Loading...
HomeMy WebLinkAboutStaff Report 264-06City of Palo Alto City Manager’s Report TO: FROM: DATE: SUBJECT: HONORABLE CITY COUNCIL CITY MANAGER JUNE 19, 2006 APPROVAL OF CONTRACT DEPARTMENT: PUBLIC WORKS CMR:264:06 WITH THOMAS BARRON, A CONSULTING ENGINEER, IN THE AMOUNT OF $90,000 PER YEAR FOR INDUSTRIAL WASTEWATER DISCHARGE EVALUATIONS FOR THE REGIONAL WATER QUALITY CONTROL PLANT 9 RECOMMENDATION Staff recommends that Council: ° Approve and authorize the City Manager or his designee execute the attached contract with Thomas Barron in the amount of $ 90,000 for the first contract year for assistance in evaluating industrial wastewater discharges. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Thomas Barron for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $13,000 for the first contract year. Authorize the City Manager or his designee to exercise the option to renew the contract for the second and third years, provided the proposed cost of the renewal contract does not exceed the Consumer Price Index for all urban consumers (San Francisco - Oakland - San Jose, CA), the contractor is responsive to the City’s needs, and the quality of the contractor’s work is acceptable during the first and second years, respectively, of the contract. o Authorize the City Manager or his designee to negotiate and execute one or more change orders to the second and third years of the contract for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $13,000 in each year, provided the contract is renewed for those years. The most likely reasons why additional work would be required are implementation of EPA’s recently finalized pretreatment streamlining regulations and of new requirements for regulation of industrial facilities that are proposed in a cyanide Basin Plan amendment under consideration by the Regional Water Board. DISCUSSION Scope of Services Description The scope of work to be performed under the contract is for engineering consultant services needed to assist Regional Water Quality Control Plant (RWQCP) staff in evaluating industrial CMR:264:06 Page 1 of 3 processes, practices, and sampling data to determine compliance status, investigate methods of reducing pollutant loadings, and conduct trend analyses. These tasks are part of a larger effort to reduce pollutants discharged to the RWQCP from industrial processes, and from commercial and residential sources. This source control work is needed to ensure that the treated wastewater, air emissions, reclaimed water, and incinerator ash from the Plant meet all regulatory requirements, and that pollutants are reduced to the maximum extent practicable. The draft scope of services was reviewed and approved during the Budget process. Please see Attachment B for the complete scope of services. A RFP for the project was posted at City Hall and sent to nine consulting firms on March 20, 2006. The solicitation period was 22 days. Only one consultant, Thomas Barron, submitted a proposal. More responses were not received because of the highly specialized nature of the work, which requires technical knowledge about metal plating and printed circuit board shops, extensive experience in water pollution prevention, and familiarity with water treatment facility processes. Proposal Description/Number Proposed Length of Project Number of Proposals Mailed Total Days to Respond to Proposal Number of Proposals Received Summary of Solicitation Process Industrial Wastewater Discharge Evaluation!RFP Number 116618 36 months 9 22 1 An evaluation committee was not utilized because only one proposal was received. Thomas Barton’s proposal and his previous work under contract to the City of Palo Alto demonstrate that he is capable of successfully meeting the project requirements. Staff recommends that the contract be awarded to Thomas Barron. Staff, with the concurrence of the City Attorney, has determined that the firm is exempt from complying with the fmancial disclosure provisions of the City’s conflict of interest code, because the firm’s range of duties and services to be provided under the contract are limited in scope or are primarily ministerial in nature. A contingency amount of $13,000 in each of the three years of the contract is requested. The most likely reasons why additional work would be required are implementation of EPA’s recently finalized pretreatment streamlining regulations and of new requirements for regulation of industrial facilities that are proposed in a cyanide Basin Plan amendment under consideration by the Regional Water Board. RESOURCE IMPACT Funds are available in the fiscal year 2006-07 operating budget of the Regional Water Quality Control Plant to cover the current year contract and contingency amounts. ENVIRONMENTAL REVIEW This contract approval does not constitute a project under the California Environmental Quality Act and no environmental review was required. CMR:264:06 Page 2 of 3 ATTACItMENTS Attachment A: Contract Attachment B: Scope of Services PREPARED BY: DEPARTMENT HEAD: BRAD EGGLESTON GLENN ROBERTS Director of Public Works CITY MANAGER APPROVAL: Assistant City Manager CIVI~264:06 Page 3 of 3 CITY OF PALO ALTO CONTRACT NO. C0611661~TTAC}~ENTA AGREEMENT BETWEEN THE CITY OF PALO ALTO AND THOMAS S. BARRON,- PE FOR INDUSTRIAL WASTE WATER DISCHARGE EVALUATION This AGREEMENT 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 Thomas S. Barton, PE Civil Engineer, a Sole Proprietor located at 3351 Beechwood Drive, Lafayette, CA 94549. ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY desires to engage a consultant, to conduct industrial wastewater discharge evaluation that will assist the Regional Water Quality Control Plant in meeting stringent standards for discharge to San Francisco Bay in connection with the Project ("Services"). B. CONSULTANT has represented that it and any subconsulta~ts have the necessary, professiona! expertise, qualifications, and capability, and all required licenses and/or, certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to¯ provide the Services as more fully described in Exhibit ~A" attached to and made a part of this Agreement D.. CONSULTANT has agreed to perform the Services on the terms and conditions contained in this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT Section 1. SCOPE OF SERVICES. CONSULTANT shall perform ~he "Services described’ ’in Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall-be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution to 365 days from that date, and may be extended by CITY through its City Manager for up to an additional two (2) twelve-month periods (each an ~Additional Term") for a. maximum of thirty-six. (36) consecutive months, subject to CITY 050310 CITY OF PALO ALTO CONTRACT NO. C06116618 Council’s annual approval of each current year’s budget and appropriation of funds, terminated earlier pursuant to Section 20 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set.forth in Exhibit "B", attached to and made a part of this Agreement.Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by- CONSULTANT in a .reasonably prompt .and timely manner based upon the circumstances and direction com!nunicated to the CONSULTANT. CITY’s agreement, to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED CC~4PENSA.TION. The compensaiion to be paid to CONSULTANT for performance of the Services described in-Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed Ninety Thousand Dollars ($90,000.00). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed One Hundred Three Thousand Dollars ($103,000.00). The appl±cable rates and schedule of payment are set out in Exhibit "C", entitled "COMPENSATION," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CIT~. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit "A". SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked/ hourly rates, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit "C"). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. Send all invoices to the CITY attention the Project Manager. The Project Manager is.:. Brad Eggleston, Dept.: Public Works, Environmental Compliance Division, 2501 Embarcadero Way, Palo Alto, CA 94303, Telephone: 650-329- 2104. 050310 CITY OF PALO ALTO CONTRACT NO. C06116618 SECTION. 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever na[ure that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skil! engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and loc~l laws,.ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. CONSULTANT shall report immediately to the CITY’s project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and/or guidelines in relation to the Project of the performance of the Services. All documentation prepared by CONSULTANT shall provide for a completed project that conforms .to all applicable codes, rules, regulations and guidelines that are in force at the time such documentation is prepared. SECTION 8. ERRORS/OMISSIONS. CONSULTANT shall correct, at no cost to CITY, any and all. errors, omissions, or ambiguities in the Work product submitted to CITY, provided CITY gives notice to CONSULTANT. SECTION 9. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed~ by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. The manner and means of conducting the Services are the responsibility of~and under the control of CONSULTANT, except to the extent they are limited by applicable law and the express terms of this Agreement. 3 050310 CITY OF PALO ALTO CONTRACT NO. C06116618 CONSULTANT will be responsible for employing or engaging all persons necessary to perform the Services. All contractors and employees of CONSULTANT are deemed to be under CONSULTANT’S exclusive direction and control. CONSULTANT shall be responsible for their performance. SECTION i0. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION iI. SUBCONTRACTING. Notwithstanding Section i0 above, CITY agrees that subconsultants may be used to. complete the Services. The subconsultants authorized by CITY to perform work on this Project are identified in Exhibit "A". CONSULTANT shall be responsible for directing the work of the subconsultants and for any compensation due " to subconsultants. CITY assumes no responsibility whatsoever concerning such compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 12. PROJECT MANAGEMENT. CONSULTANT will~assign Thomas S. Barton, PE as the project director to have supervisory responsibility for the performance, progress,, and execution of the Services. If circumstances or conditions subsequent to the execution of this Agreement cause the substitution of the project director or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior ~written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The city manager will represent CITY for all purposes under this Agreement. Brad Eggleston is designated as the project manager for the CITY. The project manager will ~be CONSULTANT’s point of contact with respect to performance, progr4ss and execution of the Services. The CITY may designate an alternate project manager from time to time. SECTION 13. DUTIES of CITY. To assist CONSULTANT in the performance of the Services, CITY .wil! furnish or cause to be furnished the specified services and/or documents described in Exhibit "A" and 050310 4 CITY OF PALO ALTO CONTRACT NO. C06116618 such other available information as may be reasonably requested by CONSULTANT. SECTION 14. OWNERSHIP OF MATERIALS. All drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests deve!oped or discovered by CONSULTANT or any other person, engaged directly br indirectly by CONSULTANT to perform the services required hereunder shall be and remain the property of CITY without restriction or limitation upon their use. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the city manager or designee. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT] its officers, employees, agents or contractors under _this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of. the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or prov.ision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTIONIS.INSURANCE. 18.1.CONSULTANT, at its sole cost and expense, shal! obtain and maintain, in ful! force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy 050310 CITY OF PALo ALTO CONTRACT NO. C06116618 endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy or policies. 18.2.All insurance coverage required hereunder shall be provided through carriers with Best’s Key Rating Guide ratings of A-:VII or higher which are admitted to transact insurance business, in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3.Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates wi!l 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 materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cgncellation or modification, CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Purchasing Manager during the entire term of~ this Agreement. 18.4.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 Agreement. 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 Agreement, .including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. WORKERS’ COMPENSATION. CONSULTANT, by executing this Agreement, 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 and during the performance of the Services. SECTION 20.TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 20.1.The city manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (i0) days’ prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 050310 CITY OF PALO ALTO CONTRACT NO. C06116618 20.2.CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving ten(10) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 20.3.Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies/ sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 20.4. -.Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., I0 days after giving notice) of suspension or termination; provided, however, if this Agreementis suspended or terminated on account of a default by CONSULTANT, CITY will 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 bythe City Manager acting in the reasonable exercise of his/her discretion 20.5. 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 Agreement. SECTION 21.NOTICES. 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 With a copy to the Purchasing Manager. To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 22.CONFLICT OF INTEREST 22.1.In accepting this Agreement, 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. 22.2.CONSULTANT further covenants that,in the 050310 7 CITY OF PALO ALTO CONTRACT NO. C06116618 performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement 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. 22.3. If the Project Manager determines that CONSULTANT is a "Consultant" as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by [he Palo Alto Municipal Code and the Political Reform Act. SECTION 23. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT agrees that in the performance of this Agreement, it shall not discriminate inthe employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions Of Chapter 2.28 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements .of Chapter 2.28 pertaining to nondiscrimination in employment, including completing the form furnished by CITY and set forth in Exhibit "E". SECTION 24.MISCELLANEOUS PROVISIONS. 24.1. This Agreement will be governed by the laws of the State of California. 24.2.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. 24.3.The prevailing party in any action brought toenforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. 24.4.This document represents the entire and integrated agreement 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. 24.5.The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, 8 050310 CITY OF PALO ALTO CONTRACT NO. C061!6618 successors, executors, administrators, assignees, and CONSULTANTs, as the case may be, of the parties. 24.6.If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceabie, the unaffected provisions of this Agreement and any amendments thereto will remain in fullforce and effect.- 24.7.All exhibits referred to in this Agreement and any addenda, appendices, attachmentS, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 24.8.This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement. will terminate Without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for~the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no !onger available. This Section 24.8 shall take precedence in the event of a conflict with any other covenant] term,~ condition, or provision of this Agreement. 050310 CITY OF PALO ALTO CONTRACT NO. C06116618 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date firs[ above written. APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Director of Administrative Services ¯ CITY OF PALO ALTO Assistant City Manager THOMAS S.BARRON~ PE Name: ~]-k O~] ~k~ ¯ ¢~ Title: ~~ (If co~ora~on: Presid~t or Vice-Pre~i~n~) By: Name: Title: (If corporation: Secretary or Treasuxer) Taxpayer Identifi-cation. No. (Social Security Number if S.ole Proprietorship). (Compliance with Corp. 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 respectivecapacities is acceptable) Attachments: EXHIBIT "A": EXHIBIT "B"" EXHIBIT "C"- EXHIBIT "D" EXHIBIT "E": SCOPE OF SERVICE SCHEDULEOF PERFORMANCE COMPENSATION INSURANCE NONDISCRIMINATION COMPLIANCE FORM 10 050310 EXHIBIT A INDUSTRIAL WASTEWATER DISCHARGE EVALUATIONS SCOPE OF SERVICES "~Indust:ria:|:!:i~i~har=.~er In_ ~eetion~Assistance The Consultant shall provide on-call assistance to RWQCP staff during compliance inspections of industrial dischargers. It is expected that this assistance shall include five key activities: 1.1 !.2 1.3¸ Compliance Determinations - As requested by RWQCP staff, the Consultant shall assist in the periodic inspection of industrial facilities to determine whether their discharges are in compliance with permit requirements. For example, th~ Consultant shall join RWQCP staff in reviewing waste copper sources at metal finishing sites to assure that the correct Reasonable Control Measures are present. The Consultant shall also examine the use of Best Management Practices at laboratories, vehicle wash facilities, dental offices, machine shops, and other sites. Pollutant Source Identification and Control - Upon request, the Consultant shall help industrial sites identify which of their production processes, facility maintenance operations, or other activities are generating wastewaters containing pollutants of concern to the RWQCP. The Consultant shall also help sites evaluate the technical and economic feasibility of alternative pollution prevention projects and source control measures to reduce the amounts of identified pollutants being discharged to the sanitary sewer system. These evaluations shall use the same methods as studies conducted previously by the Consultant at Alza, CPI, Space Systems Loral, and other sites in the RWQCP service area and elsewhere. Facility Modification Reviews - The industrial discharge ordinance provides that a metal finishing site discharging under a mass limit may petition the RWQCP for an increase in that limit if its production increases, or if it adds a new waste copper source. When such a petition is received, the Consultant shall evaluate the site’s proposal, and shall then recommend the amount by which the copper discharge limit should increase. This recommendation will be based upon: ¯Estimation of the waste copper loads generated by the modified or expanded process, both before and after the change; Contract C06116618 Page 1 of 7 EXHIBIT A t.4 ¯Estimation of the waste copper load that is removed by the on-site wastewater treatment system before and after the change; and ¯Evaluation of alternative control measures that can cost-effectively reduce the amount of waste copper being discharged. New & Modified Facility Permit Reviews - Metal finishing facilities may elect to discharge to the sanitary sewer under either a concentration- or mass-based local limit. In order to choose between these options, a new or extensively modified site needs to be advised as to which specific Reasonable Control Measures it would have to install in each of these two options. As appropriate, the Consultant shall: ¯Review the shop’s construction drawings and other design documentS, visit the site, and meet with the shop’s equipment vendors; ¯Prepare a list of Reasonable Control Measures that are to be installed at each waste copper source; ¯Evaluate alternatives in cases where the shop believes that its layout or other process requirements prevent the use of particular measures; ¯Prepare a waste copper mass balance; and ¯Forecast the amount of waste copper mass that will be discharged by the facility. 1.5 Tmnkline Analyses - In addition to site discharge data, tlae RWQCP obtains samples and analyzes pollutants at various points in its collection system. These analyses help identify what portions of" the se~wice area contribute the greatest pollutant loads, and can in some instances be used to identify likely sources of incidental discharges. These efforts will be continued and streamlined during the first year of the proposed project. For example, the collection of concentration and flow data on certain days of each quarter may be coordinated, and that information compared by the Consultant with PRCC data from key commercial, industrial, and institutional dischargers. As necessary for each assigned task, the Consultant shall ask the RWQCP to furnish paper and electronic c.opies of site permits, applications for permit modifications, site discharge data, trunkline data, and similar information. Other data will be obtained from water districts serving the area. Contract C06116618 Page 2 of 7 EXHIBIT A Deliverables: The Consultant shall prepare technical memoranda and reports to document each site visit and the recommendations that are made. Draft copies of these items shall be furnished to the RWQCP for review. The final edition of each report shall be accompanied by an electronic copy for RWQCP files and/or posting to the RWQCP website. Electronic copies of all databases and calculation worksheets shall also be furnished. ¯ a~k~:2:.~.tal:-.Finisl~ing DiScha~ge~Compliance Monitoring The Consultant shall calculate an annual estimate of the amount of waste copper that metal finishers discharge to the RWQCP. This calculation shall include each major metal finishing shop in the service area. The task involves the use of time-weighted concentration and flow data to estimate the copper mass being discharged by each metal finishing site. Alternative flow-weighted and non-weighted methods may be used. Obtaining these data and making the calculations will involve several steps: 2.!.Qrganize Calculations - The Consultmat shall begin by extending the time period covered by each of its existing RCM status spreadsheets, thereby preparing the way for entry of new data. 2.2 Review Copper Processes - Next, the Consultant shall briefly contact each site as needed to confirm annual operating days, the status of previously installed RCMs, process changes, and copper discharge reduction projects. 2.3 Obtain Discharge Data - Each site will be asked to confirm its PRCC data (i.e., copper concentration and flow meter readings) for the wastewater discharge from its metal fmisl~.ng operations. As appropriate, the Consultant shall obtain results of flow meter calibrations that may have been done by the sites, and shall compare discharge and water supply meter data. 2.4 Compute Copper Discharges - Next, the Consultant shall perform weighted and non-weighted calculations to determine the 12-month rolling average daily copper discharge concentration and mass for each metal finishing site. 2.5 Present Results - Calculation results will appear as both tables and charts, following the fomaats presented in RWQCP annual reports. Contract C06116618 Page 3 of 7 EXHIBIT A The RWQCP and the City of Mountain View shall, at the end of each 6-month period, furnish electronic copies of available PRCC copper concentration and sewer flow data for each site. In coordination with the responsible source control inspectors, the Consultant may obtain additional data directly fi’om each site. Deliverables: Copper discharge calculation results will be presented in report form, as described above. In addition, e-mail copies will be furnished of the mmual report input together with all spreadsheets used in the calculations. The Consultant shall conduct special pollutant source evaluations as requested by the RWQCP. In these efforts, the Consultant shall review one or more industrial facilities, classes of industrial activities, or products, to determine potential sources of pollutants and possible control measures. As appropriate, the Consultant shall conduct field work, pollutant sampling, chemical analyses, and literature reviews to gather the necessary pollutant data. If requested by the RWQCP, the pollutant source evaluation shall include an estimate of the portion of loading of the pollutant that can be attributed to various business categories. On the basis of such research, the Consultant shall recommend how to identify and implement appropriate new pollution prevention measures. In each case, the Consultant shall prepare a workplan for approval by the RWQCP prior to commencing. The Consultant shall identify data resources while carrying out project- related research. Files, professional contacts, and other resources shall be provided by both the Consultant and RWQCP staff. The deliverables for each evaluation shall be in draft and final technical memoranda, together with copies of supporting data and calculations. Deliverables: The Consultant shall prepare technical memoranda to document its findings for each source evaluation. Drafts of these memoranda shall be furnished to RWQCP staff for review before final editions are produced. Research data (e.g., literature, lab test results, internet sources, correspondence, and telephone notes) shall be provided to the RWQCP to facilitate future projects.Electronic copies of data, calculations, and reports shall also be provided. The Consultant shall determine the annual industrial loading to the RWQCP influent for industrial pollutants specified by RWQCP staff (e.g., copper, nickel, cyanide, zinc, selenium, and mercury). For copper, loadings contributions from corrosion sources (i.e., base corrosion, hot water recirculating systems, cooling water systems), industrial processes, and sanitary sewage shal! be calculated in addition to the total industrial loading. Contract C06116618 Page 4 of 7 EXHIBIT A Industrial monitoring data (i.e., flow and pollutant concentrations) shall be provided by RWQCP staff. The Consultant shall extend the previously developed database to compile and filter this information, and will then estimate loadings from various kinds of industries. These individual loadings will be used to calculate a total industrial loading. 4.1 Extend Database. The database shall be extended to accept new discharge data that become available each year. 4.2 .Compile and Validate Data. Data provided in electronic form by RWQCP staff shall be loaded into the database and categorized by industry type. In addition, the data shall be filtered mad then checked for unit’s consistency, for extreme values, and for completeness. 4.3 Compute and Verify Mass Loadings - Mass Ioadings shall be computed from concentration and flow data for individual sites. If flow data are not available (as may be the case for smaller commercial facilities), flow shall be estimated from water use records (if practical) or based upon estimates derived from similar businesses with respect to type and size. Copper loadings from corrosion and sanitary sewage shall also be calculated on an individual basis. Calculations to determine copper contributions from these sources shall follow methods developed for Palo Alto during previous studies concerning corrosion rates and headworks loading allocations. Data below detection limits shall be evaluated in two ways: by setting non- detected values equal to zero and equal to the detection limit. For data sets that meet certain criteria (i.e., adequate percentage of detected values and adequate total number of data points), it is also possible to use statistical methods to provide better estimates. Once the individual loadings are determined, total mass loadings for the entire service area shall be calculated for each constituent. In addition, copper loadings shall be calculated for base corrosion, excess corrosion from hot water recirculating systems, excess corrosion from cooling water systems, and from sanitary sewage. RWQCP staff shall provide an electronic copy of all industrial monitoring data for the specified pollutants, as well as flow and site-specific information necessary to determine the copper loadings. Deliverables: Deliverables shall include electronic copies of spreadsheets and reports containing the calculated mass loadings. Contract C06116618 Page 5 of 7 EXHIBIT A The City of Mountain View is proceeding with a project to convey reclaimed effluent from the RWQCP to offices and parks north of Highway I Ol. This water will be used for irrigation of these developed areas. The impact of using this water on trees, shrubs, grasses, and other plantings is the subject of both field and laboratory investigations: Consultant shall assist the RWQCP by taking photographs of trees and other plains at ten sites within the project area, and at two outside control sites. These photographs currently document conditions prior to the reclaimed water being used, and shall be supplemented by the technical guidance of the City of Mountain View arborist. An irrigation study, sponsored by the Santa Clara Valley Water District, is underway at UC Davis. This study includes soil samples from the RWQCP service area and other sites that are being evaluated to determine the impact of total dissolved solids (TDS) in recycled water on the soil structure, and on the Coastal Redwood. The Consultant shall track the findings of this study. City of Mountain View staff arborist or another botanist will designate specific trees and plants for monitoring in detail as the reclaimed water project proceeds. Deliverables: The Consultant shall provide sets of digital phot0gn’aphs, field notes, and technical reports of findings and recommendations. Task..6i: .....<Dim!tal;Fa~ility :tttspectRms-.. - ¯ The consultant shall conduct inspections of dental facilities, with a focus upon new offices that open; existing practices that are purchased by a new owner; and re-inspection of practices whose anaalgam separator or best management practices (BMPs) need review. The RWQCP dental practice database will be updated as new practices apply for a sewer permit. In addition, a review of the telephone directory and the MPDS membership list shall be made at least annually, at RWQCP request, to discover ownership changes and new practices established since the last update. Deliverables: The Consultant shall provide file copies of all correspondence, completed inspection checklists, and vacuum system photographs for each site that is visited. Contract C06116618 Page 6 of 7 EXHIBIT A Task 7.Project Management The Consultmat shall: Prepare a workplan dining the first month of the project. This plan shall show individual tasks together with budgets and actual costs for each. Prepare monthly status reports. These reports shall document key activities, work progress, RWQCP decisions, and budget status. Attend periodic progress review meetings at which project accomplishments and issues shall be discussed with RWQCP staff: Administer subcontracts placed with members of the consultant team. Additional Services Performance of Additional Services and related fees shall be negotiated in advance of any work mad approved in writing by the Project Manager: Additional Services may consist of, but are not 1,imited to the following: Assist the City with the implementation of EPA’s recently finalized pretreatment streamlining regulations and of new requirements for regulation of industrial facilities that are proposed in cyanide Basin Plan amendment under consideration by the Regional Water Board. Contract C06116618 Page 7 of 7 CITY OF PALO ALTO CONTRACT NO. C06116618 EXHIBIT "B" SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days specified below. The number of days to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY "so long as all work is completed within the term of the Agreement". CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 10 days of receipt of the notice to proceed. Milestones Completion Number of Days From NTP 1.Attend project planning meetings with RWQCP Staff and prepare a work plan deliverable. 45 2.Performance of on-going services, as described in Exhibit "A" 365 050310 CITY OF PALO ALTO CONTRACT NO. C06116618 EXHIBIT "C" COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below, Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1 up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit "A" ("Basic Services") and reimbursable expenses shall not exceed $90,000.00. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $103,000.00. Any work performed or expenses incurred for which payment would result in.a total exceeding the maximum amount ofcompensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of.work as outlined and budgeted below. The CITY’s project manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $90,000.00 and the total compensation for Additional Services does not exceed $13,000.00. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 (Industrial Facility Inspections) $10,000 Task 2 (Metal Finishing Mass Loading) $4,800 Task 3 (Special Evaluations) $32,000 Task 4 (Annual Industrial Loading) $7,000 Task 5 (Reclaimed Water Irrigation) $20,000 Task 6 $10,000 (Dental Facilities) 050310 CITY OF PALO ALTO CONTRACT NO. C06116618. Task 7 (Project Management) Sub-total Basic Services Reimbursable Expenses $5,200 $89,000.00 $1,000.00 Total Basic Services and Reimbursable expenses Additional Services (Not to Exceed) Maximum Total Compensation $90,000.00 $13,000.00 ~103~000.00 REIMBURSABLE EXPENSES ¯ CITY shall reimburse CONSULTANT for reimbursable expenses including, postage, mileage and other miscellaneous costs, at cost. All requests for payment of expenses shall be ~accompan.ied by appropriate backup information. Any expense anticipated to be more than $500.00 shall be approved in advance by the CITY’.s project manager. ADDITIONAL SERVICES The CONS.ULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable exper~se, forsuch services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s project manager CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement. 2 050310 C!TY OE PALO ALTO CONTRACT NO. C06116618 EXHIBIT "C-1" HOURLY RATE SCHEDULE (Effective through 6/30/07) THOMAS BARRON, PE Project Manager (Thomas Barron) Project Engineer (Thomas Barron) Administrative & Research Assistant Senior Scientist (Ann Blake) Senior Researcher.(Alicia Culver) Senior Scientist (Yeggie Dearborn) Senior Scientist (Philip Dickey) Project Manager (Stephanie Hughes) Senior Scientist (Kelly Moran) ’Rise Barron) $130.001hr $120.00/hr $65.00/hr $100.00/hr $100.00/h r $125.00/h r $85,00/hr $175.00/h r $130.00/hr 050310 EXHIBIT D Los Ang~l~= CA 90017 Phone : 213-7£ ;’--I L0O Fax : 213-787-I!64 CERTIFICATE OF LIABILITY INSURANCE T~OI ~10 / 06114/06 THIS CERTIFIC..ATEE IS ISSUED A~ A MATT’~R OF INFORMATION. ONLY AND CONFERS NO RIGHTS UPON "HE CERTIFICATE HOLD~ THIS C~RTIFIC~TE D~ NOT ~M~ND, ~TEND OR ALT~R 7HE COVERAGE AFFORDED BY ~ HE POLICIES BELOW. COVERAGES IOLK::IEB. AGGF!~G^T~ t Ii-’i,TD ,~HO"hW MAY HAV~ BE~N R~DUC~O BY P~JD CLAIM9, ~Y EFFECTIVED~TE l~le,/ImrfY) ..... 12/09/04 12109/04 PFL 04-2057-003 $ ,-,, ~I,000,000 $1,000 ~000 A Profess/e,: Liab PFL 04-2057-003 12/09/06I ~a. Claim Clai~s PR- 7erm i Aqqr. at~ City of ~alo A!t~, it= counc~l members, offic~is, agents, ~d employ~e~ add~ aa A~i~.~;}.o~l insured ~ ~e ~neral ~ili~ ~ut only all ¢overed ~!;,o~tio~s of ~e N~d Insure. *10-~y M.uti.~ o.[ Canc~llation for Non~Pa~en£ of Pr~. CERTIFICATE i. 0 t L. ’ ’. CPALOAL Cit’~" .:::" .:’?:::~lo Alto P~::rcb, c,.:;.i~%] -$ Contract Ad~ i u:;. "’: ~.O. :’-’,-::’;= 10250 ACORD 25 (?..091 ~0"~ CANCELLATION ~ ~GORD CORPORATION IMPORTANT ¯ : ... c~.r~’ificate holder is ~n ADDITIONAL INSURED, the pollcy(ies) must be endorsed. ~, statement o.~ :~:,s certificate ~oes not cor~fer rights to the certiflcat~ holder in lieu of sue;; ~ndorserr ent(s). ’: :!~:.:;::’.ROGATION IS WAIVED, subject to the tetras and condilions of the policy~ certain poiicies may ;":’q’J~,e en endorsement. A statement on this ¢ertiflcat~ does not confer r!gh~,s to the ced.ificate .’,oig~;r in lieu of such endor~ement(~). DISCLAIMER T;,,:: :..:~,ificate of Insurance on the reverse side of thiS form does not constitute a contra ~t bet’ween ¯ :i-~e i’.~£uing ins.urer($), =uthorlzed representative or producer, and the certificate holder, ~or does it .:~;:~:nat!~ely or negatively amend, extend or alter the coverage afforded by the.. policies li ~’ted thereon. ACORD 2S EXHIBIT E Certification of Nondiscrimination As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that they do 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; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscriminalJon in employment. 1. If Proposer is INDIVIDUAL, sign~ Proposer’s Signature Proposer’s typed name and title If Proposer is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print) . Date: Member of the Partnership or Joint Venture signature Date: Member of the Partnership or Joint Venture signature 3.tf Propose~- is a CORPORATION, the duly authorized officer(s) shall sign as follows: "The undersigned certify that they are respectively: Title and Title Of the;corporation named, below, that they are designated to sign the Proposal Cost Form by resolution (attach a. certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) forand on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION. Corporation Name (type or print) By: Title: By: Title: Date: Date: City of Palo Alto - RFP 116618 Page 1 of 1