Loading...
HomeMy WebLinkAbout2004-01-12 City CouncilCity of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS 1 DATE:JANUARY 12, 2004 CMR:101:04 SUBJECT:ADOPTION OF THE MITIGATED NEGATIVE DECLARATION AND APPROVAL OF THE PROJECT RECOMMENDATIONS FOR THE MOUNTAIN VIEW / MOFFETT AREA WATER RECYCLING FACILITY REPORT IN BRIEF This report requests that Council adopt a Mitigated Negative Declaration and approve the recommendations for the Mountain View - Moffett Water Recycling Facility Project (Project). Under the proposed Project, the Palo Alto Regional Water Quality Control Plant (RWQCP) would construct a recycled water delivery pipe to Mountain View, north of Highway 101, and extend the pipeline to the Moffett Field Area. The pipeline would restore recycled water service to Shoreline Golf Links and serve up to 1,200 acre-feet per year of recycled water for landscape irrigation in the City of Mountain View north of Highway 101 and the Moffett Field Area. The pipeline could also provide future supply of recycled water to potential sites in the cities of Palo Alto and East Palo Alto. The recommendations of this staff report would lead to the construction of the Project in the preferred pipe alignment that stays mainly in city streets, to be funded by the State, the RWQCP, and the City of Mountain View. The Palo Alto Utilities Department is also considering requesting that the Council approve an enterprise fund contribution for the project. CMR: 101:04 Page 1 of 7 RECOMMENDATIONS Staff recommends that Council: 1.Adopt the Mitigated Negative Declaration (MND) for the Mountain View / Moffett Water Recycling Facility Project; Approve the Project including the preferred Project pipe alignment along Embarcadero Road and East Bayshore Road; and direct staff to proceed with the funding, institutional, and user agreements and return to Council with the necessary agreements for final approval; and 3.Direct staff to proceed with the application for the State grant; and return to Council with the resolution for the authorization to file the application for the grant. BACKGROUND The City of Palo Alto operates the RWQCP for the cities of Mountain View, Los Altos, Palo Alto, East Palo Alto Sanitary District, the Town of Los Altos Hills, and Stanford University. The RWQCP Water Reuse Program has historically brought a reliable, drought-proof supply of recycled water to irrigate several parks and golf courses in the cities of Palo Alto and Mountain View. The program is in the midst of a new task, the Mountain View - Moffett Area Water Recycling Facility Project. The goal of the project is to restore the recycled water service to Shoreline Golf Links and to extend the pipeline to the Mountain View / Moffett area. The new pipeline will ensure a sustainable water supply for previous and new landscape irrigation sites north of Highway 101 and in the Moffett field area (the project area). To minimize cost, the RWQCP has been diligently seeking outside funding. In June 2003, the RWQCP received a $150,000 matching gant from the State to prepare the Mountain View - Moffett Water Recycling Facility Plan. The State deadline for the completion of the plan is February 28, 2004. DISCUSSION On June 23, 2003, Council approved the project to prepare the MV-Moffett Field Area Water Recycling Facility Plan (CMR: 327:03). The Plan investigates the environmental impact, reuses, pipe route alternatives, cost estimates, and funding/institutional arrangements of recycled water for landscape irrigation in the project area. The Plan is complete except for the funding/institutional arrangements. The arrangements have been discussed at staff level. Official arrangements cannot proceed until Council adopts the mitigated negative declaration and approves the Project and the recommendations in this report. Environmental Analysis A scoping meeting was held on September 24, 2003 to solicit public input on the project. Those who attended the meeting provided input and expressed support. Following the scoping meeting, an initial environmental evaluation checklist was prepared for the project. Based on the initial evaluation, it was determined that the Project would not CMR:101:04 Page 2 of 7 have a significant effect that cannot be mitigated, and that a mitigated negative declaration (MND) should be prepared for the Project. On October 30, 2003, in accordance with the California Environmental Quality Act (CEQA), copies of the draft MND were sent to the State Clearinghouse for distribution to various State and local agencies for comment. Copies of the MND were also placed in various locations in the city for public review, including all City libraries, the Regional Plant, the Development Center, and the Planning & Community Environment Department (P&CE) in the Civic Center. A public meeting was held on November 19, 2003 to hear public comments on the MND. The notice of availability and intent to adopt the MND and of the public meeting was published in the Palo Alto Weekly and the Mountain View Voice. The public review period of 30 days ended on December 2, 2003. Letters of support for the Project and its accompanying MND were received from the Sierra Club, Clean Water Fund, and a resident of Mountain View. The comments received are generally related to construction issues. Section 3 of the MND provides a summary of the mitigation measures and the mitigation-monitoring plan. The monitoring plan identifies the implementation procedures, monitoring and reporting actions, monitoring responsibility, and the monitoring schedule. The mitigation measures and monitoring plan will become part of the project and are required upon project approval. The final MND, including the comments and responses to comments, is Attachment B to this report. The Planning and Community Environment Department staff has also conducted a Site and Design review for the project. The first segment of the pipeline in the preferred alignment, beginning at the Regional Plant and heading towards East Bayshore Road, along Embarcadero Road is located within an area zoned Public Facility with Site and Design Overlay (PF(D)). Under the provisions of the Palo Alto Municipal Code Chapter 18.99, the Director of Planning and Community Environment has administratively approved the Site and Design for the project. The Director’s decision was published in the Palo Alto Weekly on December 4, 2003, and placed in the City Council packet on December 11, 2003. As no appeal was filed, the decision of the Director became final on December 29, 2003. Staff recommends that Council adopt the MND and approve the preferred alignment. Reuse Sites The investigation found a high concentration of potential recycled water reuse sites within the project area. The reuses in this area are landscape irrigation at the Shoreline golf links and park, Shoreline-area Business Park, median and highway interchange, and Moffett Field. A conservative estimate reported an annual average of 1200 acre-feet of reuse in this area. This pipeline would be the backbone of the RWQCP recycled water system that ultimately could serve new customers within the RWQCP service area including the CMR: 101:04 Page 3 of 7 cities of Palo Alto and East Palo Alto. The long-term projection of reuse to be served by this pipeline is estimated to reach an annual average of 3000 acre-feet. Preferred Pipe Alignment A new pipeline is proposed for construction from the RWQCP to the Moffett Field area. The existing deteriorated pipeline that extends across the Baylands to the Shoreline Golf Links would be abandoned in place. No work or new construction is proposed in or across the Baylands. The proposed preferred pipeline alignment can best be described by dividing it into three segments: The first segment begins at the RWQCP and goes to East Bayshore Road, north of Highway 101. The pipe will go down Embarcadero Road, then turn onto East Bayshore Road. The impact is mainly on the traffic at the Embarcadero/Bayshore intersection during construction. To mitigate the impact, staff proposes to construct the pipe at the intersection during nighttime hours between 9:00 PM and 6:00 AM. The proposed mitigation measure is acceptable to the Police Depal~ment/Traffic Division. Two other alignments, closer to the Baylands, were also evaluated and discussed in the final mitigated negative declaration. The Embarcadero Road alignment is preferred over the other alignments because it poses no impact to the Baylands and offers the best potential for the future. Both cities of Palo Alto and East Palo Alto would be better served from this pipe alignment should future connections be desired. The proposed pipe size for this segment is 30-inch. If the Palo Alto Utilities Department does not participate in funding the Project, then the pipe size will be reduced to 24-inch which would be sufficient for the cities of Mountain View and East Palo Alto only. The Palo Alto Utilities Department will discuss the Project with the Utilities Advisory Commission on January 14, 2004, and will be recommending participation in the Project to the Council through the budget process by requesting $1 million be added to the FY 04-05 and FY 05-06 budgets for a total contribution of $2 million to the Project. The second segment of the pipe will run along East Bayshore Road the entire length until it reaches Garcia Avenue in Mountain View. No alternate pipe route was identified or evaluated for this segment. The pipe size for this segment is 24-inch. The last segment of the pipe is in the City of Mountain Viewl Staff worked with the City of Mountain View to identify reuse sites and pipe routes. This segment of the pipe will stay in the streets in Mountain View, generally following the reuse sites based on discussions and recommendations from the city of Mountain View staff. The pipe size of this segment will start at 24-inch and reduce to 18-inch after Shoreline. There will be small distribution pipes (6 to 8 inches) branching off from the main pipe to the customers. Funding and Institutional Arrangements This prqiect includes all components needed to deliver the recycled water to the end users. The estimated cost of $16 million for the proposed project include the costs for the CMR:101:04 Page 4 of 7 design, construction, and the right-of-ways for the main pipe, the distribution laterals to the customers, and customer retrofits. This project will help meet the goals of several agencies/cities including the State, the Santa Clara Valley Water District, the RWQCP, and the City of Mountain View. It could also serve the cities of Palo Alto and East Palo Alto. Cost sharing could correspond to the perceived benefits to each agency/city as summarized below. This project helps extend the State’s water supply and improve the reliability of the State’s water system. The project is on the priority list for a grant from the State Water Resources Control Board. The State typically will finance 25% of the design!construction costs of recycled water facilities up to $5 million. Because of the complexity of the regional aspect of this project and the potential environmental benefits, staff hopes the State will agree to cover a higher percentage of the costs. This project is also on the priority list for a low interest loan from the State Revolving Fund. This project will reduce the RWQCP discharge to the South Bay and help the Plant meet its discharge permit obligations. The RWQCP has set aside funding for the maintenance of its water reuse program. If this project moves forward, the RWQCP has planned to cover $2 million of the project costs over the next two fiscal years. The primary use sites of the recycled water from this project are in the City of Mountain View. The City of Mountain View and the Santa Clara Valley Water District are very supportive of the project, including the potential of financial support for the project. City of Mountain View staff is waiting for the Palo Alto Council determination on the mitigated negative declaration and approval of the project before submitting recommendations to its Council. Upon Council adoption of the mitigated negative declaration, approval of the project and the recommendations in this report, staff will proceed with the funding and institutional agreements. Staff will return to Council with the final financial plan, funding agreements, user agreements, and the resolution for the State grant. It is anticipated that the cost sharing would be as shown below: State RWOCP Mtn. View Palo Alto Total $3.8m.$2m.$8.2m.$2m.$16m. ALTERNATIVES TO STAFF RECOMMENDATION The RWQCP could develop a project to repair the existing deteriorated recycled water pipe to Shoreline. The repair project is not recommended because of environmental concerns. The existing pipe lies in an easement in the Baylands. If approved by Council, the repair would require the use of heavy equipment, trucks, and cranes in areas adjacent to sensitive habitat areas. The repair would restore recycled water service to Shoreline Golf Links. However, the new reuse sites in Mountain View and the Moffett field area CMR:I01:04 Page 5 of 7 will not be able to receive any recycled water from the RWQCP since the pipeline does not reach those areas. If the recycled water service to Shoreline is not restored, the plant’s ability to meet its discharge requirements will be hampered. RESOURCE IMPACT The estimated total cost of the project is $16 million; with $0.8 million already approved in the 2003-04 CIP Budget. Funding will come from the State and participating agencies as follows: $3.8 million from the State Water Resource Control Board (SWRCB): This project is on the priority list of SWRCB. There is great likelihood that this grant will be approved since the State has already provided a grant of $150,000 for the study. $2 million from the RWQCP partners: Palo Alto’s share ($0.7 million) was already included in the 2003-04 Adopted and 2004-05 proposed CIP Budget (WQ- 04010). $8.2 million from the City of Mountain View: A significant cost of the project will be paid by the City of Mountain View since this City is the primary beneficiary of the project. $2 million from the City of Palo Alto Utilities Department Water Fund and/or Wastewater Collection Fund: This portion could be funded through a low interest loan from the State Revolving Fund or through the Rate Stabilization Reserve. It is not yet known whether use of the Rate Stabilization Reserve will trigger a rate increase. Staff will return to Council when the funding plan and financial plan is finalized. POLICY IMPLICATIONS The recommendations of this staff report are consistent with City policies. TIMELINE Applications for State grant & loan Final design Construction Recycled water service to old and new reuse sites March ’04 - June ’04 July ’04 - Jan ’05 June ’05 - Jan ’06 Summer of’ 06 ENVIRONMENTAL REVIEW A mitigated negative declaration (MND) was prepared in accordance with CEQA for the Project. The MND identified the potential impact and provided mitigation measures. The Planning and Community Environment Department has reviewed and found the MND adequate under CEQA. The final MND to be adopted by Council is attached. CMR:I01:04 Page 6 of 7 ATTACHMENTS Attachment A: CMR:327:03 Attachment B: IS/MND (Councilmembers only) PREPARED BY: DEPARTMENT HEAD: Daisy Stark, Senior Engineer RWQCP Elizabeth Young, Senior Planner, P&CE John Lusardi, Assistant Planning Official, P&CE William Miks, Manager RWQCP Phil Bobel, Manager Environmental Compliance Director of Planning and Environment GLENN S. ROBERTS Director of Public Works Community CITY MANAGER APPROVAL: EMIL~ARI~--SON Assistant City Manager CMR:I01:04 Page 7 of 7 ATTACHMENT A TO: FROM: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL 1 2CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SUBJECT: JUNE 23, 2003 CMR:327:03 APPROVAL OF CONTRACT WITH RAIN~ES, MELTON, & CARELLA, INC. IN THE AMOUNT OF $300,000 FOR THE PREPARATION OF A WATER RECYCLING FACILITY PLAN FOR THE SOUTHERN REGION (MOUNTAEN VIEW-MOFFETT) OF THE REGIONAL WATER QUALITY CONTROL PLANT SERVICE AREA - A PROJECT 50% FUNDED BY THE STATE OF CALIFORNIA RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Raines, Melton, & Carella, Inc. in the amount of $300,000 for the preparation of a Water Recycling Facility Plan for the southern region (Mountain View-Moffett) of the Regional Water Quality Control Plant (RWQCP) service area. 2.Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Raines, Melton, & Carella, Inc. for related, additional but unforeseen work, which may develop during the project, the total value of which shall not exceed $30,000. BACKGROUND The RWQCP wastewater discharge permit requires that the plant maintain its reclaimed water facility and reclaimed water delivery to several existing reuse sites, including the Shoreline golf links at Mountain View. However, the existing reclaimed water pipeline to Shoreline has deteriorated beyond repair and must be replaced in order to maintain service. The RWQCP needs to perfbrm a study to investigate an environmentally sound project to replace the broken pipe because the existing pipe lies in an environmentally sensitive marshland. The replacement pipe will be up-sized in anticipation of future reuse opportunities in Mountain View and Moffett Field. The potential additional reuse qualifies the RWQCP to apply for State funding. Council adopted a resolution and authorized staff to file an application for a State want in the amount of $150,000 for funding 50% of the Mountain View-Moffett water recycling CMR:327:03 Page 1 of 3 Bid Name Proposed Length of Project Number of Bids Mailed to Contractors Number of Bids Mailed to Builder’s Exchanges Total Days to Respond to Bid Pre-Bid Meeting? Number of Company Attendees at Pre-Bid Meeting Number of Bids Received: Bid Price Range Summary of Bid Process Soil Filter and Piping Project 8 months 5 Not applicable (specialty project) 29 Yes 4 3 (two valid, one withdrawn) $323,700 to $337,500 A notice inviting formal bids for the Soil Filter and Piping Project was sent on May 13, 2003 to five contractors and posted at City Hall. The bidding period was 29 days. A mandatory pre-bid meeting was held on May 27, 2003. Four bidders attended the meeting. Bids were received from three qualified contractors on time on June 10, 2003 as listed in the bid summary (Attachment B). Contractors not responding indicated that they did not submit a bid because subcontractors they needed would make their bid price uncompetitive. Bids received ranged from $323,700 to $337,500. One bidder withdrew its bid due to clerical error. Staff has reviewed all bida submitted and recommends that the bid of $323,700 submitted by Power Engineering Contractors, Inc. be accepted and that Power Engineering Contractors, Inc. be declared the lowest responsible bidder. The bid is 0.6 percent below staffs estimate of $325,797. The change order amount of $32,370 (which equals 10 percent of the total contract) is requested to resolve unforeseen problems and/or conflicts that may arise during the construction period. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. RESOURCE IMPACT Funds for the Soil Filter and Piping Project have been appropriated under the FY 2002- 2003 Wastewater Treatment CIP project #8021. POLICY IMPLICATIONS Recommendations of this staff report are consistent with existing City policies. CMR:331:03 Page 2 of 3 This project will result in a design and construction project. The subsequent design- construct project is included on the State funding priority list. Other funding sources are also being pursued. The construction of the project may not go forward if the RWQCP is unable to secure outside funding. POLICY IMPLICATIONS The recommendation of this staff report is consistent with City policies. ENWIRONMENTAL REVIEW Council has approved the Environmental Impact Report of the RWQCP reclamation progam in 1998. Additional environmental document will be prepared as part of this project per the California Environmental Quality Act. ATTACHMENTS Attachment A: Contract Attachment B" Consultant List PREPARED BY:Daisy Stark, Senior Engineer RWQCPWilliam ; Miks, Manag~ RWQCP DEP~ad~TMENTHEAD:x~_~_~-~-- .~ ~ GLElx,rN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: HARRISON Assistant City Manager CMR:327:03 Page 3 of 3 ATTACHMENT A CONTRACT NO. BETWEEN TEE CITY OF PALO ALTO AND RAINES, MELTON & CARELLA, INC. FOR CONSULTING SERVICES This Contract No.is entered into , by and between the CITY OF PALO ~TO, a chartered city and a municipa! corporation of the State of California ("CITY"), and RAINES, MELTON & CARELLA, INC., a California corporation, !ocated at 2290 North First Street, Suite 204, San Jose, CA 95131 ("CONSULTANT"). P.ECITALS: WHEREAS, CITY .desires certain professiona! consulting services ("Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans,. designs, data, calculations, surveys, specifications, schedules or other writings ("De!iverables") (Services and De!iverab!es are, collectively, the "Project"), as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONSULTanT, including its emp!oyees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in the manner set forth herein, including in accordance with the terms and conditions of the State Water Resource Contro! Board Grant Contract No. 02-719-550-0. NOW, THEREFORE, in consideration of the. covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION !.TEPdJ i.i This Contract will commence on the date of its execution by C<~y=~_, and will terminate upon the commletion of the Project, unless this Contract is earlier terminated by CITY. Upon execution of thi~ Agreement, CONSULT9~T shall prepare a schedule detailing the cri:ical path and timeiine for each task as described in Exhibit "A" for acceptance by CITY. Upon acceptance of the schedule, the CITY shal! issue a notice to proceed to CONSULTANT and CONSULTANT shal! commence work on the Project tasks in accordance with the schedule and as described in Exhibit "A". Time is of the essence of this Contract. in the event that the Project is no: completed within the time r~r=d through any fault of CONSULTANT, CITY’s city manager will have the option of extending 030616 sdl 0100083 the time schedule for any period of time. This provision will not preclude the recovery of damages for delay caused by CONSULTANT. SECT!ON 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services and Deliverables constituting the Project ("Basic Services") wil! be performed, delivered or executed by CONSULTANT in accordance with the schedule and the requirements of Exhibit "A". 2.2 CITY may order substantial changes in the scope or character of the Project, either decreasing or increasing the amount of work required of CONSULTANT. in the event that such changes are ordered, subject to the approva! of CITY’s City Counci!, as may be required, CONSULTANT will be entitled to full compensation for al! work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantia! changes wil! be determined in accordance with the provisions of this Contract. CITY wi~i notbe liable for the cost or payment of any change in work, unless the amount of additiona! compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the perfo~_~nance of any such change in work. 2.3 Where the Project entails the drafting and submission of De!iverab!es, for example, construction plans, drawings, and specifications, any and al! errors, omissions, or ambiguities in the De!iverab!es, which are discovered by CITY before invitations to bid on a construction project (for which the Deliverab!es are required) are distributed by CITY, wil! be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. 2.4 ~my and all errors, omissions, or ambiguities in the De!iverab!es, which are discovered by CITY after the construction contract is awarded by CITY, wil! be performed by CONSULTANT, as fol!ows: (a) at no cost to CITY insofar as those Services, including the Basic Services or the Additiona! Services, as described below, or both, wil! result in minor or nonbeneficial changes in the construction work required of the construction contractor; or (b) at CITY’s cost insofar as those Services, including the Basic Services or the Additiona! Services, or both, will add a direct and substantia! benefit to the construction work required of the construction contractor. The project manager in the reasonable exercise of his or her discretion wil! determine whether the Basic Services or the Additional Services, or both, wil! contribute minor or substantia! benefit to the construction work. 030616 sd! 0100083 SECTION 3. CONSULTANT QUALIFICATIONS,STATUS,DUTIES OF 3.1 CONSULTANT represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and De!iverab!es. CONSULTANT further represents and warrants that the project director and every individual, including any consultant (or contractors), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the Project will be executed by them or under their supervision. CONSULTANT wil! furnish to CITY for approval, prior to execution of this Contract, a list of al! individuals and the names of their emp!oyers or principals to be emp!oyed as consultants. 3.2 in reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it wil! execute or cause to be executed, the Project. 3.3 CONSULTANT will assign TOM RICHARDSON as the project director to have supervisory responsibility for the performance, progress, and execution of the Project and as the project coordinator who wil! represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator wil! be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Procure all permits and licenses, pay all charges and fees, and give al! notices which may be necessary and incident to the due and lawfu! prosecution of the Projec<; 3.4.2 Keep itself fully informed of all existing and future Federal, State of California, and !oca! laws, ordinances, regulations, orders, and decrees which may affect those engaged or -t-~ ed in CONSULTanT’semployed under this Contract and any m=_=~_=__ us performance of the Services; 3.4.3 At all times observe and co~ly with, and cause its employees and consultants, if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 030616 sdl 0]00083 3 3.4.4 Wil! report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the De!iverab!es. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract w-ill become the property of CITY and wil! not be made available to any individua! or organization by CONSULTANT or its consultants, if any, without the prior written approva! of the city manager. 3.6 CONSULTANT will provide CITY with twenty (20) copies of any documents which are a part of the De!iverables upon their completion and acceptance by CITY. 3.7 if CITY requests additional copies of any documents which are a part of the De!iverables, CONSULTANT will provide such additiona! copies and CITY wil! compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT will be responsible for emp!oying or engaging a!l persons necessary to execute the Project. Al! consultants of CONSULTANT wil! be deemed to be directly controlled and.supervised, by CONSULTANT, which wil! be responsible for their performance, if any emp!oyee or consultant of CONSULT_<NT fails or refuses to carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the employee or consultant wil! be discharged immediately from further performance under this Contract on demand of the project manager. 3.9 In the execution of the Project, CONSULTANT and its consu_~=n~s, if any, will at all times be considered independent contractors and not agents or employees of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and al! of the following Additiona! Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 incurring travel and subsistence expenses for CON~o~=p.N= and its staff beyond zhose normally required under the Basic Services; 3.10.3 Performing any other Additional Services that may be agreed upon by the marz!es subsequent to uh~ execution of this Contract; and 030616 sd! 0100083 3.10.4 Other Additional Services now or hereafter described in Exhibit "A" to this Contract. 3.11 CONSULTANT will be responsible for employing all consultants deemed necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must be approved-, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contrac:. SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit "A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 CITY will review and approve, as necessary, in a D~__ e_ab_es and each phase of work performed by~m~ly manner the =]iv r ] CONSULTANT CITY’s estimated time of review and approval will be furnished to CONSULTANT at the time of submission of each phase of work. CONSULTANT acknow_eages and understands that the interrelated exchange of_n_~ fo_ma~ ~ion~ among CITY’s various departments makes it extremely difficult for CITY to firmly establ£sh the time of each review and approva! task. CITY’s failure to review and approve within the estimated time schedule will__ not constitute a default under ~hls’ Contract. 4.3 The city manager will represent CITY for all purposes under this Contract. DAISY STARK is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Project. 4.4 if CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY wil! use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. 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 wil! pay CONSULTANT a fee not to exceed Three Hundred Thousand Dollars ($300,000). The amount of compensation will be calculated in accordance with the schedule set forth in Exhibit "B", on a !mmm sum per task basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractua! 030616 sdl 0100083 5 relationships with CONSULTANT, will be approved, in advance, by CITY. CITY _~serv~sr= = the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. 5.1.2 CITY, through its project manager, may authorize CONSULTANT to perform Additional Services in an amount not to exceed Thirty Thousand Dollars ($30,~000). Prior to commencing such Additiona! Services the parties wil! agree in writing upon an estimated maximum cost for such Additiona! Services.. Compensation for Additional Services shall be made based on the hourly rate s~hedu!e set forth in Exhibit "B" or on a lump sum basis. The rate schedule may be updated by CONSULTANT only once each calendar year, and the rate schedules will not become effective for purposes of this Contract, unless and unti! CONSULTANT gives CITY thirty (30) days’ prior written notice of the effective date of any revised rate schedule. 5.1.3 CONSULTANT will not be paid for extra work or changes, inciuding, without limitation, any design work or change order preparation, which is made necessary on account of CONSULTA!qT’s errors, omissions, or oversights. 5.2 The schedule of pa]~ents wil! be made as fol!ows: 5.2.7 Payment for Basic Services will be made in monthly progress payments in proportion.to the quantum of services performed, or in accordance with any other schedule of payment mutually agreed umon by the parties as set forth in Exhibit "B" or within thirty (30) days of submission, in ~_!plmc=~e, of such requests if_ a schedule of payment is not specified. CITY will make final payment after CONSULTANT has subm_t~ed al! Deliverab!es, including, without limitation, reports which have been approved by the project manager. 5.2.2 Payment for properly authorized Additional Services wil! be made in mon~h_y progress payments for services rendered, within thirty (30) days of submission, in " : ’ -~~r ._plmc= ~e, o~ such reGuests ~ 2 3 No ~- ~ ~:"~ ~m’@=@uc~-,ons will be made fromCONSU.~TAN_ s compensation on account of penalties, ]{ ’ ~ ~_.qumaa~ed damages, or other s~ms wmnhhe_@ by CITY from navments to general contractors SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connect=on with the performance of Basic Services~ and Additional Services pertaining to the Project wil! be p_~F=,e@, maintained, and retained by CONSULTANT in accordance with generally accem:ed accounzing principles and wil! be made available 030616 sd] 0100083 to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) years fol!owing the expiration or earlier termination of this Contract. 6.2 The originals of the Deliverables prepared by or under the direction of CONSULTANT in the performance of this Contract wil! become .the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals wil! be Tvdelivered to CITY without additiona! compensation. CI__ wil! have the right to utilize any fina! and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT, but CONSULTANT disclaims any responsibility or !~abi!ity for any =!~era~ons or modifications o~ such documents. SECTION 7. INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, emp!oyees and agents, from any and al! demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONSULTANT’s, its officers’, agents’, consultants’ or employees’ negligent acts, errors, or omissions, or willfu! misconduct, or conduct for which applicable law may impose strict liability on CONSULT~2{T in the performance of or failure to perform its obligations under this Contract. SECTION 8.WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract or of the provisions of any ordinance or law wil! not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money that may bec@me due hereunder will not be deemed ro be a waiver of any preceding breach or violation by the other par~y of any covenant, term, condition or provision of this Contrac: or of any applicable law or ordinance. 8 2 No pa2~ent, Dar~a~ payment acceptance or partial acceptance by CITY will operate as a waiver on <he part of CITY of any o{ its rights under this Contract. SECTION 9.INSURANCE 9.1 CONSULTANT, at its sole cost and expense, will obtain and maintain, in full force and e{~ect ~@u.:ng the term of 030616 sdl 0100083 this Contract, the insurance coverage described in Exhibit "C", insuring not only CONSULTANT and its consultants, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an additiona! insured concerning CONSULTANT’s performance under, this Contract. 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:VII or higher which are admitted to transact insuran.ce business in the State of California. Am.y and al! consultants of CONSULTANT retained to perform Services under this Contract wil! obtain and maintain, in ful! force and effect during the term of this Contract, identical insurance coverage{ naming CITY as an additional insured under such policies as required above. 9.3 CertJ ~{ -~_~_c=~es of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates wil! be subject to the approva! of CITY’s risk manager and wil! contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with the C!TY’s city clerk thirty (30) days’ prior written notice of ~] " ’~ of Pa!o Alto issuch cance±_an!on or alteration, and that the C_~y _ named as an additional insured except in policies of workers’ compensation, employer’s =_~ab~l~t___ y, and professiona! liability insurance. Current certificates of such insurance wil! be kept on file at al! times during the term of this Contract with the city clerk. 9.4 The procuring of such required policy or policies of insurance wil! not be construed to limit CONSULTANT’s liability hereunder nor to fulfil! the indemp~ification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONSULTANT wil! be obligated for the ful! and tota! amount of any damage, injury, or !oss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or !oss arising after the Contract is terminated or the term has expired. S~C~±ON I0 WORKERS’ COMPENSATION !0.! CONSULTANT, by executing this Contract, certifies ~_~=~ it is aware of the provisions of the Labor Code of the State of California which require every emp!oyer to be insured against ]~ab{l~tv for workers’ com~ens-~’=~!on or to undertakese=z-~ ~ insurance in accordance with the provisions of that Code, and certifies that i< wil! comply with such provisions, as applicable, before commencing the performance of the Project. 030616 sdl 0100083 PROJECT SECTION i!. TERMINATION OR SUSPENSION OF CONT~hCT OR I!.I The city manager may suspend the execution of the Project, in~who!e or in part, or terminate this Contract, with or wiihout cause, by giving thirty (30) days’ prior written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT wil! immediately discontinue its performance under this Contract. 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project bY giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantia! failure of performance by CITY or in the event CITY indefinitely withholds or withdraws its request for the initiation or continuation of Basic Services or the execution of the Project. 11.3 Upon such suspension or termination by CITY, CONSULTanT wil! be compensated for the Basic Services and Additiona! Services performed and De!iverab!es received and approved prior to receipt of written notice from CITY of such suspension or abandomment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has been suspended for more than 180 days, any change in CONSULTANT’s compensation wil! be subject to renegotiation and, if necessary, approva! of CITY’s City Council. if this Contract is suspended or terminated on account of a default by CONSULTANT, CITY wil! be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager in the reasonable exercise of her discretion. 11.4 in the event of termination of this Contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as fol!ows: 11.4.1 For approved items of services, CONSULT~qT will be compensated for each item of service fully performed in the amounts authorized under this Contract. ~...:~ ~ 2 For approved items of services on which _~ notice to proceed is issued by C!TY, but which are not fully performed, CONSULT~qT wil! be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the performance of the service as the quantum of =e~=c~ actually rendered bea~s to the services n=~=~=~, for the ful! performance of that item of service. OB0616 sm 01000~3 11.4.3 ~The total compensation payable under the preceding paragraphs of ~this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or te_rmination, CONSULTANT will deliver to the city manager immediately any and al! copies of the De!iverab!es, whether or not completed, prepared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the Property of CITY. 11.6 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTA!qT to fulfil! its obligations under this Contract. SECTION 12. ASSIGNMENT 12.1 This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT- wil! not assign, transfer, convey, or otherwise dispose of this Contract or any right, title o~ interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assigrament will not be deemed to be~ a consent to any -subsequent assignment. Any assignment made without the approva! of CITY will be void and, at the option of the city manager, this Contract may be terminated. This Contract wil! not be assignable by operation of law. SECTION 13. NOTICES 13.1 Al! 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 Pa!o Alto Post Office Box 10250 Pa!o Alto, CA 94303 To: RWQCP:Attn:Daisy Stark RWQCP 2501 Embarcadero Way Palo Alto, Ca 94303 To CONSULTANT: Attention: Tom Richardson ~hINES, MELTON & CARELLA, INC. 2290 North First Street, Suite 204 San Jose, CA 95131 030616 sd] O]O0093 I0 SECTION 14. CONFLICT OF INTEREST 14.1 in accepting this Contract, CONSULTANT covenants that it presently has no interest, and wil! not acquire any interest, direct or indirect, financia! or otherwise, which would conflict in any manner or degree with the performance of the Services. 14.2 CONSULTANT further covenants that, in the ~performance of this Contract, it wil! not emp!oy contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or wil! have any financial interest under this Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of <he Palo Alto Municipa! Code and the Government Code of the State of California. SECTION 15.NONDISCRIMINATION 15.1 As set forth in the Pa!o Alto Municipal Code, no discrimination wil! be made in the emp!oyment of persons under this bon~_acz because of the age, race, co!or, nationa! or!g!n, ancestry, religion, disability, sexua! preference or gender of such person, if the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT agrees to meet al! requirements of the Palo Alto Municipa! Code pertaining to nondiscrimination in emp!oyment, including completing the requisite form furnished by CITY and set forth in Exhibit "D". 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as fol!ows: "[Name of Provider] wil! provide CONSULTANT with a certificate stating that [Name of Dr~,,~a=~l is currently in compliance with all _~e~ra_~ and State of -~ ’= ’C=±!~orn~_a laws covering mrevai!ing wages and nondiscrimination in employ~nent; and that [Name of Provider] wil! not discriminate in ~h~ employment of any ~=~son_ ~_ . under this contract because of the age, race, co!or, nationa! origin, ancestry, religion, disabi!itv, sexual preference or gender of such nerson." 15.3 7f CONSULTANT is found in violation of the nondiscrimination nrovisions of the State of Call=~_o.n_,=~ ~- Fair Em~!ovment D~cmices Act or similar p~o~=_ions of .~eaera! law or executive order in the performance of this Contract, m: wil! be in 030616 sd] 0100083 II default of this Contract. Thereupon, CITY will have the power to cance! or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five, dollars ($25) for each person for each calendar day during which such p~rson was subjected to discrimination, as damages for breach of contract, or both. Only a finding of the State of California Fair Emp!oyment Practices Commission. or the equivalent federal agency or~ officer wil! constitute evidence o~ a breach of this Contract. SECTION 16.M- ~-- ~..±SC~LLANsOUS PROVISIONS 16.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federa! Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONSULTANT wil! comply with or ensure by its advice that compliance with such provisions wil! be effected pursuant to the terms of this Contract. 16.2 Upon the agreement of the parties, any controvemsy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the ~erican Arbitration Association, and judgment upon the award rendered by <he Arbitrators may be entered in any court having jurisdiction thereof. 16.3 This Contract w~]] be governed by uh~ laws of the State of California, excluding its conflicts of law. 16.4 in the event that an action is brought, t-he parties agree that trial of such action will be vested exclusively in the state courts of California or in the Unitea States District Court for the Northern District of California in the County of Santa Clara, State of California. 16.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 16.6 This document represents the entire and integrated Contract between the parties and suoersedes al! 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. 16.7 All orovisions of this Contract, whether -= - -co~n~s or conditions, wi!! be deemed to be both covenants and conditions. 030616 sdl 0100083 12 16.8 The covenants, terms, conditions and provisions of this Contract wil! apply to, and wil! bind, the heirs, successors, executors, achrLinistrators, assignees, and consultants, as <he case may be, of the parties. 16.9 if a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffec<ed provisions of this Contract and any amendments thereto wi!l remain in ful! force and effect. 16.10 All exhibits referred to in this Contract and any addenda, appendices, attacb~ments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and wil! be deemed to be a part of this Contract. 16.11 This Contract may be executed in any number of counterparts, each of which wil! be an.origina!, but all of which together wil! constitute one and the same instrument. 16.12 This Contract is subject to the fiscal provisions of the Charter of <he City of Pa!o Alto and the Pa!o Alto Municipa! Code. This Contract wil! terminate without any penalty (a) at the end of any fisca! year in the event chat funds are not appropriated for the fol!owing fisca! year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fisca! year and funds for this Contract are no !onger available. This Section 16.12 will take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. /! /! /! /! /! /! /! !/ /! 030616 s~ 0]00083 13 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM: Assistant City Attorney APPROVED: Assistant City Manager RAiNES, MELTON & CARELLA, INC., a corporation Director of Administrative Services Director of Public Works Name: Title: insurance Review Atzachment s : EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIB~’~ "D"_,_, : Taxpayer Identification No. (Compliance with Corp. Code ~ 313 is re.~ired if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing, in their respective capacities is acceptable) SCOPE OF PROSPECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMBLIANCE FO_RM 030616 sdl 0100083 CERTIFICATE OF ACK~OWLKDSM~2 (Civil Code § 1!89) STATE OF COUNTY O F ~’~~ Oni~n~.~{I~ ~r , 20~, before me, the undersigned, a .~otar~ PoUb!~c said County and State, personally appeared m~--or oroved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and ~! sia!. Signatur~ of Notar, Public 030616 sdl 0100083 15 (Civi! Code § 1189 STATE OF ),ss. COUNTY OF ) No~ar~,?~bi~k~’~i~fo_ said CoWry ~ proved to me on the basis of satisfactory evidence to be the. person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. before me, the undersigned, a and State, personally appeared WITNESS my hand and mffi-~ia Signatu::e of Notary Public 030616 sdl 0100083 16