Loading...
HomeMy WebLinkAbout1996-10-21 City Council (14)TO: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL 2 FROM:CITY MANAGER DEPARTMENT: Public Works AGENDA DATE: October 21, 1996 CMR:434:96 SUBJECT:Approval of Contract with CH2M HILL for Turnkey (design- build) Services to Provide Two Biof’dters for the Regional Water Quality Control Plant REQUEST This is a request for approval of a contract with CH2M HILL in the amount of $885,000 for turnkey services to provide two biofilters for the Regional Water Quality Control Plant (RWQCP). The biofilters would replace the existing odor control system that scrubs the exhaust air from the fixed film reactors. RECOMMENDATIONS Staff’recommends that Council: o Approve and authorize the Mayor to execute the attached contract with CH2M HILL in the amount of $885,000 for turnkey services to provide two biofilters for the RWQCP. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract with CH2M HILL for related, additional but unforeseen work which may develop during the project, the total value of which change orders shall not exceed $15,000. POLICY IMPLICATIONS This project is an equipment replacement project that has no policy implication. EXECUTIVE SUMMARY Project Description The work to be performed under the contract is .for the replacement of the existing odor control equipment at the RWQCP. The RWQCP has two fixed film reactors that provide biological treatment for the wastewater. The reactors are regulated by the Bay Area Air Quality Management District 03AAQMD) and the Regional Water Quality Control Board (RWQCB). The reactors were CMli:434:96 Page 1 of 3 installed and permitted to operate in 1977. The operating permit stipulates that the exhaust from the reactors be treated in an odor control system prior to discharge to the atmosphere. The reactors are equipped with chemical scrubbers which treat the exhaust. The chemical scrubbers are no longer in working order and need to be replaced. This project would replace the corroded chemical scrubbers with biofilters, so the RWQCP can continue to operate and comply with permit requirements. This odor control system replacement project was originally scheduled in FY 94-95, but was postponed to FY 97-98 due to lack of manpower. In the winter of FY 95-96, the RWQCP received several odor complaints from its neighbors. Although it appeared that the RWQCP may not be the source of the odor that initiated the complaints, the RWQCP needs to expedite the replacement of the failed odor control system with an operative system. This contract would engage a firm with design and construction capability to design and build the biofilters under one contract. At the end of this contract, the design-build firm would turn over a fully tested and working system to the RWQCP. This turnkey (design- build) process ensures a single point of responsibility with guaranteed performance. The process also accelerates the completion of the project with minimal risk to the RWQCP and at the lowest possible cost. This project was not selected by the Policy and Services Committee for review. Selection Process Staff utilized the competitive selection method and sent a request for proposals ~P) to seven firms on July 1, 1996. The RFP holders list is attached as Attachment A to this staff report. A non-mandatory pre-proposal conference was held on July 16, 1996, and was attended by five firms. Five proposals were received on August 6, !996, from the firms that attended the pre-proposal conference. A selection committee was formed to review the proposals .and select a firm for the project. The selection committee included representatives from the following: ¯ ¯ ¯ ¯ ¯ The City of Los Altos, Parmer of the RWQCP with experience in turnkey projects The City of San Leandro, owns and operates a biofilter on a fixed film reactor The Contract Administration Division, City of Palo Alto The RWQCP The City of Palo Alto, the Project Manager The proposals were reviewed and rated based on the firm’s qualifications, experience, cost, and reference. For competitive costing of the project, the RFP included a list of stringent design criteria for a base design. Three firms were invited for the interview based on those criteria. CMR:434:96 Page 2 of 3 At the interviews, the three firms presented their proposed design along with information on their proposed design criteria, construction methods, performance, guarantee, and the cost for their proposed system. CH2M HILL was selected because it offers the best design at the lowest cost to meet the RWQCP’s needs. An evaluation of the proposed systems from the three firms is attached as Attachment B to this staff report. FISCAL IMPACT Funds for this project are included in the FY 96-97 operating and CIP budgets. ENVIRONMENTAL ASSESSMENT The project was submitted to Planning Division for review. The Planning Division determined that the biofilters to be installed at the RWQCP to replace the existing odor control system are categorically exempt from CEQA under Section 15302©. ATTACHMENTS Attachment A: Attachment B: Attachment C: RFP holders list Evaluation Summary Contract PREPARED BY: Bill Miks, Manager, Water Quality Control Plant DEPARTMENT HEAD REVIEW: ~ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: BERNARD M. S~OV’JNY Assistant City Manager CMR:434:96 Page 3 of 3 ODOR CONTROL SYSTEM REPLACEMENT -- FIXED FILM REACTORS ATTACHMENT A RFP HOLDERS LIST Kennedy/Jenks Consultants Black & Veatch o Metcalf & Eddy Brown & Caldwell 5.CH2M Hill Montgomery Watson Malcolm Pirnie FORMAL CONTRACT City of Palo A/to CONTRACT (Public Work) This Contract, Number dated .., is entered into by and between the City of Palo Alto, a chartered city and a municipal corporation of the State of California ("City"), and _ ~L~, a Flordia Corooration , ("Contractor"). For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. General Scooe of Proiect and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title of Project:Odor Control System: Fixed Film Reactors Base Bid:$ 885,000.00 Add Alternates (if any): $ 0 Total Bid: $ 885.000.00 NO.: #89465 Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof are set forth in the following descending order of precedence. f. g. h. j. k. I. This Contract. Request for Proposal. Scope of Work (Exhibit "A"). Drawings. Change Orders. Proposal and bid. Supplementary Conditions. General Conditions. Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. Affirmative Action Guidelines and Compliance Report. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the Standard Drawings and Specifications (1992). Any other document not expressly mentioned herein which is issued by City or entered into by the parties. CITY of PALO ALTO: Odor Control System (Rev,10/96)Page 1 of 8 FORMAL CONTRACT City of Palo Alto Comoensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary supporting documentation within the time set forth in the Contract Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices. Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in the Notice Inviting Formal Bids on terms and conditions and in amounts as may be required by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 15 of this Contract. Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. § §9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. § §6901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. §§2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, § §25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, § §25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, §§25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, § §25280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. AssumPtion of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. CITY of PALO ALTO: Odor Control System (Rev.10/96)Page 2 of 8 FORMAL CONTRACT City of Palo Alto Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. 10. Comuliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination and affirmative action in employment and hazardous materials. Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Notice Inviting Formal Bids. 11.Reoresentations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; do Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Notice Inviting Formal Bids; Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do So by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; CITY of PALO ALTO: Odor Control System (Rev.10/96)Page 3 of 8 FORMAL CONTRACT City of Palo Alto jo Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor" and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the termof this Contract; Contractor and any person performing labor and services under this Project are duly licensed by the State of California as required by California Business & Professions Code Section 7028, as amended; and 12. 13. 14. 15. Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. Assignment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void. Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. Audits bv City. During the term of this Contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Persona~ service shall include, without limitation, service by delivery and service by facsimile transmission. To City:City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 CITY of PALO ALTO: Odor Control System {Rev.10/96)Page 4 of 8 FORMAL CONTRACT City of Pa/o Alto Copy to:City of Palo Alto Department of Public Works 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 (415) 329- 2287 FAX: (415) 851- 0196 . ATTN: Daisy Stark, Project Manager To Contractor:CH2M Hill, Inc. 111 Broadway, Suite 1200 Oakland, CA 94607-7046 C~D_) 251-2426 FAX: @ 893-8205 ATTN: Richard S. Herqenrader 16. 17. Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (i) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (iO at any time within a fiscal year in the event that funds are only appropriated for a portion ofthe fiscal year and funds for this Contract are no longer available. This Section 16 shall control in the event of a conflict with any other provision of this Contract. Miscellaneous. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. do Definitions. ~he definitions and terms set forth in Section 1 of the Standard Drawings and Specifications (1992) of this Contract are incorporated herein by reference. eo Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to perform its obligations under this Contract which directly results from an Act of God or an act of a superior governmental authority. Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract. CITY of PALO ALTO: Odor Control System {Rev.10/96)Page 5 of 8 FORMAL CONTRACT .......City of Palo ~4/to ho ko Incorporation of Documents. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or written agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stJpula~on in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers or employees of City, and Contractor expressly waives any and all claims to such rights and benefits. Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be extended to the following Business Day. Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Santa Clara in the City of San Jose or in the United States District Court for the Northern District of California in the City of San Jose. Recovery of costs. The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs, including reasonable attorney’s fees, incurred or expended in connection w~th such action against the non-prevailing party. Exhibit "A" attached describe General Provisions and Scope of Work - RWQCP Odor Control System Fixed Film Reactors as determined from the Request for Proposal dated August 6, 1996. CITY of PALO ALTO: Odor Control System (Rev.10/96)Page 6 of 8 FORMAL CONTRACT City of Palo Alto IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. ATTEST:CITY OF PALO ALTO By: City Clerk Its: Mayor APPROVED:CONTRACTOR: City Manager By: Name: Director of Public Works Title: Director of Administrative Services Taxpayer I.D. No. Manager, Contract Administation For: Risk APPROVED AS TO FORM: Senior Asst. City Attorney CITY of PALO ALTO: Odor Control System (Rev.10/96)Page 7 of 8 FORMAL CONTRACT City of Palo Alto CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF ) COUNTY OF ) On , before me, in and for said County, personally appeared , a notary public personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) END OF SECTION CITY of PALO ALTO: Odor Control System {Rev.10/96)Page 8 of 8