Loading...
HomeMy WebLinkAboutStaff Report 259-10TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: JUNE 14,2010 CMR:259:10 REPORT TYPE: CONSENT SUBJECT: Approval of a Wastewater Treatment Enterprise Fund Contract with Carollo Engineers, P.C. in an Amount of $389,715 for Design of Facility Repair and Retrofit Projects at the Regional Water Quality Control Plant -Capital Improvement Program Project WQ-04011 RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the City Manager or his designee to execute the attached contract with Carollo Engineers, P.C. (Attachment A) in an amount of $354,286 for engineering design services for facility repair and retrofit projects at the Regional Water Quality Control Plant Capital Improvement Program, Project WQ-04011; and 2. Authorize the City Manager or his designee to negotiate and execute one or more contract revisions to the contract with Carollo Engineers, P.C. for. related additional services as specified in the contract, the total value of which shall not exceed $35,429. DISCUSSION The City engaged a consultant to prepare a Facility Condition Assessment for the Regional Water Quality Control Plant. The study, which was completed in 2006, evaluated the condition of the existing buildings, tanks and other structures, and recommended repairs, retrofits and/or further investigation to correct deterioration or damage sustained in the normal course of aging and of usage. The corrective repairs and retrofits ranged from minor repair of cracks in concrete and coating touchup, to seismic retrofit and extensive coating replacement. The estimated total cost of the recommended repairs and retrofits is $15 million. The first repair and retrofit construction project was completed in 2010 and similar projects are expected to continue on an annual basis through 2025 (fifteen years). Scope of Services Description The scope of work to be performed under this contract is for design and preparation of construction bid documents for two annual repair and retrofit projects -one for construction in FY 2011 and the other for construction in FY 2012, for inspection and support services during construction, and for seismic structural analysis of the Operations Building and the Solids Incineration Building. As currently planned, the project to be designed for construction in FY 2011 includes concrete repairs, sealing cracks in walls, replacing corroded steel members, seismically retrofitting storage racks in the on-site warehouse, and other miscellaneous repairs. The project to be designed for construction in FY 2012 currently has 16 items scheduled for CMR:259:10 Page 1 of3 repair or retrofit -to include installing steel bracing on, and recoating of, walkways in the Solids Handling Building (SHB), making spot repairs to the SHB roof, and other repairs andlor retrofits similar to those in the FY 2011 project. Summary of Solicitation Process Proposal TitlelNumber Design Of Facility Repair And Retrofit Projects At The Regional Water Quality Control Plant -RFP No. 135622 Proposed Length of Project 18 months Number of Proposals mailed &/or 14 emailed Total Days to Respond to Proposal 35 Pre-proposal Meeting Date March 17,2010 Number of Company Attendees at 28 firms Pre-proposal Meeting Number of Proposals Received: 8 Number of Companies Interviewed 3 Range of Proposal Amounts $38,684 to $636,945 Submitted Evaluation of Proposals The 8 proposals exhibited a wide range of price and quality. The submitter of the low price proposal, $38,684, did not address all items of the scope of work and did not understand the project. An evaluation committee consisting of the Regional Water Quality Control Plant Manager and engineering staff reviewed the proposals. Three firms were invited to participate in oral interviews on April 26, 2010. The committee carefully reviewed each firm's qualifications and submittal in response to the criteria identified in the Request for Proposal. The criteria used to evaluate the proposing firms included: quality and completeness of proposal; quality, performance, and effectiveness of the work plan; proposer's experience; proposer's ability to perform the work within the time specified; cost; proposer's fmancial stability; proposer's prior record of performance with the City; and proposer's compliance with applicable laws and regulations. Carollo Engineers was selected because of its understanding of needed design services, the quality, innovation and thoroughness and of its proposed work plan, and the professional experience of the key team members. RESOURCE IMPACT Funds for this project are included in the proposed FY2011 and will be included in FY2012 Wastewater Treatment Enterprise Fund Capital Improvement Program project WQ-04011 budget and subject to Council approval. CMR:259:10 Page 2 00 POLICY IMPLICATIONS Authorization of this project does not represent a change in existing policies. ENflRONMffiNTALRE~EW The recommended action is exempt from review under the California Environmental Quality Act Guidelines Section 15301 (b), which includes maintenance of publicly-owned wastewatc:(r facilities involving negligible expansion. ATTACHMENTS Attachment A: Contract PREPARED BY: REVIEWED BY: DEPARTMENT APPROVAL: CITY MANAGER APPROVAL: CMR:259:10 P ADMAKAR M. CHAOBAL, Project Engineer JAMES B. FLANIGAN, Senior Engineer JAMES S. ALLEN Manager, Water Quality Control Plant fL)1JJ - GLENN S. ROBERTS Director of Public Works o Page 3 of3 ATTACHMENT A CITY OF PALO ALTO CONTRACT NO.: C10135622 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND CAROLLO ENGINEERS, P.C. FOR PROFESSIONAL SERVICES DESIGN OF FACILITY REPAIR AND RETROFIT PROJECTS AT THE REGIONAL WATER QUALITY CONTROL PLANT This AGREEMENT is entered into on this day of June, 2010, by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("CITY"), and CAROLLO ENGINEERS, P.C., a corporation in the State of Arizona, with offices located at 2700 Ygnacio Valley Road, Suite 300, Walnut Creek, CA 94598 ("CONSULTANT"). RECITALS The following recitals are a substantive portion ofthis Agreement. I A. CITY intends to design Facility Repair and Retrofit project No. 1 and 2 ("Project") and desires to engage a consultant to design, engineer and prepare construction documents in connection with the Project ("Services"). . B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses andlor 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 aild made a part ofthis Agreement. - NOW, THEREFORE, in consideration ofthe recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT SECTION 1. 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 in accordance with the Schedule of Performance attached as Exhibit "B" unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is ofthe essence in the perfomlance of Services under. this Agreement. CONSULT ANT shall complete the Services within the term ofthis Agreement and in accordance with the schedule set forth in Exhibit "B", attached to and made apart of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULT ANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY's· . Professional Services Rev. January 11, 2010 CITY OF PALO ALTO CONTRACT NO.: CI0135622 agreement to extend the tenn 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 COMPENSATION. The compensation to be paid to CONSULTANT forperfonnance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed Three hundred Fifty-four Thousand Two Hundred Eighty-six Dollars ($354,286.00). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Three Hundred Eighty-nine Thousand Seven Hundred Fifteen Dollars ($389,715.00). The applicable rates and schedule of payment are set out in Exhibit "C-l '~, entitled "HOURLY RATE SCHEDULE," which is at~ached 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 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-l ''). If applicable, the invoice shall ~llso describe the percentage of completion of each task. The information in CONSULTANT's payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City's proj ect manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by' CONSULTANT or under CONSULTANT's supervision. CONSULT ANT 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, if permitted, 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 CONSULT ANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge ~d skill engaged in related work throughout California under the same or sinrilar circumstances. . SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itselfinforrned 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. 2 Professional SeIVices Rev. January 11,2010 \\CC-TERRA\jarreol\PURCHDOC\sAP Bids and Proposals\RFP\RFPI35622 Design of Facility Repair and Retrofit Projects at the RWQCP\Conlracl C) 0135622 o\ROLLO ENGINEERS. doc CITY OF PALO ALTO CONTRACT NO.: CI0135622 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. If CONSUL TANT has prepared plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Project. This obligation shall survive termination of the Agreement. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of the CITY's stated construction budget, CONSULTANT shall make recommendations to the CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. The CONSULTANT has no control over the cost oflabor, materials, equipment or services furnished by others, or over the construction contractor's method of determining prices, or other competitive bidding or market conditions, practices or bidding strategies. Cost estimates are based on CONSULT ANT's opinion based on experience and judgment. CONSULT ANT cannot and does not guarantee that proposals, bids or actual Project construction costs will not vary from cost estimates prepared by CONSULTANT. SECTION 10. 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. SECTION 11. 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 CONSULT ANT'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 12. SUBCONTRACTING. DOption A: No Subcontractor: CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. ~Option B: Subcontracts Authorized: Notwithstanding Section 11 above, CITY agrees that subconsultants may be used to complete the Services. The sub consultants authorized by CITY to perform work on this Project are: 1. JDH Corrosion Consultants, Inc. -Corrosion 3 Professional Services Rev. January II, 20 I 0 \\CC-TERRA\jarreol\PURCHDOC\sAP Bids and Proposals\RFP\RFP135622 Design of Facility Repair and Retrofit Projects at the RWQCP\Contract CI0135622 CAROllO ENGINEERS.doc CITY OF PALO ALTO CONTRACT NO.: CI0135622 2. Bay Area Coating Consultants, Inc. -Coatings and paintings 3. AMEC Geomatrix, Inc. -Geotechnical & soil testing etc. CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning 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 13. PROJECT MANAGEMENT. CONSULTANT will assign Rick L. Chan, P.E. as the project director to have supervisory responsibility for the performance, progress, and execution ofthe Services and Mike Dadik, P .E. as the project manager to represent CONSULT ANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, proj ect coordinator, or any other key persOlmel 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 ofthe 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 ofthe Project or a threat to the safety of persons or property. The City's project manager is Padmakar Chaobal, Public Works Department, Regional Water Quality Control Division, at 2501 Embarcadero Way, Palo Alto, CA 94303, Telephone: 650-329- 2287. The project manager will be CONSULTANT's point of contact with respect to perfonnance, progress and execution ofthe Services. The CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, ifany, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work and any such reuse of completed documents or use of partially completed documents without written verification or concurrence by CONSULT ANT for the specific purpose intended will be at CITY'S sole risk and without liability or legal exposure to CONSULTANT. 14.1 City-Provided Information: The CITY shall fumish the CONSULTANT available studies, reports, and other data pertinent to CONSULTANT's services and CONSULTANT shall be entitled to use all such information and services provided by the CITY or others in performing CONSULTANT's services tmder this Agreement. 4 Professional Setvices Rev. January 11, 20 I 0 \\CC-TERRA'jarreol\PURCHDOC\SAP Bids and Proposals\RFP\RFPI35622 Design of Facility Repair and Retrofit Projects at the RWQCP\Contract Cl 0135622 CAROLLO ENGINEERS.doc CITY OF PALO ALTO CONTRACT NO.: CI0135622 SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during thetenn of this Agreement and for three (3) years thereafter, CONSUL -rANT'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 expn:ation or earlier termination of this Agreement. SECTION 16. INDEMNITY. ~[Option A applies to the· following design professionals pursuant to Civil Code Section 2782.8: architects; landscape architects; registered· professional engineerS and licensed professional land surveyors.] 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold hannless 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') that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. D [Option B applies to any consultant who does not qualify as a design professional as defmed in Civil Code Section 2782.8.) 16.1. To the fullest extent pennitted by law, CONSULTANT shall protect, indemnify, defend and hold hannless CITY, its Council members, officers, employees and agents (each an "Indemnified party") from and against any and all demands, claims, 01' 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 ()r 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. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 16.3. 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 ~y breach or violation of any covenant, tenn, 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 ofthe same or of any other term, covenant, condition, provision, ordinance or law. 5 Professional Services Rev. January 11, 2010 \\cC-TERRA\jarreol\PURCHDOc\sAP Bids and Proposals\RFP\RFP135622 Design of Facility Repair and Retrofit Projects at the RWQCP\Conlract ClO135622 CAROLlD ENGINEERS.doc CITY OF PALO ALTO CONTRACT NO.: CI0135622 SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term ofthis Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, ifany, shall obtain a policy endorsement naming CITY 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 AM Best's Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and aU 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 ofthis 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, CONSULT ANT 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 ofinsurlince 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. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The city manager may suspend the performance ofthe Services, in whole orin part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 19.2. CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving thirty (30) days prior written notice thereofto CITY, but only in the event of a substantial failure of performance by CITY. 19.3. 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 CONSULT ANT 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. 6 Professional Services Rev. January II, 2010 \\CC-TERRA\jarreol\PURCHDOC\sAP Bids and Proposals\RFP\RFPI35622 Design of Facility Repair and Retrofit Projects at the RWQCP\Conlract CI 0 135622 CAROLLO ENGINEERS.doc CITY OF PALO ALTO CONTRACT NO.: CI0135622 19.4. 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., 10 days after giving notice) of suspension or termination; provided, however, ifthis Agreement is 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 iminediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise ofhislher discretion 19.5. 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 20. 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 21. CONFLICT OF INTEREST. 21.1. In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or inciirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the 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 ofCalifomia. 21.3. If the Project Manager determines that CONSULTANT is a "Consultant" as that term is defined by the Regulations ofthe 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 22. NONDISCRIMINATION. As set forth in.Palo Alto Municipal Code section ·2.30.510, CONSULTANT certifies that in the perfonnance of this Agreement, it shall not discriminate in: the employment of any person because of the race, skin color, gender, age, religion, Professional Services Rev. January 11, 2010 7 \\CC-TERRA \jarreoIIPURCHDOC\SAP Bids and Proposals\RFP\RFP135622 Design of Facility Repair and Retrofit Projects at the RWQCP\Contract ClO135622 CAROLLO ENGINEERS.doc CITY OF PALO ALTO CONTRACT NO.: Cl0135622 disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT aclmowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REOUIREMENTS. CONSULTANT shall comply with the City's Environmentally Preferred Purchasing policies which are available a:t the city's Purchasing Department which are incorporated by reference and may be amended from time to time. CONSULTANT shall comply with waste reduction, reuse; recycling and disposal requirements of the City's Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or compo sting waste. ill particular, Consul!ant shall comply with the following zero waste requirements: ., • All printed materials provided by Consultant to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of30% or greater post-consumer content paper, unless otherwise approved . by the City's Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Consultant on behalf of the City shall be purchased in accordance with the City's Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office. • Reusable/returnable pallets shall be taken back by the Consultant; at rio additional cost to the City, for reuse or recycling. Consultant shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. NON-APPROPRIATION 24.1. This Agreement is subj ect to the fiscal provisions of the Charter ofthe 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 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. 24.2. The indiViduals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. SECTION 25. MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 8 Professional Services Rev. January 11,2010 \\CC-TERRA~arreol\PURCHDOC\SAP Bids and Proposals\RFP\RFPI35622 Design ofFacilily Repair and Retrofit Projects at the RWQCP\Contracl CI0135622 CAROLLO ENGINEERS.doc CITY OF PALO ALTO CONTRACT NO.: CI0135622 25.2. fu 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 in the County of Santa Clara, State of California. 25.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in comlection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys' fees paid to third parties. 25.4. 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. 25.5. The covenants, terms, conditions and provisions of this Agreementwill apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the ' parties. 25.6. Ifa court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this 4greement and any amendments thereto will remain in full force and effect. 25.7. 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. 24.10 If, pursuant to this contract with CONSULTANT, City shares with CONSULTANT personal information as defmed in California Civil Code section 1798.81.5( d) about a California resident ("Personal fuformation"), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal fuformation, and shall infortn City immediately upon learning that there has been a breach in the security of the system or in the security ofthe Personal fuformation. CONSULTANT shall not use Personal fuformation for direct marketing purposes without City's express written consent. .24.11 The services to be performed by CONSULTANT are intended solely for the benefit of the CITY. 24.12 All unchecked boxes do not apply to this agreement. 9 Professional Services Rev. January 11,2010 \\CC-TERRA\jarreo!\PURCHDOc\sAP Bids and Proposals\RFP\RFPI35622 Design of Facility Repair and Retrofit Projects at the RWQCP\Conlract CI0135622 o\ROLLO ENGINEERS. doc CITY OF PALO ALTO CONTRACT NO.: CI0135622 IN . WITNESS WHEREOF, the parties hereto have by their duly authorized · representatives executed this Agreement on the date first above written. CITY OF PALO ALTO CONSULTANT: CAROLLO ENGINEERS, P.C. City Manager (Required for contracts over $85,000) Purchasing Manager (Required for contracts over $25,000) Contracts Administrator By: N ~ Idy.d~7M~ (Required for contracts under $25,000) Name: (2u-.1e Uh'c>lf'==: /( Lyd(t{ (-/-01 M ~ S Title: (wvl-he",""" I P~/'f-re v~ { ! APPROVED AS TO FORM: Sr. Assistant City Attorney Attachments: ' EXHmIT "A": EXHmIT "B": EXHmIT "e": EXHmIT "e-I": EXHmIT "D": SCOPE OF SERVICES SCHEDULE OF PERFORMANCE COMPENSATION SCHEDULE OF RATES INSURANCE REQUIREMENTS 10 Professional Services Rev, January II, 2010 \\CC-TERRA \jarreoIIPURCHDOc\sAP Bids and Proposals\RFP\RFPI35622 Design of Facility Repair and Retrofit Projects at the RWQCP\ContractClO135622 CAROLLO ENGINEERS ,doc Exhibit A BASIC SERVICES The scheduling priority for this project is outlined in Exhibit B The study-assessments, Tasks 4 and 5 shall not interferewith the timely completion of Tasks 2 and 3, design and bid of the two construction projects. . Task 1 -Project Management 1.1 Kickoff Meeting: Within 2 weeks of Notice to Proceed, hold a kickoff meeting at the RWQCP. The Consultant shall prepare the agenda for the meeting, coordinating the agenda items with engineering staff beforehand. Distribute the agenda no later than three days prior to the meeting. Among the items to be covered in the meeting are: a) Introductions and Consultant and RWQCP contact information for key team members, b) project communications protocol, c) general work plan and project schedule. 1.2 Project Progress meetings: Allow for biweekly progress meetings, preferably at the Plant. This does not include meetings during the construction phases. 1.3 Prepare a baseline project schedule with milestones, and update regularly. 1.4 Invoices 1.4.1 Submit invoices monthly: 1.4.2 Submit a draft of invoice format for City review prior to submitting the first invoice. The invoice shall itemize, by task, a) the person and/or staff job classification, b) hourly rate, c) subconsultant fees, d) reimbursable costs (itemized by type), and e) Consultants markup. 1.4.3 The invoice package shall contain the following: • Sub consultant and/or materials invoices, and any other backup which clarifies charges. • Updated project schedule. • Monthly Letter Progress Report: Brief descriptions of work performed and milestones accomplished, organized by task. Task 2 -Pre-design for Two Construction Projects . The task is to identify the repair and/or retrofit items to be included in each of the two construction projects. For some of the items the Consultant will need to update andlor extend the evaluations conducted for the FCA, as described below, revising the recommendations or design elements as needed. 2.1 Observe the current field condition of each item/deficiency to be included in the two bid packages. Confirm the repair method recommended in the FCA report, or propose an alternate method. Make a preliminary estimate ofthe construction cost for the repair or retrofit. 2.2 Existing Warehouse mezzanine level platform and storage racks: 2.2.a Retrofit of existing storage platform/rack system (FeA Item MWF-02): , The Warehouse facility contains an elevated platform for mezzanine levelstorage. The platform is constructed of galvanized Grate-Lock channel grating and overlies ~ 7 foot high open type metal storage racks which are the primary vertical support for the platform. This storage rack/platform system is in need of additional cross bracing and City of Palo Alto -'-Contract ClO135622 Page 1 of6 Exhibit A floor anchorage to meet building code requirements. Appendix L of the FCA report documents the structural analysis, assumed loadings and recommendations to improve the load bearing capability of the existing Warehouse storage racks. The Consultant shall extend the structural analyses to complete the pre-design/design of the improvements to the existing storage platfonnirack. 2.2.b Installation of additional storage racks on the mezzanine level: . Appendix L contains a preliminary analysis and recommendations for installation of additional storage racks on the mezzanine level platform. The Consultant shall extend this analysis to complete pre-design/design ofthe additional storage racks. 22.c Evaluation of third level storage space in the Warehouse (not part ofFCA): Perform a-base-level analysis to determine the approximate load bearing capacity of the flooring of a space, approximately 18 'x 18', which lies above two ground level offices that are contained within the outside walls of the Warehouse structure. The space is to the side of, and slightly elevated above, the Warehouse mezzanine level and is accessed by a short stairway leading up from the mezzanine platform. The space is currently used for file storage. The flooring support members can be observed by removing ceiling panels from the offices below. 2.3 Coordinating with WQCP engineering staff, identify and group repair/retrofit iterns for inclusion in the 2 bid packages. 2.4 -Prepare a concise memorandum or letter report briefly describing the pre-design, with a . list of repair/retrofit items for each construction project. Also provide an estimate oftotal construction cost for each of the two projects. Deliverables: 1.· Pre-design memorandum or brief report, 4 copies. Task 3 -Bid/Construction Documents The Consultant will prepare two sets of bid documents, one set for each of the two separate construction projects, which will be bid at different times. The projects will be titled Facilities Repair and Retrofit Project (FRRP) No.2 and FRRP No.3. FRRP No.2 will be issued for bid as . soon as possible after issuance of Notice to Proceed. The subtasks (3.1 through 3.6) and the deliverables for this task pertain to each ofthe bid documents/construction projects separately, i.e. each subtask will be performed twice; once for each project, and there will be one set of deliverables for each bid project. 3.1 Prepare draft drawings and technical specifications and submit to the City for review. Submit a set of draft drawings (4 copies) at approximately the 30 percent completion level, and a final draft (4 copies) after the drawings is essentially complete (90%). Also submit a 90% draft set of all technical specific~tions (4 copies). The City will review and comment in writing on the draft documents. 3.2 Incorporate staffs comments into a final bid set and stamp 8¥d sign the final drawings and specifications (bid documents).· 3.3 Prepare a final estimate of construction cost. 3.4 Provide one unbound reproducible copy ofthe final stamped and signed full size plans on bond paper and specifications. The City will print and issue the bid documents to prospective bidders. City of Palo Alto -Contract Cl 0135622 Page 2 of6 Exhibit A 3.5 Assist the City dUring bid, including preparing text and graphics for addenda, issuing responses to technical RFIs, and evaluating the bids. The City will print and issue the addenda. 3.6 Prepare and provide one unbound reproducible copy of the conformed drawings and specifications for construction by incorporating addenda items into bid documents. The City will print and issue the conformed documents to the Contractor and Consultant. Deliverables: A. Drawings -30 percent draft (four llx17 copies to City) B. DraWings -90 percent draft (four l1x17 copies to City) C. Technical specifications -90 percent draft (four copies to City) D. Final drawings, with electronic stamp and signature: i. One unbound reproducible copy of full-size (22x34) plans on bond paper and three llx17 bound sets, on bond paper E. Final specificat~ons with electronic stamp and signature: one unbound reproducible copy and three bound sets F. Conformed drawings and specifications: i. One unbound reproducible copy of full-size (22x34) plans on bond paper and one . unbound reproducible copy of specifications and four l1x17 bound sets of the ) drawings, and four bound sets of the specifications (entire specification package) for the City .. ii. 'The drawings and specificationS in electronic formaton CD: AutoCAD ~010 and PDF files of the drawings, MS Word and PDF files of the specifications . . . Task 4 -Building Foundation Structural Assessments The Consultant;shall conduct thorough structural assessments of the capability of the fou1;1dations . ofthQ Operations Building (OPSB) and the Solids Incineration Building (Sm) to withstand the seismic loading requirements of the current Building Code. A report shall be prepared documenting the analysis, findings and recommendations of the assessment. A single.report for both buildings, or two separate reports, will be prepared. The following bulleted task elements are common to each ofthe assessments. • Prior to conducting each of the assessments the Consultant shall meet with RWQCP staff to discuss the scope of the assessment and apprise staff of any City resources that will or may be,needed to support Consultant's work. • Consultant shall prepare a draft of the assessment report for City review and comment. The report shall include recommendations for repair and/or retrofit. The report· shall detail the recommended solutions with products, procedures and/or drawings 'or graphics, as applicable, with the intent that the recommendations can. be readily incorporated into design documents.' , • Meet with the City to discuss the benefits and costs of alternative repair/retrofit options. • The final reports shall be stamped by a professional engineer and bound. • Describe the assessment procedures, findings and recommendations in a meeting with Plant staff. City of Palo Alto -Contract CI0135622 Page 3 of6 Exhibit A· 4.1 Operations Building Foundation Structural Assessment (FCA Item OPSB-01): A preliminary analysis of the pile supported foundation of the Operations Building determined that the allowable pile loading may be exceeded during a seismic event. The Consultant shall conduct an in-depth seismic analysis of the Operations Building· foundation system as described on page 11 of the FCA report, 2nd paragraph from the bottom, and elaborated in several places elsewhere in the FCA. 4.2 Solids Incineration Building Assessments: 4.2.1 . Foundation Seismic Loading Analysis (FCA Item SID-14): The FCA did not do a structural analysis of the foundation ofthe Solids Incineration Building. However, due to the relatively large height ofthe Solids Incineration Building above grade, the recommendation was made that a structural analysis be conducted on the building's foundation. The Consultant shall conduct a detailed structural analysis of foundation to ascertain whether the foundation is adequate to withstand seismic event. The FCA contains information on subsurface conditions, especially in the body ofthe report and in Appendix D. At Consultant's request, additional soils data will be provided ifit is available. 4.2.2 Exterior Pilaster Cracks and Spalls (FCA Item Sm-l3): Investigate the cause and extent of cracks/spalls on the surface of the exterior pilasters on the northeast end of the Solids Incineration Building. Include this investigation in the foundation assessment report. Deliverables: A. Draft report, 5 copies. B. Final report, 5 bound copies. C. Electronic copy (Word and PDF) of the final report. Task 5 -Minor Facility Assessments 5.1 Ground Settlement near Solids Incineration Building: Investigate/evaluate the impact to buried utilities resulting from ground settlement around Tunnel No.2 observed in the vicinity ofthe Solids Incineration Building. See FCA, Appendix N, Assessment Summary for Tunnel No.2, page 4 of8 . . 5.2 Maintenance Building Foundation Grade Beam (FCA·Item MWF-01) Evaluate the seismic structural capacity ofthe foundation grade beam between the. Electrical and Instrumentation Shop and the Maintenance/Engineering Offices. Prepare a preliminary design for rectifying the structural deficiencies. Deliverables: A. Technical Memoranda summarizing the evaluations. B. Preliminary design for grade beam retrofit (Can be included with technical memorandum). Task 6 -Engineering Services During Construction Provide engineering services during construction for each of the two construction projects described in Task 3. The work shall include but not limited to: a. Review submittals and test reports and reply within seven days. City of Palo Alto -Contract C1 0135622 Page 4 of6 Exhibit A b. Prepare written response to contractor's RFIs within three days. c. Issue design clarifications as and when needed. d. Review and/or negotiate change order requests and prepare change orders, as requested by the City. e. Conduct weekly construction progress meetings, where applicable, and prepare meeting minutes. f. Resolve construction technical issues, including making field visits and/or onsite inspection by design discipline experts and working with City staff, as needed. g. Provide daily onsite field inspection services, where applicable, during construction. The Consultant shall have the responsibility for final inspection of Contractor's work. The City staff may assist with the inspections, including performing daily inspections during non-critical and/or low activity periods. Submit a signed field inspection report for each day of inspection. h. Project completion: Prepare the ptmch list(s), conduct the final inspection and notify the City that construction has been completed per the contract documents. i. Review progress payment requests and submit to the;, City Project Manager with a summary of budget status and recommendation for payment amount. J. Construction Administration. Keep separate records for each construction project. • Receive, log, control, track and process correspondence, submittals, RFIs, design clarifications, change orders, progress payments, inspection reports and any other project documents. • Prevailing wage and labor codes: Enforce and document contractor's compliance with Prevailing Wage requirements and any other applicable labor codes. • Maintain project records. Furnish all original project documents to the City Project Manager within 30 days ofRWQCP's filing of the Notice ofPIoject Completion. k. Prepare the Record Drawings based on red line markups provided by the Contractor. I Deliverables: Record Drawings and Specifications: A. Specifications -submit MS Word & PDF files on CDIDvn B. Drawings: i. Submit one full size (22x34) and tbree 11 "XI7" bound hardcopy of record drawings. ii. Submit AutoCAD 2010 and PDF files on CDIDVD of the record drawings. 'C. Originals of project documents after project completion. CITY SUPPORT The City will: 1. Provide existing data, as available and as re.quired. 2. Provide access to facilities including scaffolding and confined space entry supervision. City of Palo Alto -Contract ClO135622 Page 5 of6 Exhibit A 3. Provide copies (electronic if available) of City of Palo Alto Standard Drawings and Specifications. . 4. Assemble, reproduce and distribute the final bid package. 5. Issue/distribute addenda, whether or not they contain input from Consultant. 6. Provide testing services not customarily provided by general engineering consultants. ADDITIONAL SERVICES: Perfonn additional services as described in Exhibit "c" City of Palo Alto -Contract CI0135622 Page 6 of6 EXHIBIT A-1 ITEMS FOR REEAlR. RETROFIT.DR EVALUATION ~ I"lanJ.llng-level Ranking Opinion of Schedulin Facility Design 9 Priority Prloritlzat Probable package no. Ranking(1) ion Construction Name or task (4) Recommendations 10 Ranking(ZI Cost(3) - Aeration Basins Repair spalled concrete at the edges of the walkways. AB-01 1 19 $1'0,000 ~eration Basins Replace waterproofing on the basin interior walls. AB-02 1 19 $500,000 Aeration Basins Seal cracks in concrete allowing moisture infiltration. AB-04 4 19 $20,00C iAeration Basins t"'roposea lOr Package #2 Repair/replace corroded guardrail posts. AB-05* 10 19 $30,000 iAeration Basins t"'roposea lOr ~eal leaK at Innuent cnannel exterior wall at JunctUre Wim Package #3 DMF. AB-06 8 19 $10,00C ~eration Basins Replace deteriorated coating. on infl channel interior. AB-07 7 19 $500,00C APPlY waterproonng to top or deCK SlaD over InT/uem ~eration Basins channel. AB-08 7 19 $50,000 Keplace coaung on exposed tHncn spray neader Teea iAeration Basins • piping on interior of influent channel. AB-09 8 19 $40,OOC iAeration Basins Replace corroded W4 feed in influent channel. AB-10 8 19 $30,000 I"\eplace corroaea StOP log gUlaes on moSt ~1::T1Y Stop' Aeration Basins logs in influent channel if used frequenUy. -AB-11 7 19 $50,00C I"\epalr corroaea relnT ana spallea concrete at perimeter Aeration Basins of deck slab penetrations above influent channel. AB-12 8 19 $20,00C mvesugate cause OT leaK at 1 anK ~ SlUice gate In mnuent Aeration Basins channel and adjust gate. o' AB-13 3 19 $20,00C investigate causeoT leaK at lanK 4 SlUice gate In Influent Aeration Basins channel and adjust gate. AB-14 . 3 19 $20,OOC I"\eplace coating on stem gUiaes TOr lanK ... sluIce gate In Aeration Basins influent channel. AB-15 5 19 $20,OOC ilnVeStlgate cause OT leaK at J anK ~ SlUice gate In Innuent I jAeration Basins channel and adjust gate. AB-16 3 19 $20,OOq 1 of 10 Remove corrosion from end of RAS pipe penetrating ~eration Basins deck slab at influent channel and apply protective . coating. AB-17 . 7 19 $20,000 Ilnvestlgate posslDle relnr corrosion at concrete spall at Aeration Basins Tank 4 EffI~ent Box opening· and repair spall. AB-18 8· 19 $20,000 f-eration Basins Replace coatings on sluice gates in Tank 4 Effluent Box. AB-19-8 19 $40,000 Aeration Basins Replace coating on mixed liquor feed piping. AB-20 8 . 19 $50,00 AOmlnIstratlon Jjuuolng J Reclamation Plant Seal cracks in parapet wall. . ADM-01 1 24 $20,000 AOmlnlstratlon JjulIOlng I It<.eplace corrooea ovemow pipe at JjaCKWasn vvastes Reclamation Plant Tank with properly coated pipe. ADM-02 4 24 $6,000 Aamlnlstratlon tsullalng I .... roposeo TOr IInVeStlgate ancnorage OT WOOD Trame aaamons to Reclamation Plant Package #3 concrete wall for cross-grain tension potential. ADM-03 8 24 $5,000 AamlnlStratlon JjuliOlng J It<.emove corrosion Trom JID crane ancnor DOlts ana apply Reclamation Plant coating. ADM-04 8 24 $4,000 Ash Storage System .... roposea Tor It<.elnTOrCe me ooorway at me DOllom OT me Asn ~torage Package #2 Bin. ASH-01 8 22 . $10,OO( It<.ecoat corrooeo ancnor DOltS on LoaOout Jjrn ~upport Ash Storage System Structure. ASH-02 5 22 $2,OO( .... roposeo Tor Caustic Tank Package #2 Improve anchorage for Supply Water Tank. CAU-01 10 10 $20,OO( llmprove·lateral stlrrness ana ancnorage OT me .... ump Caustic Tank Shed support legs. CAU-02 8 10 $5,000 Caustic Tank Recoat existing pump shed (or replace if economical). CAU-03 1 10 $10,00 Caustic Tank Recoat interior of Supply Water Tank. CAU-04 5 10 $20,00C It<.epalrlseal leaKing JOint DeMeen launaer ana com Inlet nortl Chlorine Contact Tank and Outlet Boxes. CCT-01 8 28 Completed Chlorine Contact Tank Repair cracks along top of launder exterior wall. CCT-02 3 28 $50,000 K.eplace lower stair lanamgs Wlm new lanalngs Wltn Chlorine Contact Tank . improved ground support. CCT-03 7 28 $40,000 VVOf14 Chlorine Contact Tank Replace bolts connecting center Cage to turntable. CCT-04 7 28 Completed Chlorine Contact Tank Recaat walkway and scum pipe stub. CCT-05 7 28 $50,00C t<.emove corrosion Trom cut enas or oars at 'nlet oox wan Chlorine Contact Tank penetration and coat. CeT-06 4 28 $10,00C 20f10 Proposed for Repair/replace corroded beams & supports at outlet box Chlorine Contact Tank Package #2 grating. CCT-07~· 8 28 $30,00C APPlY protective sunace on rloor OT ounet oox aI ~u;t: Chlorine Contact Tank pipe discharge. CCT-08 4 28 $10,00C mprove seismiC vertical moment capacity OT mSlae oase Chlorine Contact Tank of tank wall... . CCT-09 8 28 $300,00C [Improve seismic hOrizontal tensIon loaa capacity or tanK Chlorine Contact Tank wall. . CCT-10 8 28 $500,00C [SecoriOary Clanfiers I oucn-up areas or coating rallure on mecnamsms ana Nos. 1,2,3, and 4 recently recoated RAS piping. CLR-01 3 19 $200,000 IKeplace aetenoratea waterproofing IT leaKage intO Secondary Clarifiers occupied areas develops. Remove existing remnants to Nos. 1,2,3, and 4 mitigate potential loss into process stream. CLR-02 3 19 $200,00( ~econaary t;larlTlerS Nos. 1,2,3, and 4 Seal cracks in effluent launders. CLR-03 8 19 $80,OO( [SeCOndary Clarifiers wor. Nos. 1,2,3, and 4 Repair spalled concrete at bases of guardrail posts. CLR-04* 10 19 Completed [SeConclary t;lanners wor~ Nos. 1,2,3, and 4 Repair/replace corroded guardrail posts. CLR-05* 10 19 Completed l~econaaryUarifiers Nos. 1,2,3, and 4 Replace corroded v-notch weirs. CLR-06 8 19 $60,aO( [SeCondary clarmers Nos. 1,2,3, and 4 Apply waterproofing material to top deck slab. CLR-07 7 19 $50,00( [SeCondary ClarlTlerS [seal leaK arouna t;larlTler ;::: KA;j pipe at wall penetratIon Nos. 1,2,3, and 4 in Clarifier 1. CLR-OB 6 19 $15,00( Iseconaary Clarifiers Nos. 1,2,3, and 4 Seal leak at effluent channel exterior wall. CLR-09 8 19 $10,00( [Secondary Clarifiers Nos. 5 and 6 Remove spots of soft concrete and fill voids. CLR-10 4 19 $20,00( [SeCondary t;lanTlerS - Nos. 5 and 6 Seal cracks in launders. CLR-11 8 19 $40,OOC [SeCondary t;lanners Nos. 5 and 6 Replace failed coatings on both mechanisms. CLR-12 3 19 $200,00C ISecondary Clarltlers IKeplace rallea coating on t;larmer 4 KA;j piping In Nos. 1,2,3, and 4 Clarifier 3. CLR-13 4 19 $25,00C [Bridge -Main ::itructure to New Clarifiers Repair cracks in th.e railing walls. CLRB-01 1 6 $15,000 3 of 10 Chlorination Station Repair areas of concrete damage on the building exterior. . CS.;Q1 5 24 $10,000 ~eal craCK In exterior pilaster on sQutneast siae OT Chlorination Station structure. CS"()2 7 24 $10,000 Dual Media Filters t(epalr areas OT aamageOlcraCKea concrete ana exposea and corroded reinforcing on building exterior: DMF-01 8 18 $15,000 Dual Media Filters t(eplace excessivelY corroaed l..'or-I en siding on DUl/alOg exterior. DMF-02 3 18 $50,000 APPlY coating 10 corroaea support DraCKets on oaCKWasn Dual Media Filters waste piping. DMF"()3 4 18 $10,OOC APPlY waterprooTlng to top sunace OT aeeK aoove Dual Media Filters electrical panels to seal cracks. DMF"()4 3 18 $15,OOC IAPPIY waterproonng to Intenor OT Tllter InTluent cnannel to Dual Media Filters mitigate I~ks along concrete construction jOints. DMF-05 4 18 $80,aaC I~eal nonzomal concrete construction JOint on NVV wall OT Dual Media Filters Filter 12. DMF-06 4 18 $30,OOC t"roposea TOr It(eplace coatings on Clear well NO. 4! entrance naten ana Dual Media Filters Package #2 influent piping. DMF"()7 10 18 $30,OOC I~eplace coatings on Mua wen NO. ~ entrance natcn ana Dual Media Filters influent piping. . '. DMF"()8 8 18 $30,OOC KeVlew conamon aT coaungs on metal surraces In all Dual Media Filters clear wells and mud wells. DMF"()9 8 18 $aO,OOC ~econngure cmonne SOIUllon PIPing In l..'lear vvell NO. "./. to mitigate additional damage to floor. Repair existing Dual Media Filters damage to floor. DMF-10 8 18 $20,OOC IMlscellaneousrree-Investigation Standing Electrical needed Open cabinets to investigate anchorage (EP-2, EP·3, EP Panels 4, EP-5, EP-6, EP-11, EP-12, EP-13, EP-14). EP"()1 8 24 $2,000 I~epalr miscellaneous craCKS In concrete wails ana ceilings in Activated Sludge Pump, Blower, and Sludge Equipment Rooms Pump Rooms. ER"()1 8 20 $100,OOC t"roposeo TOr ~epalr spalleo concrete at nanarall post Dase on Stairs In Equipment Rooms Package #2 Blower Room. ER"()2* 10 20 $4,000 Equipment Rooms Apply waterproofing material to top surface of deek slab. E~"()3 4 20 $150,000 c Equipment Rooms Recaat interior of Scum Pit "B". ER-04 7 20 $50,000 4of10 .. !' Replace coating at deteriorating superstructure I Fixed Film Reactors members. FFR-01 8 20 $120,00d Fixed Film Reactors investigate conaltlon ot corroaea SlUice gare Slem cover in recirculation box FFR-Q2 4 20 $5,OOe vonauct aetallea conamon survey aT structural steel Fixed Film Reactors superstructure. FFR-03 4 20 $100,00C It::srtoge -Main 8trUcture to FFR Repair cracks in the railing walls. FFRB-01 1 6 $6,OOe vonaUet aerallea investigation OT craCKs ana spalls at edge of concrete slab supporting steel superstructure FFR Equipment Rooms and media. FFRER-01 9 18 $50,OOC Install lateral braces on aIr aUCYS to Improve resistance to FFR Equipment Rooms lateral loads. FFRER-02 1 18 $10,OOC Grit Handling Facility Replace coatings on building interior. GHF-01 7 19 $100,OOC Grit Handling Facility Strengthen rod bracing system. GHF-Q2 8 19 $40,OOC t-'roposea Tor Grit Handling Facility Package #2 Repair eroded soil at building foundation. GHF-03 10 19 $30,00C IInTlUent \.;jate Hyaraullcs Building Repair cracks in foundation retaining wall. IGHB-01 5 22 $30,OOe Meter Pit Seal wall penetration at bilge pump discharge pipe. MPIT-01 1 20 $8,00e Meter Station Replace coatings in the wet pits. MSTA-Q1 8 24 $300,OOe Meter Station Repair spa lied concrete at edge of roof. MSTA-02 3 24 $3,OO( I"'roposea Tor Kepalr craCKS on InterIor surrace or concrete wails ana Meter Station Package #2 underside of stair landing. MSTA-03 8 24 $50,000 Maintenance and Ilmprove me seismIC structural capacny onoe Tounaallon grade beam between the Instrument Shop and the Water Warehouse Facility Task 5.2 Transmission Shop. MWF-01 8 28 $100,00d Maintenance and IKelroTit rne sIorage raCKS In me ~l:ores vvarenouse to Task2.2a improve seismic capacity. (Complete system of cross Warehouse Facility Package #2 bracing and anchor racks to floor.) MWF-02a* 8 28 $40,000 Maintenance and laSK~.~O Not part Warehouse Facilitv Package #2 Install additional storage racks on the mezzanine level. MWF-02b ofFAC $10,000 IVlalmenance ana Kepalr me craCKS In me Maintenance ~nopana vvater Warehouse Facility Transmission Shop floors. MWF-03 3 28 $10,000 Maintenance ana Warehouse Facility Replace corroded flashing at the exterior wall panels. MWF-04 4 28 $8,000 5 of 10 Maintenance and Mitigate damage to the foundation from the adjacent Warehouse Facility trees. MWF-05 5 28 $5,OO( IRemove craCKeClIaelammatea concreteal areas o-r reDar corrosion in Pump Room, install localized cathodic· New Pumping Plant protection, patch. NPP-01 8 22 $80,OOC Keplace section or corroaea conCfuif exposea at me concrete spall beneath the overhead crane access New Pumping Plant opening in pump room and patch wall. NPP-02 7 22 $5,000 New Pumping Plant Install lateral brace on pump discharge header support. NPP-03 8 22 . $5,000 proposea Tor KepaJr concrete suppOrt peaestal mr K~P NO.2 New Pumping Plant Package #2 discharge piping. NPP-04 9 22 $8,000 Kepalr craCKS In exterior concrete pilaster on SE slae of New Pumping Plant building. NPP-05 7 22 $5,000 f-Iroposea TOr Keplace neavlly corroaea pipe supports In Bar screen New Pumping Plant Package #3 Room. .. NPP-OS 8 22 $30,000 ~eal craCKS m ceiling aDove Bioassay Lap, transrormer, New Pumping Plant and MCC transfer-switches. NPP-07 7 22 $25,000 UUtTall ~ox I ~ultur Dioxide Pump Proposed for Repair spalled and cracked concrete along top edges of Enclosure Package #3 Outfall Box walls. OBOX-01 8 24 $25,000 uunall 1:I0X I ~ultur - Dioxide Pump Proposed for Enclosure Package #3 Replace stair lower landing. . OBOX-02 8 24 $40,00C UUtTall ~ox I ~UITUr Dioxide Pump Enclosure Replace top,three stop logs. . OBOX-03 5 24 $25,000 uunall 1:I0X I ~UITUr Dioxide Pump Enclosure Replace stop·log guide rails if used frequently. OBOX-04 4 24 $80,000 .UUtTall ~ox I ~UITur Dioxide Pump proposed for Remove corrosion from exposed rebar at penetration in $40,000 Enclosure Package #3 SE wall and coat. OBOX-05 8 24 UUtTal1 ~x I ~ultur Dioxide Pump Proposed for Remove exposed reinforcing at penetration for pipe from $80,000 Enclosure Package #3 CCT and apply grout layer. ·OBOX-OS 8 24 60f10 I Outfall Box I Sulfur $4o.ooJ Dioxide Pump Proposed for Replace eXisting chain around top perimeter with code- Enclosure Package #2 . compliant fall protection system. OBOX-07* 9 24 uuuau tsOX I ~UlTur $40,OOJ Dioxide Pump Proposed for Enclosure Package #3 Install seismic bracing on sulfur dioxide pump enclosure. OBOX-08 8 24 Kemove areas Of aeterloratea ana aelamlnatlng concrete Proposed for in the Pump Room, install localized cathodic protection, ! Old Pumping Plant Package #2 patch the repair areas. OPP-01 10 11 . $150,OOq I~eal JO[nt In concrete at I:: corner OT upper CleeK slaD to $35,Ood Old Pumping Plant mitigate rain infiltration. OPP-02 8 11 Kepalr concrete oeneatn tne most soumwesterly suppOrt Old Pumping Plant .. for the pump discharge header. OPP-03 8 11 $2,000 Old Pumping Plant Replace corroded pump base framing members. OPP-04 7 11 $20,000 KeCOat Tormer Tloat tuDe locatea In wet pit or remove IT Old Pumping Plant not in use. OPP-05 3 11 $30,000 Old Pumping Plant Replace missing flap gate on floor of inlet channel. OPP-06 3 11 $30,000 Old Pumping Plant Recoat wet pit and influent channel. OPP-07 7 11 $240,000 :I::valuate Impact or leaKage past plastic plate covenng Old Pumping Plant old inlet pipe and consider repairing/replacing plate. OPP-08 3 11 $30,000 IKepalr spa lied concrete and exposed reinforCing on Tloor Old Pumping Plant above wet pit. OPP-09 8 11 $15,000 Task 4:1 Conduct detailed structural analysis of pile-supported Operations Building foundation to assess capacity to resist seismic loading. OPSB:.01 10_ 28 $30,000 tsnage -IYlaln ~tructure o Operations Building Repair cracks in the railing walls. OPSBB-01 1 6 $7,000 t-'roposeCl tor Repair concrete at bases of guardrail posts. Oil Storage Building Package #2 OSB-01* 10 17 $20,00C Oil Storage Building Seal/repair ~racks on face of exterior concrete wall. OSB-02 2 17 $100,OOC Kemove mannole rungs Trom process sumps to prevent Oil Storage Building usage. OSB-03* 8 17 $5,00C ,-,onaUct aetalled investigation or cracKS In aeCK slao Oil Storage Building over process sumps. OSB-04 9 17 $20,00C APPlY protective coating to wall tnlmDle at pIpe Inlet to Oil Storage Building Backwash Sump. OSB-05 3 17 $8,OO( 7 of 10 Oil Storage Building Repair/replace lining in Backwash Sump outlet pipe. OSB-06 5 17 $70,000 Oil Storage Building -Replace failed coatings in process sumps. OSB-07 5 17 $150,000 t-'roposea Tor I"'(eplace corroaea grating Dearrrg Trames at process Oil Storage Building Package #2 sumps. OSB-08* 9 17 $80,000 t-'roposea tor Oil Storage Building Package #2 Replace corroded steel beam in Flash Mixer Sump. OSB-09 10 17 $25,000 Proposea Tor Il"'(emove corrosIon Trom exposed recar at ... Iasn MIxer Oil Storage Building Package #2 Sump concrete beam and repair beam. OS8-10 10 17 $50,000 IKemove corrosIon Trom unaerslae OT plate supporting Oil Storage Building flash mixer and apply protective coating. OSB-11 3 17 $15,000 APPlY protective coatmg to weir on ~w wall OT west Oil Storage Building Sump. OSB-12 3 17 $8,000 It-'rrmary t:TT1uem Diversion BoxIRAS Repair exposed reinforcing and rebuild floor surface at Mixing Box RAS Mixing Box discharge channel. PEDB-01 8 17 $30,OOq It-'nmary Innuem ana . I Effluent Channels Apply waterproofing material to the top deck slab. PIEC-01 7 24 $50,OOq It-'nmary Innuem ana , Effluent Channels Recoat influent channel. PIEC-02 7 24 $500,000 Ilnvestlgate extent or corrosIon or groovea couplings on 4· Primary Influent and inch pipe in influent channel, replace as necessary and Effluent Channels apply coating. PIEC-03 4 24 $120,OOq t-'nmary InTluent ana t-'roposea Tor Il"'(epalraetenoratea concrete arouna opening 10 aeCK Effluent Channels Package #3 slab above influent channel influent well. PI EC-04 8 24 $30,000 I-'nmary InTluent ana Effluent Channels Recoat effluent channel. PIEC-05 7 24 $500,000 I-'nmary mnuem ana I-'roposea Tor I"'(epalr corroaea relnT ana-spallea concrete al perrmeter Effluent Channels Package #3 of deck slab penetrations above effluent channel. PIEC-06 9 24 $50,000 nvestlgate extent OT corrosion on I"'(A;:; pIpe valve Primary Influent and . operator and stem in effluent channel, replace as Effluent Channels necessary and apply coating. . PIEC-07 7 24 $60,000 t-'nmary ;:;ealmemauon Tanks Replace interior coatings. -PST-01 7 24 $2,100,000 t-'nmary ;:;eOlmematlOn Tanks Apply waterproofing material to the top deck slab. PST-02 7 24 $600,000 -- 8 of 10 Primary Sedimentation Proposed for Replace cracked/spalled concrete around deck hatch Tanks Package #3 openings. PST-03 8 24 $90,000 pnmary-Seaimentanon proposed ror IKemove corrOSIon trom exposea relnrorclng al aecK SIaD Tanks Package #3 penetrations and coat. .. PST-04 8 24 $60,000 II-'nmary Sedimentation !ranks Clea.n cracks in beams and walls and epoxy inject. PST-OS 4 24 $100,000 Proposea tor Iloucn-up coatIng on exterior ot tanK at oonom OT tanK Sludge Blend Tank Package #2 wall. SBT-01 9 16 $7,000 ISOlidS InCineration Kepalr vanous cracKS In concrete wails, extenor Building pilasters, roof slab and roof beams. SIB-01 5 26 $50,OOC SoMs InCIneration Keplace severallY aerenorarea srructural memDers al wor~ Building incinerator walkways. SIB-02* 10 26 Completed ::;OlldS InCIneration I-'rOpOSed tor Building Package #3 Replace coating at incinerator walkways. SIB-03 8 26 $170,00C [SOlIdS Incmeratlon Building Replace coatings at belt press platform. . SIB-04 7 26 $110,00( ISollds InCineration IKeplace poorly located concrete peaestal ar Delt press Building platform column. SIB-05 3 26 $10,00( lSolRfs Incmeratlon Building Replace broken pipe support at belt press. S18-06 3 26 $10,OOC :Solfds InCineratIon vvon Building Replace severely corroded guardrail posts. 5IB-07* 10 26 Completed [SolidS inCIneration I-'rOpOSed tor Building Package #3 Install lateral bracing on incinerator walkways. SIB-08* 8 26 $40,OO( ISOlidS incineration Building Replace support angles at bottom of metal siding. SIB-09 4 26 $30,OOC ISo lidS inCineratIon I-'roposea Tor I Building Package #3 Repair grout at base of incinerator. SIB-10 8 26 $30,OOd ISollas InCineratIon I-'rOposed tor IKepalr rOOT aralnage system ana reesraollsn overnow I Building Package #3 drains. 518-11 8 26 $90,ooq ISolldslnclneranon IInStall mIssing anchor bolts at oase plate or steel cOlumn I Building supporting walkway at Incinerator 2. 51B-12 5 26 $10,000 [S6TiCfs Incmeratlon Il..onauct aeralled Inyestlgatlon OT craCKS on exterior $20,OO~ Building pilasters on NE end of building. 51B~13 8 26 Task 4.2 11..OnauCr a structural evaluation or me founaatlon to Solids Incineration assess its ability to withstand loading during a design I Building seismic .event. 518-14 10 26 $60,OOq ~----" 90f10 t-'roposea Tor Tunnel No. 1 Package #2 Seal cracks in the walls and ceilings. T1-01 8 20 $15,000 Tunnel No.1 ---Seal expansion joints at connections to structures. T1-02 7 20 $10,000 J-'roposea Tor Tunnel No.2 Package #2 Seal cracks in the walls and ceilings. T2-01 8 22 $20,000 Tunnel No. -2 Seal expansion joints at connections to structures. T2-02 7 22 $10,000 Sludge Thickeners Apply waterproofing material to the top deck slab. -THK-01 7 20 $115,000 Sludge Thickeners Repair broken support bracket for FRP baffle. THK-02 3 20 $12,000 Ivvater KeClamatlOn Il"\eplace coatings on all metal sunaces \lnclualng wort Filters submerged). . WRF-01 9 16 Completec Iwater KeClamatlOn Ilmprove seismiC vertical moment capaclIY OJ mSJae face Filters of upper tank wall. -. _ WRF-02 8 16 $1,000,OO( IVvater KeClamatlOn !Tank . Repair cracking on underside of stairs. WRT-01 7 14 $6,000 iwater Keclamallon $12,00d Tank Remove loose snap-tie plugs and replace with grout WRT-02 5 14 [water Keclamatlon Kepalr deteriorating grou{ arouna tanK exterior at wall $14,000 Tank thickness transition. WRT-03 1 14 lIonduct detailed investigation or exposea ana corroaea Water Reclamation reinforcing on underside of walkway at top of tank Tank perimeter. WRT-04 10 14 $30,000 vvater Keclamatlon [ Tank Remove corroded center column. WRT-05 1 14 $3,000 Maintenance and I aSK L:.L:C IcvalUate structural capaCIIY Of mira level storage space Not part Warehouse FaciI~ Package #2 in the Warehouse (above existing offices). ofFAC $10,000 10 of 10 CITY OF PALO ALTO CONTRACT NO.: CI013S622 EXHIBIT "B" SCHEDULE OF PERFORMANCE CONSl.IT...T ANT shall perfonn the Services so as to complete each milestone within the number of weeks specified below. The time 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 tenn of the Agreement. CONSULTANT shall provid,e a detailed schedule of work consistent with the schedule below within 2 weeks of receipt ofthe notice to proceed. Milestones 1. Final Design and Construction Documents for FRRP No.2: ' 2 .. Final Design and Construction Documents for FRRP No.3: 3. Seismic Assessments: 4. Services During Construction: Completion No. of Weeks fromNTP 13 26 48 TBD* . *Tentative schedule for construction completion ofFRRP No.2 &3 is 4th Quarter 2011). I Professional Services Rev. January 11, 2010 \\CC-TERRA\jarreo!\PURCHDOC\SAP Bids and Proposals\RFP\RFP135622 Design of Facility Repair and Retrofit Projects at the RWQCP\ContractClOI35622 CAROLLO ENGINEERS.doc CITY OF PALO ALTO CONTRACT NO.: CI0135622 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 $354,286.00. 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 $389,715.00. Any work perfonned 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 perfonn 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 offlletasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $354,286.00 and the total col11pensation for Additional Services does not exceed $35,429.00. BUDGET SCHEDULE Task 1 (project Management) Task 2 (pre-Design for Two Construction Projects) Task 3 (Bid/Construction Documents) Task 4 (Building Foundation Structural Assessment) Task 5 . (Minor Facility Assessment) Task 6 (Services During Construction) Sub-total Basic Services Reimbursable Expenses I 1 NOT TO EXCEED AMOUNT $36,602 $49,910 $93,966 $61,572 $9,744 $90,492 $342,286 $12,000 Professional Services Rev. January II, 2010 \\CC-TERRA\jarreol\PURCHDOC\SAP Bids and Proposa]s\RFP\RFPJ35622 Design of Facility Repair and Retrofit Projects at the RWQCP\Conlract CI 0 135622 CAROLLO ENGINEERS.doc CITY OF PALO ALTO CONTRACT NO.: CI0135622 Total Basic Services and Reimbursable expenses $354,286 Additional Services (Not to Exceed) $35,429 Maximum Total Compensation $389,715 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall . reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULT ANT shall be reimbursed are: A. Third party reproduction services, travel for site VISItS and meetings, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto's policy for reimbursement oftravel and meal expenses for City of Palo Alto employees. B. Project Equipment Communication Expense (PECE) per direct labor hour. PECE shall include items such as computer, long distance telephone cellular phone, facsimile transmission, filming, video, photographs, and postage charges. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1,000.00 shall be approved in advance by the CITY's project manager. ADDITIONAL SERVICES The CONSULT ANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY's proj ect manager's request, shall submit a detailed written proposal including a description ofthe 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-I. 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: 1. Design, engineering and preparation of bid documents for construction of the recommendations which may result from the basic services Task 4 and/or Task 5. 2. Design, engineering and preparation of bid documents for construction of additions to items in Exhibit A-I upon field verification. 2 Professional Services Rev. January 11,2010 \\CC-TERRA\jarreol\PURCHDOC\SAP Bids and Proposals\RFP\RFP135622 Design of Facility Repair and Retrofit Projects at the RWQCP\Contract Cl 0135622 CAROLLO ENGINEERS.doc CITY OF PALO ALTO CONTRACT NO.: CI0135622 EXHIBIT "C-l" HOURLY RATE SCHEDULE POSITION Senior Professional Lead Proj ect Professional Project Professional Professional Technician Support Staff 1 HOURLY RATE $234 $213 $197 $165 $142 $90 Professional Services Rev. January 11, 2010 \\CC-TERRA \jarreo]\PURCHDOC\SAP Bids and Proposals\RFP\RFP135622 Design of Facility Repair and Retrofit Projects at the RWQCP\Contract Cl0135622 O\ROLLO ENGINEERS.doc C 'f' ~XHI~fT D ert. reate ot nsurance Agency Name and Address: Heffernan Insurance Brokers THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1808 Embarcadero Road, Ste. A HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Palo Alto, CA 94303 ALTER THE COVERAGE AFFORDED THE POLICIES LISTED BELOW. (650) 852-5200 Fax (650) 852-5201 Insured's Name and Address: Companies Affording Coverage CAROLLO ENGINEERS, P.C. Compl:\ny A .. OneBeacon America Insurance Company Risk Management Office Company B ~-Ace American Insurance Company 10540 Talbert Avenue, Suite 200 East Fountain Valley, CA 92708 COVERAGES: THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUEO OR MAY PERTAIN. THE INSURANCE AFFORDED 8YTHE POLICIES DESCRIBED HEReIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES. CO. TYPE OF POLICY POLICY POLICY LTR. INSURANCE NUMBER EFFEC.DATE EXPIR.DATE LIMITS A GENERAL LIABILITY 7180103170000 12131/2009 12131/2010 General Aggregate $ 2,000,000 [X ) Comml. Gen. Liability Products·Com/Ops Agg. $ 2,000,000 [ 1 Claims Made Personal & Adv. Injury $1000,000 [ X J Occurrence Each Occurrence $1,000,000 Gen'l Aggregate Applies per: Fire Damage (anv one fire) $ 500,000 (XI Polley Medical $ 25,000 [ J Project Other A AUTO LIABILITY 7180103170000 12131/2009 12131/2010 Combined Single LImit $1,000.000 [X I Any Automobile [ J All owned autos Bodily Injury (per person) $ ( ) SCheduled autos [ J Hired autos Bodily Injury (per accident) $ [ I Non-owned aulos [ I Garage Iiabflity Property Damage $ [ j A EXCESS LIABILITY 7180103170000 12131/2009 12131/2010 [ X] Umbrella Form Each Occurrence $1,000,000 [ j other than Umbrella Form Aggregate $ A WORKERS' 4060316440000 12131/2009 12131/2010 Statutory LImits: Yes COMPENSATION Each Accldent $1,000,000 AND EMPLOYERS' Disease-Policy LImit $1,000,000 . LIABILITY Disease-Each EmJ)loyee $1,000,000 B PROFESSIONAL G21656495 006 07/0412009 07/04/2010 Each ClaIm $ 1,000,000 LIABILITY Retroactive Data: Aggregate $ 1,000,000 Unlimited Deductib[e $ 5,000 . .. DeSCription of Operabons/LocatronsNehlcles/Restrlctrons/Speclalltems: All operations of the named insured. RE Project: Design of Facility Repair & Retrofit Projects at the Regional Water Quality Control Plant, Contract No. Cl0135622 '" City of Palo Alto is included as additional insured with respects to General & Auto Liability. General Liability is Primary & Non-Contributory. Important Notice: This certificate does not disclose exclUSions, conditions and other limitations set forth in the p,0licy itself which may affect the respective rights and obligations of the Insurer and Policyholder under the policy and may reduce or eliminate coverage for certain losses. The Policyholder or one or more of lis corporate affiliates being obligated to directly or indirectly reimburse the Insurer for a portion of the losses paid under the Policy. As a result, the financla[ cost of a portion of the Insured losses will Ultimately be borne by the Policyholder or one or more of its corporate affiliates, and not b the Insurer. Certificate Holder: THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY FOR ALL OPERATIONS OF .THE INSURED. CANCELLATION: City of Palo Alto Purchasing & Contract Administration P.O. Box 10250, Palo Alto, CA 94303 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL MAIL 30 DAYS' WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE lEFT. EXCEPT ·IN THE EVENT OF CANCELLATION DUE TO NON·PAYMENT OF PREMIUM IN WHICH CASE A 10 DAYS NOTICE WILL BE GIVEN. Date: June 1, 2010 Brandle Kirb ·Leler ADDITIONAL INSURED This form modifies insurance provided under the following: GL CONTRACTORS EXTENDER (VCG 206 02 05) WHO IS AN INSURED -(Section II) is deleted and replaced by the following wording: A. Section II -Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract. agreement or permit that such person or organization be added as an additional insured on your policy. Such person or organization Is an additional Insured only with respect to liability for "bodily injury," "property damage" or "personal and advertising injury" caused, In whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing and completed operations for the additional insured. The insurance provided to the additional insured is limited as follows: a) This endorsement shall not Increase the limits stated in Section III-LIMITS OF INSURANCE. b) This insurance does not apply to "bodily Injury: or "property damage" caused by "your work" included in the "products-completed operations hazard" unless you are required to provide such coverage for the additional Insured by a written contract or written agreement in effect during this policy period and signed and executed by you prior to the loss for which coverage is sought. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury," "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or faiting to prepare or approve, maps, shop draWings, opinions, reporls, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspections, architectural or engineering activities. Primary & Non-Contributory: Any coverage provided by this endorsement to an additional insured shall be excess over any other valid and collectible insurance available to the additional insured whether primary. excess, contingent or on any other basis unless a written contract or written agreement In effect during this policy period and signed and executed by you prior to the loss for which coverage. is sought specifically requires that this Insurance apply on a primary or noncontributory basis. Separation of Insureds: Except with respect to the limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suif' is brought. Per Project Aggregate: Under Section III = limits of Insurance, the General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. Waiver of Subrogation: Section IV -Transfer of Rights of Recovery Against Others to Us Condition is amende'd to add the following: We will waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of your ongoing operations done under a written contract or agreement with that person or organization and included in "your work" or the "products-completed operations hazard". This waiver applies only to persons or organizations with whom you have a written contract executed prior to the "bodily injury" or "property damage", that requires you to waive your rights of recovery. Named Insured: Additional Insured: Carollo Engineers, P.C. City of Palo Alto Policy No.: 7180103170000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAReFULLY. @VANTAGE FOR AUTOMOBILE This endorsement modifies Insurance provided under the fol/owing: BUSINESS AUTO COVERAGE fORM The following ~chedule IIsls the coverage extension:. provided by tllia endorsement. Refer to the rndlvldual provl~ slons to determine the extent of your coverage. . SCHEDULE OF COVERAGE EXTENSIONS 1. Additional Insured By Confract 11. ExtrQ Expense -8roadened Covorage 2. AJrbag Dlsoharge 12. Fellow Employee ExclusIon 3. Auto Theft Reward 13. Glass RepaIr -Waiver of OeducUble 4. Blanket Watver of Subrogallon 14. Hired Auto Physloal Damage Coverage S. Bodily Injury Redelfnad -Mental AnguIsh 16. Hired Auto -WorldwIde Covera~e TE)ultory 6. Broad Form Named Insured 16. Lease Gap Coverage . 7. Communlcallons Equipment 17. Liability Coverage -Supplementary Payments 8, Drive Olher Car -Executive Otf'cen~ 18. Newly Formed or Acquired Organizations 9; Duties In The Evant of Accldenf, ClaIm, Suit or Loss 19, Physical Damage -TransportatIon Expenses 10. Employees As Insureds 20. Towing -Any Auto 1. ADDITIONAL rNSURED BY CONTRACT . The Who Is An Insured provIsIon under SECTION 11-LIASILITV COVERAGE Is amended to fncrude as Ian • addlllonal Insured any person or organlzallon with whom you agreed In a wrltten.contract, written Agreement or permIt. to provide Insurance such as Is afforded under thIs Coverage Form. Such person or organlzaUon is an Insured only with respect to tloblllly for "bodily Irllury" or "property damage" caused, In whole or In part by your maintenance, operation or use ot your covored "autos", With respoct to tha Insurance afforded to these addilional rl1sureds. this Insliranc$ does not apply: ft. Unless the wrllten contract or agreement has been executed or the permit has been Issued prior to tho "bodily Injury" or "property damage"; b. To any person or organlzaUon Included as an Insured by endorsement or In the Declarations, or c. To any,lessor of "autos" when theIr contract or agreement with you tor slich leased "auto" ends. 2. AIRBAG DISCHARGE If you purchased physloal damage coverage for a" covered "auto" under this policy. we will pay to raset or re­ place an alrbag that accidentally dIscharges wilhout the vehIcle baing Involved In ao 8CQldent. No deduQllble applies to Ihls additional (loverage. However. this ooverage only applies If the alrbag Is not covered under a manufaolurer's warranty and you did not Intentionally cause the alrbag to discharge. 3. AUTO THI:Fr REWARD We will pay up to a $2,000 reWard In the event of a covered loss, for Information leading to the arrest and oon­ vlcUon of anyone stealing a covered "autou • A reward will not be paId to you. a family member, employoe or any public official while performrng theIr duty • . 4. BLANKET WAIVER OF 8U8ROGA'TION The Transfer Of Rights Of Recovery AgaInst Others To Us condlUon under SECTION IV -LOSS CONDI­ TIONS Is replaoed by the foJlowfng: We will waive <lny rlght of recovery we may have agaInst any person or organization because of payments we make for injury or damage arisIng out of the operanol) of a covered "auto" when you have assumed liability for such "bodily injury" or "property damage" under an "'nsured contract~. provided the contract Is In wflllng and executed prior fo tho "bodily InJury" or "properly damage". 8, BODILY INJUflY REDEFINED -MENTAL ANGUISH The definition of "bodily Injury" under SECTION V -DEFINrrtONS Is replaced by the following: "Bodily injury" means bodily Injury. slokness, or dIsease sustained by a person, Including mental angulsn or death resulting from any of Ihese at any lime. VCA201 02 05 li\Cludes CQPYilghted maltrlal 0' Insurancll SolVk:es Olllco, Inc. CoPytlgh! :2004. 111111111111111111111111111111111111111 11111111111 @@@@@@@@@@@@@@@@@@@@@ Pago 1 of 4 '. $. aROAD FORM NAMED INSURED a. The Who Is An Insured provIsion under SEOTION " -LIABILITY COVERAGE Is amended to Include tha followIng: . . . .. ~ . Any or'ganlzaUon whIch Is a legally Incorporated entity In whloh you own a financial Interest of more than 50% of the v.oUng slock on the offectlve datI) of this Coverage Form will be a Named Insured unlll1he 180th day or the end of the policy period whichever comes first, provldad there Is no olher similar Insurance avail­ ablo to that organization . . b. Paragraph a. of thIs provision 6. does not apply to "bodily Injury" or "ptoperly damage" for whloh an "Insllred" Is also an Insured under any olher alilomobile policy or would be an Insured under such a policy. but for Its t~rmlnatl~:>n or the exhaustion of Its limit of Insufanco. r. COMMUNICATIONS EQUIPMENT a. The exclus!on for eleotronlo equfpment onder exclusions of SECTION III .. PHYSICAL DAMAGE COVeRAGE does hot apply to loss of any permanently Instal/ed, lion-removable communloaUons e.qulpment designed for use $S a: 1. Cll/zen's band radio; 2. Two-way mobile radIo or telephonej 3, Soannlng monitor receiver, or 4. GPS Navigation System Including lis antenna and oth'ar accessories. b. No Deducllble applies to this addflional coverage. c. . The most we will pay for this coverage Is $2.000 par occllrrenoe. 8. PRIVEOTHERCAR-EXECUTIVE OFFloeRS . a. The w~)O Is An Insured provisIon under SE~iION JJ -' LIABILITY COVERAGE Is ame~ded to In~lude: If you are designated In the DeclaraUons' as: 1. An IndivIdual: you and yourspouse. 2. A partnership; your partners and their spouses. . 3. An organization other than an IndIvidual or a partnership; you n$XOcuUve officers" and theIr spouses. b. SECTION 11-LIABIUry COVERAGE and SEOTION /II ... PHYSICAL DAMAGE COVERAGE aro extended to Include "autos" you don't own, hire, lease or borrow while In the oare, Qustody or control of an Insured listed In 8.a. This does not Include any "auto": 1. Owned by any Insured lIsted In 8.8" or any member of their household. Including any suoh "auto" that Is owned but not Insured;' . 2. Used by an Insured !fsted In 8,a. white working In tho business of seiling s9lVlcfng, repairing or parking autos; Of, 3. Insured under anoth&r policy of Insuranoe. If MedIcal Payments, UnfnsuredlUnderlnsured Molor!sf, Personal InJUly ProteoUon or other compulsory coverages ft:lqulred by the governIng Jurisdlotlon are covered on Ihls policy, then Insureds listed In 8.a. above and family members rllsldlng In the same households are "Insureds" while: 1. Oooupylng as a passenger, or 2. A pedestrla,n wheo struck by any auto you do not own. hire, lease or borrow, except any auto' owned by that Insured ilatad·ln 8.ft, their family members or an aut0,lnsured under any other polley. . c. The limits and deduct/bles applloable to this provIsion will be tha largest applicable to any owned "auto" for the specifiC: Insuranoe. d. The following definition Is added to SECTION V -OEFINITIONS of the policy: "Exeoutive officer" moans a person holding any of the ottloer positions created by your chartor. consUtu­ tlon. by~law$ or any Similar governing dooument, e. The Other Insurance Condition, under SECTION IV -BUSINESS AUTO CONOITIONS, does not apply to the provlslons of this Drive Other Car endorsement. There Is no "other In$uranc:e" applicable to this en­ dorsement. P1Ige20r4 1f1<)ludes copyll,ghled material of InsurMC8 SOMceS Olllce, Inc. VCA 201 0205 Copyrfght 2004.11111111111111111111111111111111111111111111111111 , 9. DUTJES IN THE EVENT OF ACCIDENT! CLAIM, SUIT OR lOSS Ul1der saCT/ON IV -BUSINESS AUTO CONDITIONS -the DittIes In Tho Event Of Accident, Claim, Surt Or loss Condlllon Is amended as follows: The requIrements that you Jnust a. notify us of an "accldoht" olalm, "suit" or "loss" and b. send liS docum~nt$ concerning a claim or "suif' apply only whan slIch "accIdent·, claIm, "sulf' or "loss" Is known to: o. You. It you are an Indlvldual; b. A partner. It you are a partnershIp; c. An exeoullve officer of the corporation or Insurance manager! It you are a corporation; or d. A manager, It you are a limited liability company. 10. EMPLOYEES AS INSUREDS • The Who Is An Insured provision under SECTION" -LIABILITY COVERAGE Is-changed by adding the following; Anyemployse of yours while using a covered "auto" you don't own, hIre or borrow In your busIness or your personal aftalrs. ThIs coverage Is excess over any other colleotlble Insurance. 11. EXTRA EXPENSE -BROADENEO COVERAGE I, Under Paragraph A. of SECTION 111-PHYSICAL DAMAGE COVERAGE, the following Coverage Is added: We will pay for the expense of roturnlng a stolen covered "auto" to you subject to Paragraph C. LImit Of Insuranoe. 12. FELLOW EMPLOYEE EXCLUSION The Fellow I:mp!oye9 exclusion under SECTION 11-LIABILITY COVERAGE does not apply If the "bodily Injury" resulls from the use of a covered "auto" you own or hire. ThIs coverage Is excess over any othor In~ suranco. 13. GLASS REPAIR -WAIVER OF DEDUCTIBLE Under Paragraph D. DeductIble -of SeCTION'" -PHYSICAL DAMAGE COVERAGE, the fol/owlng Is added: No deduotlble applfes to glass damage If the glass Is repaired rather than replaced. 14. HIRED AUTO-PHYSICAL DAMAGe COVl:RAGE If hIred "autos" are covered "aulos" under SECllON " ... LIABILITY COVERAGE and If Comprehensive, Specified Causes of Loss. or Collision coverages are provIded under thIs policy for any "auto" you OWO. 'then SECTION 111-PHYSICAl. DAMAGE COVERAGE Is extended to "autos" you hire, subJeot to tho fo/­ lowfng 11m/I: The moat we will pay for "'oss" to any hIred "auto" is the lesser of: a. $,50,000, b. Tho aotual oash value, or c. The cost of repairing or replacIng It with other property of like kind or quality. The daducllble wlll be equal to the largest daducUble applicable to any owned "auto" tOT that ooverage. No deductible applies to "Ioss" caused by fire or lightning. Hired Auto PhysIcal Damage coverage /s excess over any other collecllble Insurance. SubJeot to the above limit. deductible and eXOOS$ provisions, we will provIde coverage equal to the broadest coverage applicable to any covered "auto" you own. We will also cover loss of use otthe hired "auto"l1 the followIng condlllons are met: a. It results from an accIdent, b. you afe legally liable, and c. tho lessor Incurs an aclual financial loss. The most we will pay for this loss 01 US$ coverage Is $1,000 per "aceldent", VCA201 0206 Includei copytlghted m3terlal of Insurance Servl~s OlflCe. Ino. Page30! 4 Copyr!ghl2004, II 1111111111" I II II IIII/I! 111111 III III 11111111 II II , 16, H/RaD AUTO ... WORlOWIDE OOVERAGE raRRlrORY , Tho deflnilloll·of coverage t(lhl!o~ rn GpnBml O(mdllloll$ .... Policy Petlod, OOVl)fa(lo i<mltory -01 SIiO­ r/ON IV ... BUSINESS Auro OONDITIONS Is amended 10 add: Anywhere In the world for aulos hIred for 30 day& or less, provided that any "suit" 1$ brpught til the Ulllto" Slaies of Amolloa (fnoludl/l{lll$ terrllor/es and PO$$OSSIOM), Puerto Rloo or Oanada. 18, LEASE GAP OOVtiRAOE Under Paragraph C. LImIt of Irumralloe -ot SeCTioN Ill'" PHYSIOA~ DAMM~ COVf:lRAGEJ Ihe foJ/ow- Ing /s added; . Wo WIll arso pay tho difference blllW~on Iho aolual cash vafq9 of a oovered "aU{oll at Ihe lime of -losslI and Ihe remaInIng ba/ancG on.yourlease It !Ila fonowtng condlllons are mel: a. rho "au ton has a long t(lfln ((IPse and Is covered on Ihle po!rcy. ' • . 1>. iho lessorfs added as an AddJUonal Insurod In a WflUen loas9 agrooment.' . . u, You nre legally obllgaled forth9 (omalnlt\g balance. W~ wlll.llot pRy for flny'amollnts represtmllng excess wear and tear chArges; addlUonal mileaGe cfjnTOOfl; • taxos; overdue paymonts; panalllos,lnterest or ohargo$ fosulUng (rom overdua paymenl$j or loftse term/nft­ HOIl feas. 17. l.IAbILlTY OOVERAGE EXTENSIONS -SUPPLEMENTARY PAYMENTS Ulidor SECTION 11-UABILI'f'Y COVERAOI!, the oovorttga exlell~lon for Sup'plomentary Payments Is ra· vlsnd as follows: ',' . . . a. The limit for tho cosl of ball bondals amended to $3,600. b, The limit for reasonable OXpol\sotllnourred by the "Insurod" 1$ amended to $500 l\ day. . 18. NEWLY }:ORMBD OR ACQUIREltORGANIZATIONS a, Tho Who Is All'nflured provIsIon umlor SECTION II ... LJAJ3/J..ITY COVliRAGE Is amondod to Inolud& as an I'lnsurad" any organIzation that 14101ma(( or acquIred by you and ()Ver whloh you maintaIn maJorIty ownershIp. • ~ b. .Paragraph Q, of thla provIsIon 18. does not upply to any otganlzallon; 1. That 1& a Jelnt venture or pnrtno(shlp, 2. That Is an t'/nlmrod'· un40r allY oilIer poflGY. 3. That hus exhausted lis limIt of Insuranoe und&r any other polloy, or 4. 180 days or'moro flllar Its ttcqulaltloll or 'ormallon by YQU, l/Illoss YOll havo (liven Us lloUce of tho ft¢qulslUon or 'orma\lon. 0. Paragraph A. of thIs provisloll 18. dOGS not apply 10 "bt;Jdl/y Injury" or "property damage" that reaulls f(oln anl/acoldont" that ooourred bllfer!) yeu formed or acqulrod the organlzallon. 19. PHYSI~AI.. DAMAGE -TRANSPORTATION EXPENSES COV~RAGE Under SEOTfON 1/1-PHYSIOAI. DAMAG!i Ooverage Ektensfon&. fh$lImll for Transportation expenso81$ amoodod to $75 per day and tho MaxImum Is amtlndod to $1,800. 20. rOWING ... oov.erum AUTOS Under SE!OTION III ... PHYSIOAL DAMAGE COVe.RAGE, Ooverau~ furrowing 1$ emended as follows: ft. ThIs covettlge ftppJ/es to allY covered "nuto" fotwhloh a premium oharge lor towfng and labor Is shown In the $ohudule Qr In the DeolanllloM. b. The IImltfs$100. Named !naurfldl CnrolJ.Q Ullgil\OlltB, A Profe4l/lio1lltl Corporation Endorsement Date: 12/31/09 Policy Numpexi 1180103170000 Insuranoe OOJ1lpallY: OneBe4oon America Insul.'anc$ Cornptuty Inctltd •• ~opYllghted malellel of Insl.l/an~ SeMetli O/IJo~, In\). OopyrflJhl2004, 11111111111111111111111111111111111111111111111111