Loading...
HomeMy WebLinkAbout2003-09-15 City Council (4)TO: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:SEPTEMBER 15, 2003 CMR:427:03 SUBJECT:PUBLIC MEETING TO SOLICIT INPUT ON THE WATER RECYCLING PLAN FOR THE MOUNTAIN VIEW-MOFFETT AREA FACILITIES This is an informational report and no Council action is required. DISCUSSION On June 23, 2003, Council approved the preparation of a water recycling plan for the Mountain View/Moffett area facilities (CMR:327:03). Staff is working with the City of Mountain View to inform the public of the project, obtain input, and address concerns. The first public meeting will be held on September 24, 2003 from 6:30 p.m. - 8:00 p.m. in the Mitchell Park Community Center, Room 1. This first meeting is designed to deliver project information to the public, establish dialogue, and encourage input from the public. The Water Recycling Plan (Plan) will investigate: 1. Replacement of the existing deteriorated reclaimed water pipes located north of Highway 101 from the Regional Water Quality Control Plant to Mountain View Shoreline golf links; and 2. Extension of the replacement pipe from Shoreline to NASA-Moffett Field. Reasons for the project > Maintain service to Shoreline area - The RWQCP has been delivering reclaimed water to the Shoreline golf links since the early 1980’s. Service to Shoreline has been interrupted due to the poor condition of the delivery pipes. The existing pipes lie in an environmentally sensitive marsh that poses problems for access and repairs. The Plan will investigate an environmentally sound project to replace the pipes. A second part of the Plan is to investigate the extension of the replacement pipe from Shoreline to Moffett area. The replacement pipe will be sized for the future reuse opportunities in Mountain View and Moffett area. The potential additional reuse qualifies the RWQCP for the State grant. CMR:427:03 Page 1 of 2 Diversify water sources and improve water supply reliability - Water reuse provides a new reliable, locally-controlled source of supply, freeing up drinking water for other uses, and reducing the dependency on imported water. Support sustainability - Diverse stakeholder groups agree that a key long term goal of the RWQCP should be to support and maximize water reuse due to both water supply and environmental benefits. Schedule of the prqiect Funding availability drives the schedule of the project. To minimize costs, the RWQCP secured a State grant that provides 50% funding for the Plan. The deadline for completion of the Plan is February 28, 2004. The State could also provide a construction grant up to $5 million, but the funding opportunity must be seized quickly, as funds are limited. Upon completion of the Plan, the RWQCP could apply for the construction grant immediately. Design and construction could proceed in the latter part of 2004 pending funding. The Site-Design and environmental review for this project are being coordinated with the Department of Planning and Community Environment. The pamphlet entitled "Mountain View - Moffett Recycled Water Facility Information Packet" (Attachment B) provides additional information on the project. ATTACHMENTS Attachment A: CMR:327:03 Attachment B: Pamphlet PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: Daisy Stark, Senior Engineer William D. Miks, Manager RWQCP Phil Bobel, Manager Environmental Compliance GLENN S. ROBERTS Director of Public Works EMIL~’-~H~ S ON Assistant City Manager CMR:427:03 Page 2 of 2 ATTACHMENT A TO: FROM: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL ........ 1 2CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SUBJECT: JUNE 23, 2003 CMR:327:03 APPROVAL OF CONTRACT WITH RAINES, MELTON, & CARELLA, INC. IN THE AMOUNT OF $300,000 FOR THE PREPARATION OF AWATER RECYCLING FACILITY PLAN FOR THE SOUTHERN~GION (MOUNTAIN VIEW-MOFFETT) OF THE REGIONAL WATER QUALITY CONTROL PLANT SERVICE AREA - A PROJECT 50% FUNDED BY THE STATE OF CALIFORNIA RECOMMENI)ATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Raines, Melton, & Carella, Inc. in the amount of $300,000 for the preparation of a Water Recycling Facility Plan for the southern region (Mountain View-Moffett) of the Regional Water Quality Control Plant (RWQCP) service area. 2.Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Raines, Melton, & Carella, Inc. for related, additional but unforeseen work, which may develop during the project, the total value of which shall not exceed $30,000. BACKGROUND The RWQCP wastewater discharge permit requires that the plant maintain its reclaimed water facility and reclaimed water delivery to several existing reuse sites, including the Shoreline golf links at Mountain View-. However, the existing reclaimed water pipeline to Shoreline has deteriorated beyond repair and must be replaced in order to maintain service. The RWQCP needs to perform a study to investigate an environmentally sound project to replace the broken pipe because the existing pipe lies in an environmentally sensitive marshland. The replacement pipe will be up-sized in anticipation of future reuse opportunities in Mountain View and Moffett Field. The potential additional reuse qualifies the RWQCP to apply for State funding. Council adopted a resolution and authorized staff to file an application for a State gant in the amount of $150,000 for funding 50% of the Mountain View-Moffett water recycling CMR:327:03 Page 1 of 3 Summarv of Bid Process Bid Name I Soil Filter and Piping Project ~roposed Len~h of Project I 8 months Number of Bids Mailed to Contractors ] 5 Number of Bids Mailed to Builder’s Not applicable (specialty project) Exchanges Total Days to Respond to Bid 29 Pre-Bid Meeting?Yes Number of Company Attendees at Pre-Bid 4 Meeting Number of Bids Received:I 3 (two valid, one withdrawn) Bid Price Range I $323,700 to $337,500 A notice inviting formal bids for the Soil Filter and Piping Project was sent on May 13, ")00~ to ~q,,~ ,.,-,,~,-~o~,,-o o,,~ ,,~,o÷~,~ r-,;,,,T~.~. bidding "~ da~, .....at Hall. ,,,,. period was ~.~ ys. mandatory pre-bid meeting was held on May 27, 2003. Four bidders attended the meeting. Bids were received from three qualified contractors on time on June 10, 2003 as listed in the bid summary (Attachment B). Contractors not responding indicated that they did not submit a bid because subcontractors they needed would make their bid price uncompetitive. Bids received ranged from $~_~,700 to $~/,s00. One bidder withdrew its bid due to clerical error. Staff has reviewed all bids submitted and recommends that the bid of $323,700 submi~ed by Power Engineering c’,,,~,-~o~o ~,o ,, ...... ~,~ o..~ ,~.o, D ...... Engineering Contractors, Inc. be declared the lowest responsible bidder. The bid is 0.6 ~") ""~’ (whichpercent below staffs estimate of $325,797. The change order amount of equals 10 percent of the total contract) is requested to resolve unforeseen problems and/or conflicts that may arise during the construction period. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. RESOURCE IMPACT Funds for the Soil Filter and Piping Project have been appropriated under the FY 2002- 200z Wastewater Treatment CIP project ~80_ 1 POLICY IMPLICATIONS Recommendations of this staff report are consistent with existing City policies. CMR:aa 1.0~Page_ "~ of 3 This project will result in a design and construction project. The subsequent design- construct project is included on the State funding priority list. Other funding sources are also being pursued. The construction of the project may not go forward if the RWQCP is unable to secure outside funding. POLICY IMPLICATIONS The recommendation of this staff report is consistent with City policies. ENVIRONMENTAL REVIEW Council has approved the Environmental Impact Report of the RWQCP reclan~ation progam in 1998. Additional environmental document wil! be prepared as part of this project per the California Environmental Quality Act. ATTACHMENTS Attachment A: Contract Attachment B: Consultant List PREPARED BY:Daisy Stark, Senior En~neer RWQCPWilliam D. ~Miks, Manage R~~.~_~ DEPARTMENT HEAD : ~/~/~~- ./~ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: %MILY HARRISON Assistant City Manager CMR:327:03 Page 3 of 3 CONTRACT lqO. BETWEEN TEE CITY OF PALO ALTO AND RAINES, MELTON & CARELLA, INC. FOR CONSULTING SERVICES This Contract No.is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and ~AiNES, MELTON & CARELLA, INC., a California corporation, located at 2290 North First Street, Suite 204, San Jose,CA 95131 ("CONSULTANT") . RECITALS : WHEREAS, CITY .desires certain professiona! consulting services ( Se_v_ces ) and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans,. designs, data, calculations, surveys sDeclf~cations, schedules or other writings ("De!iverab!es") (Services. and De!iverab!es are, collectively, the "Project"), as more fully described in Exhibit ~_ , and WHEREAS, CITY desires to engage CONSULTanT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in th__e manner set forth ~ ....~- :--~"~:-- ’ .....~ .... and conditions of the State Water Resource Contro! Board Grant Contract No. 02-719-550-0. NOW,~ THEREFORE, in consideration of the. covenants, te_rms, conditions, and provisions of this Contract, the parties agree’: SECTION !. TERM !.! This Contract will commence on the date of its execution by CITY, and wil! terminate upon the completion of the Project, unless this Contract is earlier terminated by CITY. Upon execution of thi~ Agreement, CONSULTanT shal! prepare a schedule detailing the critica! path and time!ine for each task as described in Exhibit "A" for acceptance by CITY. Upon acceptance of the schedule, the CITY shal! issue a notice to proceed to CONSULTANT and CONSULTANT shal! commence work on the Project tasks in. accordance with the schedule and as described in Exhibit "A~. Time is of the essence of this Contract. in the event that the Project is not completed within the time required through any fault of CONSULTANT, CITY’s city manager will have the option of extending 030616 sdl 0100083 the rime schedule for any period o÷ time. This provision wil! not preclude the recovery of damages for delay caused by CONSULTANT. SECTION 2.SCOPE OF PROJECT; CH~NGES & CORRECTIONS 2.1 The scope of Services and Deliverab!es constituting the Project ("Basic Services") will be performed, delivered or executed by CONSULTANT in accordance with the schedule and the requirements of Exhibit "A". 2.9 CIT’~ may order substantial.... _ c~_anges in the scope or character oT ~_e Project either decreasing or increasing the amount of work required of CONSULTANT. in the event that such changes are ordered, subject to the approva! of CITY’s City Counci!, as may be required, CONSULTANT wil! be entitled to full compensation for a]] work performed mrior to CONSULTANT’s rece_p~ of the notice of change and further wil! be entitled, to an extension of~the time schedule. Any increase in com~ensa~_on_ ~ for substantia! changes wil! be determined in accordance with the provisions of this Contract. CITY wi]=! not ~be liable for the cost ~dd!~±ona!or ~a’v~ent of any cnal.ge in work, unless the amount of ~ ’~ compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the perfo_rmance of any such change in work. 2.3 Where the Project entails the drafting and submission of De!iverab!es, for example, construction plans, drawings, and specifications, any and al! errors, omissions, or ambiguities in the De!iverab!es, which are discovered by CITY before invitations to bid on a construction, project (for which the De!iverab!es are required) are distributed by CITY, wil! be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. 2.4 ~ny and al! errors, omissions, or as~biguities in the De!iverab!es, which are discovered by CITY after the construction contract ~s awarded by CITY, wil! be performed by CONSULTANT, as follows- (a) at no cost to CITY insofar as those Services, including the Basic Services or the Additiona! Services, as described below, or both, wil! result in minor or nonbeneficiai changes in the construction work required of the construction contractor; or (b) at CITY’s cost insofar as those Services, including the Basic Services or the Additiona! Services, or both, wil! add a direct and substantial benefit to the construction work required of the construction contractor. The project manager in the reasonable exercise o~ his or her discretion wil! determine w..ezner tSe Basic Services or the Additional Services, or both, wil! contribute minor or substantia! benefit to the construction work. 030616 sd} 0100083 SECTION 3. CON S ULTANT QUALI FICAT IONS,STATUS,AND DUTIES OF 3.1 CONSULTANT represents and warrants that it has the expertise and professiona!qualifications to furnish or cause to be furnished the Services and De!iverab!es. CONSULTANT further represents and warrants that the project director and every individual, including any consultant (or contractors), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the Project will be executed by them or under their supervision. CONSULT~_NT will furnish~ to CITY for approva!, prior to execution of this Contract, a list of al! individuals and the names of their employers or principals to be emp!oyed as consultants. 3.2 in reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTanT toexecute, and CONSULTANT covenants and agrees that it wil! execute or cause to be executed, the Project. 3.3 CONSULT~_NT will assign TOM RICHARDSON as the project director to have supervisory responsibility for the performance, progress, and execution of the Project and as the project coordinator who will represent CONSULT~T during the day-to-day work on the Project. if circumstances or conditions subsequent to one execution of this Con~_acu cause z._e substitution of the project director or project coordinator for any reason, the appointment of a substitute project .director or substitute project coordinator wil! be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Procure all permits and licenses, pay all charges and fees, and give al! notices which may be necessary and incident to the due and lawfu! prosecution of the Project; 3.4.2 Keep itself fully informed of all existing and future Federa!, State of California, and !oca! laws, ordinances, regulations, orders, and decrees which may affect those engaged or emp!oyed under this Contract and any materials used in CONSULT~_NT’s performance o{ the Services; 3.4.3 At all times observe and comply With, and cause its emp!oyees and consultants, if any, who are assig.ned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 030616 sdl 0100083 3 ~ ~ A Wii~the mroject manager,...... ~ report im~edi-~-~’"~c~y to _ in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the De!iverab!es. 3.5 ~my De!iverab!es given to, or PrePared or assembled by, CO}~SULTANT or its consultants, if any, under this Contract become the property of CITY and wil! not be made available to any individua! or organization by CONSULTANT or its consultants, if any, without the prior written approval of the city manager. 3.6 CONSULT~_NT wil! provide CITY with twenty (20). copies. of any documents which are a part of the De!iverab!es upon their completion and acceptance by CITY. 3.7 if CITY requests additional copies of any documents which are a part of the De!iverab!es, CONSULTANT wil! provide such additiona! copies and CITY will compensate CONSULTANT for i ~ dupi{cating costs. 3.8 CONSULTANT will be responsible for employing or engaging a!l persons necessary to execute the Project. .A!! consultants of CONSULTANT will be deemed to be directly controlled and.supervised by CONSULTANT, which wil! be responsible for their performance. If any emp!oyee or consultant of CONSULTANT fails or refuses <o carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the employee or consultant wi!l be discharged imraediately from further performance under this Contract on demand of theproject manager. 3.9 in the execution of the Project, CONSULT_~qT and its consultants, if any, wil! at al! times be considered independent contractors and not agents or emp!oyees of CITY. 3.10 CONSULTANT will perform or obtain Or cause to be performed or obtained any and al! of the following Additiona! Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as.an expert witness in Connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 incurring travel and subsistence expenses for CONSULTanT ~ ~~ -_=n@ its stafr beyond those normally required under the Basic Services; 3.10 3 Performing any other Additional Services ~ ~¯~.a~ may be agreed upon by the parties subsequent to the execution of this Contra.ct; and 030616 sd| 0100083 3.!0.~ Other Additiona! Services now or hereafter de=cr~_~ea in Exhibit "A" to this Contract. 3 77 CONSULTANT will be resmonsib]~ for employing all consultants deemed necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must be approved, in - ~- n , _=ava!.ce by CITY, in writing, and must remain acceptable to CITY during the term of this Contrac=. SECTION 4. DUTIES OF CITY 4.1 CITY wil! furnish or cause to be furnished the services listed in Exhibit "A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 CITY will review and approve, as necessary, in a timely manner the De!iverab!es and each phase of work performed by CONSULTANT[ CITY’s eseimated time of review and approva! will be furnished to CONSULTANT at the time of submission of each phase of ~n=~thework.CONSULTANT acknowledges and understands =~ ~ interrelated exchange of information among CITY’s various departments makes it extremely difficult for CITY to firmly establish the time of each review and approva! task. CITY’s failure to review and approve within the estimated time schedule wil! not constitute a default under this Contract. ~ ~ T~ city m~n~m~ wi!! remresent CiTY for all purposes under this Contract. DAISY STARK is designated as the project manager for the city manager. The project manager wi!l supervise the performance, progress, and execution of the Project. 4.4 if CITY observes or otherwise becomes aware of any default in the performance of cONSULTANT, CiTY wil! use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. SECTION 5.COMPENSATION 5 ! CITY will compensate CONSULTANT for the fol!owing services and work: 5.1.1 in consideration of the ful! perfo_rmance of the Basic Services, including any authorized .reimbursable expenses, CITY wil! pay CONSULTanT a fee not to exceed Three Hundred Thousand Dollars ($300,000). The amount of compensation will be calculated in accordance with the schedule set forth in Exhibit "B", on a lump sum per task basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractua! 030616 sdl 0100083 relationships with CONSULTANT, will be approved, in advance, by CITY. C!TY reserves the right to refuse pan, Lent of such fees, if. such prior approval is not obtained by CONSULTANT. 5.1.2 CITY, through its project manager, may authorize CONSULTANT to perform Additional Services in an amount not to exceed Thirty Thousand Dollars ($30,000). Prior commencing such Additional Services the parties will agree in writing upon an estimated maximum cost for such Additional Services.. Compensation for Additional Services shall be made based on the hourly rate schedule set forth in Exhibit "B" or on a !~mp s~m basis. The rate schedule may be updated by CONSULTanT only once each calendar year, and the rate schedules will not become effective for purposes of this Contract, unless and unti! CONSULTANT gives CITY thirty (30) days’ prior written notice of the effective date of any revised rate schedule. 5.1.3 CONSULTANT will not be paid. for extra work or changes, including, without limitation, any design work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights~ 5.2 The schedule of payments wi!l be made as follows: 5.2.1 Payment for Basic Services will be made in monthly progress payments in proportion.to the quantum of services performed, or in accordance with any other schedule of payment mutually agreed upon by the parties, as set forth in Exhibit "B", or within thirty (30) days of submission,in triplicate, of such requests if a schedule of payment is not specified. CITY wil! make final pa~ent after CONSULTANT has submitted a!l De!iverab!es, including, without limitation, reports which have been approved by the project manager.- 5.2.2 Payment for properly authorized Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on account of penalties, liquidated damages, or other s~ms withheld by CITY from pa~ents to general contractors. SECTION 6.ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic Services. and Additiona! Services pertaining to the project will be prepared, maintained, and retained by CONSULTANT in accordance with generally accepted accounting principles and will be made available .030616 sdl 0100083 to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) years fol!owing the expiration or earlier termination of this Contract. 6.2 The originals of the Deliverab!es prepared by or under the direction of CONSULTANT in the performance of this Contract wi!! become-the property of CTTY irrespective of whether the Project is completed upon CiTY’s pa~.ent of the amounts required to be paid to CONSULTANT. These originals wil! be delivered to CITY without additiona! compensation. CITY will have the right to utilize any fina! and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT, but CONSULT~!~T disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7.. iNDEMNYTY 7.1 CONSULTanT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, emp!oyees and agents, from any and al! demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONSULTANT’s, its officers’, agents’, consultants’ or employees’ negligent acts, errors, or omissions, or willfu! misconduct, or conduct for which applicable law may impose strict liability on CONSULT~_NT in the performance of or failure to perform its obligations under this Contract. SECTION 8. WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract. or of the provisions of any ordinance or law wil! not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violat.ion of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money that may bec6me due hereunder wil! not be deemed to be a waiver of any preceding~breach or violation by the other party of any covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 8.2 NO pa~ent, partial ~avment, acceptance, or partial acceptance by CITY wil! operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. INSU_R_’hNCE 9.1 CONSULTANT, at its s01e cost and expense, will obtain and maintain, in full force and effect during the term of 030616 sd! 0100083 this Contract, the insurance coverage described in Exhibit "C", insuring not only CONSULTg~JT and its consultants, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an additional insured concerning CONSULTANT’s performance under, this Contract. 9.2 ~]] insurance coverage required hereunder will be provided through carriers with Best’s Key Ratinq Guide ratings of A:V!I or higher which are admitted to transact insurance business in the State of Ca!ifornia. Any and al! consultants of CONSULT~_~T retained to perform Services under this Contract wil! obtain and maintain, in ful! force and effect during the term of this Contract, identical insurance coverage< naming CiTY as an additiona! insured under such policies as required above. 9.3 Ce<tJ~cates of such insurance, preferably on forms provided by CITY, wil! be filed with CITY concur_~n~!y with the execution of this Contract. The certificates will be subject to ~=~ _~p~ova!:_ of CITY’s _<~sk_ manager and will__ contain an endorsement stating that the insurance is primary coverage and wil! not be canceled or altered by the insurer except after filing with the CITY’s city clerk thirty (30) days’ p£ior written notice such cancellation or alteration, and.that the City of Pa!o Alto is named as an additiona! insured except in policies of workers’ compensation, employer’s liability, and professiona! liability insurance. Current certificates of such insurance~wi!l be kept on Conu_ac~ with the citv~]~e at al! times during <he term of this ~< ~ clerk. 9.4 The procuring of such required policy or policies of insurance wil! not be construed to limit CONSULTANT’s liability hereunder nor to fulfil! the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONSULTANT wil! be obligated for the ful! and total amount of any damage, injury, or loss Caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or !oss arising after the Contract is terminated or the term has expired. SECTION !0. WORKERS’ COMPENSATION !0.! CONSULTANT, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every emp!oyer to be insured against liability for workers’ compensation or to undertake self’insurance in accordance with the provisions of that Code, and certifies that it wil! comply with such provisions, as applicable, before commencing the performance of the Project. 030616 sdl 0100083 "E TI m=-SiON OF ~=~.C! ,ON i!. TEPJ£!NAT{ON OR SUS~=N CON,_RACT OR !i.! The city manager may suspend the execution of the Project, ~nwho!e or in part, or terminate this Contract, with or wi£hout, cause, by giving thirty (30) days’ prior written notice thereo{ to CONSULTANT, or i~mediate!y after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULT~iqT wil! immediately discontinue its performance under this Contract. 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project bY giving thirty (30) days’ prior written notice thereo{ to CITY, but only in the event of a substantia! failure of performance by CITY or in the event CITY indefinitely withholds or withdraws its request for the initiation or continuation of Basic Services or the execution of the Project. 11.3 Upon such suspension or termination by CITY, CONSULTANT wil! be compensated for the Basic Services and Additiona! Services performed and Deiiverab!es received and approved mr~o< to receipt of written nou=c~ {tom CiTY of such suspension or abandonment, ro@ezne_ with authorized additiona! and reimbursable expenses then due. if the Project is resumed after it has been suspended for more than 180 days, any change in ~CONSULTANT’s compensation wil! be subject to renegotiation and, if necessary, approva! of CITY’s City Council. if this Contract is suspended or terminated on account of a default by CONSULTANT, CITY ""~ be ~7~=~=~ ~ ~m~=n~ CONSULTANT only for ~ ~ portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager in the reasonable exercise of her discretion. 11.4 in the event of termination of this Con[ract or Suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as fol!ows: 11.4.1 For approved items of services, CONSULTanT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of services on which a notice to proceed is issued by CITY, b~t which are not fully performed,. CONSULT/~T wil! be compensated for each item of service in an amount which bears the same ratio to the tota! fee otherwise pay-~b!e for the performance of the service as .the quantum of service actually rendered bears to the services necessary for the ful! performance of that item of service. 030616 sdl 0100083 9 11.4.3 The total compensation payable under the Preceding paragraphs of this Section wil! not exceed the payY~ent specified under Section 5 for the respective items of service to be furnished by CONSULTANT. qq 5 Upon such suspension or termination, CONSULT~_NT wi]q deliver to the city manager i~mediate!y any and al! copies of the Del~verab]es wh~her or not completed, prepared by CONSULTANT or its consultants, {f any, or given to CONSULTanT or its consultants, if any, in connection with this Contract. Such materials will become the p~operty of CITY. 11.6 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or reco_rmmendations, if the s&me are called for under this Contract, on the basis of differences in matters of jud97uent, wil! not be construed as a failure on the part of CONSULTANT to fulfill its obligations under this Contract. SECTION 12.ASSIGNMENT 12.! This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT will not assign~ transfer, convey, or oLnerw!se dispose of this’ ConLrac~ or any right, title or interest in or to ~:_e same or any part thereof without the prior written consent of CiTY ’~__.... ~_ consent to one assig~_ment wi]] not be deemed to be- a consent to any -subsequent assig_n_ment. . Any assignment made wir_.our the approval of CITY will be void and, at the op<_on~J of the cit’g_ manager, this Contract may be terminated. This Contract wil! not be assignable by operation of law. SECTION 13. NOTICES 13.1 Al! notices hereunder Will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Pa!o Alto Post Office Box 10250 Pa!o Alto, CA 94303 To: RWQCP:Attn:Daisy Stark RWQCP 2501 Embarcadero Way Pa!o Alto, Ca 94303 To CONSULTANT: Attention: Tom Richardson _RAINES, MELTON & CARELLA, INC. 2290 North First Street, Suite 204 San Jose, CA 95131 030616 sdl 0100083 !0 S~±±ON 7A_,. cONmLTCT~ .. _ OF INTEREST 14.1 !n accepting this Contract, CONSULTANT covenants that xt presently has no interest, and wi!l not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 14.2 CONSULTANT further covenants that, in the -performance of this Contract, it wil! not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or wil! have any financia! interest under this Contract is an officer or emp!oyee of CITY; this provision wil! be interpreted in accordance with the applicable provisions of the Paio Alto. Municipa! Code and the GovernMent Code of the State of California. SECTION 15. NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipa! Code, no discrimination wil! be made in the employment Of persons under this Contract because of the age, race, color, nationa! origin, ancestry, religion, disability, sexual preference or gender of such person, if the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT agrees to meet al! requirements of the Paio ~ A!to Hunicipa! Code pertaining to nondiscrimination in e~pioyment, .inc!uding completing the requisite form furnished by CiTY and set forth in Exhibit "D". 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as fol!ows: "[Name of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is currently in compliance with all Federa! and State of California laws covering Prevailing wages and nondiscrimination in emp!oyment; and that [Name of Provider] wil! not discriminate in the emp!o~ent of any- person under this contract because of the age, race, co!or, nationa! origin, ancestry, religion, disability, sexual preference or gender of such persgn." 15.3 if CONSULTANT is found in violation of the nondi ~ ’ ~’_scr±m!na~on ~rovisions of the State of California Fair Emp!oy~ent Practices Act or similar provisions of .Federal law or executive order in the performance-of this Contract, it wi!l be in 030616 sd] 0100083 !! default of this Contract. Thereupon, CITY wil! have the power to cance! or suspend this Contract, in whole or in mart, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such p~rson was subjected to discrimination, as d&mages for breach of contract, or both. Only a finding of the State of .California Fair Emp!o]~ment Practices Co,mission or the equivalent federai agency or-officer wi!! constitute evidence of a breach of this Contract. SECTION 16.MISCELLANEOUS PROVISIONS 16.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federal Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONSULT~_NT wil! comply with or ensure by its advice that compliance with such provisions will be effected pursuant to the terms of this Contract. 16.2 Upon the agreement of the parties, any controver.sy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the ~merican Arbitration Association, and judgment upon the award rendered by -<he Arbitrators may be entered in any court having jurisdiction thereof. 16.3 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 16.4 in the event that an action is brought, t.he parties agree that tria! of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 16.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’fees expended in connection with that action. 16.6 This document represents the entire and integrated Contract between the parties and supersedes al! prior negotiations, representations, and contracts, either written or ora!. This document may be amended on!y by a written instrument, which is signed by the parties. 16.7 All provisions of this Contract, whether covenants or conditions, wi!l be deemed to be both covenants and conditions: 030616 sdl 0100083 12 16.8 The covenants, terms, conditions and provisions of this Contract will apply to, and wii! bind, the heirs, successors, executors, a~ministrators, assignees, and consultants, as the case ¯ may be, of the parties. 16.9 if a court of competent jurisdiction finds or rules that any provision of this Contract or any amen6ment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 16.10 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from tLme to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and wil! be deemed to be a part of this. Contract. 16.11 This Contract may be executed in any n~er of counterparts, each of which will be an original, but al! of which together wil! constitute one and the same instr-@ment. 16.12 This Contract is subject to the fisca! provisions of the Charter of the City of Palo Alto and the Pa!o A!to Municipa! Code. This Contract will terminate without any penalty (a) at the end of any fisca! year in the event that funds are not appropriated for the fol!owing fisca!, year, or (b) at any time within a fisca! year in the event that funds are on!y appropriated for a portion of the fisca! year and funds for this Contract are no !onger available. This Section 16.12 will take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. // // // // // // // // // 030616 sdl 0100083 13 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM: Assistant City Attorney APPROVED: Assistant City Manager P~!NES, MELTON & £ARELLA, iNC., a corporation By: Name: Title: Director of A6ministrative Services Director of Public Works By: Na~e: Title: insurance Review Attachments: EXHIBIT "A": EXHIBIT "B"" EXHIBIT "C"- EXHIBIT "D"- Taxpayer T~-n’-~’-’~-~e~< N~ (Compliance with Corp. Code ~ 313 is required if the entity on whose behalf this contract is signed is a corporation. in the alternative, a certified corporate reso!ut$on attesting to the signatory authority of the individuals signing.in their respective capacities is acceptable) SCOPE. OF PROoNECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FOHJ 030616 sdl 0100083 CEI%TIFIC~.TE OF ACI~qOWLEDGMENT Civi! Code ~ 1189) ) ) as. ) On" , 200 before me, the undersigned, a .i ~~d~[~tar~-, ~P;~bl~co,[~ ll~-~~’~i f~ said~Coun~y and State,, Pezsonal!~’pers°nally bn~appeared~__ ~me--or proved to me on the basis of satisfactory evidence to.be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his!her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instr~ent. WITNESS my hand and Signatur~ of Notar~ Public 030616 sd| 0100083 15 CERTIFICATE OF ACKNOWLEDG3~ENT (Civil Code ~ 1189 STATE OF @ ~ On i? ,2OP~,beforeme, theundersigned, a Noi zor said County and State, personally appeared ~ proved to me on the basis of satisfactory.evidence to be the person(s) whose-name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in His/her/their authorized capacity.(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and.mffi-~ia Signatu~ ~i~ea!" :e of Notary Public 030616 sdl 0100083 16 ATTACHMENT B PALO ALTO REGIONAL WATER QUALITY CONTROL PLANT MOUNTAIN VIEW - MOFFETT RECYCLED WATER FACILITY PLAN INFORMATIONAL PACKET SEPTEMBER 2003 CONTENTS PAGE 1 2 3 .4 5&6 7 BACKGROUND LONG-TERM GOALS OF THE RWQCP PROJECT SCOPE PROJECT BENEFITS AND CHALLENGES INSTITUTIONAL ARRANGEMENTS AND FUNDING SCHEDULE The city of Palo Alto operates the Regional Water Quality Control plant (RWQCP) for the cities of Palo Alto, Mountain View, Los Altos, the Town of Los Altos Hills, East Palo Alto Sanitary District, and Stanford University. To mitigate the discharge of treated wastewater to San Francisco Bay, the RWQCP is required to operate and maintain a Water Reuse Program. The Water Reuse Program was started in the early 1980 and has been providing recycled water for landscape and golf course irrigation in the cities of Palo Alto and Mountain View. The Shoreline Golf Links in the City of Mountain View is one of the first reuse sites under the RWQCP Water Reuse Program. However, current delivery of reclaimed water to Shoreline is not possible becanse the delivery pipes have deteriorated significantly. The existing pipes lie in an environmentally sensitive marsh that poses problems for access and repairs. The delivery pipes are several miles long. The cost for replacement of the pipes is high and financially difficult for the RWQCP. The RWQCP has been diligently seeking outside funding to replace the pipes in order to restore service to Shoreline Golf Links and potentially expand the program. The RWQCP started a Long-term Goals Study in July 2000 with the vision that the future RWQCP will be consistent with the concept of sustainability. During the course of the study, the RWQCP hosted a series of workshops that led to the development of the long-term goals by stakeholders. Two of the 14 goals that were developed by the stakeholders established water recycling as a key priority for the RWQCP: Take leadership role in promoting beneficial reuse and environmental enhancement Maximize recycled water as a supplemental water source In addition, developing the recycled water activities was also identified as a key means to achieve many of the other long-term goals, including meeting or exceeding regulatory requirements. In June 2003, the Palo Alto City Council signed a contract with the State Water Resources Control Board and accepted a $150,000 grant to prepare a Water Recycling Facility Plan for the Mountain View / Moffett area. On June 23, 2003 Council approved the project. The Water Recycling Plan will investigate: 1.Replacement of the existing recycled water pipes from the Regional Water Quality Control Plant to Mountain View Shoreline golf links 2. Extension of the recycled water pipe from Shoreline to NASA-Moffett Field The replacement pipe will be sized for the future reuse opportunities in Mountain View and Moffett area. The potential additional reuse qualifies the RWQCP for the State grant. The final product of the Water Recycling Facility Plan will include: ¯Recommendations on the alignment and construction methods of the replacement pipe ¯Environmental document and clearance for the replacement pipe ¯Cost estimate and financial plan ¯Funding requirements and sources ¯Commitments from users ¯Institutional arrangements This project provides hnportant environmental and economic benefits: ¯Diversifies water sources and improves water supply reliability ¯Restores service to Shoreline area ¯Extends tax dollars that paid for the treatment of the wastewater to keep parks and the golf course green and healthy ¯Supports sustainability The project faces many challenges that are typical of water reuse projects. The main challenges to this project includes: ¯Institutional arrangements ¯Funding °Customer and public acceptance The funding and institutional issues are discussed in the following pages. Customer mad public acceptance is critical to the success of the project. The RWQCP is launching an outreach program, including a series of public meetings, to inform the public and solicit input. This project has the support of a diverse group of stakeholders. Information about the project and the Water Reuse Program is posted at the website w~¢w. cityofpaloalto, org/waterreuse. 4 Implementation of water reuse projects requires agreement among the recycled water producer, the water supply agencies, and the end users. Issues that may need to be resolved include: ¯Funding for capital ¯Ownership and operation of facilities ¯Transfer of responsibilities ¯Cost-shining arrangements ¯Impact of lost potable water revenues An important part of the project is to develop cost estimates and a financial plan for the design/construction, operation and maintenance of the facility. Based on the cost information, the RWQCP will vcork with the end users and parties involved to develop reuse incemives and a pricing policy, and to identify fimding sources. In view of the potential project benefits, funding sources may include: State Water Resources Control Board (SWRCB) - Proposition 50 grant or low interest loan Santa Clara Valley Water District (SCVWD) and!or San Francisco Public Utilities Commission RWQCP, City of Mountain View, end users Federal funding - United States Bureau of Reclamation (USBR) and/or United States Environmental Protection Agency (USEPA) The State grant is a very probable source of funding. To qualify for the State grant, the project must deliver recycled water to new reuse customers. To secure the grant, the project needs to be competitive in terms of project cost and potential number of customers that would use the recycled water. The State could fired as much as $5 million for construction. To apply for the grant, the RWQCP needs to submit the facility planning report by the end of February 2004 that includes: User commitments Information on funding sources Institutional arrangements Environmental clearance documents Without securing a State grant for the construction of the project, the RWQCP will not be able to repair the delivery pipes to Shoreline and does not have sufficient funding to replace the pipes. At this time, it appears that the State grant will be available in the upcoming fiscal year. To secure this potential source of funding, it is vital that the institutional arrangements be kept simple in order to accommodate the fast track schedule of the project. It is hoped that some type of partnership could be fol~ned between the RWQCP, the City of Mountain View, and the SCVWD that would enable the project to secure funding and move forward. Additional partnerships could be formed in the future with other agencies if desired. As part of the project, the RWQCP will be working with the SCVWD and the City of Mountain View on institutional arrangements. Presently, the RWQCP is seeking reuse sites along the pipe route, which runs on the north side of highway 101. The reuse application will be mainly landscape irrigation. Most of the green-scapes along the pipe route are in the city of Mountain View. The RWQCP will be gathering data on reuse quantities, pipe size and alignment, and costs. These and other information and data are needed to develop an institutional arrangement and funding strategy. It is anticipated that the follow-up information pamphlets will show the various funding and cost scenarios for the project. 6 Funding opporttmities drive the project schedule: Planning (current phase) Design!Construction 50% matching grant from the SWRCB Possible Grant and/or low interest loan from SWRCB, USBR, or USEPA March 2003 February 28, 2004 March 2004 The RWQCP is following a fast track schedule for this project in order to meet the State deadlines for funding. Under the contract with the SWRCB, the RWQCP is required .to complete the planning phase report, including environmental clearance document, by February 28, 2004. Upon approval of the report by the SWRCB, t.he RWQCP could file the application for the construction grant immediately and be eligible for the funding. The State could fund as much as $5 million, but funding is linaited and is awarded on a first-come-first-serve basis. Pending availability of funding, the desigrdconstruction of the pipeline could begin in the fall of 2004. Shoreline golf links could be reconnected in 2005. 7