the emission issues can be resolved and
pem~t approval can be obtained from the Regional Board and the Air Board.
The report recommend that the RWQCP evaluates various sub-alternatives
trader incineration for capacity and cost. The report also recommended two
altemate technologies for further evaluation should the RWQCP decide to
phase out incineration.
Recommendations
Proceed with stage 2 tasks including the preparation of the study to evaluate
continuation of incineration with various sub-alternatives, and the study on
the two alternate technologies:
Incineration producing a marketable class A product (ash) for re-use
Full rehabilitation of the existing incinerators for long-term
operation, add improvements for lower emission and increase
efficiency and capacity.
Immediate partial rehabilitation of both existing incinerators
for backup, and install one new incinerator.
Immediate partial rehabilitation of one incinerator, replace the
second with a new incinerator & add an indirect heat dryer for
6
backup.
Digestion producing a marketabke class A product (ash) and a less
marketable class B product (sludge) for re-use
Full rehabilitation of existing incinerators & install a digester
for backup. Add digesters in phases to replace the
incinerators when they eventually fail.
Immediate partial rehabilitation of existing incinerators &
install a digester for backup. Add digester in phases to
replace the incinerators when they eventually fail.
COST
Heat Drying producing a marketable class A product (ash) for re-use
Full rehabilitation of existing incinerators & install dryer to
dewater the sludge prior to incineration for improved
efficiency and to backup the incinerators. Add dryers in
phases to replace the incinerators when they eventually fail.
Immediate partial rehabilitation of existing incinerators &
install a dryer for dewatering and for backup. Add dryers in
phases to replace the incinerators when they eventually fail.
Finding
The study provided an order-of-magnitude cost estimate for the various
options. The estimate for the various options range between 10 to 30 million
dollars. The most likely project is estimated at approximately 10 million
dollar.
The Time Line on the following page is a preliminary schedule for the project. It is estimated that
from planning to construction, this project will span over a period of seven years. The first four
years are mainly planning activities. The major expenditure is expected to be required in the last
three years starting possibly in the year 1999. This Time Line represents a moderate schedule, and
depending on the condition of the incinerators, an accelerated schedule may be required.
7
SOLIDS FACILITY PLAN
PLAN HOLDERS’ LIST
Attachment B
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Brown & Caldwell
Montgomery Watson
Carollo Engineers
Kennedy / Jenks Consultants
CH2M HILL
Metcalf & Eddy
Camp Dresser & Mckee Inc.
Malcolm Pimie Inc.
Woodward Clyde
Dames & Moore
Black & Veatch
AGS Inc.
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
CH2M HILL, INC.
FOR CONSULTING SERVICES
Attachment
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 CH2M
HILL, INC., a Florida corporation, o located at iiii Broadway, Suite
1200, Oakland, CA 94607-7046 ("CONSULTANT").
REc I TAL S. :
WHEREAS, CITY desires certain professional consulting
services ("Services") and the preparation and delivery of, without
limitation, one or more sets of documents, drawings, maps, plans,
designs, data, calculations, surveys; specifications, schedules or
other writings ("Deliverables") (Services and Deliverables are,
collectively, the "Project"), as more fully described in Exhibit "~’;
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 Contract will commence on the date of its
execution by CITY, and will terminate upon the completion of the
Project, unless this Contract is earlier terminated by CITY. Upon
the receipt of CITY’s notice to proceed, CONSULTANT will commence
work on the initial and subsequent Project tasks in accordance with
the time schedule set forth in Exhibit "A". Time is of the essence
of this Contract. In the event that the Project is not completed
within the time required through any fault of CONSULTANT, CITY’s
city manager will have the option of extending the ~ime 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 andDeliverables constituting
the Project will be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described below.
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
960515 ~n 0070973
1
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 wil! 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, wil! 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 ~Deliverables. 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 licensing
or certification is required by law to perform the Services, and
that the Project will be executed by them or under their
supervision. CONSULTANT will furnish to CITY for approval, prior
to execution of this Contract, a list of all individuals and the
names of their employers or principals to be employed as
consultants.
2
960515 syn 0070973
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 MIKE IVERSON as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. MIKE IVERSON 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 If required under the Scope of Work in
Exhibit A, procure all permits and licenses, pay all charges and
fees, andgive all notices which may be necessary and incident to
the due and lawful prosecution of the Project;
3.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract and any materials used in CONSULTANT’s
performance of the Services;
3.4.3 At all times observe and comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
become the property of CITY and will not be made available to any
individual or organization by CONSULTANT or its consultants, if
any, without the prior written approval .of the city manager.
3.6 CONSULTANT will provide CITY with the appropriate
numbers of copies of any documents as listed in Exhibit A, Scope of
Work, which are a part of the Deliverables upon their completion
and acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will’ compensate CONSULTANT for its
duplicating costs.
960515 syn 0070973
3.8 CONSULTANT will be responsible for employing or
engaging al! 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 agentsor employees of CITY.
3.10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and all of the follbwing 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
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent to the execution of
this Contract; and
3.10.4 Other Additional Services now or hereafter
described under task k of Ex!~ibit "A" 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.
3.12 CONSULTANT may be required to perform the pending
consultant services described under Task P of Exhibit "A" upon
completion of the basic services. The final determination of the
pending services is subject to the approval by the Council. If
approved, CONSULTANT shall perform the pending services upon
execution of an amendment to this contract.
SECTION 4. DUTIES OF CITY
4.1 CITY will 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.
960515 syn 0070973
4
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each phase of work performed by
CONSULTANT. CITY’s estimated time of review and.approval will be
furnished to CONSULTANT at the time of submission of each phase of
work. CONSULTANT acknowledges and understands that the
interrelated exchange of . information among CITY’s various
departments makes it extremely difficult for CITY to firmly
establish the time of 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. Daisy Stark 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 Greg MeAmber, the Project Manager.
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 Two Hundred Forty-Five
Dollars ($245,000). 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 One Hundred Fifty-Five Thousand Dollars
($155,000). The rate schedules may be updated by CONSULTANT only
once each calendar year, and the rate schedules wil! 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 coveting 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
960515 syn 0070973
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.
5.1.4 Direct personnel expense of employees assigned
to the execution of the Project by CONSLU~TANTwill 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.
5.1.5 Direct Expenses are those costs incurred on or
directly for the project including, but not limited to, reasonable
and necessary transportation cost, including current rates for CH2M
HILL’s vehicles; meals and lodging; laboratory tests and analysis;
computer services; word processing services, telephone, printing,
reproduction charges; all reasonable and necessary costs associated
with outside consultants, subconsultants and other outside services
and facilities; and othe similar costs. Reimbursement for Direct
Expenses will be on the basis of actual charges when furnished by
commercial sources and on the basis of current rates when furnished
by CH2M HILL. A service charge for i0 percent (10%) will be added
to Direct Expenses.
-5.1.6 The full payment of pending CONSULTANT services
shall be as set forth in the amendment to this contract upon
approval by CITY’S City Council.
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 with 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 which have
been approved by the project manager.
5.2.2 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
5.2.3 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
960515 syn 0070973
SECTION 6.ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1Records of the direct personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the Project will be
prepared, maintained, andretained by CONSULTANT in accordance with
generally accepted accounting principles and will bemade available
to CITY for auditing purposes at mutually convenient times during
the term of this Contract "and for three (3) years following the
expiration or earlier termination of this Contract.
6.2 The originals of the Deliverables prepared by or~
under the direction of CONSULTANT in the performance of this
Contract will become the property of CITY irrespective of whether
the Project is completed upon CITY’s payment of the amounts
required to be paid to CONSULTANT. These originals will be
delivered to CITY without additional compensation. CITY will have
the right to utilize any final and incomplete drawings, estimates,
specifications, and any other documents prepared hereunder by
CONSULTANT, but CONSULTANT disclaims any responsibility or
liability for any alterations or modifications of such documents.
SECTION 7. INDEMNITY
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents, from any and al! 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 which may become due hereunder wil!
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.
960515 syn 0070973
7
SECTION 9.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 only CONSULTANT and its consultants, if any, but also,
with the exception of workers’ compensation, employer’s liability
and professional liability insurance, naming CITY as an additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:X or higher which are admitted to transact insurance business in
the State of California. Any and all consultants of CONSULTANT
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on the
forms provided by CITY, wil! be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
the CITY’s city. clerk thirty (30) days’ prior written notice of such
cancellation or 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.
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.
960515 syn 0070973
8
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 Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract is
suspended or terminated on account of a default by CONSULTANT, CITY
wil! be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her discretion.
11.4 In the event of termination of this Contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
11.4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized under this Contract.
11.4.2 For approved items of services on which a
notice to proceed is issued by cITY, but which are not fully
performed, CONSULTANT will be compensated 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.
ii.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.
960515 syn 0070973
9
11.5 Upon such suspension or termination, CONSULTANT
will deliver to the city manager immediately any and all copies of
the Deliverables, whether or not completed, prepared by CONSULTANT
or its consultants, if any, or given to CONSULTANT or its
consultants, if any, in connection with this Contract. Such
materials will become the property of CITY.
11.6 The failure of CITY to agree with CONSULTANT’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
SECTION 12.ASSIGhq~ENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city manager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
SECTION 13.NOTICES
13.1 All notices hereunder will be given, in writing,
and mailed, postage prepaid, by certified mail, addressed as
follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Attention of the project director
at the address of CONSULTANT recited above
SECTION 14.CONFLICT OF INTEREST
14.1 In accepting this Contract, CONSULTANT covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services.
14.2 CONSULTANT further covenants that, in the
performance of this Contract, it will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who has or wil! 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.
i0
960515 syn 0070973
SECTION 15. NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of persons under this
Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of such
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "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
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."
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 materia! 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.
960515 wjn 0070973
11
SECTION 16. MISCELLANEOUS PROVISIONS
16.1 CONSULTANT 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 compliance with such
provisions will be effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
16.4 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs~ and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract between the-parties and supersedes all prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 All provisions~of this Contract, whether covenants
or conditions, will be deemed~to be both covenants and conditions.
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
960515 syn 0070973
12
are by such reference incorporated in this Contract and will be
deemed to be a.part of this Contract.
16oll 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 fisca! year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section-16.12 will take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF. PALO ALTO
City Clerk
APPROVED AS TO FORM:
Mayor
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
Director of Public Works
CH2M HILL, INC
By
:
Taxpayer’s I.D. No. 59-0918189
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
960515 syn 0070973
13