Loading...
HomeMy WebLinkAboutStaff Report 266-06City of Palo Alto City Manager’s Report TO: FROM: HONORABLE CITY COUNCIL CITY MANAGER 13A DEPARTMENT: PUBLIC WORKS DATE:JUNE 19, 2006 CMR:266:06 SUBJECT:APPROVAL OF AN ENTERP~SE FUND CONTRACT WITH RMC WATER AND ENVIRONMENT CORPORATION IN THE AMOUNT OF $299,940 FOR THE PREPARATION OF A DISINFECTION FACILITY PLAN FOR THE REGIONAL WATER QUALITYCONTROL PLANT (WASTEWATER TREATMENT FUND FY 05-06) RECOMMENDATION Staff recommends that Council: Approve and authorize the City Manager or his designee to execute the attached contract with RMC Water and Environment Corp. (RMC) in the amount of $299,940 for the preparation of a Disinfection Facility Plan for the Regional Water Quality Control Plant (RWQCP). Authorize the City Manager or his designee to negotiate and execute one or more revisions to the contract with RMC for related, additional services which may include preparation of environmental documents beyond a mitigated negative declaration, attend/conduct additional meetings or workshops that are not included in the basic scope of services, and additional research and reports beyond the basic scope of services, the total value of which shall not exceed $29,990. DISCUSSION Scope of Services Description The work to be performed under the contract is for the preparation of a facility plan for a technically sound, environmentally friendly, and financially viable ultra-violet (UV) disinfection facility as a replacement to the existing chlorine disinfection facility at the RWQCP. Consultant services under this project include: technical analyses, refinement and confirmation of facility requirements, lifecycle analyses, environmental review, and economic review for the comparisons of UV and Chlorine disinfection. A detailed scope of services is attached to the ~ontract as Exhibit "A". Background The RWQCP presently uses chlorine gas, a conventional but controversial chemical, to disinfect its treated water prior to discharge to the Bay. There are growing concerns over the safety and chlorine byproducts associated with the chlorine disinfection process. Minimization/elimination of chlorine use is a core element of the RWQCP’s long-term goals that were established in 2002. During the fall of 2004, the RWQCP embarked on a project entitled the Disinfection Alternatives Study. During the course of the Disinfection Alternatives Study, the RWQCP engaged with CMR:266:06 Page 1 of 3 stakeholders in a series of workshops. The stakeholders and the RWQCP collaborated to identify, develop and screen candidate disinfection technologies. Through the screening process, the stakeholders concluded that UV technology presented the most viable alternative to chlorine gas for effluent disinfection at the RWQCP. The result of the year-long collaborative study was documented in a report entitled "Disinfection Alternatives Study". Therefore, the RWQCP is focusing on a UV system as the alternative to chlorine disinfection. Changing the existing chlorine disinfection to UV disinfection would allow the RWQCP to accomplish several long-term goals including minimization of chemical use. However, if the change were to be made, the implementation needs to be planned carefully so that it would not impact a competing goal, "To Minimize or Justify Financial Impact on Ratepayer". One of the objectives of the Facility Plan project is to provide the proper planning so that the implementation would be financially viable if the RWQCP were to proceed with the change. As part of the planning effort, the RWQCP is monitoring State and Federal funding possibilities. The timing of this project is triggered by the availability of funding from the following sources: State funding is presently available through the State Water Resources Control Board. The RWQCP has taken an initial step to place the project on the State funding priority list. However, application cannot be submitted without completing the Facility Plan. Federal funding will be available through the Wastewater Treatment Security Bill. If the Disinfection Facility Plan project does not proceed at this time, the RWQCP will lose the window of opportunity to obtain outside funding to minimize financial impact to RWQCP partners and the ratepayers. Staff recommends that a consultant performs the Disinfection Facility Plan project to ensure a non-bias comparison between the existing chlorine system and the UV system. Selection Process A request for proposal (RFP) for the project was posted at City Hall and sent to nine consulting firms on April 10, 2006. Firms were given 29 days to respond to the request. Two proposals were received on May 9, 2006. The proposals ranged from $298,987 to $299,940. Those firms not responding indicated that they did not submit a proposal because they are busy on other projects. Proposal Description]Number Proposed Length of Project Number of Proposals Mailed Total Days to Respond to Proposal Pre-proposal Meeting Date Number of Company Attendees at Pre- proposal Meeting Number of Proposals Received: Company Name Summary of Solicitation Process Disinfection Facility Plan / RFP #116829 10 months 9 29 None N.A. 1. Kennedy/Jenks Consultant 2. RMC Water & Environment Range of Proposal Amounts Submitted 2 Location (City, State)Selected for oral interview? Palo Alto, CA Yes San Jose, CA Yes $298,987 to $299,940 CMR:266:06 Page 2 of 3 The RFP process allows the City to negotiate the price of the work upon selection of the successful firm. An evaluation committee consisting of staff from the Environmental Compliance Division, staff from the RWQCP, a representative from the City of Los Altos, and a Palo Alto resident representing the stakeholders reviewed the proposals. Both firms were invited to participate in oral interviews on May 22, 2006. The committee carefully reviewed each firm’s qualifications and submittal in response to the criteria identified in the RFP. The criteria used to select the recommended firm include: specialized experience, past performance, qualifications of project team and principal, understanding of project goals, ability to work with the public, familiarity with issues associated with project, proposal clarity, among other criteria. RMC was selected because of its qualifications and experience. It presented a clear understanding of the issues, challenges, and objectives of the project. Upon completion of this project, the City has the option of retaining RMC for the design and construction management services if the City decides to proceed with the implementation. Staff, with the concurrence of the City Attorney, has determined that the firm is exempt from complying with the financial 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. RESOURCE IMPACT Funds for the Disinfection Facility Plan project have been appropriated under the FY 2005-2006 Wastewater Treatment fund. POLICY IMPLICATIONS The recommendation of this staff report is consistent with City policies. ENVIRONMENTAL REVIEW Environmental review is a part of the scope of this project. ATTACHMENTS Attachment A:Contract (includes Scope of Services) PREPARED BY: DEPARTMENT HEAD: Daisy Stark, Senior Engineer/RWQCP William D. Miks, Manager/RWQCP Director of Public Works CITY MANAGER APPROVAL: HARRISON Assistant City Manager CMR:266:06 Page 3 of 3 CITY OF PALO ALTO CONTRACT NO. C06116829 ATTACHMENT A AGREEMENT BETWEEN THE CITY OF PALO ALTO AND RMC WATER A!qD ENVIRONMENT FOR PROFESSIONAL SERVICES DISINFECTION FACILITY PLAN 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 RMC Water and Environment, a California Corporation located at 2290 North First Street, Suite 212, San Jose, CA 95131 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to prepare the Disinfection Facility Plan for the Palo Alto Regional Water Control Plan ("Project") and desires to engage a consultant to perform the pre-design and life-cycle analyses, and to prepare the environmental documents in connection with the Project ("Services"). B. CONSULTANT has represented that it and any subconsultants have the necessary professional 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 i. SCOPE OF SERVICES. CONSULTANT shall perform the 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 through completion of the services, unless terminated earlier pursuant to Section 20 of this Agreement. 050310 CITY OF PALO ALTO CONTRACT NO. C06116829 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 communicated 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. CONSULTANT shall not be responsible for delays from causes beyond CONSULTANT’s reasonable control. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation 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 two hundred ninety-nine thousand nine hundred and forty dollars ($299,940.00). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed three hundred twenty nine thousand nine hundred and thirty dollars ($329,930.00). The applicable rates and schedule of payment are set out in Exhibit ~C", entitled ~COMPENSATION," which is attached to and made a part of this Agreement. Additiona! 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 CITY. 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: Daisy Stark, Dept.: Public Works, Water Quality Contro! Department, 2501 Embarcadero Way, Palo Alto, CA 94303, Telephone: 650-329-2287. SECTION 6. QUALIFICATIONS/STA!qDARD OF CARE. All of the Services shal! 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 050310 2 CITY OF PALO ALTO CONTRACT NO. C06116829 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 nature 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 skill 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 local 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. CONSULTANT shall use due professional care to provide that 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/OHISSIONS. 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. 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 shal! be responsible 050310 3 CITY OF PALO ALTO CONTRACT NO. C06116829 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 onthis 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 al! 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 Tom Richardson 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 Jill 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 agceptable 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 wil! represent CITY for all purposes under this Agreement. Daisy Stark is designated as the project manager for the CITY. The project manager wil! be CONSULTANT’s point of contact with respect to performance, progress 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 will furnish or cause to be furnished the specified services and/or documents described in Exhibit "A" and such other available information as may be reasonably requested by CONSULTANT. SECTION 14. OWNERSHIP OF MATERIALS.All drawings, plans, reports, 050310 4 CITY OF PALO ALTO CONTRACT NO. C06116829 specifications, calculations, documents, other materials and copyright interests developed or discovered by CONSULTANT or any other person engaged directly or 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 ~amage 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 provision 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. SECTION 18. 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 endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy or policies. 18.2 .Al! insurance coverage required hereunder shall 050310 5 CITY OF PALO ALTO CONTRACT NO. C06116829 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 will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation or modification, CONSULTANT shal! 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 wil! 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. 20.2.CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving ten (i0) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 050310 CITY OF PALO ALTO CONTRACT NO. C06116829 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 Agreement is suspended or terminated on account of a default by CONSULTANT, CITY wil! be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s.services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise of his/her discretion 20.5. No payment, partial payment, acceptance, or partia! acceptance by CITY wil! 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, financia! or otherwise, which would conflict in any manner or degree with the performance of the Services. 22.2.CONSULTAATT further covenants that, in the performance of this Agreement, it wil! 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 emp!oyee of CITY; 050310 CITY OF PALO ALTO CONTRACT NO. C06116829 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 the 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 in the 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 al! 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 wil! 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 to enforce 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, successors, executors, administrators, assignees, and CONSULTANTs, as the case may he, of the parties. 24.6.If a court of competent jurisdiction finds or 050310 8 CITY OF PALO ALTO CONTRACT NO. C06116829 rules that any provision of this Agreement or any amendment thereto is void_ or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force 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 fisca! year in the event that funds are not appropriated for the follQwing 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 longer 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. C06116829 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Director of Administrative Services CITY OF P/ZLO ALTO Assistant City Manager RMC WATER and ENVIRONMENT By: Name: (If corporation: President or Vice-President) By : Name: (If corporation: Secretary or Treasurer) Taxpayer Identification No. (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 respective capacities is acceptable) Attachments : EXHIBIT "A" : EXHIBIT "B": EXHIBIT "C" : EXHIBIT "D" EXHIBIT "E" : SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION INStrR_ANCE NONDISCRIMINATION COMPLIANCE FORM i0 050310 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SANTA CLARA ss. 2006 ,before me, WILLIAM F.BRON~ER Notary Public, Personally appeared [] personally known to me or [] proved to me on the basis of satisfactory evidence to be the persords whose name/s ,i~are subscribed to the within instrument and acknowledged to me that ~/they executed the same in kirdla~/their authorized capacity/ies, and that by hiCh-~r/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 offic!al seal. WILLIAM F. BRONNER NOTARY Notary Public in and for the State of California Commission # 1378031 Expiration Nov 1, 2006 W LLIAM F. BRONNER= ,OOMM. NO. I~78031 ~ NOT~Y PUBLIC -~N~ ~ COMM. EXPIRES NOV. ~ ~1, Document Name ,~c e~.~ m~-~--,. ZLa4~,,., /’7~bNumber of Signers III II I III III II III IIIII I IIIII ! EXHIBIT "A" DISINFECTION FACILITY PLAN For the PALO ALTO REGIONAL WATER QUALITY CONTROL PLANT SCOPE OF WORK In general, the consultant shall prepare a facility plan of a potential operable disinfection facility for the Palo Alto Regional Water Quality Control Plant (RWQCP). The facility plan shall include technical analyses of all essential components, life cycle environmental and economic review, pre- design, and the appropriate environmental impact document for conversion of the existing effluent discharge disinfection system at the RWQCP to a ultra-violet disinfection system (UV system). BACKGROUND INFORMATION The RWQCP provides treatment and disposal of wastewater for the Cites of Palo Alto, Mountain View, and Los Altos; the Town of Los Altos Hills; the East Palo Alto Sanitary District; and Stanford University, known collectively the RWQCP Partners. The RWQCP is an advanced treatment facility with a designed average dry weather flow (ADWF) capacity of 38 million gallons per day (MGD), and a current flow of about 23 MGD. The RWQCP effluent is predominantly discharged to the San Francisco Bay (Bay) through an effluent out-fall. Additional information about the RWQCP can be found on the web site www.PARWQCP.or.q. The RWQCP presently uses chlorine gas, a conventional but controversial chemical, to disinfect its treated water prior to discharge to the Bay. Minimization!elimination of chlorine use is a core element of the RWQCP’s long-term goals that were established in 2002. During the fall of 2004, the RWQCP embarked on a project entitled the Disinfection Alternatives Work Plan Study. During the course of the Disinfection Alternatives Work Plan Study, the RWQCP engaged with stakeholders in a series of workshops. The stakeholders and the RWQCP collaborated to identify, develop and screen candidate disinfection technologies. Through the screening process, the stakeholders concluded that UV technology presented the most viable alternative to chlorine gas for effluent disinfection at the RWQCP. The result of the year-long collaborative study was documented in a report entitled Disinfection Alternatives Work Plan Study (RMC Aug. 2005). The RWQCP, therefore, focuses on a comparison of the existing chlorine disinfection system (no project scenario) and UV system. Contract C06116829 Page 1 of 11 EXHIBIT "A" CONSULTANT SERVICES Consultant shall be knowledgeable of the RWQCP National Pollutant Discharge Elimination System (NPDES) permit requirements and be familiar with the trend of disinfection requirements of the California Regional Water Quality Control Boards (RWQCB), and particularly of the San Francisco RWQCB. The end product of this project shall provide sufficient and specific information that would enable the RWQCP to make decisions relative to conversion to a UV system, secure financial arrangements, and proceed with final design for the construction of the disinfection facility. The consultant’s scope of work shall include, but not be limited to, the following: Task 1: Site Investigation 1.i RWQCP and service area characteristics Consultant shall review and document the site characteristics, including climate, topography, traffic, and demographics. 1.2 Data collection and review Consultant shall collect and review available data from the RWQCP and outside sources that are relevant to the project. This data shall include existing reports, process and test data, permit requirements, and record drawings, etc. The RWQCP has obtained UV transmittance (UVT) data during the 2005/2006 wet weather months and plans to obtain the data for the coming dry weather months. The RWQCP will provide the UVT data to Consultant as they become available. 1.3 1.4 Service area industry review Consultant shall research and investigate the businesses and industries in the RWQCP service area to identify potential impacts on the wastewater quality relevant to the potential conversion to a UV system (e.g. UVT). Industries of concern include printed circuit board manufacturers, pharmaceutical companies, chemical manufacturers, textile, printing, pulp and paper, food processing and photo developing. In addition to the businesses and industries currently served by the RWQCP, the research shall consider those that are planned for development within the RWQCP service area. Documentation Consultant shall provide the RWQCP with documentation of the review, research, and data that are relevant for the project. 1.5 Deliverables: Technical memorandum - Site Investigation Task 2: Develop. Criteria for UV Facility.. D.e~ Contract C06116829 Page 2 of 11 EXHIBIT "A" 2.!Data analyses Consultant shall perform thorough analyses on the process and water quality data of the RWQCP. Results of the analyses shall accurately determine the design and operation criteria for the disinfection facility. Consultant shall document the analyses, the findings, and the recommended design criteria. 2.2 Coordination with the Regional Water Quality Control Board (RWQCB) Consultant shall assist the RWQCP to engage the RWQCB in the facility planning effort to develop the proper criteria for the facility design and to ensure that the conversion from chlorine gas disinfection to UV would be acceptable. 2.3 Deliverables: Technical memorandum - U-V Design Criteria Task 3: UV Facility Pre-Design Consultant shall engage and be responsible for the services of sub-consultant, DTN Engineers, for support on electrical/I&C designs. 3.1 Select UV technology Consultant shall discuss and review the various UV technologies with the RWQCP, document the pros and cons of the various technologies, make recommendations, and assist the RWQCP to select a technology that would best fit the RWQCP. 3.2 Establish process and operational parameters Consultant shall define the UV process and the operational requirements for the selected technology, develop the plant hydraulics, process controls, and facility config~aration. 3.3 Facility layout The pre-design for the UV facility shall be developed to the level of detail that is adequate for the environmental review, including mitigation plan as needed, that would allow the RWQCP to proceed with the final design of a UV facility. The facility layout shall take into consideration furore expansion (e.g. possible furore recycled water disinfection). 3.4 Deliverables Consultant shall provide the RWQCP with the following: ¯Process flow diagram ¯Site plan ¯General arrangement drawings including plans and major section views ¯Hydraulic profile ¯Electrical single line diagrams ¯Technical memoranda describing the engineering design criteria, control strategies, power consumptions, operational and maintenance requirements, etc. Contract C06116829 Page 3 of 11 EXHIBIT "A" Workshop to present the pre-design, incorporate review comments before proceeding to the evaluation process Task 4: Chlorination/De-chlorination Facili _ty Upgrades Consultant shall engage and be responsible for the services of sub-consultant, DTN Engineers, for support on electricalfi&C designs. 4.1 Review existing facility Consultant shall review the design, plans, and reports, including the Facility Condition Assessment report, evaluate the adequacy and conditions of the existing chlorination and de- chlorination facility, and determine upgrades to the facilities as needed to extend the useful life of the facilities to the same life span as the potential new UV facilities. 4.2 Deliverables Consultant shall provide the RWQCP with the following: ¯Process flow diagram as needed ¯Plan(s) as needed ¯Electrical single line diagrams as needed ¯Technical memoranda describing the upgrades ¯Workshop in conjunction with task 3 to present the pre-design, incorporate review comments before proceeding to the evaluation process Task 5: Cost Estimates 5.1 UV cost estimate Consultant shall research and contact the manufacturers, material suppliers, and agencies currently operating similar wastewater UV systems to develop construction, and operation and maintenance cost estimates. 5.2 Chlorination cost estimate Consultant shall develop cost estimate for the chlorination and de-chlorination system to the same level of detail as that of the potential UV system to provide a fair comparison of alternatives. The cost estimate shall include all needed upgrades identified in Task 4. 5.3 Analysis of costs shall comply with State Water Resources Control Board (SWRCB) requirements of conducting a cost effectiveness evaluation of alternatives over a 20-year planning period. The work on subtasks 5.1 and 5.2 shall include the following for each alternative: Estimate the alternative’s capital cost and the year the alternative could most likely be placed in service ¯Estimate the annual operating and maintenance costs of the alternative, by year, from start-up through the time period for analysis and prepare annual cash flow diagram ¯Estimate the timing of repair and rehabilitation needed during the planning period Contract C06116829 Page 4 of 11 EXHIBIT "A" Estimate dollar value of any ancillary benefits during the planning period Escalate all costs and benefits to reflect the effects of inflation Calculate, for each year, the net ownership costs Discount the net ownership costs to current do!lars at a rate approximately equal to the City’s borrowing cost, to yield a single net present value of lifecycle ownership costs 5.4 Deliverables: Cost estimates and calculation of net ownership costs for the UV alternative Cost estimates and calculation of net ownership costs for the chlorine/dechlorination alternative Task 6.1 6.2 6.3 6.4 6: Research and Literature Review Consultant shall generate a list of contaminants of concern (or categories of contaminants) for the purpose of evaluating and comparing UV and chlorine disinfection. This list is anticipated to include, but not be limited to, NDMA, pharmaceutical compounds, and endocrine disrupters. Consultant shall review the latest literature on UV technology and document the range of benefits and challenges of employing UV disinfection; in particular, effect of UV disinfection on NDMA destruction. Consultant shall review literature regarding the differences between UV and chlorine disinfection in contaminant generation and reduction. Contaminants of concern include pharmaceuticals and endocrine disrupters. Consultant shall work with the RWQCP to consult with the RWQCB regarding furore regulations to determine if there is a significant advantage of one technology above the other with respect to any of the contaminants. Deliverables: Technical memorandum with list of contaminants of concern for use in evaluating and comparing UV and chlorine disinfection. Task 7: Life Cycle Assessment Consultant shall perform life cycle analyses on UV and chlorine disinfection, focusing on the toxins of the respective technologies and energy consumption. The goal of the life cycle assessment is to provide information on the environmental impact of the two systems and to use the information together with cost and performance data to select the preferred alternative. At a minimum the toxins to be analyzed in the life cycle assessment shall include: mercury, NDMA, THMs, and dioxins. Other toxins could include those identified in Task 6. I. The life cycle Contract C06116829 Page 5 of 11 EXHIBIT "A" assessment shall document the quantity of each toxins released and energy consumed during the production, transportation, and use in operation of the disinfection processes. Deliverables: Technical memorandum containing the life cycle assessments for toxins and energy consumptions for the UV and chlorine/sulfur dioxide alternatives Task 8: Identification and Analysis of Mitigation Measures Consultant shall identify and evaluate mitigation measures to address the challenges presented by implementation of UV and the continuation of chlorine disinfection. Mitigation measures should be developed with sufficient detail to allow for an analysis considering the feasibility of implementing the measures as well as the net benefit provided. The intent is to preliminarily identify viable mitigation measures to offset the disadvantages of each technology, not to fully develop the mitigation measures. Deliverables: Siting plans and mitigation options Task 9: Selection of the ’°Preferred Proiect" Consultant shall review all data gathered, make recommendations, and assist the RWQCP with the selection process. Summarize the economic and risk analyses in a fact sheet. The selection process may include meeting and presentation to the stakeholders, or preparation and distribution of fact sheets to the stakeholders. Consultant shall prepare presentation materials or fact sheets as needed. Perform sensitivity analyses to verify the "robustness" of the evaluation in response to changes in the weighting of the evaluation criteria. Deliverables: Fact sheets and workshop materials Technical memorandum documenting the evaluation process, criteria, and results Task 10: Environmental/Social Evaluation If necessary, Consultant shall engage and be responsible for the services of sub-consultants, May & Associates, William Self Associates, Inc., and!or Miley Holman Consultants to complete the Biological Assessment and the Cultural Resources Assessment for the project. !0.1 Consultant shall evaluate the environmental and social impact of UV and chlorine disinfection including the life cycle assessment, impact on traffic, businesses, community disruptions, wetland, noise, air, the Bay and waterways, cultural resources, etc.The evaluation shall be in sufficient detail to support the environmental document. 10.2 Preparation of Environmental Document Consultant shall document the impact of the "Project", consult with city planning officials and authorities having jurisdiction, and prepare environmental document for the preferred Contract C06116829 Page 6 of 11 10.3 EXHIBIT "A" project in accordance with California Environmental Quality Act (CEQA) guideline. The document shall be complete and in compliance with the CEQA Plus, city guidelines, and SWRCB funding guidelines, so that the final design and construction of the preferred project can proceed after city approval of the environmenta! document. It should be assumed that a mitigated negative declaration would need to be prepared for the preferred project. Deliverables: Consultant shall prepare administrative draft report for City’s review, address and incorporate review comments, prepare draft environmental documents for distribution per CEQA Plus requirements, and prepare the final documents, including responses to comments and Notice of Determination, in compliance with CEQA. Deliverables shall include the following: ¯5 copies of Administrative Draft Environmental Report ¯25 copies of Draft Environmental Report ¯25 copies of Final Environmental Report Task 11: Preparation of Financial Plan Consultant shall perform cash flow analysis and sensitivity analysis, provide input to rate analysis, and prepare a financial plan for the preferred project. The plan shall have adequate information, broken down in appropriate format, for use by the RWQCP to pursue outside funding, including funding from the SWRCB, for the design and construction of the preferred project. Deliverables: Financial Plan Task 12: Public Outreach and Workshops Consultant shall prepare fact sheets, outreach materials, and assist the RWQCP with public outreach and conduct meetings and workshops. The RWQCP has an on-going program that engages a focused group of stakeholders in workshops to discuss the long-term goals for the RWQCP. The stakeholders include local environmental groups, local businesses, agencies, community groups, and the Partners. Reduction of releases of toxins and use of chemicals is one of the main goals that the stakeholders have set for the RWQCP. During the course of this project, consultant shal! conduct three workshops / public meetings, and involve the stakeholders and the public in alternatives evaluation in conjunction with the CEQA process. The outreach shall also include the affected agencies and the general public. Consultant shall also make presentation and attend meetings as required by the RWQCB. Deliverables: Workshop materials, fact sheets, and minutes for three public workshops Task 13: Preparation of FaciliW Plan Report Consultant shall develop the facility plan report, which shall document the -,,cork performed, conclusions of the studies, recommendations, and the selection process. Facility plan shall be Contract C06116829 Page 7 of 11 EXHIBIT "A" configured for multiple uses to maximize the opportunities of outside funding. A draft report shall be submitted for review before finalization of the report. Deliverables: ¯Electronic copy and eight printed copies of draft report ¯Electronic copy and 20 printed copies of Final Facility Plan report ¯One full and one half size mylar reproducible plans/drawings Task 14 - Project Management Project management shall be an integral part of the Consultant services. The Consultant shall monitor all activities, schedule, and budgets of the project. All activities shall be coordinated through the City Project Manager. 14.1 Budget and Schedule Tracking Provide budget and schedule tracking of this project. and budget and schedule status on a monthly basis. Provide summaries of project status, 14.2 Project Meetings Coordinate and attend as minimum, three project meetings to update RWQCP staff on schedule and budget status. Deliverables: Agenda, minutes of meeting, monthly progress reports, monthly invoice by task and by individual DELIVERABLES Consultant shall prepare and deliver meeting minutes, presentation materials, plans and reports listed under each task, and monthly progress report to the RWQCP. In addition, consultant shall provide the following deliverables to the RWQCP: Task 1: Site Investigation ¯ Technical memorandum- Site Investigation Task 2: Develop Criteria for UV Facility Desi~ ¯ Technical memorandum - UV Design Criteria Task 3:UV Facility Pre-Desi .g~ ¯Process flow diagram ¯Site plan ¯General arrangement drawings including plans and major section views ¯Hydraulic profile ¯Electrical single line diagrams Contract C06116829 Page 8 of 11 EXHIBIT "A" ¯Technical memoranda describing the engineering design criteria, control strategies, power consumptions, operational and maintenance requirements, etc. ¯Workshop to present the pre-design, incorporate review comments before proceeding to the evaluation process Task 4: Chlorination/De-chlorination Facility Upgrades ¯Process flow diagram as needed ¯Plan(s) as needed ¯Electrical single line diagrams as needed ¯Technical memoranda describing the upgrades ¯Workshop in conjunction with task 3 to present the pre-design, incorporate review comments before proceeding to the evaluation process Task 5: Cost ¯ Estimates Cost estimates and calculation of net ownership costs for the UV alternative Cost estimates and calculation of net ownership costs for the chlorine/dechlorination alternative Task 6: Research and Literature Review ¯Technical memorandum with list of contaminants of concern for use in evaluating and comparing UV and chlorine disinfection. Task 7: Life Cycle Assessment ¯Technical memorandum containing the life cycle assessments for toxins and energy consumptions for the UV and chlorine/sulfur dioxide alternatives Task 8: Identification and Analysis of Mitigation Measures ¯ Siting plans and mitigation options Task 9: Selection of the "Preferred Project" ¯Fact sheets and workshop materials ¯Technical memorandum documenting the evaluation process, criteria, and results Task 10: Environmental/Social Evaluation ¯5 copies of Administrative Draft Environmental Report ¯25 copies of Draft Environmental Report ¯25 copies of Final Environmental Report Task 11: Preparation of Financial Plan ¯ Financial P!an Task 12: Public Outreach and Workshops Workshop materials, fact sheets, and minutes for three public workshops Contract C06116829 Page 9 of 11 EXHIBIT "A" Task 13: Preparation of Facility Plan Report ¯Electronic copy and eight printed copies of draft report ¯Electronic copy and 20 printed copies of Final Facility Plan report ¯One full and one half size mylar reproducible plans/drawings ADDITIONAL SERVICES Consultant may be required to perform additional services listed below. Consultant shall perform the additional services upon written authorization by the City. Payment for the additional services shall be time and expense based on the schedule of charges but not to exceed a pre-negotiated maximum. The maximum limit for each additional task shal! be negotiated and agreed upon prior to providing the service. Consultant shall provide a schedule of charges with the fee information. Additional services may include: A 1.Prepare environmental document beyond a mitigated negative declaration A2.Attend/conduct additional meetings or workshops that are not including in the basic scope of services A3 Additional research and reports beyond the basic scope of services SUBSEQUENT CONSULTANT SERVICES Upon completion of the Facility Plan, the City will review the funding availability, the schedule, and may determine to proceed with the implementation of the facility plan. City may issue a request for proposal for the subsequent consultant services, or request the Consultant who prepared the Facility Plan to perform the subsequent services. The detailed subsequent consultant services will be established at that time. In general, the subsequent Consultant services may include the following tasks: S 1 Site survey and geotechnical services $2.Final design $3.Construction management and inspection $4 Sampling and testing Contract C06116829 Page 10 of 11 EXHIBIT "A" PROJECT SCHEDULE The project shal! start in July 2006. The schedule of the project shall Be staged to accommodate the public and interested parties. The final report and environmental document shall be complete before March 31, 2007. Consultant shall establish a detailed schedule showing the critical path and time line for each task at the beginning of the project. The Consultant shall update and maintain the schedule throughout the project. PAYMENT Progress payments for consultant services shall reflect the amount of effort and percent completion. The cumulative payment shall not exceed the completed percent of the total project fee based on the completed tasks or deliverables. *** END *** Contract C06116829 Page 11 of 11 CITY OF PALO ALTO CONTRACT NO. C06116829 EXHIBIT "B" SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days specified below. 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. Facility Plan and CEQA-Plus Reports 300 days 050310 CITY OF PALO ALTO CONTRACT NO. C06116829 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 $299,940.00. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum total compensation shall not exceed $329,930.00. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation 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 $299,940.00 and the total compensation for Additional Services does not exceed $29,990.00. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 (Site Investigation) $7,680.00 Task 2 (UV Facility Design Criteria) $13,920.00 Task 3 (UV Facility Pre-Design) $46,920.00 Task 4 (Chlorine Facility Upgrades) $19,040.00 Task 5 (Cost Estimate) $15,040.00 Task 6 (Research & Literature Review) $7,260.00 050310 CITY OF PALO ALTO CONTRACT NO. C06116829 Task 7 (Life Cycle Assessment) $12,000.00 Task 8 (Mitigation Measures) $16,160.00 Task 9 (Preferred Project) $26,720.00 Task 10 (Environmental Documentations) $42,060.00 Task 11 (Financial Plan) $10,960.00 Task 12 (Public Outreach) $15,480.00 Task 13 (Facility Plan Report) $42,020.00 Task 14 (Project Management) $19,680.00 Sub-total Basic Services $294,940.00 Reimbursable Expenses $5,000.00 Total Basic Services and Reimbursable expenses $299,940.00 Additional Services (Not to Exceed)$29,990.00 Maximum Total Compensation $329,930.00 REIMBURSABLE EXPENSES CITY shall reimburse CONSULTANT for reimbursable expenses including, postage, mileage and other miscellaneous costs, at cost plus 10%. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $5,000.00 shall be approved in advance by the CITY’s project manager. 2 050310 cITY OF PALO ALTO CONTRACT NO.C06116829 ADDITIONAL SERVICES The CONSULTANT 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 expense, for such 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 and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: A1.Prepare environmental document beyond a mitigated negative declaration A2. Attend/conduct additional meetings or workshops that are not Included in the basic scope of services A3. Additional research and reports beyond the basic scope of services 3 050310 CITY OF PALO ALTO CONTRACT NO. C06116829 EXHIBIT "C-1" 2006 RMC RATE SCHEDULE Classification Principal 3 Principal 2 Principal 1 Sr Project Manager 3 Sr Project Manager 2 Sr Project Manager I Project Manager 3 Project Manager 2 Project Manager I Project Engineer 3 Project Engineer 2 Project Engineer 1 Assistant Engineer Project Planner 3 Project Planner 2 Project Planner I Environmental Scientist 3 Environmental Scientist 2 Environmental Scientist 1 Sr.CAD Designer Sr.Graphic Designer/Artist Sr.Project Accountant Sr.Administrator CAD Designer Graphic Designer/Artist Project Accountant Administrator Assistant CAD Designer Assistant Graphic Designer/Artist Assistant Project Accountant Assistant Administrator 2006 Hourly Billing Rate $215 $210 $205 $200 $195 $190 $185 $175 $165 $! 55 $145 $130 $115 $150 $140 $125 $15O $140 $125 $125 $115 $!15 $110 $115 $105 $105 $100 $1 o5 $95 $95 $90 1 050310 EXHIBIT D *** TO BE REPLACED WITH ACTUAL CERTIFICATE*** CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH A BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: MINIMUM LIMITS REQUIRED TYPE OF COVERAGE YES WORKER’S COMPENSATION YES AUTOMOBILE LIABILITY YES YES COMPREHENSIVE GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY COMPREHENSIVE AUTOMOBILE LIABILITY, INCLUDING, OWNED, HIRED, NON-OWNED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (VVHEN APPLICABLE), AND NEGLIGENT PERFORMANCE REQUIREMENT STATUTORY STATUTORY BODILYINJURY PROPERTY DAMAGE BODILYINJURY & PROPERTY DAMAGE COMBINED. BODILYINJURY EACH PERSON EACH OCCURRENCE PROPERTY DAMAGE BODILYINJURY AND PROPERTY DAMAGE, COMBINED ALL DAMAGES EACH OCCURRENCE $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 AGGREGATE $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES PROPOSER, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY PROPOSER AND ITS SUBCONSULTANS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE. THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED NAMING AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES, INSURANCE COVERAGE MUST INCLUDE: Ao A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF COVERAGE; AND OR OF COVERAGE CANCELLATION; AND A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY- SEE SECTION 18, SAMPLE AGREEMENT FOR SERVICES. SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND IV THROUGH V, BELOW. A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER): B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER: C.POLICY NUMBER(S): City of Palo Alto - C06116829 Page 1 of 2 EXHIBIT D *** TO BE REPLACED WITH ACTUAL CERTIFICATE*** D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL): III. IV. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND PROPOSER’S SUBMI3-1"AL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED HEREIN. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES" A.PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTINGWITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES. B.CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSURES UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C.NOTICE OF CANCELLATION IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITYAT LEAST A TEN (10) DAY WRI’I-FEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS: THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. SIGNATURE(S) MUST BE SAME SIGNATURE(S) AS APPEAR(S) ON SECTION II, ATTACHMENT A, PROPOSER’S INFORMATION FORM. Firm: Signature: Name: (Print or type name) (Print or type name) Signature: Name: NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303. City of Palo Alto - C06116829 Page 2 of 2 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 nondiscrimination in employment. Date: If Proposer is INDIVIDUAL, sign here: Proposer’s Signature Proposer’s typed name and title If Prop6ser 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: Date: Member of the Partnership or Joint Venture signature Member of the Partnership or Joint Venture signature 3. "If Proposer is a CORPORATION, the duly ..authorized. officer(s) shall sign as follows: The undersigned certify that they are respectively: Tom Richardson, P.E.and Title: Principal Title: Of the corporation named below; that they are designated to sigh 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) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION. RMC Water and Environment Corporation Name (type or print) By: -% .... Title: Principal Date: Nay 9, 2006 By:¸Date: Title: City of Palo Alto - RFP 116829