HomeMy WebLinkAboutStaff Report 6458
City of Palo Alto (ID # 6458)
City Council Staff Report
Report Type: Consent Calendar Meeting Date: 5/16/2016
City of Palo Alto Page 1
Summary Title: Approve Advanced Water Purification System and
Agreements with SCVWD and Mountain View
Title: Approve Advanced Water Purification System Feasibility Contract With
MNS Engineers, Inc./GHD, Inc. for a Total Amount Not-to-Exceed $325,875,
Partner Funding Agreements With the Santa Clara Valley Water District and
City of Mountain View, and a Budget Amendment in the Wastewater
Treatment Fund
From: City Manager
Lead Department: Public Works
Recommendation
Staff recommends that Council:
1. Approve and authorize the City Manager or his designee to execute the attached
contract with MNS Engineers, Inc./GHD, Inc. (Attachment A) in the amount not
to exceed $325,875 for the Advanced Water Purification Feasibility Study and
2. Authorize the City Manager to approve partner funding agreements with the
Santa Clara Valley Water District for up to $500,000 (Attachment B) and the City
of Mountain View (Attachment C) for up to $50,000.
3. Amend Fiscal Year 2016 budget appropriation for the Wastewater Treatment
Fund by:
a. Increasing the recycled water operations appropriation in the amount of
$325,875; and
b. Decreasing the Wastewater Treatment Fund reserve in the amount of
$325,875, which will be offset with an 80% reimbursement from the
Santa Clara Water District and a 10% reimbursement from City of
Mountain View per the aforementioned funding agreements, for a total
reimbursement of $298,127.
Executive Summary
The City of Palo Alto (Palo Alto or City) currently supplies tertiary-treated recycled water
City of Palo Alto Page 2
to several City-owned parks and facilities, Caltrans, commercial truck-fill standpipes at
the City of Palo Alto Regional Water Quality Control Plant (RWQCP) and City of
Mountain View. To expand the use of recycled water to include cooling towers and
irrigation of salt-sensitive landscaping, it is advantageous to reduce the total dissolved
solids (TDS) concentration to approximately 450 parts per million (ppm). Consequently,
the Cities of Palo Alto and Mountain View, in collaboration with Santa Clara Valley Water
District are proposing a jointly funded feasibility study on the installation of an
advanced water purification system (AWPS) at RWQCP. The AWPS would produce
virtually TDS-free water, which would be blended with current recycled water to achieve
a TDS concentration of 450 ± 50ppm.
Background
The RWQCP’s Recycled Water Program began in the early 1980s and consists of three
phases. Phase I of the recycled water delivery system provided recycled water to
Shoreline Golf Links in Mountain View and later expanded to serve other uses, including
maintenance of the duck pond, enhancement of Emily Renzel Marsh, processes at the
RWQCP and irrigation at City facilities. In 1991 and 1992, the City of Palo Alto Utilities
(CPAU) and partners of the RWQCP examined the feasibility of expanding the use of
recycled water to serve additional City and commercial customers in the RWQCP service
area. This examination concluded with the publication of the April 1992, “Water
Reclamation Master Plan for the Regional Water Quality Control Plant” (Recycled Water
Master Plan).
Although Council certified the Program Environmental Impacts Report (CMR:217:95) for
the projects identified in the Recycled Water Master Plan in April 1995, they also agreed
with staff recommendation not to move forward as the new projects were not cost-
effective at that time. Instead, Council decided staff should re-evaluate the projects if
and when changes such as:
The RWQCP discharge permit requirements;
Increased mass loading to the RWQCP;
Partner or other local agencies requests;
Federal or other funding availability; or
Supply-side issues were to develop, potentially increasing the value of recycled
water including, cost, availability, regulatory or legislative initiatives and/or
advanced treatment for potable reuse.
As the San Francisco Public Utilities Commission (SFPUC), the City’s primary water
supplier, embarked on their Water System Improvement Project, SFPUC water supply
rates began to steadily increase. In response to this change, in July 2006, the City
completed a Recycled Water Market Survey to update the Master Plan and re-examine
the feasibility of Phase III, an extension of the recycled water system to end-users in
Palo Alto. The survey identified a total potential demand of about 1,700 acre-feet per
year in Palo Alto and identified a project to serve about 840 acre-feet per year of
City of Palo Alto Page 3
recycled water demand.
The survey also showed that the estimated cost of the recycled water from the project
was still higher than the expected future cost of water from the SFPUC. Without
outside funding, the project was not cost-effective and additional planning and design
was required before state or federal funds could be sought. Specifically, applying for
state grant funds required the completion of a Recycled Water Facility Plan. In
November 2006 Council approved development of a facility plan and environmental
documentation for expanding the recycled water distribution system in Palo Alto.
Proposals to complete such a plan were solicited, staff submitted an application for a
planning grant of $75,000 (CMR:415:06) from the State Water Resources Control Board
and were awarded the grant.
In April 2007, Council approved the execution of a contract with RMC Water &
Environment, Inc. for completion of a Recycled Water Facilities Plan and preparation of
environmental documents for Phase III expansion (CMR:191:07). In analyzing essential
components for expanding the system to serve additional users in Palo Alto the
consultant engaged in site investigations, analysis of project alternatives, preparation of
a financial plan, environmental documentation, public outreach, development of user
agreements or use ordinances and preparation of facility plan reports.
A Recycled Water Facility Plan was completed in December 2008. The plan identified
Stanford Research Park as a “target area” for expansion, but again the cost of water
was significantly higher than that provided by SFPUC and outside funding would be
needed to justify the project. Potential state and federal grants and low- or no-interest
loans from the State Revolving Loan Fund required completion of environmental
documentation.
As required by the California Environmental Quality Act (CEQA), an Initial Study and
Draft Mitigated Negative Declaration was issued in March 2009 and contained a
checklist evaluating environmental impacts associated with construction and operation
of the Phase II expansion, an extension of RWQCP’s recycled water system to Mountain
View. Comments were received during the 30-day public comment period and staff
submitted their response in May. Phase II was completed the same year.
Due to public concerns regarding the irrigation of redwood trees and sensitive species
with recycled water, the City initiated an Environmental Impact Report (EIR) focused on
recycled water quality issues, salinity in particular. In January 2010, Council approved
the Recycled Water Salinity Reduction Policy (CMR 111:10, Resolution 9035), including
the goal of reducing TDS of recycled water to 600 ppm. Since that time, the RWQCP’s
partner agencies have taken steps to reduce salinity intrusion into the sewer system.
The increasing cost for SFPUC water and severe statewide drought have raised
awareness of the importance of recycled water as part of the City’s water supply mix
and need for the Phase III expansion project. As the original environmental
City of Palo Alto Page 4
documentation had grown stale, a new program EIR was completed and certified by
Council in September 2015 (CMR 5962).
Discussion
Staff are moving forward with a Request For Proposals (RFP) to hire a consultant to
update the Recycled Water Strategic Plan and Groundwater Assessment for the RWQCP
service area. An update on recycled water planning efforts is located in Attachment D.
To improve the quality of recycled water, staff drafted and released another RFP to hire
a consultant to conduct an Advanced Water Purification System Feasibility Study, in
which a variety of options will be analyzed. In December 2015 staff received proposals
from two consulting teams, Carollo/RMC and MNS Engineers, Inc./GHD, Inc.
Summary of Bid Process
Bid Name/Number Advanced Water Purification System Feasibility
Study
Proposed Length of Project December 2017
Number of Vendors Notified
of RFP via PlanetBids 133
Total Days to Respond to Bid 30
Pre-Bid Meeting? Yes
Number of Bids Received: 2
Bid Price Range $296,250 to $412,000
An evaluation committee consisting of RWQCP staff, City of Mountain View and Santa
Clara Valley Water District reviewed the proposals. Both teams were invited to
participate in oral interviews on January 27, 2016. The proposals were judged by the
following criteria:
Quality and completeness of the proposal
Customer service and experience
Financial stability
Quality control/quality assurance
Innovative/creative approach to system design and communication skills
City of Palo Alto Page 5
Compliance with regulatory requirements
Cost to the City
Following oral interviews the consultant team MNS Engineers, Inc./GHD, Inc. was
selected as the preferred team due to their demonstrated strong technical knowledge of
advanced water purification systems and ability to meet program budgets.
Timeline
Immediately upon execution of the contract, MNS Engineers, Inc./GHD, Inc. will begin
collecting information. The study will be completed by December 31, 2017.
Resource Impact
The contract with MNS Engineers, Inc./GHD, Inc. will be in the amount not to exceed
$325,875. Included in that not to exceed amount is $141,750 for optional tasks listed
in the scope that may or may not be conducted based on the results of the core tasks
and only at the direction of the project manager and ten percent for additional services.
Funding will be provided by the funding agreements with the Santa Clara Valley Water
Distict, City of Mountain View and Wastewater Treatment Fund.
A budget amendment is necessary to amend Fiscal Year 2016 budget appropriation for
the Wastewater Treatment Fund, increasing the recycled water operations appropriation
in the amount of $325,875 and decreasing the Wastewater Treatment Fund reserve in
the amount of $325,875, which will be offset with an 80% reimbursement from the
Santa Clara Water District and a 10% reimbursement from City of Mountain View per
the aforementioned funding agreements, for a total reimbursement of $298,127.
Policy Implications
Improving the quality of recycled water will help expand the use of recycled water in
Palo Alto and is consistent with Council policy. Additionally, Council approved the Water
Integrated Resources Plan (WIRP) Guidelines in December 2003 (CMR:547:03),
specifically, WIRP Guideline #3: Actively participate in development of cost-effective
regional recycled water plans.
Council’s Sustainability Policy supports the development of recycled water, specifically in
the policy’s statement to “reduce resource use and pollution in a cost-effective manner
while striving to protect and enhance the quality of the air, water, land, and other
natural resources.”
The City’s Comprehensive Plan contains Natural Environment Goal N-4: Water resources
that are prudently managed to sustain plant and animal life, support urban activities
and protect public health and safety. Specifically, Program N-26 addresses the use of
recycled water: Implement incentives for the use of drought-tolerant landscaping and
recycled water for landscape irrigation.
City of Palo Alto Page 6
ENVIRONMENTAL REVIEW
This study is exempt from the California Environmental Quality Act.
NEXT STEPS
Following completion of the study, staff will confer with the RWQCP partners and
develop a recommendation on whether to proceed to design and construction of an
advanced water purification system. Staff will bring the recommendation to Council for
action.
Attachments:
Attachment A: MNS Engineers C16161973-Final (PDF)
Attachment B: Final Feasibility Study Cost Share Agreement with SCVWD_PA April2016
(PDF)
Attachment C: Mountain View Feasibility Study Cost Share 2016 (PDF)
Attachment D: Update on Recycled Water Planning Efforts March 2016 (PDF)
Professional Services Rev. March 31, 2015
CITY OF PALO ALTO CONTRACT NO. C16161973 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND MNS ENGINEERS, INC. FOR PROFESSIONAL SERVICES
This Agreement is entered into on this 2nd day of March , 2016, (“Agreement”)
by and between the CITY OF PALO ALTO, a California chartered municipal corporation
(“CITY”), and MNS ENGINEERS,INC., a California corporation, located at 201 N Calle Cesar
Chavez Ste 300, SANTA BARBARA,CA 93103("CONSULTANT").
RECITALS The following recitals are a substantive portion of this Agreement.
A. CITY intends to conduct a feasibility study for installation of an advanced water purification system at the RWQCP to produce recycled water with lower TDS that can be
blended with the existing tertiary-treated recycled water in order to achieve an instantaneous
TDS concentration of 450 ± 50 mg/L. (“Project”) and desires to engage a consultant to provide
professional services in connection with the Project (“Services”).
B. CONSULTANT has represented that it has the necessary professional expertise,
qualifications, and capability, and all required licenses and/or certifications to provide the
Services.
C. CITY in reliance on these representations desires to engage CONSULTANT to provide
the Services as more fully described in Exhibit “A”, attached to and made a part of this
Agreement.
NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree:
AGREEMENT
SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described at 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 December 31, 2017 unless terminated earlier pursuant to Section 19 of this Agreement.
SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance
of Services under this Agreement. CONSULTANT shall complete the Services within the term
of this Agreement and in accordance with the schedule set forth in Exhibit “B”, attached to and made a part of this Agreement. Any Services for which times for performance are not specified
in this Agreement shall be commenced and completed by CONSULTANT in a reasonably
prompt and timely manner based upon the circumstances and direction communicated to the
CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services Rev. March 31, 2015
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 for performance of the Services described in Exhibit “A”, including both
payment for professional services and reimbursable expenses, shall not exceed Two hundred
ninety six thousand two hundred fifty Dollars ($296,250.00). In the event Additional Services are
authorized, the total compensation for Services, Additional Services and reimbursable expenses
shall not exceed Three hundred twenty five thousand eight hundred seventy five Dollars ($325,875.00).
The applicable rates and schedule of payment are set out at Exhibit “C-1”, entitled “HOURLY
RATE SCHEDULE,” which is attached to and made a part of this Agreement.
Additional Services, if any, shall be authorized in accordance with and subject to the provisions
of Exhibit “C”. CONSULTANT shall not receive any compensation for Additional Services
performed without the prior written authorization of 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 at 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-1”). If applicable, the invoice shall also describe the percentage of completion of each task. The
information in CONSULTANT’s payment requests shall be subject to verification by CITY.
CONSULTANT shall send all invoices to the City’s project 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. CONSULTANT
represents that it possesses the professional and technical personnel necessary to perform the
Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and
subconsultants, 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 CONSULTANT under this agreement shall meet the
professional standard and quality that prevail among professionals in the same discipline and of
similar knowledge and skill engaged in related work throughout California under the same or
similar circumstances.
SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of
and in compliance with all federal, state and local laws, ordinances, regulations, and orders that
may affect in any manner the Project or the performance of the Services or those engaged to
perform Services under this Agreement. CONSULTANT shall procure all permits and licenses,
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services Rev. March 31, 2015
pay all charges and fees, and give all notices required by law in the performance of the Services.
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 CONSULTANT 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 CITY’s stated construction budget, CONSULTANT shall make recommendations to
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.
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 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
CONSULTANT’s obligations hereunder without the prior written consent of the city manager.
Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any
assignment made without the approval of the city manager will be void.
SECTION 12. SUBCONTRACTING. Option 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 subconsultants authorized by CITY to
perform work on this Project are:
GHD, INC., Located at 175 Technology Drive, Suite 200 Irvine CA, 92618 USA Website: www.ghd.com
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 Julia Aranda as
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
the Project Manager to have supervisory responsibility for the performance, progress, and
execution of the Services and to represent CONSULTANT during the day-to-day work on the
Project. If circumstances cause the substitution of the project director, project coordinator, or any
other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval
of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove
personnel who CITY finds do not perform the Services in an acceptable manner, are
uncooperative, or present a threat to the adequate or timely completion of the Project or a threat
to the safety of persons or property.
CITY’s project manager is Samantha Engelage, Public Works Department, Environmental
Compliance Division, 2501 Embarcadero Way, Palo Alto, CA 94303, Telephone: (650) 329-
2123. The project manager will be CONSULTANT’s point of contact with respect to
performance, progress and execution of the Services. 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, if
any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. 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.
SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records
pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and
retain such records for at least three (3) years after the expiration or earlier termination of this
Agreement.
SECTION 16. INDEMNITY.
[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 agrees to, indemnify, defend and hold harmless CITY, its Council members, officers, employees
and agents (each an “Indemnified Party”) from and against any and all demands, claims, or
liability of any nature, including death or injury to any person, property damage or any other
loss, including all costs and expenses of whatever nature including reasonable 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 CONSULTANT, its officers, employees,
agents or contractors under this Agreement, regardless of whether or not it is caused in part by an
Indemnified Party.
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
[Option B applies to any consultant who does not qualify as a design professional as defined in Civil Code Section 2782.8.] 16.1. To the fullest extent permitted by law,
CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members,
officers, employees and agents (each an “Indemnified Party”) from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property
damage or any other loss, including all costs and expenses of whatever nature including
attorneys fees, experts fees, court costs and disbursements (“Claims”) resulting from, arising out
of or in any manner related to performance or nonperformance by CONSULTANT, its officers,
employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party.
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 any breach or violation of any
covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance
or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions,
ordinance or law, or of any subsequent breach or violation of the same or of any other term,
covenant, condition, provision, ordinance or law.
SECTION 18. INSURANCE.
18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in
full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement
naming 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 all contractors of
CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in
full force and effect during the term of this Agreement, identical insurance coverage, naming
CITY as an additional insured under such policies as required above.
18.3. Certificates evidencing such insurance shall be filed with CITY
concurrently with the execution of this Agreement. The certificates will be subject to the
approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is
primary coverage and will not be canceled, or materially reduced in coverage, by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice of the
cancellation or modification. If the insurer cancels or modifies the insurance and provides less
than thirty (30) days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing
Manager written notice of the cancellation or modification within two (2) business days of the
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
CONSULTANT’s receipt of such notice. CONSULTANT shall be responsible for ensuring that
current certificates evidencing the insurance are provided to CITY’s Chief Procurement Officer
during the entire term of this Agreement.
18.4. The procuring of such required policy or policies of insurance will not be
construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification
provisions of this Agreement. Notwithstanding the policy or policies of insurance,
CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss
caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has
expired.
SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES.
19.1. The City Manager may suspend the performance of the Services, in whole
or in part, or terminate this Agreement, with or without cause, by giving ten (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 thereof to 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 CONSULTANT or its contractors, if any, or
given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such
materials will become the property of CITY.
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, if this 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 immediate benefit to CITY as such
determination may be made by the City Manager acting in the reasonable exercise of his/her
discretion. The following Sections will survive any expiration or termination of this Agreement:
14, 15, 16, 19.4, 20, and 25.
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
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
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 indirect, 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 of California.
21.3. If the Project Manager determines that CONSULTANT is a “Consultant”
as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure
documents required by the Palo Alto Municipal Code and the Political Reform Act.
SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section
2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age,
religion, disability, national origin, ancestry, sexual orientation, housing status, marital status,
familial status, weight or height of such person. CONSULTANT acknowledges that it has read
and understands the provisions of 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 REQUIREMENTS. CONSULTANT shall comply with the CITY’s Environmentally
Preferred Purchasing policies which are available at CITY’s Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply
with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste
Program. Zero Waste best practices include first minimizing and reducing waste; second,
reusing waste and third, recycling or composting waste. In particular, CONSULTANT shall
comply with the following zero waste requirements:
• All printed materials provided by CCONSULTANT 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 of 30% or greater post-consumer content paper, unless
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
otherwise approved by CITY’s Project Manager. Any submitted materials printed
by a professional printing company shall be a minimum of 30% or greater post-
consumer material and printed with vegetable based inks.
• Goods purchased by CONSULTANT on behalf of CITY shall be purchased in accordance with 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 Division’s office.
• Reusable/returnable pallets shall be taken back by CONSULTANT, at no additional cost to 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 subject to the fiscal provisions of the Charter of the
City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any
penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available.
This section shall take precedence in the event of a conflict with any other covenant, term,
condition, or provision of this Agreement.
SECTION 25. MISCELLANEOUS PROVISIONS.
25.1. This Agreement will be governed by the laws of the State of California. 25.2. In the event that an action is brought, the parties agree that trial of such
action will be vested exclusively in the state courts of California 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 connection 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 Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and
consultants of the parties.
25.6. If a 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
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
Agreement 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.
25.8 If, pursuant to this contract with CONSULTANT, CITY shares with
CONSULTANT personal information as defined in California Civil Code section 1798.81.5(d) about a California resident (“Personal Information”), CONSULTANT shall maintain reasonable
and appropriate security procedures to protect that Personal Information, and shall inform City
immediately upon learning that there has been a breach in the security of the system or in the
security of the Personal Information. CONSULTANT shall not use Personal Information for
direct marketing purposes without City’s express written consent.
25.9 All unchecked boxes do not apply to this agreement.
25.10 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.
25.11 This Agreement may be signed in multiple counterparts, which shall, when
executed by all the parties, constitute a single binding agreement
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
____________________________
City Manager (Required on contracts over $85,000)
APPROVED AS TO FORM:
__________________________ Senior Asst. City Attorney
(Required on Contracts over $25,000)
MNS, ENGINEERS, INC.
By:_________________________ Name:______________________
Title:________________________
Attachments: EXHIBIT “A”: SCOPE OF SERVICES
EXHIBIT “B”: SCHEDULE OF PERFORMANCE
EXHIBIT “C”: COMPENSATION
EXHIBIT “C-1”: SCHEDULE OF RATES EXHIBIT “D”: INSURANCE REQUIREMENTS
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
James A. Salvito
President and CEO
Professional Services
Rev. March 31, 2015
EXHIBIT “A”
SCOPE OF SERVICES
BACKGROUND:
The City of Palo Alto (City) Regional Water Quality Control Plant (RWQCP) produces
approximately 234 million gallons of tertiary-treated recycled water annually with the
majority of the demand occurring May - August. Recycled water is a sustainable alternative
to potable water for various uses such as landscape irrigation, soil compaction, and dust
control. To expand use of recycled water to include cooling towers and irrigation of salt-
sensitive vegetation, it is desirable to reduce the total dissolved solids (TDS) concentration to
400 – 500 ppm; a significant decrease from the formally adopted goal of 600 ppm.
Consequently, the Cities of Palo Alto and Mountain View in collaboration with the Santa
Clara Valley Water District are looking for a consultant to conduct a feasibility study for
installation of an advanced water purification system at the RWQCP to produce recycled
water with lower TDS that can be blended with the existing tertiary-treated recycled water in
order to achieve an instantaneous TDS concentration of 450 ± 50 mg/L.
The City, as the lead, the Santa Clara Valley Water District and the City of Mountain View
as “Clients” have prepared a scope of services, found below, that includes necessary tasks for
completion of the project.
SCOPE OF SERVICES:
CONSULTANT shall provide the services listed below: 1.0 Project Administration and Schedule
CONSULTANT shall complete all services for Tasks 2.0 – 6.0 within 6 months of the Notice
to Proceed. CONSULTANT shall complete all work for this project by December 31, 2017.
CONSULTANT shall provide updated schedules upon request from the City and Clients as
well as at the presentations described under Task 5.0.
2.0 Data & Information Collection
CONSULTANT shall meet with City and Client Staff to collect key data and information
pertaining to this study. CONSULTANT shall attend three (3) in-person meetings with City
and Client Staff for data and information collection.
CONSULANT shall utilize the pilot data collected by Stanford University during two recent
study periods as well as results from the Long Range Facilities Plan (2012) and the Biosolids
Facility Plan (2014). The Long Range Facilities Plan evaluated future mainstream
wastewater treatment processes through year 2062, associated space planning, as well as
projected flows and loads; similarly the Biosolids Facility Plan evaluated future solids
treatment processes needed through year 2045 and associated space planning. Projected
recycled water demands to be provided to the CONSULTANT by the City and Clients.
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
CONSULTANT shall collect information on desirable TDS concentrations for the expected
major uses of this recycled water (e.g., cooling towers, irrigation, dual plumbing, etc.).
CONSULTANT shall provide meeting attendees with summary minutes and electronic
copies of any supplemental materials used during the meeting no later than seven (7)
calendar days from the meeting.
3.0 Feasibility Study
CONSULTANT shall conduct a feasibility study of an advanced water purification system
(microfiltration followed by reverse osmosis or equivalent) located at the RWQCP to
produce sufficient purified water with an instantaneous TDS concentration of 450 ± 50 mg/L
after blending with the existing tertiary-treated recycled water.
3.1 Near Term Recycled Water Demands (2019)
CONSULTANT shall include at a minimum the following evaluations conducted for
near term (2019) projected flows and loads, as determined under Task 2.0, to the
City’s recycled water program:
3.1.1 Technology Evaluation
CONSULTANT shall evaluate different treatment options available and
recommend the treatment option best suited to the RWQCP requirements
and space limitations. CONSULTANT shall include a disinfection step
per Title 22 requirements as part of the advanced water purification
system; CONSULTANT shall evaluate current disinfection facilities for
potential use in meeting these requirements.
3.1.2 Location and Storage Evaluation
CONSULTANT shall evaluate size requirements and different locations
within the footprint of the existing RWQCP property for siting of the
proposed advanced water purification system. CONSULTANT shall
include an evaluation of RWQCP existing facilities, including the
ultraviolet disinfection channel, for transport and temporary storage of
flow for the system. CONSULTANT shall include any and all facilities
(including additional storage and in-situ instrumentation) needed to blend
the purified water with the existing tertiary-treated recycled water.
CONSULTANT shall provide schematics illustrating size requirements
and potential locations.
3.1.3 Scalability Evaluation
CONSULTANT shall evaluate the ability for the proposed advanced water
purification system to be scaled up to meet long term, as well as interim,
demands for increased recycled water production.
3.1.4 Reverse Osmosis Concentrate Disposal Evaluation
CONSULTANT shall coordinate any reverse osmosis concentrate
evaluation with that of the Santa Clara Valley Water District’s Reverse
Osmosis Concentrate Management Plan project. CONSULTANT shall
qualitatively evaluate at least three (3) different reverse osmosis (RO)
concentrate disposal options including the RWQCP final effluent outfall
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
and adjacent salt-water wetlands. CONSULTANT shall include an
evaluation of any potential impacts to NPDES Permit compliance and
RWQCP influent and effluent nutrient loads from the RO concentrate
disposal options.
3.1.5 Cost Estimate
CONSULTANT shall calculate and provide a Class 5 cost estimate per the
AACE International classification system. The cost estimate shall be
appropriate for a feasibility study for a project definition of 0 – 2 percent
and an expected accuracy of -50 to +100 percent. CONSULTANT shall
include in the cost estimate the disposal of RO concentrate via the
RWQCP final effluent outfall.
3.1.6 Sensitivity Analysis
CONSULTANT shall analyze changes to Tasks 3.1.1 – 3.1.5 for a
comparable system that meets an instantaneous TDS concentration of 600
± 50 mg/L in place of the 450 ± 50 mg/L TDS goal concentration.
3.1.7 Greenhouse Gas Emissions & Energy Evaluation
CONSULTANT shall evaluate the proposed advanced water purification
system for impacts to the RWQCP’s greenhouse gas emissions and energy
use.
3.1.8 Nutrient Load Evaluation
CONSULTANT shall evaluate the proposed advanced water purification
system for impacts to the RWQCP’s influent and effluent nutrient loads.
CONSULTANT shall account for any increases in nutrient loads from the
proposed RO concentrate disposal method within this evaluation.
4.0 CEQA & Other Regulatory Requirements
CONSULTANT shall evaluate any CEQA and other potential regulatory requirements that
may apply to the future construction and operation of the proposed advanced water
purification system. CONSULTANT shall include a CEQA checklist and a list of permits
required.
5.0 Presentation of Results
CONSULTANT shall present progress and results to the City and Clients at 50, 80, and 100
percent project completion. At which point the Cities and District will provide feedback that
the CONSULTANT will incorporate into the project and summary report.
CONSULTANT shall provide presentation attendees with summary minutes and electronic
copies of any supplemental materials used during the presentations no later than seven (7)
calendar days from the presentation.
6.0 Deliverables
6.1 Schedules
CONSULTANT shall provide updated project schedules per Task 1.0.
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
6.2 Meeting Minutes
CONSULTANT shall provide meeting minutes and associated supplemental
materials per Tasks 2.0 and 5.0 (and Task 7.1 if conducted).
6.3 Draft & Final Reports
CONSULTANT shall compile and summarize the results from Tasks 2.0 - 5.0 (and
Tasks 7.2 -7.5 if conducted) into a report and submit that report to the City and
Clients. CONSULTANT shall provide draft reports at 50, 80, and 95 percent project
completion to the City for review at least fourteen (14) calendar days prior to the
corresponding presentations. The City and Clients will review and provide feedback
which the CONSULTANT shall incorporate into subsequent drafts and presentation
materials.
6.4 Schematics & Site Plans
CONSULTANT shall provide schematics and preliminary site plans per Tasks 3.1.1
and 3.1.2 (and Tasks 7.2 – 7.5 if conducted) within the final report under Task 6.3.
7.0 Optional Tasks
CONSULTANT shall perform the optional tasks described in the section below only if
authorized by the City’s project manager. This decision will be based on the results of the
core tasks. The City’s project manager shall notify CONSULANT in writing of the decision
to conduct optional tasks.
7.1 Stakeholder Meetings
CONSULTANT shall present results to stakeholders at 80 and 95 percent project
completion. CONSULTANT shall incorporate feedback provided by the City and
Clients after the 80 percent project completion presentation under Task 5.0 prior to
the 80 percent project completion stakeholder meeting. Stakeholders include, but are
not limited to, residents, nongovernmental organizations, the City of Palo Alto
Regional Water Quality Control Plant partner cities, and the San Francisco Bay
Regional Water Quality Control Board.
7.2 Feasibility Study - Long Term Recycled Water Demands (2040)
CONSULTANT shall include at a minimum the following evaluations conducted for
long term (2040) projected flows and loads to the City’s recycled water program.
CONSULTANT shall account for expected increases in TDS due to such issues as
water conservation, population growth, and economic growth.
7.2.1 Technology Evaluation
CONSULTANT shall evaluate different treatment options available and
recommend the treatment option best suited to the RWQCP requirements
and space limitations. CONSULTANT shall include a disinfection step
per Title 22 requirements as part of the advanced water purification
system; CONSULTANT shall evaluate current disinfection facilities for
potential use in meeting these requirements.
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
7.2.2 Location and Storage Evaluation
CONSULTANT shall evaluate size requirements and different locations
within the footprint of the existing RWQCP property for siting of the
proposed advanced water purification system. In addition,
CONSULTANT shall evaluate whether off-site locations would more
suitable. CONSULTANT shall include an evaluation of the use of
existing RWQCP facilities, including the ultraviolet disinfection channel,
for transport and temporary storage of flow for the system.
CONSULTANT shall include any and all facilities (including additional
storage and in-situ instrumentation) needed to blend the purified water
with the existing tertiary-treated recycled water. CONSULTANT shall
provide schematics illustrating size requirements and potential locations.
7.2.3 Reverse Osmosis Concentrate Disposal Evaluation
CONSULTANT shall evaluate whether the RO Concentrate disposal
options discussed under Task 3.1.4 are sufficient to meet the future
projected demand or if other options should be considered.
7.2.4 Cost Estimate
CONSULTANT shall calculate and provide a Class 5 cost estimate per the
AACE International classification system. The cost estimate shall be
appropriate for a feasibility study for a project definition of 0 – 2 percent
and an expected accuracy of -50 to +100 percent. CONSULTANT shall
include in the cost estimate the disposal of RO Concentrate via the
RWQCP final effluent outfall.
7.2.5 Greenhouse Gas Emissions & Energy Evaluation
CONSULTANT shall evaluate the proposed advanced water purification
system for impacts to the RWQCP’s greenhouse gas emissions and energy
use.
7.2.6 Nutrient Load Evaluation
CONSULTANT shall evaluate the proposed advanced water purification
system for impacts to the RWQCP’s influent and effluent nutrient loads.
CONSULTANT shall account for any increases in nutrient loads from the
proposed RO Concentrate disposal method within this evaluation.
7.3 Alternative Comparisons to Near Term Feasibility Option
7.3.1 Potable Water Blending Alternative
CONSULTANT shall include a comparison of the results from Task 3.1 to
the facilities needed, associated costs, and other impacts if the RWQCP
were to blend its existing tertiary-treated recycled water to an
instantaneous TDS concentration of 450 ± 50 mg/L with potable water in
place of the water from the advanced water purification system. Blending
locations are to include the following: RWQCP, Stanford Research Park,
and City of Mountain View.
7.3.2 No Project Alternative
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
CONSULTANT shall include a comparison of the results from Task 3.1 to
the facilities needed, associated costs, and other impacts of the no project
alternative of utilizing potable water to meet the projected increase in
recycled water demand (anything above the current, 2014, recycled water
demand).
7.4 Pre-Design
CONSULTANT shall produce design parameters and associated schematics for 10
percent project definition for the proposed advanced water purification system to
achieve an instantaneous TDS concentration of 450 ± 50 mg/L after being blended
with the existing tertiary-treated recycled water. CONSULTANT shall define these
parameters for the following projections:
7.4.1 Near Term – 2019: incorporates estimated near term increases in recycled
water demand (mainly from Mountain View and the Water District)
7.4.2 Long Term – 2040: incorporates estimated long term increases in
recycled water demand due to Palo Alto expansions and other sources of
demand
7.4.3 Scalability Evaluation
CONSULTANT shall include in the pre-design the ability for the system
to be scaled up to meet the long term, as well as interim, demands for
increased recycled water production.
7.4.4 Cost Estimate
CONSULTANT shall calculate and provide a Class 4 cost estimate per the
AACE International classification system. The cost estimate shall be
appropriate for a feasibility study for a project definition of 1 – 15 percent
and an expected accuracy of -30 to +50 percent.
7.4.5 Schematics & Site Plans
CONSULTANT shall provide schematics and preliminary site plans
indicating sizing requirements, locations, and process connections needed
for systems evaluated under Task 7.4.
7.5 Indirect & Direct Potable Reuse Evaluation
CONSULTANT shall evaluate facilities needed and associated cost estimates to
expand the proposed advanced water purification system to produce indirect and
direct potable reuse water.
EXHIBIT “B”
SCHEDULE OF PERFORMANCE
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
CONSULTANT shall perform the Services so as to complete each milestone within the number
of days/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 term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt
of the notice to proceed.
Milestones Completion
No. of Months/ Date from NTP
Task 1 Completed by December 31, 2017
(Project Administration and Schedule)
Task 2 6 months
(Data and Information Collection)
Task 3 6 months
(Feasibility Study)
Task 4 6 months
(CEQA and Regulatory Compliance)
Task 5 and Task 6 6 months (Presentation and Results)
Optional: Task 7.1 TBD
(Stakeholder Meetings)
Optional: Task 7.2 TBD
(Feasibility Study Long Term Recycled Water Demands (2040))
Optional: Task 7.3 TBD (Alternative Comparisons to Near-Term Feasibility Option)
Optional: Task 7.4 TBD
(Preliminary Design)
Optional: Task 7.5 TBD
(Indirect and Direct Potable Reuse Evaluation)
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
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 $296,250.00. CONSULTANT agrees to complete all Basic Services, including
reimbursable expenses, within this amount. In the event CITY authorizes any Additional
Services, the maximum compensation for Services, Reimbursable expenses and
Additional Services shall not exceed $325,875.00. Any work performed or expenses
incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY.
CONSULTANT shall perform the tasks and categories of work as outlined and budgeted
below. The CITY’s Project Manager may approve in writing the transfer of budget
amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed
$296,250.00 and the total compensation for Additional Services does not exceed
$29,625.00.
BUDGET SCHEDULE NOT TO EXCEED AMOUNT
Task 1 $22,040.00
(Project Administration and Schedule)
Task 2 $11,980.00 (Data and Information Collection)
Task 3 $65,880.00
(Feasibility Study)
Task 4 $18,160.00
(CEQA and Regulatory Compliance)
Task 5 and Task 6 $36,440.00
(Presentation and Results)
Task 7.1-Optional $4,640.00
(Stakeholder Meetings)
Task 7.2- Optional $37,560.00 (Feasibility Study - Long Term Recycled Water Demands (2040))
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
Task 7.3- Optional $15,730.00
(Alternative Comparisons to Near-Term Feasibility Option)
Task 7.4- Optional $70,580.00
(Preliminary Design)
Task 7.5-Optional $13,240.00 (Indirect and Direct Potable Reuse Evaluation)
Sub-total Basic Services $296,250.00
Reimbursable Expenses $0
Total Basic Services and Reimbursable expenses $ 296,250.00
Additional Services (Not to Exceed) $ 29,625.00
Maximum Total Compensation $325,875.00
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 CONSULTANT shall be reimbursed are:
A. Travel outside the San Francisco Bay area, including transportation and meals, will be
reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees.
B. Long distance telephone service charges, cellular phone service charges, facsimile
transmission and postage charges are reimbursable at actual cost.
All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $0 shall be approved in advance by
the CITY’s project manager.
ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written
authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s
request, shall submit a detailed written proposal including a description of the scope of
services, schedule, level of effort, and CONSULTANT’s proposed maximum
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
compensation, including reimbursable expense, for such services based on the rates set
forth in Exhibit C-1. The additional services scope, schedule and maximum
compensation shall be negotiated and agreed to in writing by the CITY’s project manager
and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
EXHIBIT “C-1” SCHEDULE OF RATES
Est. Hours Hourly Rate Extended Rate
1 - Project Administration and Schedule MNS Principal Engineer - Rincon 24 $220 $ 5,280
MNS Principal Engineer - Aranda 40 $220 $ 8,800
GHD - Jamal Awad 20 $250 $ 5,000
GHD - Rick Guggianna (Elect.) 8 $210 $ 1,680
GHD - Admin 16 $80 $ 1,280
Total Not to Exceed Task 1 108 $ 22,040
2 - Data and Information Collection MNS Principal Engineer - Aranda 12 $220 $ 2,640
MNS Senior Project Engineer - Panofsky 16 $170 $ 2,720
GHD - Jamal Awad 12 $250 $ 3,000
GHD - Pat Collins (Env) 4 $205 $ 820
GHD - Process Engineer 12 $180 $ 2,160
GHD - Admin 8 $80 $ 640
Total Not to Exceed Task 2 64 $ 11,980
3 - Feasibility Study MNS Principal Engineer - Aranda 40 $220 $ 8,800
MNS Senior Project Engineer - Panofsky 40 $170 $ 6,800
MNS Assistant Engineer - Packard 16 $115 $ 1,840
GHD - Jamal Awad 40 $250 $ 10,000
GHD - Pat Collins (Env) 112 $205 $ 22,960
GHD - Process Engineer 58 $180 $ 10,440
GHD - Richard Mackenzie (Elect/I&C) 12 $180 $ 2,160
GHD - Rick Guggianna (Elect.) 0 $210 $ -
GHD - CAD 16 $120 $ 1,920
GHD - Admin 12 $80 $ 960
Total Not to Exceed Task 3 346 $ 65,880
4 - CEQA and Regulatory Compliance MNS Principal Engineer - Aranda 8 $220 $ 1,760
GHD - Pat Collins (Env) 80 $205 $ 16,400
Total Not to Exceed Task 4 88 $ 18,160
5 - Presentation of Results MNS Principal Engineer - Aranda 32 $220 $ 7,040
MNS Senior Project Engineer - Panofsky 32 $170 $ 5,440
MNS Assistant Engineer - Packard 60 $115 $ 6,900
GHD - Jamal Awad 20 $250 $ 5,000
GHD - Pat Collins (Env) 8 $205 $ 1,640
GHD - Process Engineer 20 $180 $ 3,600
GHD - Richard Mackenzie (Elect/I&C) 14 $180 $ 2,520
GHD - Rick Guggianna (Elect.) 6 $210 $ 1,260
GHD - CAD 20 $120 $ 2,400
GHD - Admin 8 $80 $ 640
Total Not to Exceed Task 5 220 $ 36,440
TOTAL NOT TO EXCEED (TASKS 1-6) 826 $ 154,500
Task 6 costs are included in the above
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
EXHIBIT “C-1” SCHEDULE OF RATES
7.1 - Stakeholder Meetings MNS Principal Engineer - Aranda 12 $220 $ 2,640
GHD - Jamal Awad 8 $250 $ 2,000
Total Not to Exceed Task 7.1 20 $ 4,640
7.2 - Feasibility Study - Long Term Recycled Water Demands (2040) MNS Principal Engineer - Rincon 0 $220 $ -
MNS Principal Engineer - Aranda 14 $220 $ 3,080
MNS Senior Project Engineer - Panofsky 56 $170 $ 9,520
MNS Assistant Engineer - Packard 16 $115 $ 1,840
GHD - Jamal Awad 20 $250 $ 5,000
GHD - Pat Collins (Env) 20 $205 $ 4,100
GHD - Process Engineer 56 $180 $ 10,080
GHD - Richard Mackenzie (Elect/I&C) 8 $180 $ 1,440
GHD - Rick Guggianna (Elect.) 2 $210 $ 420
GHD - CAD 12 $120 $ 1,440
GHD - Admin 8 $80 $ 640
Total Not to Exceed Task 7.2 212 $ 37,560
7.3 - Alternative Comparisons to Near-Term Feasibility Option MNS Principal Engineer - Aranda 8 $220 $ 1,760
MNS Senior Project Engineer - Panofsky 32 $170 $ 5,440
MNS Assistant Engineer - Packard 32 $115 $ 3,680
GHD - Jamal Awad 12 $250 $ 3,000
GHD - Pat Collins (Env) 2 $205 $ 410
GHD - Process Engineer 8 $180 $ 1,440
Total Not to Exceed Task 7.3 94 $ 15,730
7.4 - Preliminary Design MNS Principal Engineer - Aranda 64 $220 $ 14,080
MNS Senior Project Engineer - Panofsky 112 $170 $ 19,040
MNS Assistant Engineer - Packard 72 $115 $ 8,280
GHD - Jamal Awad 22 $250 $ 5,500
GHD - Process Engineer 56 $180 $ 10,080
GHD - Richard Mackenzie (Elect/I&C) 32 $180 $ 5,760
GHD - CAD 52 $120 $ 6,240
GHD - Admin 20 $80 $ 1,600
Total Not to Exceed Task 7.4 430 $ 70,580
7.5 - Indirect and Direct Potable Reuse Evaluation MNS Principal Engineer - Aranda 24 $220 $ 5,280
GHD - Jamal Awad 8 $250 $ 2,000
GHD - Pat Collins (Env) 8 $205 $ 1,640
GHD - Process Engineer 24 $180 $ 4,320
Total Not to Exceed Task 7.5 64 $ 13,240
TOTAL NOT TO EXCEED (TASK 7) 820 $ 141,750
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
EXHIBIT “D”
INSURANCE REQUIREMENTS
CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY
COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW:
REQUIRED TYPE OF COVERAGE REQUIREMENT
MINIMUM LIMITS
EACH
OCCURRENCE AGGREGATE
YES
YES
WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY
YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL
LIABILITY
BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE
COMBINED.
$1,000,000 $1,000,000 $1,000,000
$1,000,000 $1,000,000 $1,000,000
YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED
BODILY INJURY - EACH PERSON
- EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY
DAMAGE, COMBINED
$1,000,000 $1,000,000
$1,000,000 $1,000,000 $1,000,000
$1,000,000 $1,000,000
$1,000,000 $1,000,000 $1,000,000
YES
PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE
ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY
AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES.
I. INSURANCE COVERAGE MUST INCLUDE:
A. A PROVISION FOR A WRITTEN THIRTY (30) DAY ADVANCE NOTICE TO CITY OF CHANGE IN
COVERAGE OR OF COVERAGE CANCELLATION; AND B. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE.
III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS”
A. PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS.
B. CROSS LIABILITY
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
Professional Services
Rev. March 31, 2015
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL
LIABILITY OF THE COMPANY UNDER THIS POLICY.
C. NOTICE OF CANCELLATION
1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A TEN
(10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
NOTICES SHALL BE EMAILED TO:
InsuranceCerts@CityofPaloAlto.org
DocuSign Envelope ID: D0102B87-9891-4DB3-8283-47147A968BC2
COST SHARING AGREEMENT
BETWEEN CITY OF PALO AL TO AND SANTA CLARA VALLEY WATER DISTRICT
REGARDING THE ADVANCED WATER PURIFICATION SYSTEM FEASIBILITY STUDY
PROJECT
This ADVANCED WATER PURIFICATION SYSTEM FEASIBILITY STUDY COST SHARING
AGREEMENT ("AGREEMENT") is made and entered into this __ day of , 2016,
by and between the City of Palo Alto, a chartered municipal corporation ("City"), and the Santa
Clara Valley Water District. an independent special district located in the state of California, duly
organized, existing, and acting pursuant to the laws thereof ("District"). City and District may be
referred to in this AGREEMENT individually as a ''Party" or collectively as the "Parties".
RECITALS
A. WHEREAS, District develops, stores, manages, distributes, sells and delivers water for
domestic, industrial and agricultural uses, as the primary water supply and groundwater
management agency in Santa Clara County; and
B. WHEREAS, City owns and operates the Palo Alto Regional Water Quality Control Plant
(RWQCP) and manages a recycled water program ("Recycled Water Program"), and
C. WHEREAS, City operates the RWQCP in compliance with California Regional Water Quality
Control Board recycled water requirements; and
D. WHEREAS, the City is interested in evaluating the feasibility of an advanced water
purification system by conducting a Feasibility Study for the Recycled Water Program
("Feasibility Study''); and
E. WHEREAS, City and District desire to financially support the production and use of recycled
water in Santa Clara County consistent with each Party's separate and distinct interests:
for wastewater treatment and disposal for the City, and water quality and supply for the
District, as well as to coordinate and cooperate to achieve the most cost effective,
environmentally beneficial utilization of recycled water to meet both water supply and
wastewater treatment and disposal needs; and
F. WHEREAS, the potential beneficiaries of the Feasibility Study include the City of East Palo
Alto and other minor areas in the San Mateo County tributary to the RWQCP; and
G. WHEREAS, the City's cost sharing obligation under this AGREEMENT covers the benefits
to be derived by East Palo Alto, and other member agencies of the East Palo Alto Sanitary
District that are outside of Santa Clara County; and
H. WHEREAS, the City, acting as the lead agency, intends to award a consultant contract for
one or more qualified consultants or firms to provide professional services for preparation of
the Feasibility Study for the advanced water purification system ("Consultant Contract"); and
I. WHEREAS, District and City acknowledge the mutual benefit of this project and agree to
share in the financial costs and leadership responsibilities to support qualified consultants or
firms for professional services in the preparation of the Feasibility Study to assist in
evaluating advanced water purification as a component of the Recycled Water Program.
Cost Sharing Agreement Between City Of Palo Alto and Santa Clara Valley Waler District Regarding the Advanced Water Purification
System Feasibility Study Project
Page 1 of 5
J . Funding provided under this AGREEMENT does not include construction work tasks and is for
planning and design purposes only, and is therefore not subject to CEQA review.
AGREEMENT PROVISIONS
NOW, THEREFORE, for and in consideration of the mutual promises and covenants
contained herein, the City and District hereby agree as follows:
SECTION I
SCOPE OF WORK
1.1 The consultant scope of work ("Consultant Services") that will be funded as by this
AGREEMENT consists of a feasibility study for an advanced water purification system
(microfiltration followed by reverse osmosis or equivalent) located at the RWQCP to produce
sufficient purified water with a total dissolved solids (''TDS") concentration of 450 ± 50 mg/L
after blending with the existing tertiary-treated recycled water. A copy of the draft consultant
scope of work is attached to this AGREEMENT as Attachment A ("Scope of Work").
1.2 The City as the lead agency for the Feasibility Study will be responsible for managing the
procurement process for procuring the Consultant Services in adherence with the City
procurement procedures and policies.
1.3 The District will provide review and technical support to the City who will prepare the above
mentioned Feasibility Study.
1.4 The District approves the City entering into a Consultant Contract for the scope of work as
Attachment A
1.5 City agrees to confer with the District regarding any issues of contract performance raised by
the City or the District. If the consultant breaches the contract or substantially fails to perform
and the City elects not to pursue contract remedies, the City agrees to confer in good faith with
the District regarding potential assignment of contractual rights to the District.
1.6 The City agrees that the District shall have an irrevocable license to use all contract
deliverables, including but not limited to documentation, reports, recommendations, and all
other work product developed as part of the Scope of Work. The City agrees that the District
and City may both have access to and use of all work product developed under the Scope of
Work.
1.7 The completion of the Feasibility Study will be performed by a Consultant Contract awarded by
competitive bid in accordance with the applicable law and adm inistered by the City pursuant to
its contract documents and policies. The Feasibility Study will be completed to the City and
District's satisfaction.
1.8 Both Parties agree that cost sharing of the Feasibility Study will be funded 80% by the District,
____ witb the. remainder 20% funded by the City of-Palo Alto and the-Gity of MountaiA-View under a --
separate cost ·sharing agreement. The City has completed their consultant procurement
process and the estimated cost for this Feasibility Study is $325,875. The City shall not
approve any expenditures exceeding this amount without the District's written consent.
Cost Sharing Agreement Between City Of Palo Alto and Santa Clara Valley Water District Regarding the Advanced Water Purification
System Feasibility Study Project
Page 2 of 5
Background
Attachment A
Consultant Scope of Work
Advanced Water Purification System Feasibility Study
Scope Summary
The City of Palo Alto (City} Regional Water Quality Control Plant (RWQCP) produces
approximately 234 million gallons of tertiary-treated recycled water annually with the majority of
the demand occurring May -August. Recycled water is a sustainable alternative to potable water
for various uses such as landscape irrigation, soil compaction, and dust control. To expand use of
recycled water to include cooling towers and irrigation of salt-sensitive vegetation, it is desirable to
reduce the total dissolved solids (TDS) concentration to 400 to 500 parts per million (ppm}; a
significant decrease from the formally adopted goal of 600 ppm. Consequently, the Cities of Palo
Alto and Mountain View in collaboration with the Santa Clara Valley Water District (District) are
looking for a consultant (CONSUL TANT} to conduct a feasibility study for installation of an
advanced water purification system at the RWQCP to produce recycled water with lower TDS that
can be blended with the existing tertiary-treated recycled water in order to achieve an
instantaneous TDS concentration of 450 ± 50 mg/L.
The City, as the lead, the District and the City of Mountain View as "Clients" have prepared a
scope of work, found below, that includes necessary tasks for completion of the project. The
scope of work shall be used by the CONSUL TANT as a basis for preparation of the proposals.
Additional tasks or modifi cations to the scope of work that the CONSUL TANT feels will produce a
more useful and/or cost effective project should be included in the proposal for the City and Clients
to consider.
CONSUL TANT chosen to perform work under this contract will not be precluded from participating
in future design or construction services that may result from this work.
Scope of Work
1.0 Project Administration & Schedule
CONSUL TANT shall include in their proposal a draft schedule with key milestones from
Tasks 2.0-6.0 below. CONSULTANT shall complete all work for Tasks 2.0-6.0 within 6 months
of the Notice to Proceed. CONSUL TANT shall complete all work for this project by December 31 ,
2017. CONSUL TANT shall provide updated schedules upon request from the City and Clients as
well as at the presentations described under Task 5.0.
2.0 Data & Information Collection
CONSUL TANT shall meet with City and Client Staff to collect key data and information pertaining
to this study. CONSUL TANT shall include in their proposals attendance in at least three (3)
in-person meetings with City and Client staff for data and information collection. CONSULTANT
shall utilize the pilot data collected by Stanford University during two recent study periods as well
as results from the Long Range Facilities Plan (2012) and the Biosolids Facility Plan (2014). The
Long Range Facilities Plan evaluated future mainstream wastewater treatment processes through
year 2062, associated space planning, as well as projected flows and loads; similarly the Biosolids
Facility Plan evaluated future solids treatment processes needed through year 2045 and
associated space planning. Projected recycled water demands to be provided to the
CONSULTANT by the City and Clients. CONSULTANT shall collect information on desirable TDS
_g_oncentrations for the expected.m.ajor uses of this recycled water (e.g.,_cooling towers, irr:igation,
dual plumbing;-etc:-). CONSUL "lANT shall provide meeting attendee-s-with-summary minutes and
electronic copies of any supplemental materials used during the meeting no later than seven (7)
calendar days from the meeting.
Page 1 of 5
3.0 Feasibility Study
CONSUL TANT shall conduct a feasibility study of an advanced water purification system
(microfiltration followed by reverse osmosis (RO) or equivalent) located at the RWQCP to produce
sufficient purified water with an instantaneous TDS concentration of 450 ± 50 mg/L after blending
with the existing tertiary-treated recycled water.
3.1 Near Term Recycled Water Demands (2019)
CONSULTANT shall include at a minimum the following evaluations conducted for near
term (2019) projected flows and loads, as determined under Task 2.0, to the City's
recycled water program:
3.1.1 Technology Evaluation
CONSULTANT shall evaluate different treatment options available and
recommend the treatment option best suited to the RWQCP requirements and
space limitations. CONSUL TANT shall include a disinfection step per Title 22
requirements as part of the advanced water purification system; CONSUL TANT
shall evaluate current disinfection facilities for potential use in meeting these
requirements.
3.1.2 Location and Storage Evaluation
CONSULTANT shall evaluate size requirements and different locations within
the footprint of the existing RWQCP property for siting of the proposed
advanced water purification system. CONSUL TANT shall include an evaluation
of RWQCP existing facilities, including the ultraviolet disinfection channel, for
transport and temporary storage of flow for the system. CONSULT ANT shall
include any and all facilities (including additional storage and in-situ
instrumentation) needed to blend the purified water with the existing
tertiary-treated recycled water. CONSUL TANT shall provide schematics
illustrating size requirements and potential locations.
3.1.3 Scalability Evaluation
CONSULTANT shall evaluate the ability for the proposed advanced water
purification system to be scaled up to meet long term, as well as interim,
demands for increased recycled water production.
3.1.4 RO Concentrate Disposal Evaluation
CONSUL TANT shall coordinate any RO concentrate evaluation with that of the
District's RO Concentrate Management Plan project. CONSUL TANT shall
qualitatively evaluate at least three (3) different RO concentrate disposal
options including the RWQCP final effluent outfall and adjacent salt-water
wetlands. CONSUL TANT shall include an evaluation of any potential impacts
to the National Pollutant Discharge Elimination System Permit compliance and
RWQCP influent and effluent nutrient loads from the RO concentrate disposal
options.
3.1.5 Cost Estimate
CONSULTANT shall calculate and provide a Class 5 cost estimate per the
AACE International classification system. The cost estimate shall be
appropriate for a feasibility study for a project definition of 0 -2 percent and an
expected accuracy of -50 to +100 percent. CONSUL TANT shall include in the
cost estimate the disposal of RO concentrate via the RWQCP final effluent
outfall.
3.1.6 Sensitivity Analysis
CONSULLA~lLsbalLanalyze changes to Tasks 3.1.1 -3J~5-for-a-comparable-
system that-meetscin instantaneous TDS concentration of 600 ± 50 mg/L In
place of the 450 ± 50 mg/L TDS goal concentration.
3.1.7 Greenhouse Gas Emissions & Energy Evaluation
CONSULTANT shall evaluate the proposed advanced water purification system
for impacts to the RWQCP's greenhouse gas emissions and energy use.
Page 2 of 5
3.1.8 Nutrient Load Evaluation
CONSUL TANT shall evaluate the proposed advanced water purification system
for impacts to the RWQCP's influent and effluent nutrient loads. CONSUL TANT
shall account for any increases in nutrient loads from the proposed RO
concentrate disposal method within this evaluation.
4.0 CEQA & Other Regulatory Requirements
CONSUL TANT shall evaluate any CEQA and other potential regulatory requirements that may
apply to the future construction and operation of the proposed advanced water purification system.
CONSUL TANT shall include a CEQA checklist and a list of permits required.
5.0 Presentation of Results
CONSULTANT shall present progress and results to the City and Clients at 50, 80, and
100 percent project completion. At which point the Cities and District will provide feedback that
the CONSULTANT will incorporate into the project and summary report.
CONSUL TANT shall provide presentation attendees with summary minutes and electronic copies
of any supplemental materials used during the presentations no later than seven (7) calendar days
from the presentation.
6.0 Deliverables
6.1 Schedules
CONSULTANT shall provide updated project schedules per Task 1.0.
6.2 Meeting Minutes
CONSUL TANT shall provide meeting minutes and associated supplemental materials per
Tasks 2.0 and 5.0 (and Task 7.1 if conducted).
6.3 Draft & Final Reports
CONSULTANT shall compile and summarize the results from Tasks 2.0 -5.0 (and
Tasks 7.2 -7.5 if conducted) into a report and submit that report to the City and Clients.
CONSUL TANT shall provide draft reports at 50, 80, and 95 percent project completion to
the City for review at least fourteen (14) calendar days prior to the corresponding
presentations. The City and Clients will review and provide feedback which the
CONSUL TANT shall incorporate into subsequent drafts and presentation materials.
6.4 Schematics & Site Plans
CONSUL TANT shall provide schematics and preliminary site plans per Tasks 3.1.1 and
3.1.2 (and Tasks 7.2 -7.5 if conducted) within the final report under Task 6.3.
7 .0 Additional Tasks
CONSUL TANT shall conduct the additional tasks only at the discretion of the City and Clients.
The City and Clients shall notify CONSUL TANT in writing of the decision to conduct additional
tasks.
7 .1 Stakeholder Meetings
CONSUL TANT shall present results to stakeholders at 80 and 95 percent project
completion. CONSUL TANT shall incorporate feedback provided by the City and Clients
after the 80 percent project completion presentation under Task 5.0 prior to the 80 percent
project completion stakeholder meeting. Stakeholders include, but are not limited to,
residents,-Aongovernmental-organizations, the Gity's RWQ6P-p9rtner cities, and-the-San
Francisco Bay Regional Water Quality Control Board.
7 .2 Feasibility Study -Long Term Recycled Water Demands (2040)
CONSULTANT shall include at a minimum the following evaluations conducted for long
term (2040) projected flows and loads to the City's recycled water program.
Page 3 of 5
CONSUL TANT shall account for expected increases in TDS due to such issues as water
conservation, population growth, and economic growth.
7.2.1 Technology Evaluation
CONSUL TANT shall evaluate different treatment options available and
recommend the treatment option best suited to the RWQCP requirements and
space limitations. CONSUL TANT shall include a disinfection step per Title 22
requirements as part of the advanced water purification system; CONSUL TANT
shall evaluate current disinfection facilities for potential use in meeting these
requirements.
7.2.2 Location and Storage Evaluation
CONSUL TANT shall evaluate size requirements and different locations within
the footprint of the existing RWQCP property ror siting of the proposed
advanced water purification system. In addition, CONSULTANT shall evaluate
whether off-site locations would more suitable. CONSUL TANT shall include an
evaluation of the use of existing RWQCP facilities, including the ultraviolet
disinfection channel, for transport and temporary storage of flow for the system.
CONSUL TANT shall include any and all facilities (including additional storage
and in-situ instrumentation) needed to blend the purified water with the existing
tertiary-treated recycled water. CONSUL TANT shall provide schematics
illustrating size requirements and potential locations.
7.2.3 Reverse Osmosis Concentrate Disposal Evaluation
CONSULTANT shall evaluate whether the RO Concentrate disposal options
discussed under Task 3.1.4 are sufficient to meet the future projected demand
or if other options should be considered.
7.2.4 Cost Estimate
CONSULTANT shall calculate and provide a Class 5 cost estimate per the
AACE International classification system. The cost estimate shall be
appropriate for a feasibility study for a project definition of 0 -2 percent and an
expected accuracy of-50 to +100 percent. CONSULTANT shall include in the
cost estimate the disposal of RO Concentrate via the RWQCP final effluent
outfall.
7.2.5 Greenhouse Gas Emissions & Energy Evaluation
CONSULT ANT shall evaluate the proposed advanced water purification system
for impacts to the RWQCP's greenhouse gas emissions and energy use.
7 .2.6 Nutrient Load Evaluation
CONSUL TANT shall evaluate the proposed advanced water purification system for
impacts to the RWQCP's influent and effluent nutrient loads. CONSUL TANT shall
account for any increases in nutrient loads from the proposed RO Concentrate
disposal method within this evaluation.
7.3 Alternative Comparisons to Near Term Feasibility Option
7.3.1 Potable Water Blending Alternative
CONSUL TANT shall include a comparison of the results from Task 3.1 to the
facilities needed, associated costs, and other impacts if the RWQCP were to
blend its existing tertiary-treated recycled water to an instantaneous TOS
concentration of 450 ± 50 mg/L with potable water in place of the water from the
advanced water purification system. Blending locations are to include the
following: RWQCP, Stanford Research Park, and City of Mountain View.
7~l.2 No ProjectAlternatiY_e
CONSUL TANT shall include a comparison of the results from Task 3.1 to the
facilities needed, associated costs, and other impacts of the no project
alternative of utilizing potable water to meet the projected increase in recycled
water demand (anything above the current, 2014, recycled water demand).
Page 4 of 5
7 .4 Pre-Design
CONSULTANT shall produce design parameters and associated schematics for 10 percent
project definition for the proposed advanced water purification system to achieve an
instantaneous TDS concentration of 450 ± 50 mg/L after being blended with the existing
tertiary-treated recycled water. CONSUL TANT shall define these parameters for the
following projections:
7.4.1 Near Term -2019: incorporates estimated near term increases in recycled
water demand (mainly from City of Mountain View and the District)
7.4.2 Long Term -2040: incorporates estimated long term increases in recycled
water demand due to Palo Alto expansions and other sources of demand
7.4.3 Scalability Evaluation
CONSUL TANT shall include in the pre-design the ability for the system to be
scaled up to meet the long term, as well as interim, demands for increased
recycled water production.
7.4.4 Cost Estimate
CONSULTANT shall calculate and provide a Class 4 cost estimate per the
AACE International classification system. The cost estimate shall be
appropriate for a feasibility study for a project definition of 1 -15 percent and an
expected accuracy of -30 to +50 percent.
7.4.5 Schematics & Site Plans
CONSULTANT shall provide schematics and preliminary site plans indicating
sizing requirements, locations, and process connections needed for systems
evaluated under Task 7.4.
7 .5 Indirect & Direct Potable Reuse Evaluation
CONSULTANT shall evaluate facilities needed and associated cost estimates to expand
the proposed advanced water purification system to produce indirect and direct potable
reuse water.
Page 5 of 5
GAH/7/PSD
761-03-31-16AG-E 1 of 5
COST SHARE AGREEMENT BETWEEN
THE CITY OF PALO ALTO AND THE CITY OF MOUNTAIN VIEW
FOR A RECYCLED WATER ADVANCED TREATMENT FEASIBILITY STUDY
This COST SHARING AGREEMENT (AGREEMENT), dated _______________ for
identification between the CITY OF PALO ALTO, a California Charter City and
municipal corporation (hereinafter referred to as PALO ALTO) and the CITY OF
MOUNTAIN VIEW, a California Charter City and municipal corporation (hereinafter
referred to as MOUNTAIN VIEW), sets forth the respective roles of PALO ALTO and
MOUNTAIN VIEW in regard to PALO ALTO s Recycled Water Advanced Treatment
Feasibility Study (hereinafter referred to as STUDY).
RECITALS
WHEREAS, MOUNTAIN VIEW is a partner in and receives recycled water from
the Regional Water Quality Control Plant (RWQCP); and
WHEREAS, PALO ALTO owns and operates the RWQCP and manages the
recycled water program; and
WHEREAS, PALO ALTO operates the RWQCP recycled water program in
compliance with California Regional Water Quality Control Board requirements; and
WHEREAS, PALO ALTO and MOUNTAIN VIEW are interested in conducting a
feasibility study of a recycled water advanced treatment system; and
WHEREAS, PALO ALTO and MOUNTAIN VIEW desire to financially support the
production and use of recycled water in Santa Clara County consistent with each
agency s separate and distinct interests; and
WHEREAS, PALO ALTO and MOUNTAIN VIEW desire to coordinate and
cooperate to achieve the most cost-effective and environmentally beneficial utilization
of recycled water; and
WHEREAS, PALO ALTO, acting as the lead agency, intends to award a contract
(CONTRACT) for one (1) or more qualified consultants or firms to provide professional
services for preparation of the STUDY; and
WHEREAS, MOUNTAIN VIEW and PALO ALTO acknowledge the mutual
benefit of this project and agree to share in the costs and responsibilities to support
qualified consultants or firms for professional services in the preparation of the STUDY;
and
GAH/7/PSD
761-03-31-16AG-E 2 of 5
WHEREAS, funding provided under this AGREEMENT does not include
construction work tasks and is for planning and design purposes only, and is, therefore,
not subject to CEQA review;
NOW, THEREFORE, in consideration of the mutual promises and covenants
contained herein, PALO ALTO and MOUNTAIN VIEW hereby agree as follows:
1. Scope of Work. The purpose of this AGREEMENT is to fund the cost of a
feasibility study for a recycled water advanced treatment system (microfiltration
followed by reverse osmosis or equivalent) located at the RWQCP to produce advanced
treated water to blend with existing tertiary-treated recycled water and produce a final
product with a TDS concentration of 450 ± 50 mg/L. The complete scope of work is
included as Attachment A.
2 Term. The term of the AGREEMENT is from March 1, 2016 to December 31,
2017, until funds are depleted, or until the STUDY is accepted by PALO ALTO and
MOUNTAIN VIEW, whichever occurs first. The term of the AGREEMENT may be
extended by mutual consent of the parties in writing.
3. MOUNTAIN VIEW s Responsibilities:
a. Review and approve the scope of work prior to award of CONTRACT
by PALO ALTO.
b. Provide review and technical support to PALO ALTO during the course
of the STUDY.
c. Review project invoices and determine if tasks are adequately
completed. Pending acceptance of the work, remit payment to PALO ALTO within
forty-five (45) days from the date on which the invoice was received.
d. Fund ten percent (10%) of the costs of the STUDY, to a maximum of
Fifty Thousand Dollars ($50,000). The Santa Clara Valley Water District will fund
eighty percent (80%) of the costs of the STUDY, to a maximum of Four Hundred
Thousand Dollars ($400,000), through a separate agreement with PALO ALTO.
4. PALO ALTO s Responsibilities:
a. Serve as the lead agency for the STUDY and be responsible for
managing the procurement process for the consultant(s) in adherence with PALO
ALTO s procurement procedures and policies.
GAH/7/PSD
761-03-31-16AG-E 3 of 5
b. Fund ten percent (10%) of the costs of the STUDY, to a maximum of
Fifty Thousand Dollars ($50,000). The Santa Clara Valley Water District will fund
eighty percent (80%) of the costs of the STUDY, to a maximum of Four Hundred
Thousand Dollars ($400,000), through a separate agreement with PALO ALTO.
c. Invoice MOUNTAIN VIEW in arrears for the tasks described in the
scope of work and completed by the consultant(s), on a monthly basis.
5. Mutual Indemnification. In lieu of and notwithstanding the pro-rata risk
allocation which might otherwise be imposed between parties pursuant to Government
Code Section 895.6, the parties agree that all losses or liabilities incurred by a party shall
not be shared pro rata, but instead, PALO ALTO and MOUNTAIN VIEW agree that
pursuant to Government Code Section 895.4, each of the parties hereto shall fully
indemnify and hold each of the other parties, their officers, board members, employees,
and agents harmless from any claim, expense or cost, damage, or liability imposed for
injury (as defined by Government Code Section 810.8) occurring by reason of the
negligent acts or omissions or willful misconduct of the indemnifying party, its officers,
board members, employees, or agents, under or in connection with or arising out of any
work, authority, or jurisdiction delegated to such party under the AGREEMENT. No
party, nor any officer, board member, employee, or agent thereof shall be responsible
for any damage or liability occurring by reason of the negligent acts or omissions or
willful misconduct of other parties hereto, their officers, board members, employees, or
agents, under or in connection with or arising out of any work, authority, or jurisdiction
delegated to such other parties under this AGREEMENT.
6. Document Review. PALO ALTO and MOUNTAIN VIEW will, upon
reasonable advance written notice, make available for inspection to the other party,
records, books, and other documents relating to the program.
7. Nondiscrimination. PALO ALTO and its consultants shall afford equal
employment opportunities for all persons without discrimination because of race, color,
religion, sex, sexual orientation, political affiliation, national origin, ancestry, age,
marital status, physical or mental disability, military status, gender identity and
expression, or genetic information.
8. Termination of AGREEMENT. This AGREEMENT may be terminated by
either party hereto for any reason upon ten (10) days written notice to the other party.
Should either party terminate pursuant to said notice, MOUNTAIN VIEW shall pay
PALO ALTO for the cost invoiced to MOUNTAIN VIEW by the program consultant
prior to the date of cancellation. In no event shall said costs exceed the maximum of
Fifty Thousand Dollars ($50,000) established in this AGREEMENT.
GAH/7/PSD
761-03-31-16AG-E 4 of 5
9. Notice. Any notice, payment, credit, or instrument required or permitted to
be given hereunder shall be deemed received upon personal delivery or five (5) days
after deposit in any United States mail depository, first-class postage prepaid, and
addressed to the party for whom intended; or on the same day as a facsimile
transmission is sent as long as original is placed in the mail on the same day.
TO MOUNTAIN VIEW: City of Mountain View
Public Services Division
Attn: Gregg Hosfeldt, Assistant Public Works Director
231 North Whisman Road
Mountain View, CA 94043
TO PALO ALTO: City of Palo Alto
Department of Public Works, RWQCP
Attn: Karin North, Watershed Manager
2501 Embarcadero Way
Palo Alto, CA 94303
Either party may change such address by notice given to the other party as
provided in this Section 9.
10. Amendments. The AGREEMENT may only be amended by written
agreement executed by both parties.
11. Assignment. Neither party is allowed to assign, sublet, or transfer this
AGREEMENT or any of the rights or interests in this AGREEMENT without the written
consent of the other party.
12. Severability. The partial or total invalidity of one or more parts of this
AGREEMENT will not affect the intent or validity or remaining parts of this
AGREEMENT.
13. Governing Law. This AGREEMENT is a contract under the laws of the State
of California and for all purposes must be interpreted in accordance with such laws.
The venue of any suit filed by either party shall be vested in the State courts of the
County of Santa Clara.
14. Signatures. 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.
15. Entire AGREEMENT. This AGREEMENT contains the entire understanding
between the parties with respect to the subject matter herein. There are no
GAH/7/PSD
761-03-31-16AG-E 5 of 5
representations, agreements, or understandings (whether oral or written) between or
among the parties relating to the subject matter of this AGREEMENT which are not
fully expressed herein.
16. Public Records. The parties recognize and acknowledge that each party is
subject to the California Public Records Act, California Government Code Section 6250
and following. Public records are subject to disclosure.
IN WITNESS WHEREOF, the City of Mountain View and the City of Palo Alto
have executed this cost share agreement for a recycled water advanced treatment
feasibility study, dated ____________________ for identification.
MOUNTAIN VIEW :
CITY OF MOUNTAIN VIEW,
a California Charter City and municipal
corporation
By:
City Manager
By:
Public Works Director
FINANCIAL APPROVAL:
Finance and Administrative
Services Director
APPROVED AS TO FORM:
City Attorney
CITY OF PALO ALTO,
a California Charter City and municipal
corporation
By:
Print Name:
Title: City Manager
By:
Print Name:
Title: City Attorney
Update on Recycled Water Planning Efforts
and Groundwater Studies in partnership
with Santa Clara Valley Water District
Executive Summary
The purpose of this report is to provide Council an overview of the advances being
made to develop alternative water supplies, both regionally and in Palo Alto.
Alternative water supplies include:
Recycled Water from wastewater plants like Palo Alto’s;
Purified Water from reverse osmosis plants like San Jose’s;
Increased groundwater use coupled with groundwater recharge;
Local rainwater/storm drain system harvesting;
Sub‐regional wastewater “scalping” plants for small communities/districts;
and
Individual building use of graywater and treated blackwater.
Palo Alto is working through a variety of groups and committees to conduct
planning for alternative water supplies. Key collaborators include Palo Alto’s five
Partners in its Regional Water Quality Control Plant (RWQCP), the other recipients
of San Francisco PUC (Hetch‐Hetchy) water, and other agencies in Santa Clara and
San Mateo Counties. An important next step is the execution of several contracts
to explore the potential use of key alternative supplies.
The first such contract is a feasibility study on the installation of an advanced
water purification system, such as reverse osmosis, at the RWQCP. The second
would update the 1992 Recycled Water Master Plan by studying groundwater
recharge potential for indirect potable reuse, further utilization of recycled water
by more RWQCP Partners, connections with the Sunnyvale distribution system,
and other potential recycled water activities. The Santa Clara Valley Water District
would provide much of the funding for this work and help manage the various
tasks.
Background
Update on Recycled Water Planning Efforts and Groundwater Studies
2
The RWQCP produces high quality recycled water which is a drought‐proof, locally
controlled, non‐potable water supply. Recycled water will help reduce Palo Alto’s
reliance on imported water supplies. The RWQCP currently produces recycled
water in excess of the current demand; therefore staff is working to expand the
recycled water demand and distribution system. As such, the City of Palo Alto
certified an Environmental Impact Report on September 28, 2015, to expand
recycled water through South Palo Alto to Stanford Research Park (CMR# 5962).
This proposed expansion project is phase III of the 1992 Recycled Water Master
Plan. Additionally, the Santa Clara Valley Water District is seeking alternative
water supplies from local wastewater treatment plants. There are three
wastewater treatment plants that discharge into San Francisco Bay within Santa
Clara County: (1) San Jose/Santa Clara Regional Wastewater Facility (San Jose
RWF), (2) City of Sunnyvale and (3) the RWQCP. The Water District already has
partner agreements with San Jose RWF and the City of Sunnyvale. Recently the
Water District approved a partner arrangement with the City of Palo Alto to fund
eighty percent of the Advanced Water Purification System Feasibility Study
Contract. The Feasibility Study will evaluate alternatives including treatment to
reduce improve recycled water quality.
As part of the effort to expand uses of recycled water, the City and Water District
are developing a further understanding of the northwest county groundwater
system to identify opportunities for enhanced groundwater recharge.
Discussion
For the past year staff have been working with the Santa Clara Valley Water
District and the RWQCP partner agencies to research expanding recycled water
use opportunities in Northwest Santa Clara County. The City is working on
updating the Recycled Water Master Plan to produce a strategic plan that will
include the following information:
Advanced Water Purification System Feasibility Study
White paper on initial description of all water sources
White paper on satellite and onsite treatment and reuse of black water,
grey water, and stormwater
Ongoing Palo Alto Potable Water Supply Resource Planning
Mountain View Recycled Water Distribution Expansion and potential
Sunnyvale Tie‐In
Palo Alto Recycled Water Phase III Expansion Project business plan
Update on Recycled Water Planning Efforts and Groundwater Studies
3
development, preliminary design, and securing of outside funding
Northwest Santa Clara County Groundwater Study for Indirect Potable
Reuse (IPR) Potential
Palo Alto RWQCP Partner Agencies Recycled Water Expansion
In addition to the upcoming Recycled Water Strategic Plan, staff has been working
on the following Recycled Water planning projects.
Advanced Water Purification System Feasibility Study (contract in process)
To expand the use of recycled water to include cooling towers and the irrigation
of salt‐sensitive landscaping, staff is working to reduce the total dissolved solids
(TDS) concentration. Consequently, the City has partnered with the City of
Mountain View and the Santa Clara Valley Water District to jointly fund a
feasibility study for installation of an advanced water purification system (AWPS)
at the RWQCP (CMR #6458). The AWPS would produce virtually TDS‐free water
which could be blended with the current recycled water to achieve a TDS
concentration of 450 ± 50 parts per million (ppm).
White Paper on Initial Description of all Water Sources
At the 2015 Council Meeting approving of the Environmental Impact Report (EIR)
for the Phase III Recycled Water Expansion, Council requested further information
on water sources as they pertain to the City of Palo Alto. Attached is an initial
description of all water sources (potable and non‐potable) potentially available to
the City of Palo Alto (Attachment A). Potable water refers to water that meets
drinking water standards and is considered safe to drink; while non‐potable water
refers to water that does not meet drinking water standards and is considered
unsafe to drink.
White Paper on Satellite and Onsite Treatment and Reuse
City staff has been tracking satellite and onsite treatment systems and reuse.
Staff will be collecting information on similar efforts regionally and nationally,
including the development of standardized design criteria and regulations.
Currently, in the RWQCP service area, there are a few facilities that have reused
gray water and stormwater for irrigation purposes. Stanford is currently
researching an onsite treatment system.
Ongoing Palo Alto Potable Water Supply Resource Planning
Update on Recycled Water Planning Efforts and Groundwater Studies
4
City staff is currently working on the Water Integrated Resources Plan (WIRP) that
will discuss the variety of potable water supply resources and planning. The WIRP
will include an assessment of alternative potable water supplies including the
City’s current water supply source from the San Francisco Public Utilities
Commission’s Region Water Supply System, groundwater, and treated water from
the Santa Clara Valley Water District as well as demand‐side management.
Recycled water will be assessed both as a tool to reduce potable water demand
and as a potential potable water supply through IPR and Direct Potable Reuse
(DPR). The results of the groundwater study discussed below will be an important
part of this analysis. All of these resources will be evaluated based on availability,
cost, water quality, environmental impact and robustness in water emergencies
and with respect to potential state regulations.
Mountain View Recycled Water Distribution Expansion and Sunnyvale Tie‐in
Mountain View currently receives the majority of the recycled water produced at
the RWQCP. Mountain View has hired a consultant to research expanding the
recycled water distribution system within its city limits and is working with
Sunnyvale for a potential recycled water intertie. The City of Sunnyvale is
rebuilding their wastewater treatment plant and plans on treating the majority of
their flow to purified water for future IPR. Therefore, their existing recycled
water customers will need a new source of recycled water which will potentially
be provided by the RWQCP via the Mountain View—Sunnyvale intertie.
Palo Alto Recycled Water Phase III Expansion (RFP in process)
The City is seeking a consultant to develop a business plan, preliminary design,
and aid in securing funding for the Phase III Expansion project. This evaluation
will help Council decide on pursuing Phase III Expansion of the recycled water
pipeline. The City has drafted interim Recycled Water Guidelines to help facilitate
new recycled water customers who are on the existing recycled water line near
the RWQCP.
Northwest Santa Clara County Groundwater Study for Potential Indirect Potable
Reuse (RFP in process)
The purpose of the groundwater study is to compile baseline information on the
current condition of aquifers in northwestern Santa Clara County and adjacent
areas, including sources and quantities of recharge, groundwater pumping, and
water quality. This information will be used to evaluate the feasibility of IPR of
Update on Recycled Water Planning Efforts and Groundwater Studies
5
advanced treated recycled water and identify opportunities for increased
groundwater utilization of recycled water. This study will also evaluate impacts to
groundwater resources from potential pumping or recharge projects to ensure
continued sustainable groundwater management.
Palo Alto RWQCP Partner Agencies Recycled Water Expansion (RFP in process)
City staff is seeking opportunities to expand recycled water within the RWQCP
service area: East Palo Alto, Los Altos, Los Altos Hills, Mountain View, Stanford,
and Palo Alto. The RWQCP’s NPDES permit requires the treatment plant to have a
recycled water program. Current recycled water demands and distribution
systems were identified in the Recycled Water Master Plan that was completed in
1992. Since 1992, prolonged drought and increased economic activity has
opened up new potential demand for recycled water in partner cities, including
potential groundwater recharge opportunities. Consequently, staff is pursuing a
consultant to re‐evaluate the current and projected recycled water demand in the
RWQCP service area.
Timeline
Below is a tentative timeline for the recycled water projects:
Cost sharing agreements with the Santa Clara Valley Water District and City
of Mountain View for the Advanced Water Purification System Feasibility
Study – April 2016
Recycled waterpipeline expansion within East Palo Alto, Palo Alto and
Mountain View – Construction expected to begin in 2016
Advanced Water Purification System Feasibility Study expected to be
completed by end of 2016
Recycled Water Strategic Planning and Groundwater Assessment contract
expected to be approved in summer 2016; the following deliverables will be
completed by December 2018:
o Phase III Recycled Water Expansion Business Plan, Preliminary Design
& Secured Funding Effort Report
o IPR Feasibility Evaluation
o Conceptual Groundwater Model
o Northwest Santa Clara County Groundwater Study for Potential IPR
Report
Update on Recycled Water Planning Efforts and Groundwater Studies
6
o Recycled Water Strategic Plan Report
o Funding Identification & Application(s)
o Public Outreach
Resource Impact
The current recycled water program consists of five hard‐piped City facilities and
more than 60 permitted users of the recycled water truck fill station. The RWQCP
is the wholesaler of recycled water within its service area. The City is currently
negotiating private hard‐piped recycled water customers along the existing
distribution line,expanding recycled water into East Palo Alto and in South Palo
Alto including Stanford Research Park.. City staff anticipate construction of the
East Palo Alto recycled water expansion to commence in 2016; therefore, staff is
needed to help manage future contractors. As mentioned previously the City is
planning on managing larger recycled water planning contracts to improve the
water quality, update recycled water strategic plan, and investigate the possibilty
of indirect potable reuse to recharge groundwater. The City is currently
negotiating with the Santa Clara Valley Water District that they will fund eighty
percent of the Advanced Water Feasibilty Contract and the City is still negotiating
how much the SCVWD will fund of the second contract that will update the
recycled water strategic plan. The City currently does not have a dedicated staff
person who works on recycled water. In order to expand the City’s Recycled
Water Program, a new Senior Engineer is required for future tasks including:
Initiate and manage recycled water and water re‐use consultant contracts
Prepare a new Strategic Recycled Water Plan to complement the 1992
Recycled Water Master Plan
Determine the need and timing for appropriate groundwater recharge and
storage of purified water, based on modelling of the San Francisquito Creek
cone
Determine best method of brine disposal and management to allow for the
addition of advanced recycled water treatment processes to the RWQCP’s
current treatment plant
Develop RWQCP regulations and guidelines for the use and management of
recycled water and purified water
Serve as the principal point‐of‐contact for Partner Agencies to secure new
or modified Recyled Water Service and determine amounts and timing of
needs
Update on Recycled Water Planning Efforts and Groundwater Studies
7
Serve as Public Health and Water Board Compliance Officer for water re‐
use programs, including inspection programs and cross‐connection
prevention programs
Develop and manage Infrastrucutre Management System (IMS) for the
Recycled Water wholesale water treatment and distribution system; track
and manage system repairs and upgrades
Develop Nutrient Credits and Offsets for Recycled Water Program
Coordinate expanded water use and water quality reporting and
monitoring with regulatory agencies, partner agencies, users, site
supervisors, and customers.
Manage expanded recycled water system maintenance and utility locating
services.The new Senior Engineer position would be funded partially by the
partner agences to the RWQCP, since it is a requirement in our discharge permit
to have a recycled water program. Therefore Palo Alto will only fund one third of
the Senior Engineer Position which costs approximately $220,000. The projects
that the Senior Engineer will manage will also be funded through cost‐sharing
agreements with the SCVWD, grants and state revolving funds.
Policy Implications
Continuing the exploration of expanding recycled water is consistent with Council
policy. The Recycled Water Program is consistent with the Council‐adopted Water
Integrated Resource Plan Guideline 3: “Actively participate in development of cost
effective regional recycled water plans.” The project is consistent with Council
direction to reduce imported water supplies and limit or reduce diversions from
the Tuolomne River.
Council’s Sustainability Policy supports the development of recycled water,
specifically in the Policy’s statement to “reduce resource use and pollution in a
cost‐effective manner while striving to protect and enhance the quality of the air,
water, land and other natural resources.”
The City’s Comprehensive Plan contains Natural Environment Goal N‐4: Water
resources are prudently managed to sustain plant and animal life, support urban
activities and protect public health and safety. Specifically, Program N‐26
addresses the use of recycled water: implement incentives for the use of drought‐
tolerant landscaping and recycled water for landscape irrigation.
Update on Recycled Water Planning Efforts and Groundwater Studies
8
Environmental Review
Environmental Impact Report for Phase III of the recycled water pipeline project
was approved in September 2015. Future Environmental Review will be required
if the expanded recycled water pipeline is constructed.