HomeMy WebLinkAboutStaff Report 221-05was agreed that RMC's contract should be amended to include the design and services during
construction in order to meet such an aggressive schedule.
Staffwas aware of the competitive nature of the State grant and has anticipated the stringent and
aggressive schedule requirement. As noted when the original contract was awarded to RMC
(CMR.:327:03), the Request for Proposal (RFP) for the contract specifically provided that the
City might amend the contract to include the design and services during construction, depending
on the schedule requirement of the project. Consultants who proposed for the contract were
aware of the requirement and had proposed project teams with the experience and capabilities to
provide design phas~ and construction phase services. Consultants were also informed of the
anticipated aggressive schedule requirement of the State grant. In evaluating the proposals, staff
considered whether the proposers were qualified and available to perform the subsequen~ phases
of the work. Staff, with the support of the City of Mountain View, requests ~hat the existing
contract with RMC be amended to include the design and services during construction.
DISCUSSION
Scope of Services Description
Under the basic contract, RMC completed the facility planning study and the environmental
report for the Mountain ViewlMoffett Area Recycled Water Facility Project (project). This
amendment would require RMC to perform the design and services during construction. The
scope of work in general includes:
1. Site surveys
2. Geotechnical services
3. Design of approximately 30,000 feet of main pipe and laterals from the RWQCP to
Mountain View Shoreline area.
4. Design of site connections and corresponding on-site retrofits for approximately 120
customers.
5. Assistance in coordination and communication with the public, permit agencies, and
the SWRCB.
6. Preparation for permit reviews and assistance with the review processes
7. Job site inspection and reporting
8. Review and recommendations on contractor submittals and requests
9. Assistance with contract acceptance and close-out
Summary of Solicitation Process
The RFP for the contract was posted at City Hall and sent to nine consulting firms on April 28,
. 2003. Firms were given 21 days to respond to the request. Two firms teamed up with two other
firms that submitted proposals. A total of four proposals were received on May 20, 2003. Those
firms not responding indicated that they did not submit a proposal because they do not have all
the resources needed to perform the extensive scope of work.
A selection advisory committee consisting of representatives from the City of Mountain View,
Palo Alto community, environmental compliance division, the RWQCP, and the project manager
reviewed the proposals, and four firms were invited to participate in oral interviews on May 30,
2003. The committee carefully reviewed each firm's qualifications and submittal in response to
the RFP relative to the following criteria: specialized experience, past performance,
CMR:221:05 Page 2 of5
050503 sm 0100359
task as described in Exhibits "A" and "A-1" for
acceptance by CITY. Upon acceptance of the
schedule, the CITY shall issue a notice to proceed
to CONSULTANT and CONSULTANT shall commence work on
the Project tasks in accordance with the schedule
and as described in Exhibits "A" and "A-1/1. Time
is of the essence of this Contract. In the event
that the Project is not completed within the time
required through any fault of CONSULTANT, CITY's
city manager will have the option of extending the
time schedule for any period of time. This
provision will not preclude the recovery of damages
for delay caused by CONSULTANT. II
SECTION 2. Section 2.1 is amended to read as follows:
"2.1 The scope of Services and Deliverables
constituting the Project ("Basic Services/l) will be
performed, delivered or executed by CONSULTANT in
accordapce with the schedule and the requirements of
Exhibit "A" and Exhibit "A-1/1./I
SECTION 3. Section 5 is amended to read as follows:
"SECTION 5. COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance
of the Basic Services, including any authorized
reimbursable expenses, CITY will pay CONSULTANT a
fee not to exceed One Million Eight Hundred
Thousand Dollars ($1,800,000.00). The a~ount of
compensation will be calculated in accordance with
the schedule set forth in Exhibits liB" and "B-1",
on a lump sum per task basis, up to the maximum
amount set forth in this Section. The fees of -the
consul tants, who have direct contractual
relationships with CONSULTANT, will be approved, in
advance, by CITY. CITY reserves the right to
refuse payment 'of such fees, if such prior approval
is not obtained by CONSULTANT.
5.1.2 CITY, through it's project manager, may
authorize CONSULTANT to perform Additional Services
in an amount not to exceed One Hundred Eighty
Thousand Dollars ($180,000.00). Prior to
corcunencing such Additional Services the parties
will agree in writing, upon an estimated maximum
cost for such Additional Services. Compensation
2
Make sure that the requirements of each ofthese pennits are taken into consideration in
the design ofthe Project and incorporated in the contract documents:
2.3 Consultant shall work with the cities of Palo Alto and Mountain View to coordinate with the
identified recycled wa,ter customers and make sure that their concerns are addressed in the
design of on-site retrofits. City will notify and request the customers to cooperate with
consul.tant, and provide consultant with contact infonnation. Consultant shall facilitate input
from the recycled water customers into the Project design through a series of three 2-hour
workshops to be held in the City of Mountain View:
The first workshop shall aim at presenting the project to the customers and obtaining
feedback and infonnation on customer and existing local irrigation systems. Consultant
shall update and maintain the database of customers developed as part 6ftheRegional
Water Recyclin.g Facilities Planning Study (RMC, 2004) with pertinent information
(contact infonnation, type of connection, type of use and any special provisions or
requirements) collected during the workshop. Consultant shall also foHow-up with all
the customers to obtaininformation pertinent to the project design.
'The second workshop shall aim at presenting the 30% design and getting feedback from
the customers.
The third workshop will aim at showing how the customer feedback was incorporated
in the 60% design and obtain final input.
Consultant shall work with city of Mountain View, city of Palo Alto, and the RWQCP to set up and
conduct these workshops.
DESIGN
Consultant shall perform the design in phases and in accordance with the SWRCB Guidelines to
provide opportunities for review and adjustments as needed. As a minimum, the design goals and
deliverables shall be perfonned for 30% design, 60% design, 90% design, and the final complete
design. At completion of each phase ofthe design, consultant shall submit reports on work
performed, and meet with RWQCP, the City of Palo Alto, and the City of Mountain View to
review the design submittal and discuss comments. The intent of the meeting is to solicit and
compile comments, resolve issues, .and to make final design decisions regarding the Project prior to
moving forWard to the next"phase. Design drawings shall be done in AutoCAD, and SpeCifications
shall be prepared in WORD.
Task 3: 30% Design
The 30% design activities for the Project will consist of performing engineering analyses,
preparing drawings and narrative representing approximately a 30 percent level of design
. completion and conducting review workshops with the RWQCP, the City of Mountain View, and
the CitY of Palo Alto. Consultant shall develop the design, expand upon the planning assumptions
Palo Alto Regional Water Quality Cqntrol Plant
Mountain View/Moffett Area Water Recycling Facility
,.·\rI .. IE"U ..I .. ,., nlft.,.\tI ...... llma.nl\,.o,..I.almorl\=m'\~""m,:lnl 1 r:.rnn:ll rln~
Page 4
3.4 Survey Services
Consultant and its surveying sub consultant shall perfonn topographic surveys of the Project site
for the design of the Project including r,ectified aerial photogrammetry for the full extent of the .
Project limits at a horizontal scale of 1"= 40' and with 1 foot vertical contour intervals indexed
at 5 feet intervals and the surveying required to control the photography. The mapping will be
developed using AutoCAD 2002. The topographic infonnation will include parcel boundaries
from Record of Survey documents, permanent structures, fences, roads, visible utilities, and .
trees with trunk diameter of 6 inches and larger. The horizontal $1d vertical control data used
will be based on the same datum as used by the City of Palo· Alto and City of Mountain View.
Consultant shall field verify horizontal and vertical survey controls.
3.5 Utility and Right-of-Way Engineering
Consultant shall locate the existing utility lines and structures on the plans and profile sheets
based on best available infonnation. Consultant and its slibconsultant shall perfonn up' to 15
utility potholings to confinn major utilities location. Consultant shall perform additional
potholing, if directed by the City Project Manager, as Additional Services. Consultant shall
attempt to design the pipeline to have minimal disruption to existing utilities. If conflict is
inevitable, Consultant shall identify· potential conflicts and resolve the conflicts in coordination
with the effected utility owner. .
Consultant shall provide right-of-way coor~ination services as required to confirm existing
right-of-way lines provided by RWQCP and to identify new right-of way as required to
accommodate improvements.
Consultant shall identify existing right-:-of-way, develop a list of, and show on the horizontal
alignment plan the specific parcels requiring additional right-of-way acquisition: Consultant
shall summarize and present these findings in a Technical Memorandum to RWQCP and assist
the RWQCP to prepare the plats and descriptions and acquire the additional right-of-way or
easements required for the Project
3.6 Hazardous Materials Investigation
Consultant and its hazardous materials sub consultant will investigate the existence of
hazardous materials located along the alignment for the Project. .Consultant and its hazardous
materials subconsultant shall perform a Phase I ESA investigation, which includes review of
published lists, files and records oflocal, State and Federal regulatory agencies. Consultant
shall deliver contaminated cuttings (if any) to the RWQCP to be disp'osed of by the RWQCP or
under Additional Services.
Consultant shall prepare report documenting the results of the Phase I investigation, and discuss
the outcomes and any further steps that may be necessary.
The hazardous materials subconsultant will prepare a report presenting the results of the
hazardous materials investigation. Five copies of the draft report will be delivered to the
Palo Alto Regional Water Quality Gontrol Plant
Mountain View/Moffett Area Water Recycling Facility
_.t ... _I .......... 1 .. J!:I ..... '''' ........ "' ..... I\ .. .,. .. I''''lrn .... ~~., ........ nrl"''anl 1 C!,."n::r. rlnt""
Page 6
8.2 Job Site Visits and Construction Meetings with Contractor
Consultant shall conduct weeldy site visits during construction to'observe the general progress
of the work and assess contractor general compliance with the Contract Documents.
Consultant shall attend weeldy construction meetings with the contractor and the constrUction
management team to discuss issues that might arise on site and possible solutions. Consultant
shall RMC will prepare and distribute to the RWQCP field memorandum of job site visits and
meetings documenting the field conditions, identified problems and proposed resolutions and
recommend action plans to be followed to resolve the identified problems.
8.3 Respond to Requests for Infonnation (RFls)
Consultant shall prepare written responses to RFls submitted by the contractor as requested by
RWQCP. Consultant shall review, respond, and return the RFI responses to the RWQCP .
within seven working days.
8.4 Review Contract Change Orders (CCOs)
Consultant shall review submitted CCOs and will prepare technical data and support materials
for contract change orders as requested by R WQCP.
8.5 Record Drawings
Consultant shall review the as~bui1t drawings prepared by the contractor based on as~built
liocumentation maintained by Consultant. Consultant shall prepare and certify one full size
mylar set and one electronic copy of the record drawings. The record drawings shall consist of
8nnotated contract drawings and electronic files showing changes in the design and .
construction.
DELIVERABLES
Consultant shall prepare and deliver meeting minutes, presentation materials, and monthly progress
report to the RWQCP. In addition, consultant shall provide the following deliverables to the
RWQCP:
Task 3 -30% Deliverables:
5 copies of Draft and Final Geotechnical Investigation Report, with boring logs
5 copiesoi"Draft and Final Corrosion Investigation Memorandum
5 copies of Draft and Final Hazardous Materials Report
10 copies of Draft and Final PDR consisting of: .
• List of references
• Design Criteria Memorandum
• List ofparcels requhing additional right-of way
D List of utilities requiring relocation, if any
Palo Alto Regional Water Quality Control Plant
M.oun.tai0 y'iew/f.10f!~tt .~re~ w.~ter ~~_cycling Facility Page 10
DISCUSSION
The proj ect is composed of a conveyance pipeline and laterals necessary to serve the recycled
water customers in the Mountain View -Moffett Field area and sized for the ultimate
RWQCP service area. The pipeline will deliver approximately 1200 acre-feet of recycled
water to restore the service to Shoreline golf links and provide landscape irrigation water to
the North Bayshore area in Mountain View. It will also be connected to the existing
customers in the City of Palo Alto that currently use approximately 100 acre-feet of recycled
water. The pipeline ultimately could provide as much as 5,000 acre-feet of recycled water to
the cities of Mountain View, Palo Alto, and the neighboring communities. The project will
allow the RWQCP and its partners to achieve several key goals of the City, neighboring
communities, and RWQCP stakehoiders:
• Water Supply Management -The project will provide a dependable, drought-proof,
locally controlled water source that reduces dependency on imported water.
• Wastewater Disposal Management -The project will restore the RWQCP Recycled
Water Program to mitigate the Plant's discharge to the Bay as required by the discharge
permit. Water recycling helps reduce pollutant discharges and improve the overall water
quality of the Bay.
• Long-Term Goal-The project will contribute to achieving the RWQCP long-term goals
established by the stakeholders including taking a leadership role in promoting beneficial
reuse and maximizing recycled water as a supplemental water source.
• Regional Connectivity -The project will constitute the first step towards the RWQCP's
long-term endeavor to establish connectivity with the recycled water producers and users
in the region.
The estimated construction cost for the project is $16 million. The funding sources include
the State, the City of Mountain View, the RWQCP, and the City of Palo Alto. The proposed
funding strategy is shown in the table below.
Project Partner Estimated Funding. Identified Benefits
SWRCB $4M Benefits to Bay-Delta water system
RWQCP $1 M FY 04-05 ClP Wastewater disposal management, regional
$1 M FY 05-06 ClP connectivity
City of Mountain $8M Water supplymanagement-1200 AF near-term
View
CMR:163:04 Page 2 of4
;/ .