HomeMy WebLinkAboutStaff Report 376-07City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:OCTOBER 1, 2007 CMR:376:07
SUBJECT:APPROVAL OF A WASTEWATER TREATMENT ENTERPRISE FUND
CONTRACT WITH PACIFIC INFRASTRUCTURE CORPORATION IN
THE AMOUNT OF $377,000 FOR THE EMERGENCY REPLACEMENT
OF SECONDARY CLARIFIER NO. 2 AT THE REGIONAL VVATER
QUALITY CONTROL PLANT; AND A BUDGET AMENDMENT
ORDINANCE OF $414,700 FOR THE PLANT EQUIPMENT
REPLACEMENT PROJECT (CAPITAL IMPROVEMENT PROGRAM
PROJECT WQ-80021)
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the City Manager or his designee to execute the attached
Wastewater Treatment Enterprise Fund contract with Pacific Infrastructure Corporation
(Attachment A) in the total amount of $377,000 for the emergency replacement of
Secondary Clarifier No. 2 at the Regional Water Quality Control Plant-under the Plant
Equipment Replacement Project, Capital Improvement Program (CIP) Project WQ-80021
(Attachment B);
Authorize the City Manager or his designee to negotiate and execute one or more change
orders to the contract with Pacific Infrastructure Corporation for related, additional but
unforeseen work which may develop during the project, the total value of which shall not
exceed $37,700; and
Approve a Budget Amendment Ordinance (BAO) for $414,700 (Attachment C) to
increase the Plant Equipment Replacement Project, CIP Project WQ-80021, by drawing
down the Plant Equipment Replacement Reserve.
DISCUSSION
Pr0iect Description
The work to be performed under the contract is the emergency replacement of the mechanism for
Secondary Clarifier No. 2 at the Regional Water Quality Control Plant. The cladfier mechanism
was installed in 1972. After rehabilitation in 1999 and an unexpected and irreparable failure in
2007, the mechanism has reached the end of its useful service life. The contractor will remove
the existing clarifier mechanism and supply and install the replacement clarifier mechanism~
CMR:376:07 Page 1 of 3
A notice inviting formal bids for the project was sent to 12 contractors on August 8, 2007 emd
posted at City Hall. The bidding period was 26 days. Bids were received from five qualified
contractors on September 4, 2007 as listed on the attached bid summary (Attachment C). Bids
ranged from a high of $453,000 to a low- bid of $377,000.
Summary of Bid Process
Bid Name~Iumber Secondary Clarifier No.2 Replacement
Proposed Length of Project
Number of Bids Mailed to Contractors
Number of Bids Mailed to Builder’s Exchanges
Total Days to Respond to Bid
Pre-Bid Meeting?
Number of Company Attendees at Pre-Bid
Meeting
Number of *Bids Received:
Bid Price Range
*Bid summary provided in Attachment D.
,#123471
11 months
12
11
26
Yes
6
5
From a low of $377,000 to a high of $453,000
Certification of Nondiscrimination is Attachment E.
Staff has reviewed all bids submitted and recommends that the bid of $377,000 submitted by
Pacific Infrastructure Corporation be accepted and that Pacific Infrastructure Corporation be
declared the lowest responsible bidder. The bid is 24.6 percent below the engineer’s estimate of
$500,000. The change order amount of $37,700, which equals 10 percent of the-total contract, is
requested for related, additional but unforeseen work which may develop during the project.
Staff confirmed with the Contractor’s State License Board that the contractor has an active
license on file. Staff checked references supplied by the contractor for previous work performed
and found no significant complaints.
RESOURCE IaMPACT
The attached BAO requests an additional appropriation of revenues and expenses in the amount
of $414,700 for CIP WQ-80021. This BAO draws down the Wastewater Treatment Fund
Emergency Equipment Replacement Reserve. After including the effect of this BAO, the
reserve will have a projected balance of $2,168,300 at the end of FY 2007-08. The maximum
reserve guideline is $1,547,000.
POLICY IMPLICATIONS
This recommendation does not represent any change to existing City policies. As Council has
referred to the Policy and Services Committee a discussion of prevailing wage, staff queried the
contractor, who disclosed that it will be paying prevailing wage. (See Attachment F).
ClVItE376:07 Page 2 of 3
ENWIRONMENT.aJ~ REVIEW
The recommended action is exempt from review under the California Environmental Quality Act
pursuant to CEQA Guidelines Section 15301 Co),-which includes maintenance of publicly-owned
wastewater facilities involving negligible expansion.
Attachment A:
Attachment B:
Attachment C:
_Attachment D:
Attachment E:
Attachment F:
Contract
CIP Description Page
Budget Amendment Ordinance
Bid Summary
Certification of Nondiscrimination
Pacific Infrastructure letter regarding payment
project
of prevailing wage on this
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
James Allen, Project Engineer RWQCP
Richard A. Wetzel, Manage.~[ RWQCP
GLENN S. ROBERTS
Director of Public Works
EMmV
Assistant City Manager
CMR:376:07 Page 3 of 3
ATTACHMENT A
FORMAL CONTRACT SECTION 5OO
CONTRACT No. C08123471
(Public Work)
Public Works Department
This Contract, number C08123471 dated is entered into by and between the City of Palo Alto, a
California Charter City ("City"), and Pacific Infrastructure Corporation ("Contractor").
For and in consideration of the covenants, terms, and conditions (*the provisions*) of this Contract, City and Contractor
("the parties") agree:
Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract,
and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is
required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this
Contract.
General Scope of Project and Work. Contractor shall furnish labor, services, materials and equipment in
connection with the construction of the Project and complete the Work in accordance with the covenants, terms
and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as
follows:
Title of Project:Secondary Clarifier No. 2 Replacement, Invitation for Bids (IFB) No. 123471
Bid:$377,000.00 (Three hundred seventy-seven thousand dollars)
Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the
City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving
inconsistencies between and among the provisions of this Contract, these documents and the provisions
thereof are set forth in the following descending order of precedence.
This Contract.
Invitation for Bid.
Project Specifications.
Drawings.
Change Orders.
Bid.
Supplementary Conditions.
General Conditions.
City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version).
Certificate of Insurance, Performance Surety Bond, Labor & Materials (Payment) Surety Bond.
Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the
City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version).
Any other document not expressly mentioned herein which is issued by City or entered into by the
parties.
Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to
Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon
the receipt of wdtten invoices and all necessary supporting documentation within the time set forth in the
Contract Specifications and the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications
(most current version), 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 policiesof insurance
coverage described in the Invitation for Bid 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
CITY OF PALO ALTO CONTRACT C08123471 PAGE 1 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 16 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. ~99601-6975,
as amended); the Resource Conservation and Recovery Act (42 U.S.C. ~6901-6992k, as amended); the Toxic
Substances Control Act (!5 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 lawo
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.
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.
No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor’s Work. The right
of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a
satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not shift
that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory
manner in compliance with the Contract requirements.
10.Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force
pertaining to the Project and Work and this Contract, with the requirement of any bid security 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 in employment and hazardous materials.
11.Bid Security 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 Bid Secudty as required under
the Invitation For Bid.
CITY OF PALO ALTO CONTRACT C08123471 PAGE 2 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
12.Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and
services during the course and scope of the Project and Work, Contractor represents and warrants:
Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be vested in Contractor;
Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be merchantable and fit to be used for the particular purpose for which the materials are
required;
Co 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 Invitation For Bid;
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;
ho 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;
jo Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions,
certifications, and other written information as may be requested of Contractor by City from time to
time during the term of this Contract;
ko Contractor and any person performing labor and services under this Project are duly licensed by the
State of California as required by California Business & Professions Code Section 7028, as amended;
and
Contractor has fully examined and inspected the Project site and has full knowledge of the physical
conditions of the Project site.
13.
14.
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.
15.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the
CITY OF PALO ALTO CONTRACT C08123471 PAGE 3 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
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.
16.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. Personal service shall include, without limitation, service by delivery and
service by facsimile transmission.
To City:City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Copy to:City of Palo Alto
Public Works Department
Regional Water Quality Control Plant
2501 Embarcadero Way
Palo Alto, CA 94303
James Allen, Project Manager
To Contractor:Pacific Infrastructure Corporation
2134 Rheem Drive, Suite C
Pleasanton, CA 94588
Attn: Mark Jorgenson
17.Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article II1~ Section 12 of the
Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may
accrue only after such expenditures have been approved in advance in writing in accordance with applicable
Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are
not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are
only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This
Section 17 shall control in the event of a conflict with any other provision of this Contract.
18.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.
bo Consent. Whenever in this Contract the approval or consentof 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. The definitions and terms set forth in Section 1 of the City of Palo Alto Dept. of Public
Works Standard Drawings and Specifications (most current version) of this Contract are incorporated
herein by reference.
e.Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to
CITY OF PALO ALTO CONTRACT C08123471 PAGE 4 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
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.
go 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 stipulation in the Contract shall define or otherwise control, establish, or limit the performance
required or permitted or to be required of or permitted by either party. All provisions, whether
covenants or conditions, shall be deemed to be both covenants and conditions.
Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or
other writing, which authorizes any director, officer or other employee or partner to act for or in behalf
of Contractor or which authorizes Contractor to enter into this Contract.
Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void
or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect.
Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as
an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to
any rights and benefits accorded or accruing to the City Council members, officers or employees of
City, and 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.
Oo 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.
po Alternative Dispute Resolution. The parties shall endeavor to resolve any disputes or claims arising
out of or relating to this Contract by mediation, which, unless the parties agree otherwise, shall be
conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose,
California. The intent of the parties is that the mediation shall proceed in advance of litigation;
however, if any party should commence litigation before the conclusion of mediation, such litigation,
including discovery, shall be stayed pending completion of mediation, and by executing this Contract
the parties stipulate to mediation in accordance with Santa Clara County Superior Court Local Rule
1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Court for the Northern District of
California, as such rules may be amended from time to time. The parties shall share the cost of the
mediation, including the mediator’s fee, equally. Any written agreement reached in mediation shall be
enforceable pursuant to California Code of Civil Procedure § 664.6, as amended.
qo Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose,
California. tn the event that litigation is commenced by any party hereunder, the parties agree that
such action shall be vested exclusively in the state courts of California in the County of Santa Clara or
CITY OF PALO ALTO CONTRACT C08123471 PAGE 5 OF 7
rev. 12/00
FORMAL CONTRACT
in the United States District CouR for the Northern District of California.
SECTION 500
So
Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the
completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is
necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure
§ 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable
costs, including attorney’s fees, incurred subsequent to conclusion of the mediation.
Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute
Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase
agreements which it enters into in connection with this Contract, and to require its subcontractors to
include those provisions in any sub-contracts or major material purchase agreements, such that any
mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier
will be consolidated with any related claim or dispute between the Contractor and the City. Should the
Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor
or material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract,
Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees.
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.
APPROVED ASTO FORM:CITY OF PALO ALTO
Senior Assistant City Attorney Assistant City Manager
APPROVED:CONTRACTOR:
Director of Administrative Services
Director of Public Works
By:
Name:
Title:
By:.
Name:
Title:
(Compliance with California Corporations Code ) 313 is required
if the entity on whose behalf this contract is signed is a
corporation. In the alternative, a certified corporate resolution
attesting to the signatory authority of the individuals signing in
their respective capacities is acceptable)
CITY OF PALO ALTO CONTRACT C08123471 PAGE 6 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code ~ 1189)
STATE OF
COUNTY OF
On , before me,a
nota~ public in and for said County, 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 instrument.
WITNESS my hand and official seal.
Signature (Seal)
CITY OF PALO ALTO CONTRACT C08123471 PAGE 7 OF 7rev. 12/00
ATTACHMENT
Description: This project replaces, as necessary,, plant equipment in order
to maintain treatment reliability.
Jusdncadon: Plant equipment requires periodic replacement in order to
maintain reliability. The US Environmental Protection Agency regulations
require equipment replacement funds to insure adequate treatment
reliability and equipment maintenance.
CiP FACTS:
~ Continuing
, Project Status: Construction
- Timeline: FY 1980-2050
¯ Managing Department: Public Works
o Comprehensive Plan: Policy N-25
¯ Board/Commission Review: PTC
IMPACT ANALYSIS:
o Environmental: Categorically exempt under
Section 15301 of CEQA.
PY Budget I ongoing
PY Actuals as of 06/30/2007 I ongoing
Pre-Design Costs
Design Costs
Construction Costs $700,000 $1,000,000 $1,000,000 $2,000,000
Other : $2 oo0 oo
Revenues:
Wastewater Treatment Fund, with the following re-imbursements: Wastewater TreatmentSource of Funds:Fund Emergency Plant Replacement Reserve ($414,700)
2007-09 Budget City of Palo Alto 253
" NATTACHMEI T C
ORDINA!NCE NO.
0PdD!NANCE OF THE COUNCIL OF THE CITY OF PALO ALTO
AMEh~D!NG THE BUDGET FOR THE FISCAL YEAR 2007-08 TO
PROVIDE AN ADDITIONAL APPROPRIATION OF $414,700 TO
CAP ITAL IMPROVEMENT PROGRAM ( C i P )WQ- 8002 I,P LAA]T
EQUIPMENT REPLAC~T, FOR THE REGIONAL WATER QUALITY
CONTROL PLANT
The Council of the City of Palo Alto does ordain as follows:
SECT!ON~2-T-h~ C0z£ncil of the City of Pa!o Alto finds
A. Pursuant to the provisions of Section 12 of Article III of
the Charter of the City of Palo Alto, the Counci! on June !I, 2007
did adopt a budget for fiscal year 2007-08; and
B. In fiscal year 2007-08, the Council did adopt a budget for
CIP Project WQ-80021, Plant Equipment Replacement, with an initial
appropriation of $900,000; and
C. Replacement of the mechanism for Secondary Clarifier No. 2
at the Regional Water Quality Control Plant is needed due to an
unexpected and irreparable failure; and
D. The initial appropriation of $900,000 did not account for
the replacement of the clarifier mechanism; and
E. This project was put out to bid, and additional funding of
$414,700 is required for replacement of the clarifier mechanism;
and
F. The total additional appropriation of $414,700 for this
project will be funded by the Emergency Plant Replacement Reserve
in the Wastewater Treatment Fund; and
G. City Council authorization is needed to amend the 2007-08
budget to make available the funds required for the replacement of
the clarifier mechanism.
SECTION 2. The Emergency Plant Replacement Reserve in the
Wastewater Treatment Fund is hereby reduced by Four Hundred
Fourteen Thousand Seven Hundred Dollars ($414,700) to Two Million
One Hundred Sixty-Eight Thousand Three Hundred Dollars
($2,168,300).
SECTION 3. Revenue in CiP Project WQ-8002! is hereby increased
by a transfer from the Emergency Plant Replacement Reserve in the
Wastewater Treatment Fund in the amount of Four Hundred Fourteen
Thousand Seven Hundred Dollars ($414,700).
SECT!ON 4. The sum of Four Hundred Fourteen Thousand Seven
Hundred Dollars ($414,700) is hereby appropriated to CiP Project
WQ-8002!, Plant E~@ipment Replacement.
SECTION 5. As specified in Section 2.28.080(a) of the Palo
Alto Municipa! Code, a two-thirds vote of the City Counci! is
re_quired to adopt this ordinance.
SECTION 6. As provided in Section 2.04.330 of the Palo Alto
Municipa! Code, this ordinance, shall become effective upon
adoption.
SECTION 7. The Council of the City of Palo Alto hereby finds
that this project is exempt from the provisions of the California
Environmental Quality Act pursuant to CEQA Guidelines Section
15301, and therefore, no environmenta! impact assessment is
necessary.
INTRODUCED AND PASSED:
AYES:
NOES:
ABSTENTIONS:
ABSENT:
ATTEST:APPROVED:
City Clerk Mayor
APPROVED AS TO FORM:
City Manager
Senior Asst. City Attorney Director of Public Works
Director of Administrative
Services
E-~c
c
-oE
0
0
0
0
0
0
oo
oo
ATTACHMENTE
C~.R ,r-I,.,~.~ O, ~ OF,.,uNDiSCR!MiNATiON FORM 410
RO,~r_L,T.Secondan, Clarifier No.;" Reotace~,ment
Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Palo Alto in excess
of $5,000, the firm, contractor or individual(s) listed below certify that: they do not and in the performance of
this contract they will not discriminate in employment of any person because of race, skin color, gender, age,
religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status,
weight or height of such person; and further certify that they are in compliance with a!l Federal, State and local
directives and executive orders regarding nondiscrimination in employment.
Title of Officer Signing:
Signature:
CITY OF PALO ALTO IFB 123471 PAGE 1 OF 1
ATTACHMENT F
PAQIFIQ tNF~.STRUQTU~ CORPO~TION
2 IS4 Rheem Drive, Suite
Pleasaa=ton, CA 94588
Lic. # CA 799927
September 20, 2007
Jamie Allen
C/O City of Palo .Alto Public Works Department
2501 Embarcadero Way
Palo Alto, CA 94303
Jamie:
RWQCP Secondary Clarifier Project
We plan on paying prevailing wages on the RWQCP Secondary Clarifier Project. We
will submit certified payrolls to the City of Palo Alto for review. If the City of Palo Alto
or the Department of Industrial Relations determine we are not paying prevailing wages,
we will be responsible.for paying the difference and any associated penalties.
Please do not hesitate to call with questions.
Sincerely,
President
925.249.0011T
925.249.0009 F
mar~@pac-infra:com