Loading...
HomeMy WebLinkAbout2002-05-20 City Council (8)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: UTILITIES DATE:MAY 20, 2002 CMR: 248:02 SUBJECT:APPROVAL OF PROFESSIONAL ENGINEERING SERVICES CONTRACT WITH CAROLLO ENGINEERS IN THE AMOUNT OF $2,324,637 FOR THE DESIGN, PROJECT MANAGEMENT AND ADMINISTRATION OF PHASE h RESERVOIR BOOSTER STATION IMPROVEMENTS; DISTRIBUTION SYSTEM WATER QUALITY ENHANCEMENT; EXISTING BOOSTER STATION IMPROVEMENTS; AND RESERVOIR, PUMP STATION AND WELL LAND ACQUISITION RECOMMENDATION Staff recommends that Council approve and authorize the Mayor to execute the attached contract With Carollo Engineers in the amount of $ 2,324,637 for the design, project management and administration of Phase I: Reservoir Booster Station Improvements; Distribution System Water Quality Enhancement; Existing Booster Station Improvements; and Reservoir, Pump Station and Well Land Acquisition. BACK_ROUND The California Department of Health Services (DHS) recommends, as a best management practice, that water systems be able to supply their maximum day water demand plus the CMR:248:02 Page 1 of 6 system-required fire flow for an8 hour period without being able to receive water from any of its normal suppliers or neighboring communities. In response to the DHS best management practices recommendations and to provide an analysis of the City’s water distribution system based on the City’s 1998 -2010 Comprehensive Plan, the Water Wells, Regional Storage and Distribution System Study (1999 Study) was performed. The Comprehensive. Plan provided the foundation for the Capital Improvement Program recommendations made in 1999 Study. The 1999 Study involved a complete analysis of the City’s water distribution system. The Study provided recommendations for a stand- alone system that would provide maximum day plus flretlow demands for’ eight hours if the City connections to the San.Francisco Public Utilities Commission system were out of service. The 1999 Study objectives were divided into three separate operational categories to help focus the analysis and organize the improvement recommendations. The three categories were: 1) Meeting system water demands under normal operation~. ¯ 2) Meeting system water demands during a SFPUC supply shutdown (also termed "emergency operations" in the Study). 3)Maintaining distribution system integrity and water quality following the SFPUC’s scheduled conversion to chloraminatedwater in the fall of 2003. Between 1999 and 2001, the Utilities Advisory Commission (UAC) reviewed the Study and supported its recommendations. In March 2000, Council approved FY2000/2005 Water Capital Improvement Program (CMR: 141:00),which included the recommendations made in the Study. DISCUSSION The work to be performed under the contract is for the design, project management and administration of recommendations made in the Water Wells, Regional Storage, and Distribution System Study, December 1999 (Study) and includes the following projects in Phase I: 1) Reservoir Booster Station Improvements, 2) Distribution System Water Quality Enhancement, 3) Existing Booster Station Improvements, and 4) Reservoir, Pump Station and Wells Land Acquisition: 1. The Reservoir Booster Station Improvements project will enhance the reliability and performance of the water system by increasing flow capacity for both normal and fire suppression system demands. The flow capacities of the booster stations . need to be increased to allow larger volumes of water to -flow into the foothill CMR:248:02 Page 2 of 6 o o water pressure zones. More flow into the booster stations is needed to maintain water quality in the upper pressure zone reservoirs. The project replaces existing ¯ undersized pumps with larger pumps in the foothills pressure zones, and improves the existing electric services at the booster stations. The improvements will allow staff to PUmP water into the foothill reservoirs at more efficient rates and continue to provide high quality water for the community. This project will also add a redundant pressure regulating station to Pressure Area 4. The Distribution System Water Quality Enhancement project will provide pump mi:~ing systems at the Monte Bello, Dahl, Park, and Mayfield .reservoirs; provide chloramine feed systems at each existing well site; and implement ari expanded distribution system,water quality monitoring program. In late Fall 2003, the SFPUC will change the disinfectant used in the Hetch Hetchy water supply, from chlorine to chloramines. When this occurs, the City will not be able to store water in its reservoirs or distribution system for more than 20 days from the time the water enters the Palo Alto system. If the chloraminated water is not consumed by the Palo Alto water system demand within 20 days of receiving the water from the SFPUC, water quality events are very likely to occur in the distribution system. This project will improve the water circulation and mixing in the large City water reservoirs. The improved reservoir mixing will reduce high water age areas within the reservoirs that are pron6 to water quality degradation. During the expanded project design phase, water quality testing equipmen~ find distribution system Sites will be identified. The new water quality monitoring .equipment and procedures will be use by staff to implement the expanded water quality-monitoring program. The Existing Booster Station Improvements project will improve the water .system’s ability to move larger volumes of water out of the foothills on a daily basis. Additional flow capacity out of the foothill pressures zones is needed to meet fire demands in lower water pressure zones during emergencies. The project will replace undersized pressure reducing valves in the foothill water regulating stations and provide additional system capacity for conveying water from the reservoirs in the foothills to the lower system pressure areas during normal operations and emergencies. The Existing Booster Station Improvements Project will also include piping changes and additional control valves at the stations. The Reservoir, Pump Station, and Wells Land Acquisition projects will design a new water reservoir, well, and pump station for pressure areas 1 and 3 at E1 Camino Park or at an alternate suitable site. The final reservoir site will be determined as .part of a public outreach process which is included in the CMR:248:02 Page 3 of 6 professional engineer’s scope of work. Seven potential reservoir sites were identified in the 1999 Study. The Study identified the E1 Camino Park site as the most economical and feasible for a reservoir, pump station, and well. If SFPUC water system were out of service, the proposed reservoir would be a major component in meeting the emergency and fare water supply in pressure area 3. Pressure area 3 includes all of the land owned by Stanford University within Palo Alto, bounded by E1 Camino Real, Quarry Road, Pasteur Drive and San Francisquito Creek. A new well is also needed in conjunction with the reservoir to meet normal emergency demands in prdssure area .3. The new well for pressure area 3 will be designed to deliver 1,000 gallons per minute. The projects will also include instrumentation, controls, piping, and valves for the proposed facilities. Selection Process S~aff, with the concurrence of the City Attorney, has determined that professional engineering services is exempt from complying with the financial disclosure provisions of the City’s conflict of interest code, because the professional engineering Services range of duties and services to. be provided under the contract are limited in scope or are primarily ministerial in nature. The profdssional engineering services scope of services are detailed in Exhibits of the contract and generally include the following; public outreach, pre-design, design, envi)onmental documentation, and project management and administration for: ¯Evaluation of the original design criteria used in the 1999 Study; ¯Acqui.sition of the data necessary for the analysis of the key proj ect.issues; ¯Engineering analysis of the data obtained in the above task; ¯Environmental documentation for the projects and assessment of permits, and easements necessary for the construction of the projects; ¯Conducting a public outreach program; ¯.Preparation of the design documents including plans, profiles, details, specifications, and an engineer’s estimate for the .bidding and construction of the four-above mentioned projects. Staff sent a request for proposals to six consulting firms on July 25, 2001. Firms were given thirty days to respond to the request. A non-mandatory pre-proposal meeting was held on August 9, 2001; two firms attended the meeting. One firm submitted a propissal. Those firms not responding indicated that they did not submit a proposal because their current workload inhibited them from performing the work. CMR:248:02 ¯Page 4 of 6 Staff carefully reviewed the sole proposing firm’s qualifications and submittal in response to the RFP relative to the following criteria: ¯ .Scope of Proposal ¯Sequence of Work ¯Schedule of Work ¯References ¯Project Understanding and Approach ¯Design Experience ¯Completeness.of Proposal ¯Completion Time o Project Team Experience with City Issues Carollo Engineers was selected because of its professional qualification; strength of the proposed project team; past successful experience, with designing similar complex projects; familiarity with the project design and construction issues and City procedures; and experience working with the City. RESOURCE IMPACT Funds for this project are included in the FY 2001-03 Program budget. Water Capital Improvement POLICY IMPLICATIONS The approval of this contract is consistent with existing policies. This recommendation is consistent with the Council-approved Utilities Strategic Plan goal to build value for citizen owners, investing in utility infrastructure to deliver reliable service (Supporting Objective #2), and operating the distribution system in a cost effective manner (Key Strategy # 1). ENVIRONMENTAL REVIEW Based on the findings of the pre-design and project environmental documentation included in the contract scope of services, the proposed design may constitute a project for the purposes of the California Environmental Quality Act (CEQA). The scope of services includes preparing the necessary CEQA documents identified in the pre-design of the project. CMR:248:02 Page 5 of 6 ATTACHMENT A:Contract between the City of Palo Alto and Carollo Engineers for Professional Engineering Services PREPARED BY:Romel Antonio, Charles Borg, Roger Cwiak a DEPARTMENT HEAD: Director of Utilities CITY MANAGER APPROVAL: HARRISON Assistant City Manager CMR:248:02 Page 6 of 6 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND CAROLLO ENGINEERS, P.C. FOR THE DESIGN AND PROJECT MANAGEMENT AND ADMINISTRATION OF PHASE I: WATER DISTRIBUTION SYSTEM IMPROVEMENTS PROJECT 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 CAROLLO ENGINEERS, P.C. ("CONSULTANT"), an Arizona Corporation, with a California branch located at 2700 Ygnacio Valley Rd., Suite 300, Walnut Creek, CA 94598 (Taxpayer Identification No. 86-0899222). RECITALS: WHEREAS, CITY desires certain professional consulting services (~Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules or other writings ("Deliverables") (Segvices and Deliverables are, collectively, the ~Project"), as more fully described in Exhibits ~A-P"; and WHEREAS, CITY desires to. engage CONSULTANT, including its employees, if any, in providing the Services by rea@on of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete .the Project on theterms and in the manner set forth herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION i. TERM i.i .This Contract will commence on the date of its execution by CITY, and will terminate upon the completion of the Project, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the initial and subsequent Project tasks in accordance with the time schedule set forth in Exhibit ~M". Time is of the essence of this Contract. In the event that the Project is not completed within the time required through any fault of CONSULTANT, CITY’s City Manager will have the option of extending the time schedule for any period of time. This provision will not preclude the recovery of damages for delay caused by CONSULTANT. 020514 lh 0072164 SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services and Deliverables constituting the Project will be performed, delivered or executed by CONSULTANT under the phases of the Basig Services as described below and herein contained in Exhibits A through J. 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, either decreasing or ~increasing the amount of work required of CONSULTANT. In. the event that such changes are ordered, subject to the approval, of CITY’s City Council, as~may be required, CONSULTANT will be entitled to full~compensation for all work performed prior to CONSULTANT’s receipt of the noticeof change and further will be entitl4d to an extension of the time schedule. Any increase in compensation for substantial changes will be determined in accordance with the provisions of this Contract. CITY will not be liable for the cost or payment of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any such change in work. 2.3 Where the Project entails the drafting and submission of Deliverables, for example~ construction plans, drawings, and specifications, any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY before invitations to bid on a construction project (for which the Deliverables are required) are distributed by CITY, will be corrected by CONSULTANT at no cost to CITY,- provided CITY gives notice to CONSULTANT. 2.4 Any and all errors, omissions, or ambiguitigs in the Deliverables, which are discovered by CITY after the construction contract is awarded by CITY, will be performed by CONSULTANT, as follows: (a) at no cost to CITY insofar as those Services, including the Basic Services or the Additional Services, as described below, or both, will result in minor or nonbeneficial changes in the construction work required of the construction contractor; or (b) at CITY’S cost insofar as those Services, including the Basic Services or the Additional Services, or both, will add a:direct’ and substantial benefit to the construction work required of the construction contractor. The project manager in the reasonable exercise of his or her discretion will determine whether the Basic Services or the Additional Services, or both, will contribute minor or substantial benefit to the construction work. 020514 lh 0072164 2 SECTION 3. QUALIFICATIONS, STATUS, AND DUTIES OF CONSULTANT 3.1 CONSULTANT has the professional qualifications to furnish or cause to be furnished the Services and Deliverables. The projectdirectorand every individual, including any consultant (or contrachors), 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 supervisibn. CONSULTANT will furnish to CITY for approval, prior to execution of this Contract, a list of all individuals and the names of their employers or principals to be employed as consultants. 3.2 CONSULTANT will assign Thomas Patten as the project director to have supervisory, responsibility for the performance, progress, and execution of the Project. Dave Kraska will be assigned as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior Written approval of theproject manager. 3.3 CONSULTANT shall: 3.3.1 Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the Project; 3.3.2 Kgep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may.affect those engaged or employed.under this Contract and any materials used in CONSULTANT’s performance of the Services; 3.3.3 At all times observe and comply with, and cause its employees and consultants, if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 3.3.4 Will.report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Deliverables. 020514 lh 0072164 3.4 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract will become the property of CITY and will not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approval of the city manager. 3.5 CONSULTANT will provide CITY with the number of copies of any documents as listed in Exhibits A through J Scope of Work, which are a part of the Deliverables upon their, completion and acceptance by CITY. 3.6 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide such additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3.7 CONSULTANT will be responsible for employing or engaging all persons necessary to execute the Project. All consultants of CONSULTANT will be deemed to be directly controlled and supervised by CONSULTANT, which will be responsible for their performance. If any employee or consultant of CONSULTANT fails or refuses to .carry out the provisions of this Contract or appears to be incompetent or to act in: a disorderly or improper manner, the employee or consultant will be discharged immediately from further performance under this Contract on demand of the project manager. 3.8 In the execution of the Project, CONSULTANT and its consultants, if any, will at all times be considered independent contractors and not agents or employees of CITY. 3.9 CONSULTANT will perform or obtain or cause to be performed or obtained any and all of the following Additional Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.9.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.9.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.9.3 Performing any other Additional Services that may be agreed upon by the parties subsequent to the execution of this Contract; 3.10 CONSULTANT will be responsible for employing all consultants deemed necessary to assist CONSULTANT in the 020514 lh 0072164 4 performance of the Services. The appointment of consultants must be approved,, in advance, by CITY, .in writing, and must remain a6ceptable to CITY during the term of this Contract. SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit ~N" and such information regarding its requirements applicable Project as may be reasonably requested by CONSULTANT. 4..2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONSULTANT. CITY’s estimated time of review and approval will be furnished to CONSULTANT at the time of submission of each phase of work. CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s various departments makes it extremely difficult for CITY to firmly establish the time of each review and approval task. CITY’s failure to review and approve within the estimated time schedule will not constitute a default under this Contract. 4.3 The City Manager will represent CITY for all purposes under this Contract. Romel Antonio is designated as the project manager for the City Manager. The project manager will supervise the performance, progress, and execution of the Project, and will be assisted by City Staff. 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. SECTION 5. COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic Services Exhibits A through J herein stated, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed Two Million Three Hundred Twenty Four Thousand Six Hundred Thirty-Seven dollars ($2,324,637). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "K", on a time and materials basis, up to the maximum amount set forth i~ this Section. The fees of the consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance, by CITY. CITY reserves 020514 lh 0072164 5 the right to refuse payment of such fees, if such prior approval is’ not obtained by CONSULTANT. 5.1.2 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such work or .changes, or both. Prior to commencing such extra work or changes, or both, the parties will agree upon an estimated maximum cost for such extra work or changes. 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. ~5.1.3 Direct personnel expense of employees assigned to the execution of the Project by CONSULTANT will include only the work of architects, engineers, designers, job captains, surveyors, draftspersons, specification writers and typists, in consultation, research and design, work in producing drawings, specifications and Other documents pertaining to the Project, and in services rendered during construction at the site, to the extent such services are expressly contemplated under this Contract. Included inthe cost of direct personnel expense of these employees are salaries and mandatory and customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule of payments will be made as follows: 5.2.1 Payment of the 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 iutually agreed upon by the parties, as set forth in Exhibits "K","L",& ~M", within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. Final payment will be made by CITY after CONSULTANT has submitted all Deliverables, including, without limitation, reports. which have been approved by the project manager. 5.2.2 No deductions wi¯ll be made from CONSULTANT’s compensation on account of penalties, liquidated damages, or other sums withheld by CITY from payments to general contractors. 020514 lh 0072164 .6 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 Additional 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 to CITY forauditing purposes at mutually convenient times during the term of this Contract and for three (3) years following the expiration or earlier termination of this Contract. 6.2 The originals of the Deliverables prepared by or ¯under the direction of CONSULTANT in the performance of. this Contra~t will become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals will be delivered to CITY without additional compensation. CITY will have the right to utilize any final and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by .CONSULTANT, but CONSULTANT disclaims any responsibility, or liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1 CONSULTANT agrees to indemnify, defend and .hold harmless CITY, its Council members, officers, employees and agents, from any and all 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 willful misconduct, or conduct for which applicable law may impose strict liability on CONSULTANT 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 will not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The.subsequent acceptance by either party Of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation 020514 lh 0072164 7 by the other party of any covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 8.2 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 Contract. SECTION 9. INSURANCE 9.1 CONSULTANT, at its sole cost and~ expense, will obtain and maintain, in full force and effect during the term of this Contract, the insurance coverage described in Exhibit "0", insuring not only CONSULTANT and its consultants, if any, but also, with theexception 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 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:VII or higher .which are admitted to transact insurance business in the State of California. Any and all consultants of CONSULTANT retained to perform Services under this Contract will obtain and maintain, in full force and effect during the term of this Contract, identical insurance coverage, naming CITY as an additional insured under .such policies as required above. 9.3 Certificates of such insurance, preferablyon the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. 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 altered by the insurer except after filing with the CITY’s City Clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in policies of workers’ compensation, employer’s liability, and professional liability insurance. Current certificates of such insurance will be kept on file at all times during the term of this Contract with the city -clerk. 9.4 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 Contract. 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 Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. 020514 lh 0072164 8 SECTION I0. WORKERS’ COMPENSATION i0.i 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 employer to be insured against liability for workers’ compensation or to Jndertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Project. PROJECT SECTION II. TERMINATION OR SUSPENSION OF CONTRACT OR ii.i The city manager may suspend the execution of the Project, in whole or in part, or terminate this Contract, with or withou[ cause, by giving thirty (30) days’ prior written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance under this Contract. iI.:2 CONSULTANT may terminate this Contract or suspend its execution of the Project by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantial 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 will be compensated for the Basic Services and Additional Services performed and Deliverables received and approved prior to receipt of written notice from CITY of such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has been. suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approval of CITY’s City Council. If this Contract 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 in the reasonable exercise of her discretion. 11.4 In the event of termination of this Contract or suspension~of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as follows: 020514 lh 0072164 9 iI.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, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 11.4.3 The total compensation payable under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and all copies of the Deliverables, whether, or not completed, prepared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the property of CITY. 11.6 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTANT to fulfill itsobligations under this Contract. SECTION 12. ASSIGNMENT 12.1 This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of CITY will be void and, at the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 13.NOTICES 13.1 All notices hereunder will be given, inwriting, and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk 020514 lh 0072164 i0 City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14.CONFLICT OF INTEREST 14.1 In accepting this Contract, 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. 14.2 CONSULTANT further covenants that, in the performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or will have any financial interest under this Contract is an officer or employee of CITY; this provis±on will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 15. NONDISCRIMINATION 15.1 As set forth in the Palo Alt0 Municipal Code, no discrimination will be made in the employment of persons under this Contract because of the age, race, color, national 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 all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "P". 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as follows: "[Name of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; and that [Name of Provider] will not discriminate in the employment of any person under this contract because of the age, race, color, national origin, ancestry, religion, 020514 lh 0072164 Ii disability, sexual preference or gender of such person." 15.3 If CONSULTANT. is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in the performance of this Contract, it will be in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day .during which such person was subjected to discrimination, as damagesfor breach of contract, or both. -Only a finding of the State of California Fair Employment Practices Commission or the. equivalent federal agency or officer will Gonstitute evidence of a breach of this Contract. SECTION 16. MISCELLANEOUS PROVISIONS 16.1 CONSULTANT shall.comply with Federal and State laws, statutes or codes including 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. 16.2 Upon the agreement of the parties, any controversy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon the award renderedby the 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, the parties agree that trial 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. 16.5The prevailing party in any action brought to enforce the terms ofthis Contract or arising out of this Contract may recover its reasonable costsand attorneys’ fees expended in connection with that action. 16.6 This document represents the entire and integrated Contract 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. 020514 lh 0072164 12 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the part-ies. 16.9 If a court of competent jurisdiCtion finds or rules that any provision of this Contract or any amendment thereto .is void or unenforceable, the 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 addendi, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this. Contract. 16.11 This Contract may be executed in any number of counterparts, each of which will be an original,-but all of which together will constitute one and the same instrument. .16.12 This Contract is subject to the fiscal prowisions of the Charter of.the City of Palo Alto and the Palo Alto Municipal Code. This Contract 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- Contract are no longer. available. This Section 16.12 will take precedence in the event of a conf.lict with any other covenant, term, condition, or provision of this Contract. // // // // // // // // 020514 lh 0072164 13 IN WITNESS WHEREOF, the parties hereto have by their duly’ authorized representatives executed this Contract on the date first. above-written~ ATTEST: City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager CITY OF PALO ALTO Mayor CAROLLO ENGINEERS,P.C. By: Name: Title: By: Name: Title: Taxpayer Identification No. 86-0899222 Director of Administrative Services Directorof Utilities Insurance Review (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 resolution attesting to the signatory authority of the individuals" signing in their’respectivecapacities is acceptable) 020514 lh 0072164 14 ATTACHMENTS: EXHIBIT SUMMARY BASIC SERVICES EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF CONSULTANT SERVICES EL CAMINO PARK WELL EL CAMINO PARK RESERVOIR & PUMP STATION CONSTRUCTION MANAGEMENT OPTIONAL BASIC SERVICES (alternate reservoir sites): EXHIBIT ~E": EXHIBIT ~F": EXHIBIT ~G": EXHIBIT "H~’: EXHIBIT ~I": EXHIBIT ~J": COYOTEHiLL RESERVOIR & PUMP STATION OLD QUARRY RESERVOIR AND PUMP. STATION ESTHER CLARK PARK RESERVOIRAND PUMP STATION GUNN HIGH SCHOOL RESERVOIR AND PUMP STATION TERMAN PARK RESERVOIR AND PUMP STATION JUANA BRIONES PARK RESERVOIR AND PUMP STATION SUPPORTING EXHIBITS: EXHIBIT ~K": -EXHIBIT ~L": EXHIBIT "M": EXHIBIT ~N": EXHIBIT EXHIBIT CONSULTANT STAFF FEE/RATE SCHEDULE PROJECT BUDGET PROJECT SCHEDULE FOR EXHIBIT A-J DUTIES OF CITY OF PALO ALTO CERTIFICATE OF INSURANCE CERTIFICATE OF NONDISCRIMINATION 020514 lh 0072164 15 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF ) )ss. ) On , 2002, before me, the undersigned, a Notary.Public in and for said County and State, personally appeared , [personally known to 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 instrument. WITNESS my hand and official seal. Signature of Notary Public 020514 lh 0072164 16 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF.) COUNTY OF ) On , 2002, before me, the undersigned, a Notary Public in and for said County and State, personally appeared , personally known to me orproved to me on the basis of ~atisfactory evidence to be the person(s) whose name(s) is/are subscribedto 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 official seal., Signature of Notary Public 020514 lh 0072164 17 CITY OF PALO ALTO Memorandum May 17, 2002 TO: SUBJECT: City Council Members Agenda Item No. 7: Approval of Professional Engineering Services Contract With Carollo Engineers in the Amount of $2,324,637 For The Design, Project Management and Administration of Phase I: Reservoir Booster Station Improvements; Distribution System Water Quality Enhancement; Existing Booster Station Improvements; And Reservoir, Pump Station and Well Land Acquisition This packet contains Contract Exhibits A-P which were inadvertently left out of the above listed CMR: 248:02. This attachment is part of agenda item No.7 on the Council agenda for 5/20/02. JO:~ ULRICrl ( / Dirdctor of City of Pa~l~ Alto Utilities E~ H~SON - Assistant City Manager EXHIBIT A SCOPE OF SERVICES DUTIES OF CONSULTANT PHASE I DISTRIBUTION SYSTEM IMPROVEMENTS PROJECT INTRODUCTION In December. 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: Analyze the water distribution system’s ability to supply the water demands of the City when it is built-out according to the Comprehensive Plan dated 1998 - 2010. Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down foreight hours. This is the water supply emergency defined by the California Department of Health Services (DHS) in a letter to the City dated April 2, 1997. Assess how the SFPUC’s planned conversion to chloramine disinfection will impact water quality in the City’s water distribution system. The 1999 study recommended a suite of capital improvements to correct system deficiencies that were identified in the study. .~ This project comprises the majority of the design work described in the 1999 Study related to emergency supply and chloramine conversion improvements. Several work elements consist largely of upgrades to existing pump stationsand pressure regulating stations. The design of those elements will be completed in this Exhibit. The design and construction of the other major elements (i.e. rehabilitating the existing wells, constructing the new wells, and constructing the new reservoir) are handled separately (Phase II). Rehabilitating the existing wells and constructing the new wells ¯ (except for the proposed El Camino Park well) will be accomplished under a separate contract (Phase II). Constructing a new reservoir is a complex matter requiring the buy-in from many affected parties including Stanford University. For that matter, this Exhibit A includes the public involvement program to assist the CITY with selecting and gaining approval for constructing a new reservoir at one of the seven identified sites. Once the CITY has obtained the approval to develop a new reservoir at one of the seven sites, the CITY will give the CONSULTANT notice to proceed with one of the Exhibits C, or E through J. If the El Camino Park site is selected .for the new reservoir (Exhibit C), the CITY will also give the CONSULTANT notice to proceed with Exhibit B to develop the new El Camino Park well. This Exhibit A consists of the following tasks: Task A1 - Project Management This task covers general project and quality management duties for the following: a.The work covered in this Exhibit A. The new El Camino Park well (Exhibit B). The reservoir design services (for one reservoir) covered in Exhibits C and E through J. The construction management services covered in Exhibit D. PA Phi Design Scope.ExA.042502.doc April 25, 2002 The budget for the anticipated preliminary and final design phase project meetings is also included in this Task. Task A2 - Planning Considerations This task includes the effort involved in tracking the project budget and progress, developing and assisting the CITY with its public involvement program for selecting a new reservoir site, and a limited amount of as-needed services to further assist the CITY in selecting a new reservoir site. One of the key elements of this task is to obtain approval from the interested parties to construct a new reservoir at. one of the alternate sites. That approval will instigate moving forward with one of the Exhibits C or E - J, and with Exhibit B if the El Camino Park site is selected. Task A3 - Pre-Design, Design, And Cost Criteria This task includes performing preliminary design, final .design, and cost estimates for the following projects: a.Pump replacement and necessary mechanical, structural, electrical and instrumentation upgrades at the Dahl, Corte Madera, and Quarry pump stations. b.A new pressure area 4 pressure regulating station near the intersection of Page Mill Road and Coyote Hill Road. c.Reservoir mixing systems at the Monte Bello, Dahl, Park, and Mayfield reservoirs. d.Ammonia feed systems at the Hale, Peers Park, and Rinconada well sites. e.A water quality monitoring program. f.Mobile dechlorination equipment. g.Pressure regulating station upgrades at the Quarry, Corte Madera, Boronda, Park, and Dahl booster stations. In addition to developing plans, specifications and cost estimates for the above-described improvements, CONSULTANT shall also assist the CITY during the bid procurement process by answering questions from the bidding contractors and preparing addenda to the bid documents. SCOPE OF SERVICES The following sections describe the detailed scope of services covered in this exhibit. Task AI - PROJECT MANAGEMENT AND ADMINISTRATION Task A1.1 - Project Management. Under this task, CONSULTANT will prepare, a Project Management Plan, manage CONSULTANT’s team, and monitor project schedule and budget as described herein. CONSULTANT shall: 1.Prepare a Project Management Plan with the following sections: An introduction covering the project objectives and the project goals. The scope of services and list of deliverables for all items included in this Exhibit A. Key personnel assignments/organization chart. Project schedule. PA Phi Design Scope.ExA.O42502.doc April 25, 2002 .3. Project budget. A description of. the. quality management procedures of the project. A description of the monthly project reporting. h.A description of team communication procedures and contact information. Maintain coordination of the project team consisting of the CONSULTANT and its SUBCONSULTANTS. This task includes internal team meetings, meetings with various subconsultants, and regular correspondence with team members. CONSULTANT shall prepare monthly progress reports that include a summary of the work completed by task for the month, the work anticipated to.be completed in the following month, and a status report on the project schedule and budget. The budget for this task assumes a total of 24 monthly project reports are generated. The progress reports will be drafted, disc.ussed, finalized, and delivered to the CITY within three weeks after the subject month. This is to allow coordination with the CONSULTANT’s billing cycle. Deliverables: Project Management Plan as described above. Up to 24 monthly progress reports. Task A1.2 - Project Meetings. Under this task, CONSULTANT will conduct preliminary and final design phase project meetings as described herein. Project meetings to be held during the construction phase are covered in Exhibit D. CONSULTANT shall: 1.Conduct the following project meetings: a.Project kickoff meeting, b..21 additional preliminary and final design phase meetings as described in the Exhibits A, B, C, and E through J of this contract. Meetings needed for construction phase services (Exhibit D) are included in that Exhibit. 2.CONSULTANT shall prepare meeting summaries for the meetings conducted by the CONSULTANT and provide them to the CITY within five working days following the meeting. Deliverables: 1.Meeting agendas, and handout materials. 2.Meeting summaries of up to 22 meetings (the kickoff meeting and 21 additional meetings) conducted by CONSULTANT. Task A1.3 - Quality Management. CONSULTANT shall perform quality management reviews of deliverables as described herein to maintain a standard of care consistent with other practicing professional engineers performing the same or similar work at the time the notice to proceed is issued. PA Phi Design Scope.ExA.042502.doc 3 April 25, 2002 CONSULTANT shall: 1.Dedicate senior staff with applicable experience to conduct quality management reviews of each deliverable to the CITY. CONSULTANT shall provide the services of a senior-level engineer for technical review of the project deliverables prior to submittal to the CITY. Deliverables: None. Task A2 - PLANNING CONSIDERATIONS Task A2.1 - Budget and Schedule Tracking. Under this task, CONSULTANT shall prepare and maintain software tools for tracking the project schedule and budget. CONSULTANT shall: ¯ 1.Prepare a project schedule using Microsoft Project with the critical milestones and estimated duration for each of the CIP projects included under this agreement. 2.Update the schedule monthly and provide a printout. The budget is based on an assumed project duration of 24 months. Deliverables: 1.Microsoft Project schedule updated each month for 24 months. Task A2.2 - Permit Assessment. Under this task, CONSULTANT shall identify the permits that are necessary for completion of the design and construction phase services. CONSULTANT shall: 1.Permit roadmap that defines the regulatory requirements, contacts, time lines, and subsequent documentation needs for final design. 2.Obtaining right of way is not anticipated for the project and is not included in this scope of services. Deliverables: 1.A table summarizes the permit contacts and requirements. Task A2,3 - Stakeholder Involvement. Under this task, CONSULTANT shall assist the CITY with public involvement efforts. The focus of this task will be to involve the public parties that may be affected by the new reservoir portion of this project. Public involvement for the other portions of this project described in Task A.3.1 is not included in this contract because public resistance to those projects is not anticipated. The ultimate goal of this task will be to obtain Council approval to construct a new reservoir at one of the selected sites. CONSULTANT shall: PA Phi Design Scope.ExA.042502.doc 4 April 25, 2002 Develop the public involvement program with CITY staff input. The program will consist of a plan and schedule for obtaining approval to proceed with designing and constructing a new reservoir at one ofthe selected sites (construction by others). Conduct one public involvement coordination meeting at the CITY’S offices to organize the CITY’s efforts toward involving the public. The meeting will be attended by the CONSULTANT and senior CITY officials involved in the public involvement process. It is assumed that the CITY will provide a list of major stakeholders and potentially affected interests (PAls) including Stanford University, the public, and the Architectural Review Board. = = With CITY input, develop draft and final information packets and fact.sheets for distribution to the stakeholders. The draft, packets will be presented at the first workshop and then finalized based on comments received. The packets will contain some essential background material defining the problem, various options, a proposed project schedule, and names and telephone numbers of people to contact. Conduct up to three (3) public involvement workshops with stakeholders and PAls. The first workshop will be designed to provide the needed background information regarding the water supply reliability problems the project is attempting to solve. The following meeting will be designed to present the alternatives for consideration, elicit any new alternatives from the public, and prepare an initial ranking of the alternatives. The third and final meeting will be designed to prepare an opinion summary that captures the opinions of the public regarding the alternatives including the alternative preferred by the public. It is assumed that the Consultant will present the opinion summary to the CITY Council to obtain approval regarding which reservoir site should be developed. This step. is critical for moving forward with design of a new reservoir at any one of the identified, sites. Upon Council approval of the reservoir site, CONSULTANT will receive direction from CITY to proceed with design services for the new reservoir (included in one of the Exhibits C, E - J) and the new El Camino Park Well (Exhibit B) if the El Camino Park site is selected for the new reservoir. It is anticipated that these workshops will be held in the late afternoon in the CITY. Conduct up to three (3) small group meetings with PAls near the selected new reservoir site. These meetings will serve to provide technical detail and identif~ the concerns of the PAls such that they may be addressed during the preliminary and final design phases of the project. It is anticipated that these small group meetings will be held in the late afternoon in the CITY. Develop, host, and maintain a project website to provide project information to the public and to collect public comments on the projecL Public comments will be collected, tabulated,and sent to the CITY in electronic form. Meeting minutes, action items, and recommendations from the three public involvement workshops and the three small group meetings will be summarized, tabulated, and postedto the website at the CITY’s request. The website shall be maintained for the duration of the project (estimated at two years). Deliverables: 1.Meeting minutes of the internal public involvement coordination meeting. 2.Draft and final information packets. Agenda, presentation materials and minutes for the three (3) public involvement workshops. Agenda, materials, and minutes for the three (3) small group meetings. PA Phi Design Scope.ExA.042502.doc 5 April 25, 2002 o Project website. Opinion summary resulting from the three workshops. Final design recommendations resulting from the three small group meetings. Task A2.4 - Additional Assistance for Reservoir Site Selection. Under this task, CONSULTANT shall provide additional as-needed technical support services in support of the CITY’s efforts to make a final new reservoir site .selection. CONSULTANT shall: Assist the CITY as needed to help facilitate final reservoir site selection. CONSULTANT shall provide technical assistance and information in response .to the CITY’s requests for information. 2.The budget for this task is limited to $3,000. Deliverables: 1.As determined during the as~needed services subject to the budget limitations of this task. Task A3 - PRE-DESlGN, DESIGN, AND COST CRITERIA Task A3.1 Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CONSULTANT shall: 1.Prepare a maximum of three alternative .conceptual designs for each of the following projects: Pump replacement at the Dahl, Corte Madera, and Quarry pump stations as described in the 1999 Study. A new pressure area 4 pressure regulating station in the vicinity of the Quarry pump station, and the intersection of Page Mill Road and Coyote Hill Road. Reservoir mixing systems at the Monte Bello, Dahl, Park, and Mayfield reservoirs. Ammonia feed systems at the Hale, Peers Park, and Rinconada well sites. A water quality monitoring program for monitoring the parameters related to the SFPUC conversion to chloramine disinfection. Mobile dechlorination equipment for neutralizing the disinfectant from hydrant flows during water main flushes. Pressure regulating station upgrades at the Quarry, Corte Madera, Boronda, Park, and Dahl booster stations as described in the 1999 Study. The alternative conceptual designs will consist of a description, a simple graphic, a cost estimate, and a listing of the pros and cons for each preliminary design. This predesign effort will include the electrical, instrumentation, and SCADA considerations for each of the improvement alternatives. Note that for some Of the projects there may be only one alternative conceptual design that is practical and feasible. CONSULTANT will assist the CITY in obtaining the permits needed to complete the projects described in this task. PA Phi Design Scope.ExA.042502.doc 6 April 25, 2002 Conduct a preliminary design meeting at the CITY’s offices where the CONSULTANT will present the conceptual alternative designs. The meeting attendees will comment and select a preferred alternative. The CITY will prepare an invitation list for the meeting consisting of representatives from operations and engineering. CONSULTANT will document the decisions in the meeting minutes. CONSULTANT’s environmental subconsultant (ESA) will review each of the each of the seven other project components, which are primarily improvements or upgrades to existing facilities, and describe the CEQA review requirements of each. It appears that some of these projects will not require CEQA review or can be addressed in a Categorical Exemption. CONSULTANT’s environmental subconsultant will conduct a site reconnaissance of the existing facilities where projects are proposed to confirm that CEQA Categorical Exemption is appropriate. If CONSULTANT’s environmental subconsultant finds that there are sensitive resources or environmental conditions that could raise the potential for impact, CONSULTANT’s environmental subconsultant will recommend that that project be included in the Mitigated Negative Declaration being prepared for the new reservoir (Exhibits C, E through J). ESA will prepare an administrative draft Categorical Exemption for review and comment by the City and CONSULTANT. ESA will respond to one round of comments on the administrative draft documents and prepare the updated Categorical Exemption for posting with the County clerk. Geotechnical information shall be gathered to design the pipeline crossing under Page Mill Road for the new redundant PA4 PRS~ Perform a geologic site reconnaissance, and prepare a geologic map showing the geologic units and/or hazards affecting construction. Drill, log, and sample up to four (4) borings to depths up to 10 feet. Backfill the borings with cement grout. Dispose of the cuttings in accordance with CITY standards. Perform laboratory tests on the collected soil samples to evaluate the engineering characteristics of the subsurface soils. Perform engineering analysis based on t,~e results obtained from the above tests and develop recommendations for design and construction. Conduct a field survey at the site of the new PA4 pressure regulating station to establish ground control for aerial photography, mapping, and field location (x,y) of surface utilities. Horizontal coordinates will be referenced to the California Coordinate System of 1983, 1991.35 epoch (CCS83 (1991.35), Zone 3. Elevations will be based on the North American Vertical Datum of 1988. Digital photogrammetric mapping will be compiled for the pipeline route. A field survey will be performed in these areas to locate all surface utilities. The CONSULTANT will perform pothoiing at selected utilities, and a survey crew will return to the site for up to two (2) days to locate these potholes Prepare a basis of design document for the selected alternatives. This document will provide the final facility configuration and design criteria to initiate final design efforts. The intent is for the CITY to accept the basis of design in this task so that changes in concept, configuration, and design criteria are avoided once the detailed design is in progress. This document will include a brief summary of the selected alternatives, the final design criteria, the descriptions of the alternatives, and a summary of the meeting where the alternatives were selected. Deliverables: 1.Conceptual design of the improvement projects. 2.Categorical exemption documents for the improvement projects. PA Phi Design Scope.ExA.042502.doc 7 April 25, 2002 Geotechnical report with recommendations needed for final design. Aerial photograph of the new PA4 pressure regulating station site. Basis of lesign document for the selected alternatives. Task A3,2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternatives selected in Task 3.1. The CONSULTANT’s level of effort budget allowance for this Task is limited to 2,428 hours as shown on Exhibit L. If additional level of effort is required to adequately design and describe the work, the CITY will issue a change order to the CONSULTANT for a mutually agreed amount. CONSULTANT shall: Prepare 35 percent design submittal package. The 35 percent drawings will include sufficient dimensions and description of the selected components to illustrate how the concepts developed in Task A3.1 will be implemented. The level of detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed process and system control diagrams. Specifications will not be developed at this stage of design. Draft control descriptions of the new equipment will be prepared for review. The 35 percent submittal package will also include the following: Site plans Piping and instrumentation diagrams. Piping layout drawings. Building floor plan. Equipment locations for all major equipment. Control descriptions. Equipment data sheets for all major equipment. Instrument lists. Drawing list. List of specific items requiring CITY decision. Updated project cost estimate and project schedule. The purpose of these documents is to provide sufficient information for CITY staffto assess and identify potential impacts of the improvements on the project goals, operational constraints, and maintenance issues including equipment experiences or preferences. Prepare 65 percent design submittal package. The 65 percent drawings will include additional dimensions and description of the selected components to illustrate how the concepts developed in Task 3.1 will be implemented. The level of detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed process and system control diagrams. The 65 percent submittal will account for the~comments received from the CITY on the 35 percent submittal. Specifications will include an outline of proposed construction sequencing and constraints; general criteria, installation requirements and testing .procedures for major equipment; and listing of proposed bid item breakdown. The 65 percent submittal package will also include the following: PA Phi Design Scope.ExA.O42502.doc 8 April 25, 2002 Typical details. Site plans Piping and instrumentation diagrams. Piping layout drawings. Building elevations and floor plan (if applicable). Equipment layouts for all major equipment. Electrical single line drawings. Control descriptions. Control system architecture block diagrams (SCADA). Equipment data sheets for all major equipment. Instrument lists. Drawing list. Specification table of contents. Specification sections for major equipment. Draft standard and special provisions. List of specific items requiring CITY decision. Updated project cost estimate Prepare 90 percent design submittal package. The 90 percent submittal package will address all the CITY’s comments on the 65 percent submittal package as well as the comments resulting from the CONSULTANT’S internal QNQC program. This submittal will represent a near- biddable set of construction documents. The purpose of this submittal is to allow the CITY a .final opportunity for comments. Prepare a 100 percent design submittal package. The 100 percent submittal package will address the final comments made by the CITY’s review team as well as the CONSULTANT’S review team. The purpose of this submittal package is to present to the CITY how the final comments were addressed and to obtain buy-in prior to preparing the bid package. Prepare a maximum of two bid packages. If El Camino Park is selected as the new reservoir site, one bid package will be prepared for the El Camino Park well (Exhibit B), and another will be prepared for the new reservoir (Exhibit C) and the improvements described in this Exhibit A. If anyofthe alternative sites is selected for the new reservoir, then only one bid package will be prepared. It is assumed that the CITY will not be able to construct the El Camino Park Well described in Exhibit B if itcannot build the El Camino Park Reservoir. Design and construction of a new well at a site other than El Camino Park is not included in this contract. CONSULTANT shall assist the CITY during bidding by conducting one (1) on-site pre-bid conference, answering bidding contractor’s questions during the bid period, and preparing up to two (2) addenda, as needed. CONSULTANT services such as conducting a preconstruction conference, preparing conformed drawings, inspection, construction management, and submittal review are included under Exhibit D. CONSULTANT shall receive a separate notice to proceed from the CITY when construction management services are to begin. Deliverables: 1.2 full-size copies and 10 half-size copies of the 35 percent drawings. 2.10 copies of the 35 percent specifications. 3.35 percent design cost estimate. PA Phi Design Scope.ExA.042502.doc April 25, 2002 5. 6. 7. 8. 9. 10. 11. 12. 13. 2 full-size copies and 10 half-size copies of the 65 percent drawings. 10 copies of the 65 percent specifications. 65 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 90 percent drawings. 10 copies of the 90 percent specifications. 90 percent design cost estimate. 1 full-size copy and 5 half-size copies of the 100 percent drawings. 5 copies of the 100 percent specifications. 100 percent design cost estimate. Bid set documents: 1 .CD of the final drawings and specifications~ 1 master full-size reverse- plotted mylars, 1 print-ready master set of specifications, 100 half-size copies of the drawings, and 100 copies of the project specifications. PA Phi Design Scope.ExA.042502.doc 10 April 25, 2002 EXHIBIT B SCOPE OF WORK DUTIES OF CONSULTANT ~PRELIMINARY AND FINAL DESIGN OF THE EL CAMINO PARK WELL INTRODUCTION In December 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: ¯Analyze the water distribution system’s ability to Supply the water demands of the City when it is built-out according to the Comprehensive Plan dated 1998 - 2010. ¯Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down for eight hours. This is the water supply emergency defined by the California Department of Health Services (DHS) in a letter to the City dated April 2, 1997. ¯Assess how the SFPUC’s planned conversion to chloramine disinfection will impact water quality in the City’s water distribution system. The 1999 study recommended a suite of capital improvements to correct system deficiencies that were identified in the study. The El Camino Park well is only one the many improvements recommended in the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The well will improve the ability of the CITY’S water distribution system to supply water during water supply, emergencies, particularly to the CITY’s pressure area 3. The purpose of the El Camino Park well is to provide a sustained water supply to.pressure area 3 when the SFPUC aqueducts are shut down due to severe damage caused by an earthquake or some other emergency. At the time this scope of services was drafted, the CITY had not yet received approval from Stanford University, the landowner, to construct the well at the park. As such, the work described in this Exhibit will only be performed if the CITY receives that approval. If the CITY does not receive such approval, it will need to pursue constructing a well at an alternative site. Selecting the alternative site and constructing a new well at that location are not covered in this contract. This Exhibit B consists of the following tasks: Task B1 - Preliminary Design This task entails performing preliminary design efforts for the new El Camino Park well that consist of the following: Construct a test hole to determine the final design of the well casing and screens and the capacity of the pumping system. Perform the environmental work needed to comply with CEQA requirements for the new well construction. Prepare an aerial survey of the site for the new well and the discharge pipeline. Route the discharge pipeline to avoid existing utilities. Prepare a basis of design (preliminary design) report to document the final design criteria of the new well. Task B2 - Final Design In addition to developing plans, specifications, and cost estimates for the new El Camino Park well, CONSULTANT shall also assist the CITY with answering questions from the bidding contractors. PA Phi Design Scope.ExB.042502.doc 1 April 25, 2002 SCOPE OF SERVICES The following sections describe the detailed scope of services covered in this exhibit. Task BI Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CONSULTANT shall: CONSULTANT’s hydrogeologist subconsultant will hire a drilling contractor to construct the test hole. The test hole will be six-inches in diameter and drilled to a depth of 800 feet. During drilling, lithologic samples from the borehole will be collected and logged by a qualified geologist. After reaching final depth, the borehole will be geophysically logged (resistivity, spontaneous potential and natural gamma). Upon completion of the test hole, borehole will be backfilled with concrete in accordance with State law. It is assumed that the test hole drilling can take place on an 8-hour daylight basisand can be completed in approximately one (1) week. It is also assumed that required permits for test hole drilling will be limited to a well construction permit. It is assumed that special permitting or environmental review will not be required. The budget for this task includes permitting of the test hole drilling with Santa Clara County Health Department and,Santa Clara Valley Water District, contractor services, hydrogeologic supervision and data collection, and preparation of brief data transmittal to City staff. Data from the test h01e will be compiled, reviewed, and compared with available proximate hydrogeologic data. The compiled data will be utilized to prepare a draft basis-of-design for the new well. This document will recommend an overall well design, an approach to construction techniques, and discuss well constructiof= logistical issues. It is assumed that the CEQA compliance effort for the new well will be performed as part of the effort for the proposed El Camino Park reservoir (Exhibit C). It isexpected that if the CITY does not get approval to construct the El Camino Park reservoir, it will not have the authority to construct a new well there either. The effort required to perform separate CEQA compliance efforts for the well and the reservoir are not included in this scope of services. If the CITY gets authority to construct the proposed El Camino Park reservoir, the CONSULTANT’s environmental subconsultant will conduct a site reconnaissance and review available information (including .biological and.cultural resource databases) to prepare a preliminary assessment of environmental opportunities and constraints. CONSULTANT shall summarize this information into a concise letter report. CONSULTANT’s environmental subconsultant shall prepare CEQA documentation to address the proposed new reservoir and well projects at the El Camino Park site. At this time, we anticipate that a Mitigated Negative Declaration will be appropriate. This assumption will be confirmed through our project evaluation and preparation of the Initial Study. Our basic scope of services addresses a single preferred site location for the reservoir and the well. ¯ CONSULTANT’s environmental subconsultant shall prepare an administrative draft Initial Study to evaluate the potential impacts of the proposed reservoir, pump station, and new well. We will use the CEQA Checklist and address all issues, including the following: Land Use: Assessment of temporary/permanent displacement of existing land uses. PA Phi Design Scope.ExB.042502.doc 2 April 25, 2002 ConstructionlOperation Effects. Assessment of site features related to: -Noise - construction and operational noise effects on sensitive land uses Air quality/dust - construction air quality effects on adjacent land uses Traffic - primarily construction effects on adjacent roadways and land uses of concern Chemical use and hazardous materials - primarily construction related. Visual quality - views of project area from adjacent land uses Biological resources -inciuding potential heritage trees and Game Refuge impacts Water resources - primarily creeks and drainages that could be affected by site runoff and groundwater impacts -Cultural/historic resources - effects on known and previously undiscovered resources Recreation resoumes- construction and operational effects on athletic fields at the reservoir site or other recreational resources within the project area, such as bicycle routes or other parks CONSULTANT’s environmental subconsultant shall respond to one round of comments on the administrative draft documents and prepare the Initial Study / Mitigated Negative Declaration, including the Mitigation Monitoring and Reporting Program, for public circulation. CONSULTANT’s environmental subconsultant shall also prepare the Notice of Availability / Notice of Intent to adopt a Mitigated Negative Declaration. Following receipt of comments on the Initial Study / Mitigated Negative Declaration, CONSULTANT’s environmental subconsultant shall then prepare responses to comments, in conjunction with the CITY. CONSULTANT’s environmental subconsultant shall also complete the Mitigation Monitoring and Reporting Program and prepare a Notice of Determination for the project. CONSULTANT’s environmental subconsultant evaluation shall be based on a review of the project description, site reconnaissance, literature review, review of studies under preparation by other specialists, and informal consultation with relevant regulatory agencies. Prepare aerial and topographic surveys of the well site. As with the CEQA compliance efforts described in task B1.2 above, this work is assumed to be conducted with the survey work performed for the proposed El Camino Park reservoir (Exhibit C). Set control at the site. Perform a flight to obtain high-resolution black and white, vertical aerial photography using a precision, calibrated, cartographic camera. Photography will be taken at a height of 1,200 feet above mean terrain, which will result in an average photo scale of 1:2,400 (1 inch = 200 feet). The number of models and photos will vary according to the length of pipeline right of way to be mapped. After receiving the new vertical photos, prepare digitally compiled photogrammetric mapping at the site. Mapping will be at a scale of 1 inch = 20 feet, with a contour interval of one foot. Following compilation of the digital photogrammetry, a field crew will be mobilized to check the photogrammetric product, and provide a surface utility survey of the reservoir site and pipeline right of way. Planimetric features will be verified and added if necessary. Utilities to be located shall include but not be limited to storm and sanitary drainage structures, electric power and electronic transmission facilities, visible water pipelines and structures, and other visible indicators of utility structuri~s. Utilities gathered will be added to the mapping product. Conduct a utility conflict survey to develop potential route(s) for the discharge pipeline. Review PA Phi Design Scope.ExB.042502.doc April 25, 2002 available as-built drawings to identify potential conflicts with existing utilities. Prepare recommended pipeline route including whether existing utilities should be relocated. Conduct a well preliminary design meeting at the CITY’S offices where the CONSULTANT will present the preliminary design. The CITY will prepare an invitation list for the meeting consisting of representatives from operations and engineering. CONSULTANT will document the decisions in the meeting minutes. Prepare a basis of design document for the new well. This document will provide the final facility configuration and design criteria to initiate final design efforts. The intent is for the CITY to accept the basis of design in this task so that changes in concept, configuration, and design criteria are avoided once the detailed design is in progress. This document will include a brief summary of the selected configuration, the final design criteria, and a summary of the meeting where the alternatives were selected. Deliverables: 2. 3. 4. 5. 6. 7. 8. 9. Basis-of-design report from the well test hole program. Administrative draft, draft, and final versions of the mitigated negative declaration. Initial Study / Mitigated Negative Declaration. Notice of Availability / Notice of Intent. Responses to Comments on the draf~ Initial Study / Mitigated Negative Declaration. Final Mitigation Monitoring and Reporting Program. Notice of Determination. Digital electronic file of the aerial photography and survey. Minutes of the well project selection meeting. Basis of design report for the new well. Task B2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected. The CONSULTANT’s level of effort budget allowance for this Task is limited to 1,196 hours as shown on Exhibit L. If additional level of effort is required to adequately design and describe the work, the CITY will issue a change order to the CONSULTANT for a mutually agreed amount. CONSULTANT shall: 1. Prepare 35 percent design submittal package. The 35 percent drawings will include sufficient dimensions and description of the selected components to illustrate how the concepts developed in Task B1 will be implemented. The level of detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed process and system control diagrams. Specifications will not be developed at this stage of design. Draft control descriptions of the new equipment will be prepared for review. The 35 percent submittal package will also include the following: Site plans Piping and instrumentation diagrams (SCADA). PA Phi Design Scope.ExB.042502.doc 4 April 25, 2002 Piping layout drawings. Equipment locations for all major equipment. Control descriptions. Equipment data sheets for all major equipment. Instrument lists. Drawing list. List of specific items requiring CITY decision. Updated project cost estimate and schedule. The purpose of these documents is to provide sufficient information for CITY stafft0 assess and identify potential impacts and effects of the improvements to project goals, operational constraints, and maintenance issues including equipment experiences or preferences. Prepare 65 percent design submittal package. The 65 percent drawings shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed system control diagrams. Specifications will include an outline of proposed construction sequencing and constraints; general criteria, installation requirements and testing procedures for major equipment; and listing of proposed bid item breakdown. The 65 percent submittal package will also include the following: Typical details. Piping and instrumentation diagrams. Piping layout drawings. Equipment layouts for all major equipment. Electrical single line drawings.. Control descriptions. Control system architecture block diagrams (SCADA). Equipment data sheets for all major equipment. Instrument lists. Drawing list. Specification table of contents. Specification sections for major equipment. Draft standard and special provisions. List of specific items requiring City decision. Updated project cost estimate Prepare 90 percent design submittal package. The 90 percent submittal package will address all the City’s comments on the 65 percent submittal package as well as the comments resulting from the CONSULTANT’S internal QA/QC program. This submittal will represent a near- biddable set of construction documents. The purpose of this submittal is to allow the City a final opportunity for comments. Prepare a 100 percent design submittal package. The 100 percent submittal package will address the final comments made by the City’s review team as well as the CONSULTANT’S review team. The purpose of this submittal package is to present to the City how the final comments were addressed and to obtain buy-in prior to preparing the bid package. Prepare a single bid package combined with the improvements designed under Exhibit A. The CITY will advertise the bid package to obtain bids from qualified contractors. CONSULTANT shall assist the CITY during bidding by conducting one (1) on-site pre-bid PA Phi Design Scope.ExB.042502.doc April 25, 2002 conference, answering bidding contractor’s questions during the bid period, and preparing up to two (2) addenda, as needed. CONSULTANT services such as conducting a preconstruction conference, preparing conformed drawings, inspection, construction management, and submittal review are included under Exhibit D. CONSULTANT shall receive a separate notice to proceed from the CITY when construction management services are to begin. Deliverables: 2. 3. 4. 5. 6. 7. 8. 9. 12. 13. 2 full-size copies and 10 half-size copies of the 35 percent drawings. 10 copies of the 35 percent specifications. 35 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 65 percent drawings. 10 copies of the 65 percent specifications. 65 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 90 percent drawings. 10 copies of the 90 percent specifications. 90 percent design cost estimate. .. 1 full-size copy and 5 half-size copies of the 100 percent drawings. 5 copies of the 100 percent specifications. 100 percent design cost estimate. Bid set documents: 1 CD of the final drawings and specifications, 1 master full-size reverse- plotted mylars, 1 print-ready master set of specifications, 100 half-size copies of the drawings, and 100 copies of the project specifications. PA Phi Design Scope.ExB.042502.doc 6 April 25, 2002 EXHIBIT C SCOPE OF WORK DUTIES OF CONSULTANT PRELIMINARY AND FINAL DESIGN OF THE EL CAMINO PARK RESERVOIR INTRODUCTION In December 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: ¯Analyze the water distribution system’s ability to supply the water demands of the City when it is built-out according to the Comprehensive Plan dated 1998 - 2010. ¯Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down for eight hours. This is the water supply emergency defined by the California Department of Health Services (DHS) in a letter to the City dated April 2, 1997. ¯Assess how the SFPUC’s planned conversion to chloramine disinfection will impact water quality in the City’s water distribution system. The El Camino Park reservoir is only one of.the many improvements recommended in the 1999 Study. The reservoir will.improve the ability of the CITY’s water distribution system to supply water during DHS- defined water supply emergency, as well as other water supply emergencies. Specifically, this reservoir will assist in fire suppression efforts in the CITY’s pressure areas 1 and 3. At the time this scope of services was drafted, the CITY had not yet received approval from Stanford University, the landowner, to construct the reservoir at the park. As such, the work described in this Exhibit will only be performed if the CITY receives that approval. If the CITY does not receive such approval, it will need to pursue constructing a reservoir at an alternative site. Six; alternative reservoir sites were identified in the 1999 Study. The work involved in preparing preliminary and final designs for a reservoir at any of the alternate sites is covered under Exhibits E through J. This Exhibit C consists of the following tasks: Task Cl - Preliminary Design This task entails performing preliminary design efforts for the new El Camino Park reservoir that consist of the following: Prepare conceptual design alternatives for the new reservoir for the CITY to select one for implementation. bo Perform the environmental work needed to comply with CEQA requirements for the new reservoir construction. do f. g. h. Develop architectural renderings of the proposed above-ground facilities (pump station) for review, comment, and approval. Conduct the geotechnical investigation necessary for final structural design. Conduct the photogrammetric topographical survey to support final design efforts. Route the inlet/outlet pipeline to avoid existing utilities. Conduct a preliminary design meeting to finalize the design criteria. Prepare a basis ofdesign (preliminary design) report to document the final design criteria of the new reservoir. PA Phi Design Scope.ExC.042502odoc April 25, 2002 Task C2 - Final Design In addition to developing plans, specifications, and cost estimates for the new El Camino Park reservoir, CONSULTANT shall also assist the CITY with answering questions from the bidding contractors. SCOPE OF SERVICES The following sections describe the detailed scope of services covered in this exhibit. Task C1 Pre,Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CONSULTANT shall: Prepare conceptual designs of a maximum of three improvement alternatives for the new reservoir and pump station. A description, capital construction cost estimate, 8.5xl 1 inch graphic, and a listing of the pros and cons will be prepared for each of the improvement alternatives. The project alternative descriptions of the pros and cons will incorporate the results of the environmental and geotechnical studies conducted in this task, as appropriate. It is assumed that the CEQA compliance effort for the new El Camino Park reservoir will be performed as part of the effort for the proposed El Camino Park well (Exhibit B). The effort required to perform separate CEQA compliance efforts for the well and the reservoir are not included in this scope of services. If the CITY gets authority to construct the proposed El Camino Park reservoir, the CONSULTANT’s environmental subcansultant will conduct a site reconnaissance and review available information (including biological and cultural resource databases) to prepare a preliminary assessment of environmental opportunities and constraints. CONSULTANT shall summarize this information into a concise letter report. CONSULTANT’s environmental subconsultant shall prepare CEQA documentation to address the proposed new reservoir and well projects at the El Camino Park site. At this time, we anticipate that a Mitigated Negative Declaration will be appropriate. This assumption will be confirmed through our project evaluation and preparation of the Initial Study. Our basic scope of ¯ services addresses a single preferred site location for the reservoir and the well. CONSULTANT’s environmental subconsultant shall prepare an administrative draft Initial Study to evaluate the potential impacts of the proposed reservoir and new well. We will use the CEQA Checklist and address all issues, including the following: Land Use: Assessment of temporary/permanent displacement of existing land uses. Construction/Operation Effects. Assessment of site features related to: Noise - construction and operational noise effects on sensitive land uses Air quality/dust - construction air quality effects on adjacent land uses Traffic - primarily construction effects on adjacent roadways and land uses of concern Chemical use and hazardous materials - primarily construction related Visual quality - views of project area from adjacent land uses Biological resources - including potential heritage trees, and Game Refuge impacts Water resources - primarily creeks and drainages that could be affected by site runoff and groundwater impacts PA Phi Design Scope.ExC.042502.doc April 25, 2002 Culturallhistoric resources - effects on known and previously undiscovered resources Recreation resources- construction and operational effects on athletic fields at the reservoir site or other recreational resources within the project area, such as bicycle routes or other parks o CONSULTANT’s environmental subconsultant shall respond to one round of comments on the administrative draft documents by preparing the Initial Study / Mitigated Negative Declaration, including the Mitigation Monitoring and Reporting Program, for public circulation. CONSULTANT’s environmental subconsultant shall also prepare the Notice of Availability / Notice of Intent to adopt a Mitigated Negative Declaration. Following receipt of comments on the Initial Study/ Mitigated Negative Declaration, CONSULTANT’s environmental subconsultant shall then prepare responses to comments, in conjunction with the CITY. CONSULTANT’s environmental subconsultant shall also complete the Mitigation Monitoring and Reporting Program and prepare a Notice of Determination for the project. CONSULTANT’s environmental subconsultant evaluation shall be based on a review of the project description, site reconnaissance, literature review, review of studies under preparation by other specialists, and informal consultation with relevant regulatory agencies. Develop a preliminary architectural design for the new pump station, Deliverables will include rendered elevations (color pencil) and sketch perspectives of the selected design. .Prepare the final geotechnical design criteria. Obtain the field data necessary to provide recommendations for design. Key activities are as follows: Review the available geotechnical data for this site and for other sites in the vicinity. Review published maps and geologic reports pertinent to the site area and develop a summary of geologic and seismic conditions and considerations. Visit the site, document, and mark boring locations with white paint. Notify Underground Service Alert at least 72 hours in advance of the planned explorations to mark the known utilities within the exploration areas for possible conflicts with our borings. Obtain a drilling permit for the 50-foot-deep borings, as required by the Santa Clara Valley Water District (SCVWD) for all borings deeper than 45 feet. Drill, log, and sample four (4) borings to a minimum depth of 50 feet using a truck- mounted drilling rig utilizing hollow-stem.augers under the direction of a geotechnical engineer. Backfill the borings with cement grout, as required by the SCVWD. Measure and record the depth to groundwater within the borings, if encountered. Dispose of the drill cuttings off-site. Perform laboratory tests on the collected soil samples to evaluate the engineering characteristics of the Subsurface soils, including direct shear and triaxial shear strength, classification, shrink-swell, consolidation, gradation, and moisture density, as judged appropriate. Perform engineering analyses based on the results obtained from the above tasks and develop recommendations oriented toward the above-stated purpose of these services. Prepare a report summarizing the findings and recommendations, including a vicinity map, a vicinity geologic map, a site plan, boring logs, laboratory test results, and conclusions and recommendations. Prepare aerial and topographic surveys of the reservoir site. As with the CEQA compliance efforts described in task Cl .2 above, this work is assumed to be conducted with the survey work PA Phi Design Scope.ExC.042502.doc April 25, 2002 performed for the proposed El Camino Park well (Exhibit B). Set control at the site. Perform a flight to obtain high-resolution black and white, vertical aerial photography using a precision, calibrated, cartographic camera. Photography will be taken at a height of 1,200 feet above mean terrain, which will result in an average photo scale of 1:2,400 (1 inch = 200 feet). The number of models and photos will vary according to the length of pipeline right of way to be mapped. After receiving the new vertical photos, prepare digitally compiled photogrammetric mapping at the site. Mapping will be at a scale of 1 inch = 20 feet, with a contour interval of one foot. Following compilation of the digital photogrammetry, a field crew will be mobilized to checkthe photogrammetric product, and provide a surface utility survey of the reservoir site and pipeline right of way. Planimetric features will be verified and added if necessary. Utilities to be located shall include but not be limited to storm and sanitary drainage structures, electric power and electronic transmission-facilities, visible water pipelines and structures, and other visible indicators of utility structures. Utilities gathered will be added to the mapping product. = Conduct a utility conflict survey to develop potential route(s) for the discharge pipeline. Review available as-built drawings .to identify potential conflicts with existing utilities. Prepare recommended pipeline roete including whether existing utilities should be relocated. Conduct a reservoir preliminary design meeting at the CITY’s offices where the CONSULTANT will’present the preliminary design.. The CITY will prepare an invitation list for the meeting consisting of representatives from operations and engineering. CONSULTANT will document the decisions in the meeting minutes. Prepare a basis of design document for the new reservoir. This document will provide the final facility configuration and design criteria to initiate final design efforts. The intent is for the CITY to accept the basis of design in this task so that changes in concept, configuration, and design criteria aro avoided once the detailed design is in progress. This document will include a brief summary of the selected configuration, the final design criteria, and a summary of the meeting where the alternatives were selected. Deliverables: 1.Conceptual design of the improvement projects. 2.Preliminary assessment letter report. 3.Administrative draft, draft, and final versions of the mitigated negative declaration. 4.Architectural design concepts of the new pump station. 5.Geotechnical report of the reservoir site. 6.A technical memorandum covering the utility conflict survey and recommendations to avoid/address identified conflicts. 7.Minutes of the reservoir project selection meeting. 8.Basis of design of the selected alternative. Task C2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected in Task C1. The CONSULTANT’s level of effort budget allowance for this Task is PA Phi Design Scope.ExC.042502.doc 4 April 25, 2002 limited to 3,083 hours as shown on Exhibit L. If additional level of effort is required to adequately design and describe the work, the CITY will issue a change order to the CONSULTANT for a mutually agreed amount. CONSULTANT shall: Prepare 35 percent design submittal package. The 35 percent drawings will include sufficient dimensions and description of the selected components to illustrate how the concepts developed in Task C1 will be implemented. The level of detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed process and system control diagrams. Specifications will not be developed at this stage ofdesigno Draft control descriptions of the new equipment will be prepared for review. The 35 percent submittal package will also include the following: Site plans Piping and instrumentation diagrams. Piping layout, drawings. Equipment locations for all major equipment. Control descriptions. Equipment data sheets for all major equipment. Instrument lists. Drawing list. List of specific items requiring CITY decision. Updated project cost estimate and schedule. The purpose of these documents is to provide sufficient information for CITY staffto assess and identify potential impacts and effects of the improvements to project goals, operational constraints, and maintenance issues including equipment experiences or preferences. Prepare 65 percent design submittal package. The 65 percent drawings shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed system control diagrams. Specifications will include an outline of proposed construction sequencing and constraints; general criteria, installation requirements and testing procedures for major equipment; and listing of proposed bid item breakdown. The 65 percent submittal package will also include the following: Typical details. Piping and instrumentation diagrams. Piping layout drawings. Equipment layouts for all major equipment. Electrical single line drawings. Control descriptions. Control system architecture block diagrams (SCADA). Equipment data sheets for all major equipment. Instrument lists. Drawing list. Specification table of contents. Specification sections for major equipment with SCADA integration and startup plan. PA Phi Design Scope.ExC.042502.doc 5 April 25, 2002 Draft standard and special provisions. List .of specific items requiring CITY decision. Updated project cost estimate and schedule. Prepare 90 percent design submittal package. The 90 percent submittal package will address all the CITY’s comments on the 65 percent submittal package as well as the comments resulting from the CONSULTANT’S internal QA/QC program. This submittal will represent a near- biddable set of construction documents. The purpose of this submittal is to allow the CITY a final opportunity for comments. Prepare a 100 percent design submittal package. The 100 percent submittal package will address the final comments made by the CITY’s review team as well as the CONSULTANT’S review team. The purpose of this submittal package is to present to the CITY how the final comments were addressed and to obtain buy-in prior to preparing the bid package. Prepare a single bid package combined with the improvements designed under Exhibit A. The CITY will advertise the bid package to obtain bids from qualified contractors. CONSULTANT shall assist the CITY during bidding by conducting one (1) on-site pre-bid conference, answering bidding contractor’s questions during the bid period, and preparing up to two (2) addenda, as needed. CONSULTANT services such as conducting a preconstruction conference, preparing conformed drawings, inspection, construction management, and submittal review are included under Exhibit D. CONSULTANT shall receive a separate notice to proceed from the CITY when construction management services are to begin. Deliverables: 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 2 full-size copies and 10 half-size copies of the 35 percent drawings. 10 copies of the 35 percent specifications. 35 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 65 percent drawings. 10 copies of the 65 percent specifications. 65 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 90 percent drawings. 10 copies of the 90 percent specifications. 90 percent design cost estimate. 1 full-size copy and 5 half-size copies of the 100 percent drawings. 5 copies of the 100 percent specifications. 100 percent design cost estimate. PA Phi Design Scope.ExC.042502.doc 6 April 25, 2002 13.Bid set documents: 1 CD of the final drawings and specifications, 1 master full-size reverse- plotted mylars, 1 print-ready master set of specifications, 100 half-size copies of the drawings, and 100 copies of the project specifications. PA Phi Design Scope.ExC.042502.doc April 25, 2002 EXHIBIT D CONSTRUCTION SUPPORT SERVICES DUTIES OF CONSULTANT PHASE I DISTRIBUTION SYSTEM IMPROVEMENTS PROJECT INTRODUCTION The Water Wells, Regional Storage, and Distribution System Study (1999 Study) recommended constructing a number of water distribution system improvements to improve its reliability during water supply, emergencies. Those improvements included upgrades to the pump stations and pressure regulating stations in the Foothills, a new pressure area 4 pressure regulating station, mixing systems at several reservoirs, ammonia feed systems at several wells, and other improvements as described in Exhibit A. The 1999 Study also recommended constructing a new well and a new reservoir at El Camino Park. At the time of the 1999 Study, however, the CITY had not received approval from Stanford University (the park landowner) to construct the reservoir there. As such, alternative reservoir sites were identified. The Juana Brione,~ Park site, located behind the Jewish Community Center on Arastradero Road, is one of the six alternative reservoir sites. The work related to the new well is covered in Exhibit B, and the new reservoir design covered in Exhibits C, E - I (one exhibit for each alternative reservoir site). This Exhibit D covers the Construction Support Services include the combined CONSULTANT office engineering, construction management tasks, and startup services required for the Phase 1 Distribution System Improvements Project. The CONSULTANT shall provide the construction support services as described herein. The scope of these services is based on a total construction period of 365 calendar days from Contractor’s notice-to-proceed. The scope also assumes involvement of CITY’s staff for field support activities as described herein. The Construction Support Services are organized into three sectionsentitled: Office Services, Field Services, and Startup Services. DEFINITIONS CITY: City of Palo Alto CITY Resident Engineer: City’s staff engineer assigned to this project for inspection and resident engineering duties as described herein. CONSULTANT: Carollo.Engineers, P.C. CONSULTANT Project Manager: CONSULTANT’s staff engineer assigned to this project to perform office project management duties as described herein. CONSULTANT Construction Manager: CONSULTANT’s staff engineer assigned to the field office to perform field construction management duties as described herein. PA tIP CM Scope.ExD.042502.doc 1 April 25, 2002 I - OFFICE SERVICES Task D1.0 General Administration The CONSULTANT Project Manager shall furnish general administrative services to provide for organized execution of work and retrieval of information. Such services shall include the following: D1.1 D1.2 Correspondence and File Maintenance. Review and route project correspondence furnished by the CONTRACTOR. Maintain a logical and retrievable filing system. Maintain logs of all correspondence and other project documentation transmittals. Monthly Progress Reports. Provide to the CITY each month a brief written progress report on the services performed. Such reports shall include the cumulative percentage of the overall budget expended, a brief description of work performed during the reporting period, and such other information as may be appropriate. This progress report will be inserted as an attachment to the monthly Construction Management Progress Report. Task D2.0 Conformed Drawings and Specifications The CONSULTANT Project Manager shall conform Drawings and Specifications to include all changes made by addenda during bidding.~ D2.1 ¯ Conformed Drawings and Specifications. Prepare within 30 days after Notice-to-Proceed .with construction one conformed original full-size set of Drawings and one conformed original Specifications. Provide eight (8) copies of conformed full-size and half-size Drawings and conformed Specifications necessary for construction. Task D3.0 Award Contract D3.1 Contract Award. Assist the CITY in awarding the construction contract, including assistance in reviewing the required contract documents, issuing Notice to Award, executing the construction agreement with the successful contractor, and issuing a Notice to Proceed. Services shall not include legal review. Task D4.0 Attendance at Meetings D4.1 Attend Preconstruction Conference. The CONSULTANT Project Manager shall attend a Preconstruction Conference with the Contractor, and CITY staff. The CONSULTANT Project Manager shall submit meeting minutes to all attendees and the CITY within 14 calendar days of the meeting. D4.2 Attend Regularly Scheduled Meetings. The CONSULTANT Project Manager shall attend and participate in certain project meetings at the job site in order to keep abreast on construction activities and be involved in questions that may arise concerning construction progress. The regularly .scheduled meetings are the Weekly Construction Progress Meetings to be held at the job site. During construction site visits to attend the weekly PA CIP CM Scope.ExD.042502.doc April 25, 2002 meetings, the CONSULTANT Project Manager shall walk the job site with the CITY representative to observe the construction progress and discuss relevant construction issues. The CONSULTANT Project Manager shall attend two weekly meetings per month to facilitate resolution of design issues (104 total meetings). D4.3 Attend Special Technical Meetings. The CONSULTANT’s design team representative (structural, electrical, instrumentation, architectural, environmental, or geotechnical) shall attend up to 26 special meetings to discuss and assist in resolving any construction issues as requested by the CITY. Task D5.0 Engineering Review Services The CONSULTANT and its design team shall perform the following engineering review services during construction: D5.1 Shop Drawing Submittal Review. Review process related shop drawing submittals to verify conformance with the intent of the contract documents. Submittals shall be reviewed and marked-up with appropriate comments in triplicate. Two marked,up submittals shall be returned to the CONSULTANT Construction Manager for processing and distribution. The scope of services is based on an estimate of 100 individual submittals and 50 resubmittals at an average of 4 hours per submittal. D5.2 D5.3 The budgets provided herein do not include review of "off brand or equal" equipment substitutions which require research related to the manufacturer’s qualifications and ability to perform as specified or which require verification that alternative materials and " configurations are acceptable. Review of "off brand or equal" equipment substitutions can be performed under separate authorization. Design Clarifications. The CONSULTANT Project Manager or design team representative shall respond to Contractor’s Requests for Information (RFIs). RFis shall be tracked through the CM field office. The CONSULTANT Project Manager or his design team representative shall issue interpretations and clarifications of the contract documents and prepare sketches to clarify contract documents where necessary. The scope of services includes responding toa total of 40 RFIs at an average of 4 hours per RFI response. Request for Proposal Review. It is recognized that the Contractor may request changes to the Contract work during construction. The CONSULTANT Construction Manager shall screen these requests for merit. If it is determined that the request is worthy of further review, the CONSULTANT Construction Manager shall issue a formal Request for Proposal (RFP). The RFP shall be reviewed by the CONSULTANT Project Manager for impact on design intent, costs and impacts to the construction schedule. The CONSULTANT shall review up to 16 RFPs at an average of 8 hours per RFP response. D5.4 Change Orders. In the event design related changes to the Contract Documents are required, the following procedures will be followed. Upon determination by the CITY or CONSULTANT that a change order is required, the CONSULTANT Construction Manager shall review the potential change order (PCO). Where the PCO requires redesign, the CONSULTANT Project Manager shall prepare change order specifications, drawings, or PA ClP CM Scope.ExD.042502.doc 3 April 25, 2002 sketches. The CONSULTANT Project Manager will prepare all cost estimates for each change order. The CONSULTANT Construction Manager will negotiate the cost and time extension of the Contract associated with the change order with the Contractor. Any field changes for which a change order is not issued will be checked by CONSULTANT Construction Manager for general compliance with the intent of the design. The budget for this task is based on review of 8 PCOs prepared by the CONSULTANT at 12 hours each. Task D6.0 Inspection Services The CONSULTANT’s design team shall provide the following: D6.1 Project Final Inspection Assistance. The CONSULTANT Project Manager and required discipline engineers shall be present during the final project ’~,alk-through" inspections with the CITY. Task D7.0 Construction Record Drawings D7.1 As-Built Record Drawings. One set of Mylar reproducible drawings and one CD containing the Construction Record Drawings shall be delivered to the CITY. Construction Record Drawings will be prepared from field markups provided by the Contractor. II - FIELD SERVICES Task D8.0 Contract Administration The CONSULTANT’s level of effort budget allowance for this Task is limited to 846 hours as shown on Exhibit L. If additional level of effort is required, the CITY will issue a change order to the CONSULTANT for a mutually agreed amount. The CONSULTANT Construction Manager shall perform the following construction management services at the job site: D8.1 Conduct Project Meetings. Conduct and document weekly progress meetings and other special technical meetings. D8.2 Maintain Project Records. Maintain project records .including daily logs, inspection reports, photos, measurement of quantities, schedules, and correspondence and documentation of all major decisions and actions. D8.3 Prepare Monthly Reports. Prepare and submit to the CITY a monthly progress report including Construction progress summary and schedule; construction cash flow and payments; and summary logs for change orders, RFIs and RFPs. D8.4 Review Monthly Progress Payments. Review and approve the Contractor’s construction schedule, updates, and revisions in accordance with the contract documents. Evaluate monthly progress payment requests from the Contractor and recommend payment. PA CIP CM Scope.ExD.042502.doc April 25, 2002 D8.5 D8.6 Review RF/s and RFPs. Review and respond to RFIs and RFPs concerning construction issues and screen RFIs and RFPs related to design issues prior to forwarding to the CONSULTANT Project Manager. Document and Negotiate Change Orders. Prepare PCOs, and in conjunction with the design staff, determine changed conditions, define scope, prepare independent cost estimate, negotiate withContractor, prepare and process change orders for incorporation into the construction contract. D8.7 " D8.8 D8.9 D8.10 Permits. Monitor Contractor compliance with construction permits. Recommend course of action to CITY if required permits are not being met by the Contractor. Monitor Construction Record Drawings. Monitor construction record drawings maintained by the Contractor on a regular basis. Coordinate Design Clarifications. Coordinate. document, and manage the Drawings and Specifications. clarification and interpretation process between the CONSULTANT Project Manager and the Contractor. Coordinate Shop Drawing Review Process. Coordinate and manage the shop drawing and submittal review process. The CONSULTANT shall review all shop drawing submittals, quality control submittals, manufacturer’s O&M manuals, and construction closeout submittals. D8.11 D8.12 Claims Management. Identify potential claims and make recommendations to resolve them. The budget for this sub-task is limited to $10,000. Information Management. Utilize a computerized integrated software package to manage communications and develop reports. The software will control and document submittals, schedules, cost issues, meeting notes, log change _orders, log requests for information and other related project documents. Task D9.0 Field Inspection The CONSULTANT’s level of effort budget allowance for this Task is limited to 492 hours as shown on Exhibit L. If additional level of effort is required, the CITY will issue a change order to the CONSULTANT for a mutually agreed amount. The CITY shall provide a Resident Engineer to work under the supervision of the CONSULTANT Construction Manager. D9.1 Field Inspection. The CONSULTANT Construction Manager shall provide construction inspection with assistance from the CITY’s Resident Engineer to monitor that the Contractor’s work for compliance with the contract documents. D9.2 Video Documentation. The CONSULTANT Construction Manager shall prepare a video of initial site conditions prior to Contractor’s commencement of construction. Visual documentation shall be accompanied by verbal recorded description of existing conditions. PA CIP CM Scope.ExD.042502.doc 5 April 25, 2002 D9.3 D9.4 Field Changes. The CONSULTANT Construction Manager shall coordinate and document all field changes to the Drawings and Specifications. Specialty Inspection. The CONSULTANT Construction Manager shall coordinate specialty inspection services such as structural, geotechnical, mechanical, electrical and instrumentation. The scope of this effort is based on a total of 16 site visits by the CONSULTANT’s discipline engineers at 8 hours per trip. D9.5 Inspection Reports. The CITY’s Resident Engineer and/or Field Inspector shall prepare Daily Inspection Reports and prepare a summary Weekly Inspection Report. The CONSULTANT Construction Manager shall review the weekly reports prior to distribution to the CITY. Task D10.0 Testing D10.1 Compliance Testing. The Contractor is responsible for materials, concrete and soils compaction confirmation tests. However,. periodic independent testing may be required for soils compliance tests and other field conditions. The budget allowance for independent testing by the CONSULTANT is $10,000. Task Dll.0 Project Completion Dl1.1 Substantial and Final Completion. The CONSULTANT Construction Manager shall schedule and conduct substantial completion inspections; issue punch lists, and recommend final acceptance by the CITY. Dl1.2 Prepare Final Report. The CONSULTANT Construction Manager shall prepare a Final Report that includes: Summary of the work performed including change orders, project cost and schedule analysis, closeout and acceptance documentation, and final resolution of any claims or disputed work. Dl1.3 Project Documents. The CONSULTANT Construction Manager shall provide the CITY with a complete set ’of all records of the project, indexed and properly filed, and a listing of warranties provided under the project including the items covered and the warranty duration. III - STARTUP Task D12.0 Startup Assistance D12.1 Testing and Startup Services. CONSULTANT Construction Manager, with assistance from the Resident Engineer, shall provide startup assistance, and coordinate any specified vendor training. The CONSULTANT’s level of effort budget allowance for this task is limited to 104 hours as shown in Exhibit L. - D12.2 Operations and Maintenance Manual. CONSULTANT shall prepare and operations and maintenance manual for the new equipment constructed under this project. CONSULTANT PA CIP CM Scope.ExD.042502.doc 6 April 25, 2002 ¯ will coordinate organization, format, and layout of the Manual with the CITY. The CONSULTANT’s level of effort budget allowance for this task is limited to 260 hours as shown in Exhibit L. PA CIP CM Scope.ExD.042502.doc 7 April 25, 2002 EXHIBIT E SCOPE OF WORK DUTIES OF CONSULTANT PRELIMINARY AND FINAL DESIGN .OF THE COYOTE HILL RESERVOIR INTRODUCTION In December 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: ¯Analyze the water distribution system’s ability to supply the water demands of the City when it is built-out according to the Comprehensive Plan dated 1998 - 2010o ¯Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down for eight hours. This is the water supply emergency defined by the California Department of Health Services (DHS) in a letter to the City dated April 2, 1997. ¯Assess how the SFPUC’s planned conversion to chloramine disinfection will impact water quality in the City’s water distribution system. The El Camino Park reservoir (Exhibit C) is only one Of the many improvements recommended in the 1999 Study. The reservoir will improve the ability of the CITY’s water distribution system to supply water during DHS-defined water supply emergency, as well as other water supply emergencies. Specifically, the new reservoir would assist in fire suppression efforts in the CITY’s pressure areas 1 and 3. At the time this scope of services was drafted, the CITY had not yet received approval from Stanford University, the landowner, to construct the reservoir at the park. As such, alternative reservoir sites were identified, Coyote Hill, located in the Stanford Research Park off Deer Creek Road, is one of the six alternative reservoir sites. If the CITY receives approval to construct the reservoir at this site, CONSULTANT will perform the services described in this Exhibit. This Exhibit E consists of the following tasks: Task Et -Preliminary Design This task entails performing preliminary design efforts for the new Coyote Hill reservoir that consist of the following: Prepare conceptual design alternatives for the new reservoir for the CITY to select one for implementation. Perform the environmental work needed to comply with CEQA requirements for the new reservoir construction. C= do f. g. h. Develop architectural renderings of the proposed aboveground facilities (pump station) for review, comment, and approval. Conduct the geotechnical investigation necessary for final structural design. Conduct the photogrammetric topographical survey to support final design efforts. Route the inlet/outlet pipeline to avoid existing utilities. Conduct a preliminary design meeting to finalize the design criteria. Prepare a basis of design (preliminary design) report to. document the final design criteria of the new reservoir. Task E2 - Final Design PA Phi Design Scope.ExE.042502.doc April 25, 2002 In addition to developing plans, specifications, and cost estimates for the new Coyote Hill reservoir, CONSULTANT shall also assist the CITY with answering questions from the bidding contractors. SCOPE OF SERVICES The following sections describe the detailed scope of services covered in this exhibit. Task E1 Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CONSULTANT shall: Prepare conceptual designs of a maximum of three improvement alternatives for the new reservoir and pump station. A description, capital construction cost estimate, 8.5xll inch graphic, and a listing of the pros and cons will be prepared for each of the improvement alternatives. The project alternative descriptions of the pros and cons will incorporate the results of the environmental and geotechnical studies conducted in this task, as appropriate. If the CITY gets authority to construct the proposed Coyote Hill reservoir, the CONSULTANT’s environmental subconsultant will conduct a site reconnaissance and review available information (including biological and cultural resource databases) to prepare a preliminary assessment of environmental opportunities and constraints. CONSULTANT shall summarize this information into a concise letter report. CONSULTANT’s environmental subconsultant shall prepare CEQA documentation to address the proposed new reservoir project at the Coyote Hill site. At this time, we anticipate that a Mitigated Negative Declaration will be appropriate. This assumption will be confirmed through our project evaluation and preparation of the Initial Study. Our basic scope of services addresses a single preferred site location for the reservoir. CONSULTANT’s environmental subconsultant shall prepare an administrative draft Initial Study to evaluate the potential impacts of the proposed reservoir. We will use the CEQA Checklist and address all issues, including the following: Land Use: Assessment of temporary/permanent displacement of existing land uses. Construction/Operation Effects. Assessment of site features related to: Noise - construction and operational noise effects on sensitive land uses Air quality/dust - construction air quality effects on adjacent land uses Traffic - primarily construction effects on adjacent roadways and land uses of concern Chemical use and hazardous materials - primarily construction related Visual quality - views of project area from adjacent land uses Biological resources - including potential heritage trees and Game Refuge impacts Water resources - primarily creeks and drainages that could be affected by site runoff and groundwater impacts Cultural/historic resources - effects on known and previously undiscovered resources Recreation resources- construction and operational effects on athletic fields at the reservoir site or other recreational resources within the project area, such as bicycle routes or other parks CONSULTANT’s environmental subconsultant shall respond to one round of comments on the administrative draft documents by preparing the Initial Study / Mitigated Negative Declaration, PA Phi Design Scope.ExE.042502.doc April 25, 2002 o ’i "including the Mitigation .Montonng and Reporting Program, for public circulation. CONSULTANT’s environmental subconsultant shall also prepare the Notice of Availability / Notice of Intent to adopt a Mitigated Negative Declaration. Following receipt of comments on the Initial Study / Mitigated .Negative Declaration, CONSULTANT’s environmental subconsultant shall then prepare responses to comments,’in conjunction with the CITY. CONSULTANT’s environmental subconsultant shall also complete the Mitigation Monitoring and Reporting Program and prepare a Notice of Determination for the project. CONSULTANT’s environmental subconsultant evaluation shall be based on a review of the project description, site reconnaissance, literature review, review of studies under preparation by other specialists, and informal consultation with relevant regulatory agencies. Develop a preliminary architectural design for the new pump station. Deliverables will include rendered elevations (color pencil) and sketch perspectives of the selected design. Prepare the final geotechnical design criteria. Obtain the field data necessary to provide recommendations for design. Key activities are as follows: a= fo g° Review the available geotechnical data for this site and for other sites in the vicinity. Review published maps and geologic reports pertinent to the site area and develop a summary of geologic and seismic conditions and considerations. Visit the site, document, and mark boring locations with white paint. Notify Underground Service Alert at least 72 hours in advance of the planned explorations to mark the known utilities within the exploration areas for possible conflicts with our borings. Obtain a drilling permit for the 50-foot-deep borings, as required by the Santa Clara Valley Water District (SCVWD) for all borings deeper than 45 feet. Drill,~ log, and sample four (4)borings to a minimum depth of 50 feet using a truck- mounted drilling rig utilizing hollow-stem augers under the direction of a geotechnical engineer. Backfill the borings with cement grout, as required by theSCVWD. Measure and record the depth to groundwater within the borings, if encountered. Dispose of the drill cuttings off-site. Perform laboratory tests on the collected soil samples to evaluate the engineering characteristics of the subsurface soils, including direct shear and triaxial shear strength, classification, shrink-swell, consolidation, gradation, and moisture density, as judged appropriate. Perform engineering analyses based on the results obtained from the above tasks and develop recommendations oriented toward the above-stated purpose of these services. Prepare a report summarizing the findings and recommendations, including a vicinity map, a vicinity geologic map, a site plan, boring logs, laboratory test results, and conclusions and recommendations. o Prepare aerial and topographic surveys of the reservoir site. Set control at the site. Perform a flight to obtain high-resolution black and white, vertical aerial photography using a precision, calibrated, cartographic camera. Photography will be taken at a height of 1,200 feet above mean terrain, which will result in an average photo scale of 1:2,400 (1 inch = 200 feet). The number of models and photos will vary according to the length of pipeline right of way to be mapped. After receiving the new vertical photos, prepare digitally compiled photogrammetric mapping at the site. Mapping will be at a scale of 1 inch = 20 feet, with a contour interval of one foot. - Following compilation of the digital photogrammetry, a field crew will be mobilized to check the photogrammetric product, and provide a surface utility survey of the reservoir site and pipeline right of way. Planimetric features will be verified and added if necessary. Utilities to be located PA Phi Design Scope.ExE.042502.doc 3 April 25, 2002 shall include but not be limited to storm and sanitary drainage structures, electric power and electronic transmission facilities, visible water pipelines and structures, and other visible indicators of utility structures. Utilities gathered will be added to the mapping product. Conduct a utility conflict survey to develop potential route(s) for the discharge pipeline. Review available as-built drawings to identify potential conflicts with existing utilities. Prepare recommended pipeline route including whether existing utilities should be relocated. Conduct a reservoir preliminary design meeting at the CITY’s offices where the CONSULTANT will present the preliminary design. The CITY will prepare an invitation list for the meeting consisting of representatives from operations and engineering. CONSULTANT will document the decisions in the meeting minutes. , Prepare a basis of design document for the new reservoir. This document will provide the final facility configuration and design criteria to initiate final design efforts. The intent is for the CITY to accept the basis of design in this task so that changes in concept, configuration, and design criteria are avoided once the detailed design is in progress. This document will include a brief summary of the selected configuration, the final design criteria, and a summary of the meeting where the alternatives were selected. Deliverables: 1.Conceptual design of the improvement projects. 2.Preliminary assessment letter report. 3.Administrative draft, draft, and final versions of the mitigated negative declaration. 4.Architectural design concepts of the new I~ump station. 5.Geotechnical report of the reservoir site. 6.A technical memorandum covering the avoidladdress identified conflicts. utility conflict survey and recommendations to 7.Minutes of the reservoir project selection meeting. 8.Basis of design of the selected alternative. Task E2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected in Task El. The CONSULTANT’s level of effort budget allowance forthis Task is limited to 4,325 hours as shown on Exhibit L. If additional level of effort is required to adequately design and describe the work, the CITY will issue a change order to the CONSULTANT for a mutually agreed amount. CONSULTANT shall: Prepare 35 percent design submittal package. The 35 percent drawings will include sufficient dimensions and description of the selected components to illustrate how the concepts developed in Task E1 will be implemented. The level of detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed process and system control diagrams. PA Phi Design Scope.ExE.042502.doc 4 April 25, 2002 Specifications will not be developed at this stage of design. Draft control descriptions of the new equipment will be prepared for review. The35 percent submittal package will also include the following: Site plans Piping and instrumentation diagrams. -Piping layout drawings. Equipment locations for all major equipment. Control descriptions. Equipment data sheets for all major equipment. Instrument lists. Drawinglist. List of specific items requiring CITY decision. Updated project cost estimate and schedule. The purpose of these documents is to provide sufficient information for CITY staff to assess and identify potential impacts and effects of the improvements to project goals, operational constraints, and maintenance issues including equipment experiences or preferences. Prepare 65 percent design submittal package. The 65 percent drawings shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed system control diagrams. Specifications will include an outline of proposed construction sequencing and constraints; general criteria, installation requirements and testing procedures for major equipment; and listing of proposed bid item breakdown. The 65 percent submittal package will also include the following: Typical details. Piping and instrumentation diagrams. Piping layQut drawings. Equipment layouts for all major equipment.- Electrical single line drawings. Control descriptions. Control system architecture block diagrams (SCADA). Equipment data sheets for all major equipment. Instrument lists. Drawing list. Specification table of contents. Specification sections for major equipment. Draft standard and special provisions. List of specific items requiring CITY decision. Updated project cost estimate and schedule. Prepare 90 percent design submittal package. The 90 percent submittal package will address all the CITY’s comments on the 65 percent submittal package as well as the comments resulting from the CONSULTANT’S internal QA/QC program. This submittal will represent a near- biddable set of construction documents. The purpose of this submittal is to allow the CITY a final opportunity for comments. Prepare a 100 percent design submittal package. The 100 percent submittal package will address the final comments made by the CITY’s review team as well as the CONSULTANT’S review team. The purpose of this submittal package is to present to the CITY how the final PA Phi Design Scope.ExE.042502.doc April 25, 2002 Delive 2. 3. 4. 6. 7. 8. 9. 13. comments were addressed and to obtain buy-in prior to preparing the bid package. Prepare a single bid package combined with the improvements designed under Exhibit A. The CITY will advertise the bid package to obtain bids from qualified contractors. CONSULTANT shall assist the CITY during bidding by conducting one (1) on-site pre-bid conference, answering bidding contractor’s questions during the bid period, and preparing up to two (2) addenda, as needed. CONSULTANT services such as conducting a preconstruction conference, preparing conformed drawings, inspection, construction management, and submittal review are included under Exhibit D. CONSULTANT shall receive a separate notice to proceed from .the CITY when construction management services are to begin. rabies: 2 full-size copies and 10 half-size copies of the 35 percent drawings. 10 copies of the 35 percent specifications. 35 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 65 percent drawings. 10 copies of the 65 percent specifications. 65 percent design cost estimate. .. 2 full-size copies and 10 half-size copies of the 90 percent drawings. 10 copies of the 90 pement specifications. 90 percent design cost estimate. . 1 full-size copy and 5 half-size copies of the 100 percent drawings. 5 copies of the 100 percent specificationsl 100 percent design cost estimate. Bid set documents: 1 CD of the final drawings and specifications, 1 master full-size reverse- plotted mylars, 1 print-ready master set of specifications, 100 half-size copies of the drawings, and 100 copies of the project specifications. PA Phi Design Scope.ExE.042502.doc 6 April 25, 2002 EXHIBIT F SCOPE OF WORK DUTIES OF CONSULTANT PRELIMINARY AND FINAL DESIGN OF THE OLD QUARRY RESERVOIR INTRODUCTION In December 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: ¯ "Analyze the water distribution system’s ability to supply the water demands of the City when it is built-out according to the Comprehensive Plan dated 1998 - 2010. ¯Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down for eight hours. This is the water supply emergency defined by the California Department of Health Services (DHS) in a letter to the City dated April 2, 1997. ¯Assess how the SFPUC’s planned conversion to chloramine disinfection will impact water quality in the City’s water distribution system. The El Camino Park reservoir (Exhibit C) is only one of the many improvements recommended in the 1999 Study. The reservoir will improve the ability of the CITY’s water distribution system to supply water during DHS-defined water supply emergency, as well as other water supply emergencies. Specifically, the new reservoir would assist in fire suppression efforts in the CITY’s pressure areas1 and 3. At the time this scope of services was drafted, the CITY had not yet received approval from Stanford University, the landowner, to construct the reservoir at the park. As such, alternative reservoir sites were identified. The Old Quarry site, located west of the Page Mill Road and Coyote Hill Road intersection, is one of the six alternative reservoir sites. If the CITY receives approval to construct the reservoir at this site, CONSULTANT will perform the services described in this Exhibit. This Exhibit F consists of the following tasks: Task F’I -Preliminary Design This task entails performing preliminary design efforts for the new Old Quarry reservoir that consist .of the following: a.Prepare conceptual design alternatives for the new reservoir for the CITY to select one for implementation. b.Perform the environmental work needed to comply with CEQA requirements for the new reservoir construction. c.Develop architectural renderings of the proposed aboveground facilities (pump station) for review, comment, and approval. d.Conduct the geotechnical investigation necessary for final structural design. e.Conduct the photogrammetric topographical survey to support final design efforts. f.Route the inlet/outlet pipeline to avoid existing utilities. g.Conduct a preliminary design meeting to finalize the design criteria. h.Prepare a basis of design (preliminary design) report to document the final design criteria of the new reservoir. Task F2 - Final Design PA Phi Design Scope.ExF.042502.doc April 25, 2002 In addition to developing plans, specifications, and cost estimates for the new Old Quarry reservoir, CONSULTANT shall also assist the CITY with answering questionsfrom the bidding contractors. SCOPE OF SERVICES The following sections describe the detailed scope of services covered in this exhibit. Task F1 Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CONSULTANT shall: = Prepare conceptual designs of a maximum of three improvement alternatives for the new reservoir and pump station. A description, capital construction cost estimate, 8.5xll inch graphic, and a listing of the pros and cons will be prepared for each of the improvement alternatives. The .project alternative descriptions of the pros and cons will incorporate the results of the environmental and geotechnical studies conducted in this task, as appropriate. If the CITY gets authority to construct the proposed Old Quarry reservoir, the CONSULTANT’s environmental subconsultant will conduct a site reconnaissance and review available information (including biological and cultural resource databases) to prepare a preliminary assessment of environmental opportunities and constraints. CONSULTANT shall summarize this information into a concise letter report. CONSULTANT’s environmental subconsultant shall prepare CEQA documentation to address the proposed new reservoir project at the Old Quarry site. At this time, we anticipate that a Mitigated Negative Declaration will be appropriate. This assumption will be confirmed through our project evaluation and preparation of the Initial Study. Our basic scope of services addresses a single preferred site location for the reservoir. CONSULTANT’s environmental subconsultant shall prepare an administrative draft Initial Study to evaluate the potential impacts of the proposed reservoir. We will use the CEQA Checklist and address all issues, including the following: Land Use: Assessment of temporary/permanent displacement of existing land uses. Construction/Operation Effects. Assessment of site features related to: Noise - construction and operational noise effects on sensitive land uses Air quality/dust - construction air quality effects on adjacent land uses Traffic - primarily construction effects on adjacent roadways and land uses of concern Chemical use and hazardous materials - primarily construction related Visual quality - views of project area from adjacent land uses Biological resources - including potential heritage trees and Game Refuge impacts Water resources - primarily creeks and drainages that could be affected by site runoff and groundwater impacts Cultural/historic resources - effects on known and previously undiscovered resources Recreation resources - construction and operational effects on athletic fields at the reservoir site or other recreational resources within the project area, such as bicycle routes or other parks CONSULTANT’s environmental subconsultant shali respond to one round of comments on the administrative draft documents by preparing the Initial Study/Mitigated Negative Declaration, PA Phi Design Scope.ExF.042502.doc 2 April 25, 2002 o = including the Mitigation Monitoring and Reporting ~ Program, for public circulation. CONSULTANT’s environmental subconsultant shall also prepare the Notice of Availability / Notice of Intent to adopt a Mitigated Negative Declaration. Following receipt of comments on the Initial Study~ i Mitigated Negative Declaration, CONSULTANT’s environmental subconsultant shall then prepare responses to comments, in conjunction with the CITY. CONSULTANT’s environmental subconsultant shall also complete the Mitigation Monitoring and Reporting Program and prepare a Notice of Determination for the project. CONSULTANT’s environmental subconsultant evaluation shall be based on a review of the project description, site reconnaissance, literature review, review .of studies under preparation by other specialists, and informal consultation with relevant regulatory agencies. Develop a preliminary architectural design for the new pump station. Deliverables will include rendered elevations (color pencil) and sketch perspectives of the selected design. Prepare the final geotechnical design criteria. Obtain the field data necessary to provide recommendations for design. Key activities are as follows: Review the available geotechnical data for this site and for other sites in the vicinity. Review published maps and geologic reports pertinent to the’ site area and develop a summary of geologic and seismic conditions and considerations. Visit the site, document, and mark boring locations with white paint. Notify Underground Service Alert at least 72 hours in advance of the planned explorations to mark the known .utilities within the exploration areas for possible conflicts with our borings. Obtain a drilling permit for the 50-foot-deep borings, as required by the Santa Clara Valley Water District (SCVWD) for all borings deeper than 45 feet. Drill, log, and sample four (4)borings to a minimum depth of 50 feet using a truck- mounted drilling rig utilizing hollow-stem augers under the direction of a geotechnical engineer. Backfill the borings with cement grout, as required by the SCVWD. Measure and record the depth to groundwater within the borings, if encountered. Dispose of the drill cuttings off-site. Perform laboratory .tests on the collected soil samples to evaluate the engineering characteristics of the subsurface soils, including direct shear and triaxial shear strength, classification, shrink-swell, consolidation, gradation, and moisture density, as judged appropriate. Perform engineering analyses based on the results obtained from the above tasks and develop recommendations oriented toward the above-stated purpose of these services. Prepare a report summarizing the findings and recommendations, including a vicinity map, a vicinity geologic map, a site plan, boring logs, laboratory test results, and conclusions and recommendations. Prepare aerial and topographic surveys of the reservoir site. Set control at the site. Perform a flight to obtain high-resolution black and white, vertical aerial photography using a precision, calibrated, cartographic camera. Photography will be taken at a height of 1,200 feet above mean terrain, which will result in an average photo scale of 1:2,400 (1 inch = 200 feet). The number of models and photos will vary according to the length of pipeline right of way to be mapped. After receiving the new vertical photos, prepare digitally compiled photogrammetric mapping at the site. Mapping will be at a scale of I inch = 20 feet, with a contour interval of one foot. Following compilation of the digital photogrammetry, a field crew will be mobilized to check the photogrammetric product, and provide a surface utility survey of the reservoir site and pipeline right of way. Planimetric features will be verified and added if necessary. Utilities to be located PA Phi Design Scope.ExF.042502.doc April 25, 2002 shall include but not be limited to storm and sanitary drainage structures, electric power and electronic transmission facilities, visible water pipelines and structures, and other visible indicators of utility structures. Utilities gathered will be added to the mapping product. Conduct a utility conflict survey to develop potential route(s) for the discharge pipeline. Review available as-built drawings to identify potential .conflicts with existing utilities. Prepare recommended pipeline route including whether existing utilities should be relocated. Conduct a reservoir preliminary design meeting at the CITY’s offices where the CONSULTANT will present the preliminary design. The CITY will prepare an invitation list for the meeting consisting of representatives from operations and engineering. CONSULTANT will document the decisions in the meeting minutes. Prepare a basis of design document for the new reservoir. This document will provide the final facility configuration and design criteria to initiate final design efforts. The intent is for the CITY to accept the basis of design in this task so that changes in concept, configuration, and design criteria are avoided once the detailed design is in progress. This document will include a brief summary of the selected configuration, the final design criteria, and a summary of the meeting where the alternatives were selected. Deliverables: 1. 2. 3. 4. 5. 6. Conceptual design of the improvement projects. Preliminary assessment letter report. Administrative draft, draft, and final versions of the mitigated negative declaration. Architectural design concepts of the new pump station. " Geotechnical report of the reservoir site. A technical, memorandum covering the utility conflict survey and recommendations to avoid/address identified conflicts. 7.Minutes of the reservoir project selection meeting. 8.Basis of design of the selected alternative. Task F2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected in Task F1..The CONSULTANT’s level of effort budget allowance for this Task is limited to 3,990 hours as shown on Exhibit L. If additional level of effort is required to adequately design and describe the work, the CITY will issue a change order to the CONSULTANT for a mutually agreed amount. CONSULTANT shall: Prepare 35 percent design submittal package. The 35 percent drawings will include sufficient dimensions and description of the selected components to illustrate how the concepts developed in Task F1 will be implemented. The level of detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed process and system control diagrams. PA Phi Design Scope.ExF.042502.doc 4 April 25, 2002 Specifications will not be developed at this stage of design. Draft control descriptions of the new equipment will be prepared for review. The 35 percent submittal package will also include the following: Site plans Piping and instrumentation diagrams. Piping layout drawings. Equipment locations for all major equipment. Control descriptions. Equipment data sheets for all major equipment. Instrument lists. Drawing list. List of specific items requiring CITY decision. Updated project cost estimate and schedule. The purpose of these documents is to provide sufficient information for CITY staff to assess and identify potential impacts and effects of the improvements to project goals, operational constraints, and maintenance issues including equipment experiences or preferences. Prepare 65 percent design submittal package. The 65 percent drawings shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed system control diagrams. Specifications will include an outline of proposed construction sequencing and constraints; general criteria, installation requirements and testing procedures for major equipment; and listing of proposed bid item breakdown. The 65 percent submittal package will also include the following: Typical details. Piping and instrumentation diagrams. Piping layout drawings. Equipment layouts for all major equipment. Electrical single line drawings. Control descriptions. Control system architecture block diagrams (SCADA). Equipment data sheets for all major equipment. Instrument lists. Drawing list. Specification table of contents. Specification sections for major equipment., ¯ Draft standard and special provisions. List of specific items requiring CITY decision. Updated project cost estimate Prepare 90 percent design submittal package. The 90 percent submittal package will address all the CITY’s comments on the 65 percent submittal package as well as the comments resulting from the CONSULTANT’S internal QA/QC program. This submittal will represent a near- biddable set of construction documents. The purpose of this submittal is to allow the CITY a final opportunity for comments. Prepare a 100 percent design submittal package. The 100 percent submittal package will address the final comments made by the CITY’s review team as well as the CONSULTANT’S review team. The purpose of this submittal package is to present to the CITY how the final PA Phi Design Scope.ExF.042502.doc 5 April 25, 2002 comments were addressed and to obtain buy-in prior to preparing the bid package. Prepare a single bid package combined with the improvements designed under Exhibit A. The CITY will advertise the bid package to obtain bids from qualified contractors. CONSULTANT shall assist the CITY during bidding by conducting one (1) on-site pre-bid conference, answering bidding contractor’s questions duri.ng the bid period, and preparing up to two (2) addenda, as needed. CONSULTANT services such as conducting a preconstruction conference, preparing conformed drawings, inspection, construction management, and submittal review are included under Exhibit D. CONSULTANT shall receive a separate notice to proceed frbm the CITY when construction management services are to begin. 2 full-size copies and 10 half-size copies of the 35 percent drawings. 10 copies of the 35 percent specifications. 35 percent design cost estimate. Deliverables: 1. 2. 3. 4. 5. 6. ¯ 7. 8. 9. 10. 11. 12. 13. 2 full-size copies and 10 half-size copies of the 65 percent drawings. 10 copies of the 65 percent specifications. 65 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 90 percent drawings. 10 copies of the 90 percent specifications. 90 percent design cost estimate. 1 full-size copy and 5 half-size copies of the 100 percent drawings. 5 copies of the 100 percent specifications. 100 percent design.cost estimate. Bid set documents: 1 CD of the final drawings and specifications, 1 master full-size reverse- plotted mylars, 1 print-ready master set of specifications, 100 half-size copies of the drawings, and 100 copies of the project specifications. PA Phi Design Scope.ExF.042502.doc 6 April 25, 2002 EXHIBIT G SCOPE OF WORK DUTIES OF CONSULTANT PRELIMINARY AND FINAL DESIGN OF THE ESTHER CLARK PARK RESERVOIR INTRODUCTION In December 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: ¯Analyze the water distribution system’s ability to supply the waterdemands of the City when it is built-out according to the Comprehensive Plan dated 1998 - 2010. ¯Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down for eight hours. This is the water supply emergency defined by the California Department of Health Services (DHS) in a letter to the City dated April 2, 1997. ¯Assess how the SFPUC’s planned conversion to chloramine disinfection will impact water quality in the City’s water distribution system. The El Camino Park reservoir (Exhib!t C) is only one of the many improvements recommended in the 1999 Study. The reservoir will improve the.ability of the CITY’s water distribution system to supply water during DHS-defined water supply emergency, as well as other water supply emergencies. Specifically, the new reservoir would assist in fire suppression efforts in the CITY’s pressure areas 1 and 3. At the time this scope of services was drafted, the CITY had not yet received approval from Stanford University, the landowner, to construct the rese .rvoir at the park. As such, alternative reservoir sites were identified. The Esther Clark Park site, located at the end of Old Adobe Road at Trace Lane, is one of the six alternative reservoir sites. If the CITY receives approval to construct the reservoir at this site, CONSULTANT Will perform the services described in this Exhibit. This Exhibit G consists of the following tasks: Task G1 Preliminary Design This task entails performing preliminary design efforts for the new Esther Clark Park reservoir that consist of the following: Prepare conceptual design alternatives for the new reservoir for the CITY to select one for implementation. Perform the environmental work needed to comply with CEQA requirements for the new reservoir construction. f. g. h. Develop architectural renderings of the proposed aboveground facilities (pump station) for review, comment, and approval. Conduct the geotechnical investigation necessary for final structural design. Conduct the photogrammetric topographical survey to support final design efforts. Route the inlet/outlet pipeline to avoid existing utilities. CQnduct a preliminary design meeting to finalize the design criteria. Prepare a basis of design (preliminary design) report to document the final design criteria of the new reservoir. Task G2 - Final Design PA Phi Design Scope.ExG.042502.doc April 25, 2002 In additiOn to developing plans, specifications, and cost estimates for the new Esther Clark Park reservoir, CONSULTANT shall also assist the CITY with answering questions from the bidding contractors. SCOPE OF SERVICES The following sections describe the detailed scope of services covered in this exhibit, Task G1 Pre.De$ign. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CONSULTANT shall: Prepare conceptual designs of a maximum of three improvement alternatives for the new reservoir and pump station. A description, capital construction cost estimate, 8.5xll inch graphic, and a listing of the pros and cons will be prepared for each of the improvement alternatives. The project alternative descriptions of the pros and cons will incorporate the results of the environmental and geotechnical studies conducted in this task, as appropriate. If the CITY gets authority to construct the proposed Esther Clark Park reservoir, the CONSULTANT’s environmental subconsultant will conduct a site reconnaissance and review available information (including biological and cultural resource-databases) to prepare a preliminary assessment of environmental opportunities and constraints. CONSULTANT shall summarize this information into a concise letter report.. CONSULTANT’s environmental subconsultant shall prepare CEQA documentation to address the proposed new reservoir project at the Esther Clark Park site. At this time, we anticipate that a Mitigated Negative Declaration will be appropriate. This assumption will be confirmed through our project evaluation and preparation of the Initial Study. Our basic scope of services addresses a single preferred site location for the reservoir. CONSULTANT’s environmental subconsultant shall prepare an administrative draft Initial Study to evaluate the potential impacts of the proposed reservoir. We will use the CEQA Checklist and address all issues, including the following: Land Use: Assessment of temporary/permanent displacement of existing land uses. Construction/Operation Effects. Assessment of site features related to: -Noise - construction and operational noise effects on sensitive land uses -Air quality/dust- construction air quality effects on adjacent land uses -Traffic - primarily construction effects on adjacent roadways and land uses of concern -Chemical use and hazardous materials- primarily construction related -Visual quality - views of project area from adjacent land uses -Biological resources- including potential heritage trees and Game Refuge impacts Water resources - primarily creeks and drainages that could be affected by site runoff and groundwater impacts Cultural/historic resources - effects on known and previously undiscovered resources Recreation resources -construction and operational effects on athletic fields at the reservoir site or other recreational resources within the project area, such as bicycle routes or other parks CONSULTANT’s environmental subconsultant shall respond to one round of comments on the PA Phi Design Scope.ExG.042502.doc 2 April 25, 2002 administrative draft documents.by preparing the Initial Study / Mitigated Negative Declaration, including the Mitigation Monitoring and Reporting Program, for public circulation. CONSULTANT’s environmental subconsultant shall also prepare the Notice of Availability / Notice of Intent to adopt a Mitigated Negative Declaration. Following receipt of comments on the Initial Study / Mitigated Negative Declaration, CONSULTANT’s environmental subconsultant shall then prepare respOnses to comments, in conjunction with the CITY. CONSULTANT’s environmental subconsultant shall also complete the Mitigation Monitoring and Reporting Program and prepare a Notice of Determination for the project. CONSULTANT’s environmental subconsultant evaluation shall be based on a review of the project description, site reconnaissance, literature review, review of studies under preparation by other specialists, and informal consultation with relevant regulatory agencies. Develop a preliminary architectural design for the new pump station. Deliverables will include rendered elevations (color pencil) and sketch perspectives of the selected design. Prepare the final geotechnical design criteria. Obtain the field data necessary to provide recommendations for design. Key activities are as follows: ao do Review the available geotechnical data for this site and for other sites in the vicinity. Review published maps and geologic reports pertinent to the site area and develop a summary of geologic and seismic conditions and considerations. Visit the site, document, and mark boring locations with white paint. Notify Underground Service Alert at least 72 hours in advance of the planned explorations to mark the known utilities within the exploration areas for possible conflicts with our borings. Obtain a drilling permit for the 50-foot-deep borings, as required by the Santa Clara Valley Water District (SCVWD)for all borings deeper than 45 feet. Drill, log, and sample four (4) borings to a minimum depth of 50 feet using a truck- mounted drilling rig utilizing hollow-stem augers under the direction of a geotechnical engineer. Backfill the borings with cement grout, as required by the SCVWD. Measure and record the depth to groundwater within the borings, if encountered. Dispose of the drill cuttings off-site. Perform laboratory tests on the collected soil samples to evaluate the engineering characteristics of the subsurface soils, including direct shear and triaxial shear strength, classification, shrink-swell, consolidation, gradation, and moisture density, as judged appropriate. Perform engineering analyses based on the results obtained from the above tasks and develop recommendations oriented toward the above-stated purpose ofthese services. Prepare a report summarizing the findings and recommendations, including a vicinity map, a vicinity geologic map, a site plan, boring logs, laboratory test results, and conclusions and recommendations. Prepare aerial and topographic surveys of the reservoir site. Set control at the site. Perform a flight to obtain high-resolution black and white, vertical aerial photography using a precision, calibrated, cartographic camera. Photography will be taken at a height of 1,200 feet above mean terrain, which will result in an average photo scale of 1:2,400 (1 inch = 200 feet). The number of models and photos will vary according to the length of pipeline right of way to be mapped. After receiving the new vertical photos, prepare digitally compiled photogrammetric mapping at the site. Mapping will be at a scale of 1 inch = 20 feet, with a contour interval of one foot. Following compilation of the digital photogrammetry, a field crew will be mobilized to check the photogrammetric product, and provide a surface utility survey of the reservoir site and pipeline PA Phi Design Scope.ExG.042502.doc 3 April 25, 2002 right of way. Planimetric features will be verified and added if necessary. Utilities to be located shall include but not be limited to storm and sanitary drainage structures, electric power and electronic transmission facilities, visible water pipelines and structures, and other visible indicators of utility structures. Utilities gathered will be added to the mapping product. o Conduct a.utility conflict survey to develop potential route(s) for the discharge pipeline. Review available as-built drawings to identify potential conflicts with existing utilities. Prepare recommended pipeline route including whether existing utilities should be relocated. Conduct a reservoir preliminary design meeting at the CITY’s offices where the CONSULTANT will present the preliminary design. The CITY will prepare an invitation list for the meeting consisting of representatives from operations and engineering. CONSULTANT will document the decisions in the meeting minutes.° Prepare a basis of design document for the new reservoir. This document will provide the final facility configuration and design criteria to initiate final design efforts. The intent is for the CITY to accept the basis of design in this task so that changes in concept, configuration, and design criteria are avoided once the detailed design is in progress. This document will include a brief summary of the selected configuration, the final design criteria, and a summary of the meeting where the alternatives were selected. Deliverables: 1.Conceptual design of the improvement projects. Preliminary assessment letter report. Administrative draft, draft, and final versions of the mitigated negative declaration. Architectural design concepts of the new pump station. Geotechnical report of the reservoir site. 6.A technical memorandum covering the utility conflict survey and recommendations to avo, id/address identified conflicts. Minutes of the reservoir Project selection meeting. Basis of design of the selected alternative. Task G2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected in Task G1. The CONSULTANT’s level of effort budget allowance for this Task is limited to 4,221 hours as shown on Exhibit L. If additional level of effort is required to adequately design and describe the work, the CITY will issue a change.order to the CONSULTANT for a mutually agreed amount. CONSULTANT shall: Prepare 35 percent design submittal package. The 35 percent drawings will include sufficient dimensions and description of.the selected components to illustrate how the concepts developed in Task G1 will be implemented. The level of detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed process and system control diagrams. PA Phi Design Scope.ExG.042502.doc April 25, 2002 Specifications will not be developed at this stage of designl Draft control descriptions of the new equipment will be prepared for review. The 35 percent submittal package will also include the following: Site plans Piping and instrumentation diagrams. Piping layout drawings. Equipment locations for all major equipment. Control descriptions. Equipment data sheets for all major equipment. Instrument lists. Drawing list. List of specific items requiring CITY decision. Updated project cost estimate and schedule. The purpose of these documents is to provide sufficient information for CITY staffto assess and identify potential impacts and effects of the improvements to project goals, operational constraints, and maintenance issues including equipment experiences or preferences. Prepare 65 percent design submittal package. The 65 percent drawings shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed system control diagrams. Specifications will include an outline of proposed construction sequencing and constraints; general criteria, installation requirements and testing procedures for major equipment; and listing of proposed bid item breakdown.. The 65 percent submittal package will also include the following: Typical details. Piping and instrumentation di~;grams. Piping layout drawings. Equipment layouts for all major equipment. Electrical single line drawings. Control descriptions. Control system architecture block diagrams (SCADA). Equipment data sheets for all major equipment. Instrument lists. Drawing list. Specification table of contents. Specification sections for major equipment. Draft standard and special provisions. List of specific items requiring CITY decision. Updated project cost estimate and schedule. Prepare 90 percent design submittal package. The 90 percent submittal package will address all the CITY’s comments on the 65 percent submittal package as well as the comments resulting from the CONSULTANT’S internal QA/QC program. This submittal will represent a near- biddable set of construction documents. The purpose of this submittal is to allow the CITY a final opportunity for comments. Prepare a 100 percent design submittal package. The 100 percent submittal package will address the final comments made by the CITY’s review team as well as the CONSULTANT’S PA Phi Design Scope.ExG.042502.doc April 25, 2002 review team. The purpose of this submittal package is to present to the CITY how the final comments were addressed and to obtain buy-in prior to preparing the bid package. Prepare a single bid package combined with the improvements designed under Exhibit A. The CITY will advertise the bid package to obtain bids from qualified contractors. CONSULTANT shall assist the CITY during bidding by conducting one (1) 0n-site pre-bid conference, answering bidding contractor’s questions during the bid period, and preparing up to two (2) addenda, as needed. CONSULTANT services such as conducting a preconstruction conference, preparing conformed drawings, inspection, construction management, and submittal review are included under Exhibit Do CONSULTANT shall receive a separate notice to proceed from the CITY when construction management services are to begin. Deliverables: 2. 3. 4. 5. 6. 7. 8. 9. 2 full-size copies and 10 half-size copies of the 35 percent drawings. 10 copies of the 35 percent specifications. 35 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 65 percent drawings. 10 copies of the 65 percent specifications. 65 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 90 percent drawings. 10 copies of the 90 percent specifications. 90 percent design cost estimate. 1 full-size copy and 5 half-size copies of the 100 percent drawings. 5 copies of the 100 percent specifications. 100 percent design cost estimate. Bid set documents: 1 CD of the final drawings and specifications, 1 master full-size reverse- plotted mylars, 1 print-ready master set of specifications, 100 half-size copies of the drawings, and 100 copies of the project specifications. PA Phi Design Scope.ExG.042502.doc 6 April 25, 2002 EXHIBIT H SCOPE OF WORK DUTIES OF CONSULTANT PRELIMINARY AND FINAL DESIGN OF THE GUNN HIGH SCHOOL RESERVOIR INTRODUCTION In December 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: ¯Analyze the water distribution system’s ability to supply the water demands of the City when it is built-out according tothe Comprehensive Plan dated 1998 - 2010. ¯Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down for eight hours. This is the water supply emergency defined by the California Department of Health Services (DHS) in a letter to the City dated April 2, 1997. ¯Assess how the SFPUC’s planned conversion to chloramine disinfection will impact water quality in the City’s water distribution system. The El Camino Park reservoir (Exhibit C) is only one of the many improvements recommended in the 1999 Study. The reservoir will improve the ability of the CITY’s water distribution system to supply water during DHS-defined water supply emergency, as well as other water supply emergencies. Specifically, the new reservoir would assist in fire suppression efforts in the CITY’s pressure areas 1 and 3. At the time this scope of services was drafted, the CITY had not yet received approval from Stanford University, the landowner, to construct the reservoir at the park. As such, alternative reservoir sites were identified. The Gunn High School site, located at the intei’section of Foothill Expressway and Arastradero Road, is one of the six alternative reservoir sites. If the CiTY receives approval to construct the reservoir at this site, CONSULTANT will perform the services described in this Exhibit. This Exhibit H consists of the following tasks: Task H1 Preliminary Design This taskentails performing preliminary design efforts for the new Gunn High School reservoir that consist of the following: Prepare conceptual design alternatives for the new reservoir for the CITY to select one for implementation. Perform the environmental work needed to comply with CEQA requirements for the new reservoir construction. Co do f. g. h. Develop architectural renderings of the proposed aboveground facilities (pump station) for review, comment, and approval. Conduct the geotechnical investigation necessary for final structural design. Conduct the photogrammetric topographical survey to support final design efforts..’ Route the inlet/outlet pipeline to avoid existing utilities. Conduct a preliminary design meeting to finalize the design criteria. Prepare a basis of design (preliminary design) report to document the final design criteria of the new reservoir. Task H2 - Final Design PA Phi Design Scope.ExH.042502.doc April 25, 2002 In addition to developing plans, specifications, and cost estimates for the new Gunn High School reservoir, CONSULTANT shall also assist the CITY with answering questions from the bidding contractors. SCOPE OF SERVICES The following sections describe the detailed scope of services covered in this exhibit. Task H1 Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CONSULTANT shall: Prepare conceptual designs of a maximum of three improvement alternatives for the new reservoir and pump station. A description, capital construction cost estimate, 8.5xll inch graphic, and a listing of the pros and cons will be prepared for each of the improvement alternatives. The project alternative descriptions of the pros and cons will incorporate the results of the environmental and geotechnical studies conducted in this task, as appropriate. If the CITY gets authorization to construct the proposed Gunn High School reservoir, the CONSULTANT’s environmental subconsultant will conduct a site reconnaissance and review available information (including biological and cultural resource databases) to prepare a preliminary assessment of environmental opportunities and constraints. CONSULTANT shall summarize this information into a concise letter report. CONSULTANT’s environmental subconsultant shall prepare CEQA documentation to address the proposed new reservoir project at the Gunn’ High School site. At this time, we anticipate that a Mitigated Negative Declaration will be appropriate. This assumption will be confirmed through our project evaluation and preparation of the Initial Study. Our basic Scope of services addresses a single preferred site location for the reservoir. CONSULTANT’s environmental subconsultant shall prepare an administrative draft Initial Study to evaluate the potential impacts of the proposed reservoir. We will use the CEQA Checklist and address all issues, including the following: Land Use: Assessment of temporary/permanent displacement of existing land uses. Construction/Operation Effects. Assessment of site features related to: Noise - construction and operational noise effects on sensitive land uses Air qualityldust - construction air quality effects on adjacent land uses Traffic - primarily construction effects on adjacent roadways and land uses of concern Chemical use and hazardous materials- primarily construction related Visual quality - views of project area from adjacent land uses Biological resources - including potential heritage trees and Game Refuge impacts Water resources - primarily creeks and drainages that could be affected by site runoff and groundwater impacts Cultural/historic resources - effects on known and previously undiscovered resources Recreation resources - construction and operational effects on athletic fields at the reservoir site or other recreational resources within the project area, such as bicycle routes or other parks CONSULTANT’s environmental subconsultant shall respond to one round of comments on the PA Phi Design Scope.ExH.042502.doc 2 April 25, 2002 4. administrative draft documents by preparing the Initial Study I Mitigated Negative Declaration, including the Mitigation Monitoring and Reporting Program, for public circulation. CONSULTANT’s environmental subconsultant shall also prepare the Notice of Availability / Notice ofIntent to adopt a Mitigated Negative Declaration. Following receipt of comments on the Initial Study / Mitigated Negative Declaration, CONSULTANT’s environmental subconsultant shall then prepare responses to comments, in conjunction with the CITY. CONSULTANT’s environmental subconsultant shall also complete the Mitigation Monitoring and Reporting Program and prepare a Notice of Determination for the project. CONSULTANT’s environmental subconsultant evaluation shall be based on a review of the project description, site reconnaissance, literature review, review of studies under preparation ¯ by other specialists, and informal consultation with relevant regulatory agencies. Develop a preliminary architectural design for the new pump station. Deliverables will include rendered elevations (color pencil) and sketch perspectives of the selected design. Prepare the final geotechnical design, criteria. Obtain the field data necessary to provide recommendations for design. Key activities are as follows: ao co g= Review the available geotechnical data for this site and for other sites in the vicinity. Review published maps and geologic reports pertinent to the site area and develop a summary of geologic and seismic conditions and considerations. Visit the site, document, and mark boring locations with white paint. Notify Underground Service Alert at least.72 hours in advance of the planned explorations to mark the known utilities within the exploration areas for possible conflicts with our borings. Obtain a drilling permit for the 50-foot-deep borings, as required by the Santa Clara Valley Water District (SCVWD) for all borings deeper than 45 feet. Drill, log, and sample four (4) borings to a minimum depth of 50 feet using a truck- mounted drilling rig utilizing hollow-stem augers under the direction of a geotechnical engineer. Backfill the borings with cement grout, as required by the SCVVVD; Measure and record the depth to groundwater within the borings, if encountered. Dispose of the drill cuttings off, site. Perform laboratory tests on the collected soil samples to evaluate the engineering characteristics of the subsurface soils, including direct shear and triaxial shear streng!h, classification, shrink-swell, consolidation, gradation, and moisture density, as judged appropriate. Perform engineering analyses based on the results obtained from the above tasks and develop recommendations oriented toward the above-stated purpose of these services. Prepare a report summarizing the findings and recommendations, including a vicinity map, a vicinity geologic map, a site plan, boring logs, laboratory test results, and conclusions and recommendations. Prepare aerial and topographic surveys of the reservoir site. Set control at the site. Perform a flight to obtain high-resolution black and white, vertical aerial photography using a precision, calibrated, cartographic camera. Photography will be taken at a height of 1,200 feet above mean terrain, which will result in an average photo scale of 1:2,400 (1 inch = 200 feet). The number of models and photos will vary according to the length of pipeline right of way to be mapped. After receiving the new vertical photos, prepare digitally compiled photogrammetric mapping at the site. Mapping will be at a scale of 1 inch = 20 feet, with a contour interval of one foot. Following compilation of the digital photogrammetry, a field crew will be mobilized to check the photogrammetric product, and provide a surface utility survey of the reservoir site and pipeline PA Phi Design Scope.ExH.042502,doc April 25, 2002 o right of way. Planimetric features will be verified and added if necessary. Utilities to be located shall include but not be limited to storm and sanitary drainage structures, electric power and electronic transmission facilities, visible water pipelines and structures, and other visible indicators of utility structures. Utilities gathered will be added to the mapping product. Conduct a utility conflict survey to develop potential route(s) for the discharge pipeline. Review available as-built drawings to identify potential conflicts with existing utilities. Prepare recommended pipeline route including whether existing utilities should be relocated. Conduct a reservoir preliminary design meeting at the CITY’s offices where the CONSULTANT will present the preliminary design. The CITY will prepare an invitation list for the meeting consisting of representatives from operations and engineering. CONSULTANT will document the decisions in the meeting minutes. Prepare a basis of design document for the new reservoir. This document will provide the final facility configuration and design criteria to initiate final design efforts. The intent is for the CITY to accept the basis of design in this task so that changes in concept, configuration, and design criteria are avoided once the detailed design is in progress. This document will include a brief summary of the selected configuration, the final design criteria, and a summary of the meeting where the alternatives were selected. Deliverables: 2. 3. 4. 5. 6. Conceptual design of the improvement projects. Preliminary assessment letter report. Administrative draft, draft, and final versions of the mitigated negative declaration. Architectural design concepts of the new pump station. Geotechnical report of the reservoir site. A technical memorandum covering the utility conflict survey and recommendations to avoid/address identified conflicts. ~ Minutes of the reservoir project selection meeting. Basis of design of the selected alternative. Task H2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected in Task H1. The CONSULTANT’s level of effort budget allowance for this Task is limited to 4,042 hours as shown on Exhibit L. If additional level of effort is required to adequately design and describe the work, the CITY will issue a change order to the CONSULTANT for a mutually agreed amount. CONSULTANT shall: Prepare 35 percent design submittal package. The 35 percent drawings will include sufficient dimensions and description of the selected components to illustrate how the concepts developed in Task H1 will be implemented. The level of detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance PA Phi Design Scope.ExH.042502.doc 4 April 25, 2002 locations, and proposed process and system control diagrams. Specifications will not be developed at this stage of design. Draft control descriptions of the new equipment will be prepared for review. The 35 percent submittal package will also include the following: Site plans Piping and instrumentation diagrams. Piping layout drawings. Equipment locations for all major equipment. Control descriptions. Equipment data sheets for all major equipment. Instrument lists. Drawing list. L=st of spec=fic items requiring CITY decision. Updated project cost estimate and schedule. The purpose of these documents is to provide sufficient information for CITY staffto assess and identify potential impacts and effects of the improvements to project goals, operational constraints, and maintenance issues including equipment experiences or preferences. Prepare 65 percent design submittal package. The 65 percent drawings shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed system control diagrams. ¯ Specifications will include an outline of proposed construction sequencing and constraints; general criteria, installation requirements and testing procedures for major equipment; and listing of proposed bid item breakdown. The 65 percent submittal package will also include the following: Typical details. Piping and instrumentation diagrams. Piping layout drawings. Equipment layouts for all major equipment. Electrical single line drawings. Control descriptions. Control system architecture block diagrams (SCADA). Equipment data sheets for all major equipment. Instrument. lists. Drawing list. Specification table of contents. Specification sections for major equipment. Draft standard and special provisions. List of specific items requiring CITY decision. Updated project cost estimate and schedule. Prepare 90 percent design submittal package. The 90 percent submittal package will address all the CITY’s comments on the 65 percent submittal package as well as the comments resulting from the CONSULTANT’S internal QA/QC program. This submittal will represent a near- biddable setof construction documents. The purpose of this submittal is to allow the CITY a final opportunity for comments. Prepare a 100 percent design submittal package. The 100 percent submittal package will PA Phi Design Scope.ExH.042502.doc April 25, 2002 o address the final comments made by the CITY’s review team as well as the CONSULTANT’S review team, The purpose of this submittal package is to present to the CITY how the final comments were addressed and to obtain buy-in prior to preparing the bid package. Prepare a single bid package combined with the improvements designed under Exhibit A. The CITY will advertise the bid package to obtain bids from qualified contractors. CONSULTANT shall assist the CITY during bidding by conducting one (1) on-site pre-bid conference, answering bidding contractor’s questions during the bid period, and preparing up to two (2) addenda; as needed. CONSULTANT services such as conducting a preconstruction conference, preparing conformed drawings, inspection, construction management, and submittal review are included under Exhibit J. CONSULTANT shall receive a separate notice to proceed from the CITY when construction management services are to begin. Deliverables: 5. 6, 7. 8. 9. 11. 12. 2 full-size copies and 10 half-size copies of the 35 pement drawings. 10 copies of the 35 percent specifications. 35 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 65 percent drawings. 10 copies of the 65 percent specifications. 65 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 90 percent drawings. 10 copies of the 90 percent specifications. 90 percent design cost estimate. 1 full-size copy and 5 half-size copies of the 100 percent drawings. 5 copies of the 100 percent specifications. 100 percent design cost estimate. Bid set documents: 1 CD of the final drawings and specifications, 1 master full-size reverse- plotted mylars, 1 print-ready master set of specifications, 100 half-size copies of the drawings, and 100 copies of the project specifications. PA Phi Design Scope.ExH.042502.doc 6 April 25, 2002 EXHIBIT I SCOPE OF WORK DUTIES OF CONSULTANT PRELIMINARY AND FINAL DESIGN OF THE TERMAN PARK RESERVOIR INTRODUCTION In December 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: ¯Analyze the water distribution system’s ability to supply the water demands of the City when it is built-out according to the Comprehensive Plan dated 1998 - 2010. ¯Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down for eight hours. This is the water supply emergency defined by the California Department of Health Services (DHS) in a letter to the City dated April 2, 1997. ¯Assess how the SFPUC’s planned conversion to chloramine disinfection .will impact water quality in the City’s water distribution system. The El Camino Park reservoir (Exhibit C) is only one of the many improvements recommen~led in the 1999 Study. The reservoir will improve the ability of the CITY’s water distribution system to supply water during DHS-defined water supply emergency, as well as other water supply emergencies. Specifically, the new reservoir would assist in fire suppression efforts in the CITY’s pressure areas 1 and 3. At the time this scope of services was drafted, the CITY had not yet received approval from Stanford University, the landowner, to construct the reservoir at the park. As such, alternative reservoir sites were identified. The Terman Park site, located behind the Jewish Community Center on Arastradero Road, is one of the six alternative reservoir sites. ¯If the CITY receives approval tO construct the reservoir at this site, CONSULTANT will perform the services described in this Exhibit. This Exhibit I consists of the following tasks: Task il - Preliminary Design This task entails performing preliminary design efforts for the new Terman Park reservoir that consist of the following: bo Prepare conceptual design alternatives for the new reservoir for the CITY to select one for implementation. Perform the environmental work needed to comply with CEQA requirements for the new reservoir construction. Develop architectural renderings of the proposed aboveground facilities (pump station) for review, comment, and approval. Conduct the geotechnical investigation necessary for final structural design. Conduct the photogrammetric topographical survey to support final design efforts. Route the inlet/outlet pipeline to avoid existing utilities. Conduct a preliminary design meeting to finalize the design criteria. Prepare a basis of design (preliminary design) report to document the final design criteria of the new reservoir. Task 12 - Final Design PA Phi Design Scope.Exl.042502.doc 1 April 25, 2002 In addition to developing plans, specifications, and cost estimates for the new Terman Park reservoir, CONSULTANT shall also assist the CITY with answering questions from the bidding contractors. SCOPE OF SERVICES The following sections describe the detailed scope of services covered in this exhibit. Task I1 .Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CONSULTANT shall: Prepare conceptual designs of a maximum of three improvement alternatives for the new reservoir and pump station. A description, capital construction cost estimate, 8.5xll inch graphic, and a listing of the pros and cons will be prepared for each of the improvement alternatives. The project alternative descriptions of the pros and cons will incorporate the results of the environmental and geotechnical studies conducted in this task, as appropriate. If the CITY gets authorization to construct the proposed Terman Park reservoir, the CONSULTANT’s environmental subconsultant will conduct a site reconnaissance and review available information (including biological and cultural resource databases)to prepare a preliminary assessment of environmental opportunities and constraints; CONSULTANT shall summarize this information into a concise letter report. CONSULTANT’s environmental subconsultant shall prepare CEQA documentation to address the proposed new reservoir project at the Terman Park site. At this time, we anticipate that a Mitigated Negative Declaration will be appropriate. This assumption will be confirmed through our project evaluation and preparation of the Initial Study. Our basic scope of services addresses a single preferred site Iocatio=~ for the reservoir. CONSULTANT’s environmental subconsultant shall prepare an administrative draft Initial Study to evaluate the potential impacts of the proposed reservoir. We will use the CEQA Checklist and address all issues, including the following: Land Use: Assessment of temporary/permanent displacement of existing land uses. Construction/Operation Effects. Assessment of site features related to: Noise - construction and operational noise effects on sensitive land uses Air quality/dust - construction air quality effects on adjacent land uses Traffic - primarily construction effects on adjacent roadways and land uses of concern Chemical use and hazardous materials - primarily construction related Visual quality - views of project area from adjacent land uses Biological resources -including potential heritage treesand Game Refuge impacts Water resources - primarily creeks and drainages that could be affected by site runoff and groundwater impacts Cultural/historic resources - effects on known and previously undiscovered resources Recreation resources - construction and operational effects on athletic fields at the reservoir site or other recreational resources within the project area, such as bicycle routes or other parks CONSULTANT’s environmental subconsultant shall respond to one round of comments on the PA Phi Design Scope.Exl.042502.doc 2 April 25, 2002 administrative draft documents by preparing the Initial Study / Mitigated Negative Declaration, including the Mitigation Monitoring and Reporting Program, for public circulation. CONSULTANT’s environmental subconsultant shall also prepare the Notice of Availability / Notice of Intent to adopt a Mitigated Negative Declaration. ¯ Following receipt of comments on the Initial Study / Mitigated Negative Declaration, CONSULTANT’s environmental subconsultant shall then prepare responses to comments, in conjunction with the CITY. CONSULTANT’s environmental subconsultant shall also complete the Mitigation Monitoring and Reporting Program and prepare a Notice of Determination for the project. CONSULTANT’s environmental subconsultant evaluation shall be based on a review of the project description, site reconnaissance, literature review, review of studies under preparation by other specialists,.and informal consultation with relevant regulatory agencies. Develop a preliminary architectural design for the new pump station. Deliverables will include rendered elevations (color pencil) and sketch perspectives of the selected design. Prepare the final geotechnical design criteria. Obtain the field data necessary to provide .recommendations for design. Key activities are as follows: do Review the a~ailable geotechnical data for this site and for other sites in the vicinity. Review published maps and geologic reports pertinent to the site area and develop a summary of geologic and seismic conditions and considerations. Visit the site, document, and mark boring locations with white paint. Notify Underground Service Alert at least 72 hours in advance of the planned explorations to mark the known utilities within the exploration areas for possible conflicts with our borings. Obtain a drilling permit for the 50-foot-deep borings, as required by the Santa Clara Valley Water District (SCVWD)-for all borings deeper than 45 feet. Drill, .log, and sample four (4) borings to a minimum depth of 50 feet using a truck- mounted drilling rig utilizing hollow-stem augers under the direction of a geotechnical engineer. Backfill the borings with cement grout, as required by the SCVWD. Measure and record the depth to groundwater within the borings, if encountered. Dispose of the drill cuttings off-site. Perform laboratory tests on the collected soil samples to evaluate the engineering characteristics of the subsurface soils, including direct shear and triaxial shear strength, classification, shrink-swell, consolidation, gradationl and moisture density, as judged appropriate. Perform engineering analyses based on the results obtained from the above tasks and develop recommendations oriented toward the above-stated purpose of these services. Prepare a report summarizing the findings and recommendations, including a vicinity map, a vicinity geologic map, a site plan, boring logs, laboratory test results, and conclusions and recommendations. Prepare aerial and topographic surveys of the reservoir site. Set control at the site. Perform a flight to obtain high-resolution black and white, vertical aerial photography using a precision, calibrated, cartographic camera. Photography will be taken at a height of 1,200 feet above mean terrain, which will result in an average photo scale of 1:2,400 (1 inch = 200 feet). The number of models and photos will vary according to the length of pipeline right of way to be mapped. After receiving the new vertical photos, prepare digitally compiled photogrammetric mapping at the site. Mapping will be at a scale of 1 inch = 20 feet, with a contour interval of one foot. Following compilation of the digital photogrammetry, a field crew will be mobilized to check the photogrammetric product, and provide a surface utility survey of the reservoir site and pipeline PA Phi Design Scope.Exl.042502.doc April 25, 2002 = right of way. Planimetric features will be verified and added if necessary. Utilities to be located shall include but not be limited .to storm and sanitary drainage structures, electric power and electronic transmissioh facilities, visible water pipelines and structures, and other visible indicators of utility structures. Utilities gathered will be added to the mapping product. Conduct a utility conflict survey to develop potential route(s) for the discharge pipeline. Review available as-built drawings to identify potential conflicts with existing utilities. Prepare recommended pipeline route including whether existing utilities should be relocated. Conduct a reservoir preliminary design meeting at the CITY’s offices where the CONSULTANT will present the preliminary design. The CITY will prepare an invitation list for the meeting consisting of representatives from operations and engineering. CONSULTANT will document the decisions in the meeting minutes. Prepare a basis of design document for the new reservoir. This document will provide the final facility configuration and design criteria to initiate final design efforts. The intent is for the CITY to accept the basis of design in this task so that changes in concept, configuration, and design criteria are avoided once the detailed design is in progress. This document will include a brief summary of the selected configuration, the final design criteria, and a summary of the meeting where the alternatives were selected. Deliverables: 1.Conceptual design of the improvement projects. 3. 4. 5. 6. Preliminary assessment letter report. Administrative draft, draft, and final versions of the mitigated negative declaration. Architectural design concepts of the new pump station. Geotechnical report of the reservoir site. A technical memorandum covering the utility conflict survey and recommendations to avoid/address identified conflicts. Minutes ..of the reservoir project selection meeting. Basis of design of the selected alternative. Task 12 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected in Task I1. The CONSULTANT’s level of effort budget allowance for this Task is limited to 4,042 hours as shown on Exhibit L. If additional level of effort is required to adequately design and describe the work, the CITY will issue a change order to the CONSULTANT for a mutually agreed amount. CONSULTANT shall: Prepare 35 percent design submittal package. The 35 percent drawings will include sufficient dimensions and description of the selected components to illustrate how the concepts developed in Task I1 will be implemented. The level of detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance PA Phi Design Scope.Exl.O42502.doc April 25, 2002 locations, and proposed process and system control diagrams. Specifications will not be developed at this stage of design. Draft control descriptions of the new equipment will be prepared for review. The 35 percent submittal package will also include the following: Site plans Piping and instrumentation diagrams. Piping layout drawings. Equipment locations for all major equipment. Control descriptions. Equipment data sheets for all major equipment. Instrument lists. Drawing list. List of specific items requiring CITY decision. Updated project cost estimate and schedule. The purpose of these documents is to provide sufficient information for CITY staffto assess and identify potential impacts and effects of the improvements to project goals, operational constraints, and maintenance issues including equipment experiences or preferences. Prepare 65 percent design submittal package. The 65 percent drawings shall include such items .as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed system control diagrams. Specifications will include an outline of proposed construction sequencing and constraints; general criteria, installation requirements and testing procedures for major equipment; and listing of proposed bid item breakdown. The 65 percent submittal package will also include the following: Typical details. Piping and instrumentation diagrams. Piping layout drawings. Equipment layouts for all major equipment. Electrical single line drawings. Control descriptions. Control system architecture block diagrams (SCADA). Equipment data sheets for all major equipment. Instrument lists. Drawing list. Specification table of contents. Specification sections for major equipment. Draft standard and special provisions. List of specific items requiring CITY decision. Updated project cost estimate and schedule. Prepare 90 percent design submittal package. The 90 percent submittal package will address all the CITY’s comments on the 65 percent submittal package as well as the comments resulting from the CONSULTANT’S internal QA/QC program. This submittal will represent a near- biddable set of construction documents. The purpose of this submittal is to allow the ,CITY a final opportunity for comments. Prepare a 100 percent design submittal package. The 100 percent submittal package will PA Phi Design Scope.Exl.042502.doc April 25, 2002 o = address the final comments made by the CITY’s review team as well as the CONSULTANT’S review team. The purpose of this submittal package is to present to the CITY how the final comments were addressed and to obtain buy-in prior to preparing the bid package. Prepare a single bid package combined with the improvements designed under Exhibit A. The CITY will advertise the bid package to obtain bids from qualified contractors. CONSULTANT shall assist the CITY during bidding by conducting one (1) on-site pre-bid conference, answering bidding contractor’s questions during the bid period, and preparing up to two (2) addenda, as needed. CONSULTANT services such as conducting a preconstruction conference, preparing conformed drawings, inspection, construction management, and submittal review are included under Exhibit D. CONSULTANT shall receive a separate notice to proceed from the CITY when construction management services are to begin. Deliverables: 2. 3. 4. 5. 6. 7. 8. 9. 10. 12. 2 full-size copies and 10 half-size copies of the 35 percent drawings. 10 copies of the 35 percent specifications. 35 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 65 percent drawings. 10 copies of the 65 pement specifications. 65 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 90 percent drawings. 10 copies of the 90 percent specifications. 90 percent design cost estimate. 1 full-size copy and 5 half-size copies of the 100 percent drawings. 5 copies of the 100 percent specifications. 100 percent design cost estimate. Bid set documents: 1 CD of the final drawings and specifications, 1 master full-size reverse- plotted mylars, 1 print-ready master set of specifications, 100 half-size copies of the drawings, and 100 copies of the project specifications. PA Phi Design Scope.Exl.042502.doc 6 April 25, 2002 EXHIBIT J SCOPE OF WORK DUTIES OF CONSULTANT PRELIMINARY AND FINAL DESIGN :OF THE JUANA BRIONES PARK RESERVOIR INTRODUCTION In December 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: ¯Analyze the water distribution system’s ability to supply the water demands of the City when it is built-out according to the Comprehensive Plan dated 1998 - 2010. ¯Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down for eight hours. This is the water supply emergency defined by the California Department of Health Services (DHS) in a letter to the City dated April 2, 1997. ¯Assess how the .SFPUC’s planned conversion to chloramine disinfection will impact water ~ quality in the City’s Water distribution system. The El Camino Park reservoir (Exhibit C) is only one of the many improvements recommended, in the 1999 Study. The reservoir will improve the ability of the CITY’s water distribution system to supply water during DHS-defined water supply emergency, as well as other water supply emergencies. Specifically, the new reservoir would assist,in fire suppression efforts in the CITY’s pressure areas 1 and 3. At the time this scope of services was drafted, the CITY had not yet received approval from Stanford University, the landowner, to construct the reservoir at the park. As such, alternative reservoir sites were identified. The Juana Briones Park site, located on Arastradero Road, is one of the six alternative reservoir sites~ If the CITY receives approval to construct the reservoir at this site, CONSULTANT will perform the services described in this Exhibit. This Exhibit J consists of the following tasks: Task J1 - Preliminary Design This task entails performing preliminary design efforts for the new Juana Briones Park reservoir that consist of the following: a.Prepare conceptual design alternatives for the new reservoirfor the CiTY to select one for implementation. b.Perform the environmental work needed to comply with CEQA requirements for the new reservoir construction. c.Develop architectural renderings of the proposed aboveground facilities (pump station) for review, comment, and approval. d.Conduct the geotechnical investigation necessary for final structural design. e.Conduct the photogrammetric topographical survey to support final design efforts. f.Route the inlet/outlet pipeline to avoid existing utilities. g..Conduct a preliminary design meeting to finalize the design criteria. h.P~’epare a basis of design (preliminary design) report to document the final design criteria of the new reservoir. Task J2 - Final Design PA Phi Design Scope.ExJ.042502.doc 1 April 25, 2002 In addition to developing plans, specifications, and cost estimates for the new Juana Briones Park reservoir, CONSULTANT shall also assist the CITY with answering questions from the bidding contractors. SCOPE OF SERVICES The following sections describe the detailed scope of services covered in this exhibit. Task J1 Pre.Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CONSULTANT shall: Prepare conceptual designs of a maximum of three improvement alternatives for the new reservoir and pump station. A description, capital construction cost estimate, 8.5xll inch graphic, and a listing of the pros and cons will be prepared for each of the improvement alternatives. The project alternative descriptions of the pros and cons will incorporate the results of the environmental and geotechnical studies conducted in this task, as appropriate. If the CITY gets authorization to construct the proposed Juana Briones Park reservoir, the CONSULTANT’s environmental subconsultant will conduct a site reconnaissance and review available information (including biological and cultural resource databases) to prepare a preliminary assessment of environmental opportunities and constraints. CONSULTANT shall summarize this information into a concise letter report. CONSULTANT’s environmental subconsultant shall prepare CEQA documentation to address the proposed new reservoir project at the Juana Briones Park site. At this time, we anticipate that a Mitigated Negative Declaration will be appropriate. This assumption will be confirmed through our project evaluation and preparation of the Initial Study. Our basic scope of services addresses a single preferred site location for the reservoir. CONSULTANT’s environmental subconsultant shall prepare an administrative dratt Initial Study to evaluate the potential impacts of the proposed reservoir. We will use the CEQA Checklist and address all issues, including the following: Land Use: Assessment of temporary/permanent displacement of existing land uses. Construction/Operation Effects. Assessment of site features related to: Noise - construction and operational noise effects on sensitive land uses Air quality/dust - construction air quality effects on adjacent land uses Traffic - primarily construction effects on adjacent roadways and land uses of concern Chemica/use and hazardous materials - primarily construction related Visual quality - views of project area from adjacent land uses Biological resources- including potential heritage treesand Game Refuge impacts Water resources - primarily creeks and drainages that could be affected by site runoff and groundwater impacts Culturallhistoric resources - effects on known and previously undiscovered resources Recreation resources - construction and operational effects on athletic fields at the reservoir site or other recreational resources within the project area, such as bicycle routes or other parks CONSULTANT’s environmental subconsultant shall respond to one round of comments on the PA Phi Design Scope.ExJ.O42502.doc 2 April 25, 2002 o administrative draft documents by preparing the Initial Study / Mitigated Negative Declaration, including the Mitigation Monitoring and Reporting Program, for public circulation. CONSULTANT’s environmental subconsultant shall also prepare the Notice of Availability / Notice of Intent tO adopt a Mitigated Negative Declaration. Following receipt of comments on the Initial Study / Mitigated Negative Declaration, CONSULTANT’s environmental subconsultant shall then prepare responses to comments, in conjunction with the CITY. CONSULTANT’s environmental subconsultant shall also complete the Mitigation Monitoring and Reporting Program and prepare a Notice of Determination for the project. CONSULTANT’s environmental subconsultant evaluation shall be based on a review of the project description, site reconnaissance, literature review, review of studies under preparation by other specialists, and informal consultation with relevant regulatory agencies. Develop a preliminary architectural design for the new pump station. Deliverables will include rendered elevations(color pencil) and sketch perspectives of the selected design. Prepare the final geotechnical design criteria. Obtain the field data necessary to provide recommendations for design. Key activities are as follows: ao Co Review the available geotechnical data for this site and for other sites in the vicinity. Review published maps and geologic reports pertinent to the site area and develop a summary of geologic and seismic conditions and considerations. Visit the site, document, and mark boring locations with white paint. Notifij Underground Service Alert at least 72 hours in advance of the planned explorations to mark the known utilities within the exploration areas for possible conflicts with our borings. Obtain a drilling permit for the 50-foot-deep borings, as required by the Santa Clara Valley Water District (SCVWD):for all borings deeper than 45 feet. Drill, log, and sample four (4) borings to a minimum depth of 50 feet using a truck- mounted drilling rig utilizing hollow-stem augers under the direction of a geotechnical engineer. Backfill the borings with cement grout, as required by the SCVWD. Measure and record the depth to groundwater within the borings, if encountered. Dispose of the drill cuttings off-site. Perform laboratory tests on the collected soil samples to evaluate the engineering characteristics of the subsurface soils, including direct shear and triaxial shear strength, classification, shrink-swell, consolidation, gradation, and moisture density, as judged appropriate. Perform engineering analyses based on the results obtained from the above tasks and develop recommendations oriented toward the above-stated purpose of these services. Prepare a report summarizing the findings and recommendations, including a vicinity map, a vicinity geologic map, a site plan, boring logs, laborat~ory test results,, and conclusions and recommendations. Prepare aerial and topographic surveys of the reservoir site. Set control at the site. Perform a flight to obtain high-resolution black and white, vertical aerial photography using a precision, calibrated, cartographic camera. Photography will be taken at a height of 1,200 feet above mean terrain, which will result in an average photo scale of 1:2,400 (1 inch = 200 feet). The number of models and photos will vary according to the length of pipeline right of way to be mapped. After receiving the new vertical photos, prepare digitally compiled photogrammetric mapping at the site. Mapping will be ata scale of I inch = 20 feet, with a contour interval of one foot. Following compilation of the digital photogrammetry, a field crew will be mobilized to check the photogrammetric product, and provide a surface utility survey of the reservoir site and pipeline PA Phi Design Scope.ExJ.042502.doc 3 April 25, 2002 right of way. Planimetric features will be verified and added if necessary. Utilities to be located shall include but not be limited to storm and sanitary drainage structures, electric power and electronic transmission facilities, visible water pipelines and structures, and other visible indicators of utility structures. Utilities gathered will be added to the mapping product. Conduct a utility conflict survey to.develop potential route(s) for the discharge pipeline. Review available as-built drawings to identify potential conflicts with existing utilities. Prepare recommended pipeline route including whether existing utilities should be relocated. Conduct a reservoir preliminary design meeting at the CITY’s offices where the CONSULTANT will present the preliminary design.. The CITY will prepare an invitation list for the meeting consisting of representatives from operations and engineering. CONSULTANT will document the decisions in the meeting minutes. Prepare a basis of design document for the new reservoir. This document will provide the final facility configuration and design criteria to initiate final design efforts. The intent is for the CITY to accept the basis of design in this task so that changes in concept, configuration, and design . criteria are avoided once the detailed design is in progress. This document will include a brief summary of the selected configuration, the final.design criteria, and a summary of the meeting where the alternatives were selected. Deliverables: Conceptual design of the improvement projects. Preliminary assessment letter report. Administrative draft, draft, and final versions of the mitigated negative declaration. 4.Architectural design concepts of the new pump station. o Geotechnical report of the reservoir site. A technical memorandum covering the avoidladdress identified conflicts. utility conflict survey andrecommendations to Minutes of the reservoir project selection meeting. Basis of design of the selected alternative. Task J2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected in Task Jl. The CONSULTANT’s level of effort budget allowance for this Task is limited to 3,696 hours as shown on Exhibit L. If additional level of effort is required to adequately design and describe the work, the CITY will issue a change order to the CONSULTANT for a mutually agreed .amount. CONSULTANT shall: Prepare 35 percent design submittal package. The 35 percent drawings will include sufficient dimensions and description of the selected components to illustrate how the concepts developed in Task J 1 will be implemented. The level of detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance PA Phi Design Scope.ExJ.042502.doc 4 April 25, 2002 locations, and proposed process and system control diagrams. Specifications will not be developed at this stage of design. Draft control descriptionsof the new equipment will be prepared for review. The35 percent submittal package will also include the following: Site plans Piping and instrumentation diagrams. Piping layout drawings. Equipment locations for all major equipment. Control descriptions. Equipment data sheets for all major equipment. Instrument lists. Drawing list. List of specific items requiring CITY decision. Updated project cost estimate and schedule. The purpose of these documents is to provide sufficient information for CITY staffto assess and identify potential impacts and effects of the improvements to project goals, operational constraints, and maintenance issues including equipment experiences or preferences. Prepare 65 percent design submittal package. The 65 percent drawings shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed system control diagrams. Specifications will include an outline of proposed construction sequencing and constraints; general criteria, installation requirements and testing procedures for major equipment; and listing of proposed bid item breakdown. The 65 percent submittal package will also include the following: Typical details. Piping and instrumentation diagrams. Piping layout drawings. Equipment layouts for all major equipment. Electrical single line drawings. Control descripti’ons. Control system architecture block diagrams (SCADA). Equipment data sheets for all major equipment. Instrument lists. Drawing list. Specification table of contents. Specification sections for major equipment. Draft standard and special provisions. List of specific items requiring CITY decision. Updated project cost estimate and schedule. Prepare 90 percent design submittal package. "l:he 90 percent submittal package will address all the CITY’s comments on the 65 percent submittal package as well as the comments resulting from the CONSULTANT’S internal QNQC program. This submittal will represent a near- biddable set of construction documents. The purpose of this submittal is to allow the CITY a final opportunity for comments. Prepare a 100 percent design submittal package. The 100 percent submittal package will PA Phi Design Scope.ExJ.042502.doc April 25, 2002 = address the final comments made by the CITY’s review team as well as the CONSULTANT’S review team. The purpose of this submittal package is to present to the CITY how the final comments were addressed and to obtain buy-in prior to preparing the bid package. Prepare a single bid package combined with the improvements designed under Exhibit A. The CITY will advertise the bid package to obtain bids from qualified contractors. CONSULTANT shall assist the CITY during bidding by conducting one (1) on-site pre-bid conference, answering bidding contractor’s questions during the bid period, and preparing up to two (2) addenda, as needed. ’CONSULTANT services such as conducting a preconstruction conference,.preparing conformed drawings, inspection, construction management, and submittal review are included under Exhibit D. CONSULTANT shall receive a separate notice to proceed from the CITY when construction management services are to begin. Deliverables: 2. 3. 4. 5. 6. 7. 8. 9. 12. 2 full-size copies and 10 half, size copies of the 35 percent drawings. 10 copies of the 35 percent specifications. 35 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 65 percent drawings. 10 copies of the 65 percent specifications. 65 percent design cost estimate. 2 full-size copies and 10 half-size copies of the 90 percent drawings. 10 copies of the 90 percent specifications. 90 percent design cost estimate. 1 full-size copy and 5 half-size copies of the 100 percent drawings. 5 copies of the 100 percent specifications. ~ 100 percent design cost estimate. Bid set documents: 1 CD of the final drawings and specifications, 1 master full-size reverse- plotted mylars, 1 print-ready master set of specifications, 100 half-size copies of the drawings, and 100 copies of the project specifications. PA Phi Design Scope.ExJ.042502.doc 6 April 25, 2002 EXHIBIT "K EXHIBIT K CONSULTANT’S RATE SCHEDULE As of March 1, 2002 CITY OF PALO ALTO CIP PROJECTS Engineers/Scientists (E/S) E/S I. E/S II E/S HI E/S IV E/S V E/SVI E/S VII E/S VIII Principal Engineering Aides (EA) EA I EA II EA HI EAIV EA V EAVI EA VII Engineering Technicians (ET). ET I ET II ET HI ETIV ET V ET VI ET VII ET VIII Support Staff Office Aides Clerical Word Processors Project Equipment Communication Expense (PECE) Per DL Hour Hourly Rate $81.00 93.00 113.00 125.00 138.00 155.00 169.00 181.00 186.00 60.00 65.00 76.00 95.00 107.00 119.00 130.00 59.00 63.00 67.00 72.00 80.00 94.00 107.00 136.00 42.00 60.00 69.00 5.77 Travel and Subsistence Mileage Subconsultant Other Direct Costs at cost .36/mile Cost + 10% Cost + 10% This rate schedule is subject to annual revisions due to labor adjustments. CONSULTANT,S revisions are normally made in March each year: C:\ba¢lmp files\WPDOCS\CONSULT~CipimplementatioaFY2001.2005~Phase I implementaffon~Phase I CMR&ContraotPkg as of 4-25- 02~PA CIP ExK FeeSchedule.doc CITY OF PALO ALTO PHASE ! IMPROVEMENT PROJECT PROJECT PERCENT COMPLETE CALCULATION Task A2 - Pt,AM~NG CONBIDERA’I1ONB EXHIBIT B - EL CAM~NO PARK WEI~L F.XHIBIT A TOTA L~ EXHIBIT B TOTALS EXHIBIT C - EL CAMEO PARK RESERVOIR AND PUMP STA’tlON E, XHIBIT C TOTAL~ PROJECT TOTAL $117,615 10% $1,725,856 Project Percent Comp/ete 100% 17"+U O.+4t CITY OF PALO ALTOPHASE I IMPROVEMENTS PROJECT PROJECT BUDGET ALLOCATION EXHIBIT L A1 Pml- M~nag~m~m *rid ~4dmln~lt~ A.11~n. D~n rand C~ C - El Camlno Park Re~en/~" and Pump D- ~ Manageme~ T~ $t17,e13 1225t~1 BoosterImpm~ ¯ Jk~ete 8 l~-oent of l~e 5.5% r~ lOOl~r ~t~t~on (M~Nm~IZ! INVOt.V~MENT ~" no( ~e~t of [] Glm|no ~ Will Nlocate 6 percent of the IOO~ o% $212,~ $117,613 8Oo¢,2~ lee1,455 8o98,7al !~10,000 1o% 2,184 El Camlno padK Rele¢~ I B ¢Imlno Pllt WIllllnd P~mp $17e,328 $10,~X) $114,213 SO 2~,939 23.1~052 13,37"/ 14% i ! II ! ! lli~li|l | |I .i|iilil J |alillS i i i |I ~ | I ilill .......,I .......I ..............’! ,I ..... ,I’ ,I I i~l~llhi|i t~ ,1111,,, I ! I I ! I i !!t!,1 ~! l- ~|liltillll|! ~uil! i t ! I I I I I 1 IOilliil .....-.. iI ........ ~1 t .," II i i I I ! .ti!!.,, ! I i ililllll II111111 I .1111.,. ,t111,,, ! ! i I I ! II i1111111 i | llH~!ll I illllli I Iiiii111 ! I I I I ! I I I I q i 1 t,!!!, ihll EXHIBIT 14 EXHIBIT M CITY OF PALO ALTO PHASE I IMPROVEMENTS PROJECT RESERVOIR BOOSTER STATION IMPROVEMENTS, DISTRIBUTION SYSTEM WATER QUALITY ENHANCEMENT, EXISTING BOOSTER STATION IMPROVEMENTS, AND RESERVOIR AND PUMP STATION AND LAND ACQUISITION. PROJECTSCHEDULE Assuming the CONSULTANT receives notice to proceed by June 1, 2002, the anticipated schedule for completion is as follows: Milestone Council Award Date Notice to proceed Final opinion summary for reservoir ~ite selection Phase I 35 percent design submittal Phase 1 65 percent design submittal Phase 1 90 percent design submittal- Phase I 100 percent design submittal Contractor notice to proceed Construction completion Deadline May 20, 2002 June 1, 2002 September 4, 2002 December 10, 2002 February 18, 2002 May 28, 2003 August26, 2003 November 25,, 2003 November 25, 2004 PA Phase I Contract Schedule.ExM.doc 1 April 25, 2002 EXHIBIT N SCOPE OF SERVICES DUTIES OF THE CITY OF PALO ALTO PHASE I DISTRIBUTION SYSTEM IMPROVEMENTS PROJECT INTRODUCTION .In December 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: ¯Analyze the water distribution system’s ability to supply the water demands of the City when it is built-out according to the Comprehensive Plan dated 1998- 2010. ¯Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down for eight hours. This is the water supply emergency defined by the Califomia Department of Health Services (DHS) in a letter to the City dated April 2, 1997. ¯Assess how the SFPUC’s planned conversion to chloramine disinfection will impact water quality in the City’s water distribution system~ The 1999 study recommended a suite of capital improvements to correct system deficiencies that were identified in the study. This project comprises the majority of the design work described in the 1999 Study related to emergency supply and chloramine conversion improvements. Several work elements consist largely of upgrades to existing pump stations and pressure regulating stations. The design and construction of the other major elements (i.e. rehabilitating the existing wells, constructing the new wells, and constructing the new reservoir) are handled separately (Phase II). Rehabilitating the existing wells and constructing the new wells (except for the proposed El Camino Park well) will be accomplished under a separate contract (Phase II). The CITY shall have the responsibilities indicated below for each of the project tasks. If a task is not listed, then no specific assistance is expected of the CITY by the CONSULTANT. The project tasks are presented below in the order of their respective contract exhibits. EXHIBIT A - PHASE I BASIC SERVICES Task.A1 - PROJECT MANAGEMENT AND ADMINISTRATION Task A1.1 - Project Management. Under this task, CONSULTANT will prepare a Project Management Plan, manage CONSULTANT’s team, and monitor project schedule and budget as described herein. CITY shall: 1.Review and provide comments and acceptance of the project management plan. Task A!.2 - Project Meetings, Under this task, CONSULTANT will.conduct preliminary and final design phase project meetings as described herein. Project meetings to be held during the construction phase are covered in Exhibit D. C:~BACKUP FILES\WPDOCS\CONSULT~CIPIMPLEMENTATIONFY2001-2005~PHASE 1 IMPLEMENTATION~PHASE I CMR&CONTRACTPKG AS OF 4-25-O2tPAPHIEXN.OOC 1 April 25, 2002 CITY shall: ~ 1.Determine which CITY staff are needed at the meetings and commit their time for the meetings. 2.Review and provide any comments on the meeting summaries prepared by the CONSULTANT. Compile, tabulate, and resolve any conflicting comments prior to transmitting to CONSULTANT. Task A2 - PLANNING CONSIDERATIONS Task A2.1 - Budget and Schedule Tracking. Under this task, CONSULTANT shall prepare and maintain software tools for tracking the project schedule and budget. CITY shall: 1.Review the project schedule and provide timely comments to the CONSULTANT. Task A2.2 - Permit Assessment. Under this task, CONSULTANT shall identify the permits that are necessary for completion of the design and construction phase services. CITY shall: Provide assistance in identifying and contacting CITY employees ~Nho may be involved in the permitting process. Task A2.3 - Stakeholder Involvement. Under this task, CONSULTANT shall assist the CITY with public involvement efforts. The focus of this task will be to involve the public parties that may be affected by the new reservoir portion of this project. Public involvement for the other portions of this project described in Task A.3.1 is not included in this contract because public resistance to those projects is not anticipated. The ultimate goal of this task will be to obtain Council approval to construct a new reservoir at one of the selected sites. CITY shall: Provide input and assist in developing the public involvement program. The program will consist of a plan and schedule for obtaining approval to proceed with designing and constructing a new reservoir at one of the selected sites (construction by others). o Participate in one public involvement coordination meeting at the CITY’S offices to organize the CITY’s efforts toward involving the public. The meeting will be attended by the CONSULTANT and senior CITY officials involved in the public involvement process. It is assumed that the CITY will provide a list of major stakeholders and potentially affected interests (PALS) including Stanford University, the public, and the Architectural Review Board. Provide input in developing draft and final information packets and fact sheets for distribution to the stakeholders. Review the draft documents and provide the information needed such that the final documents accurately represent the CITY’s plans. o Identify the CITY staffthat should be part of the public involvement workshops and commit their time for the workshops. Identify and reserve the facilities needed for the public workshops. Present the opinion summary to the CITY Council to obtain approval regarding Which reservoir site should be developed. C:\BACKUP FILES\WPDOCS\CONSULTtCIPIMPLEMENTATIONFY2001-2005~PHASE 1 IMPLEMENTATION~PHASE I CMR&CONTRACTPKG AS OF 4-25-02~PAPHI ~N.ooc 2 April 25, 2002 Identify the CITY staff that should be part of the small group meetings with PAls near the selected new reservoir site. Identify and reserve the facilities needed for the small group meetings. Review the information the CONSULTANT intends to post and/or is posting on the project website. At the CONSULTANT’s request, provide supplemental information as needed for posting. Task A3 - PRE-DESIGN, DESIGN, AND COST CRITERIA Task A3.1 Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CITY shall: Provide the CONSULTANT and its subconsultants access to the various sites involved in this project. Provide assistance in identifying and contacting CITY employees who may be involved in the’ permitting process. Identify the CITY staff that need to be involved in reviewing and commenting on the-draft improvement plans (basis of design document). Prepare an invitation list for the preliminary design review meeting consisting of representatives from operations and engineering. Commit the time of the CITY staff members to assist in completing this work in a timely manner. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Identify and commit the time of the CITY staff who should be involved in reviewing the project environmental documents. Review and comment on an administrative draft Categorical Exemption. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Task A3.2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternatives selected in Task 3.1. CITY shall: Identify the CITY staffthat need to be involved in reviewing and commenting on the 35 percent complete, 65 percent complete, and 90 percent complete plans and specifications. Commit the time of the CITY staff members to assist in completing this work in a timely manner. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Attend one (1) on-site pre-bid conference. Determine which CITY staff should attend the pre-bid conference and commit their time. 3.Advertise the bid package to obtain bids from qualified contractors. Sell and distribute plans, specifications, and addenda to bidding contractors. C:~]ACKUP FILE’S\WPDOCS\CONSULT\CIPIMPLEMENTATIONFY2001-2005\PHASE 1 IMPLEMENTATION’tPHASE ! CMR&CONI"RACTPKG AS OF 4-25-O2~PAPHIEx,.DOC 3 April 25, 2002 EXHIBIT B - EL CAMINO PARK WELL Task BI El Camino Park Well Pre.Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CITY shall: Provide the CONSULTANT and its subconsultants access to the El Camino Park site as needed. Provide assistance in identifying and contacting CITY employees who may be involved in the permitting process. Identify the CITY staffthat need to be involved in reviewing and commenting on the draft basis of design document. Prepare an invitation list for the preliminary design review meeting consisting of representatives from operations and engineering. Commit the time of the CITY staff members to assist in completing this work in a timely manner. Compile and tabulate the CITY staff review comments on the draft basis of design documentJand resolve any conflicting comments before transmitting to CONSULTANT. .- Identify and commit the time of the CITY staff who should be involved in reviewing the project environmental documents. Review and comment on an administrative draft Initial Study / Mitigated Negative Declaration, including the Mitigation Monitoring and Reporting Program. .Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Provide available as-built drawings ofali underground utilities in and around the El Camino Park site. Task B2 - El Camino Park Well Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected. CITY shall: Identify the CITY staffthat need to be involved in reviewing and commenting on the 35 pement. complete, 65 percent complete, and 90 percent complete plans and specifications. Commit the time of the CITY staff members to assist in completing this work in a timely manner. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Attend one (1) on-site pre-bid conference. Determine which CITY staffshould attend the pre-bid conference and commit their time. 3.Advertise the bid package to obtain bids from qualified contractors. 4.Sell and distribute plans, specifications, and addenda to bidding contractors. EXHIBIT C - EL CAMINO PARK RESERVOIR Task C1 El Camino Park Reservoir Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. C:~BACKUP FILES\WPDOCS\CONSULT~CIPIMPLEMENTATIONFY2001-20OS~PHASE 1 IMPLEMENTATION~PHASE I CMR&CONTRACTPKG AS OF 4-25-O~PAPHIEX,.DOC 4 April 25, 2002 CITY shall: 1.Provide the CONSULTANT and its subconsultants access to the El Camino Park site. Provide assistance in identifying and contacting CITY employees who may be involved in the permitting process. Identify the CITY staff that need to be involved in reviewing and commenting on the draft improvement plans (basis of design document). Prepare an invitation list for the preliminary design review meeting consisting of representatives from operations and engineering. Commit the time of the CITY staff members to assist in completing this work in a.timely manner. Compile and tabulate the review comments andresolve any conflicting comments before transmitt!ng to CONSULTANT. Identify and commit the time of the CITY staff who should be involved in reviewing the project environmental documents. Review and comment on an administrative draft Initial Study / Mitigated Negative Declaration, including the Mitigation Monitoring and Reporting Program. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Identify and commit the time of the CITY .staff who should be involved in reviewing the project preliminary architectural design. Review and comment on the preliminary architectural design for the proposed pump station. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Provide available as-built drawings of allunderground utilities in and around the El Camino Park site. Task C2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected in Task C1. . CITY shall: Identify the CITY staffthat need to be involved in reviewing and commenting on the 35 percent complete, 65 percent complete, and 90 percent complete plans and specifications. Commit the time of the CITY staff members to assist in completing this work in a timely manner. Compile and tabulate thereview comments and resolve any conflicting comments before transmitting to CONSULTANT. Attend one (1) on-site pre-bid conference. Determine which CITY staff should attend the pre-bid conference and commit their time. 3.Advertise the bid package to obtain bids from qualified contractors. 4.Sell and distribute plans, specifications, and addenda to bidding contractors. EXHIBIT D - CONSTRUCTION SUPPORT SERVICES I - OFFICE SERVICES :\BACKUP FILES\W~DOCS\CONSUL’r~CIPIMPLEMENTATIONF~2001-2005~PHASE 1 IMPLEMENTATION~PHASE I CMR&CONTRACTPKG AS oF 4-25-02~PAPHI EX~.O0C 5 April 25, 2002 Task D1.0 General Administration CITY shall: D1.2 Review the monthly progress reports and provide comments as needed. Task D2.0 Conformed Drawings and Specifications CITY shall: D2.1 Distribute the conformed drawings to various CITY staff as appropriate. Task D3,0 Award Contract CITY shall: D3.1 Issue the Notice to Award, execute the construction agreement with the successful contractor, and issue a Notice to Proceed. Task D4.0 Attendance at Meetings CITY shall: D4.1 Attend Preconstruction Conference. Identify the CITY staff that should attend the preconstruction conference and commit their time. Identify and reserve the facilities needed for the conference. D4.2 Attend Regularly Scheduled Meetings. Identify the CITY staff that should attend the regularly scheduled meetings and commit their time. During construction site visits to attend the weekly meetings, the CONSULTANT Project Manager shall walk the job site with the CITY representative(s) to observe the construction progress and discuss relevant construction issues. Task DS.0 Engineering Review Services CITY shall: D5.4 Change Orders. Review change order requests. Assist the CONSULTANT Project Manager in processing change orders with the CITY. II - FIELD SERVICES Task D9.0 Field Inspection CITY shall: Provide a Resident Engineer to work under the supervision of the CONSULTANT Construction Manager for the duration of the construction project.~ D9.1 Field Inspection. Assist the CONSULTANT Construction.Manager with monitoring the C:\BACKUP FILES\WPDOCS\CONSULT~CIPIMPLEMENTATIONFY2001-20OS"3PHASE 1 IMPLEMENI"ATION~PHASE I CMR&CONTRACTPKG AS OF 4=25-02\PAPH! ~N.ooc 6 April 25, 2002 Contractor’s work for compliance with the contract documents. D9.5 Inspection Reports. The CITY’s Resident Engineer andlor Field Inspector shall prepare Daily Inspection Reports and prepare a summary Weekly Inspection Report. The ,.CONSULTANT Construction Manager shall review the weekly reports pdor to distribution to the CITY. III - STARTUP Task D12.0 Startup Assistance CiTY shall: ¯ D12.1 Testing and Startup Services. The CITY’s Resident Engineer shall assist the CONSULTANT.Construction Manager with testing and startup services, and coordinate any specified vendor training. EXHIBIT E - coYOTE HILL RESERVOIR Task E1 Pre-Design.Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CITY shall: 1.Provide the CONSULTANT and its subconsultants access to the project site. Provide assistance in identifying and contacting CITY employees who may be involved in the permitting process. ¯ Identify the CiTY staff that need to be involved in reviewing and commenting on the draft improvement plans (basis of design document). Prepare an invitation list for the preliminary design review meeting consisting of representatives from operations and engineering. Commit the time of the CITY staff members.to assist in completing this work in a timely manner. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Identify and commit the time of the CITY staff who should be involved in reviewing the project environmental documents. Review and comment on an administrative draft Initial Study / Mitigated Negative Declaration, including the Mitigation Monitoring and Reporting Program. Compile and tabulate the review comments and resolve any conflicting comments before ¯ transmitting to CONSULTANT. Identify and commit the time of the CITY staff who should be involved in reviewing the project preliminary architectural design. Review and comment on the preliminary architectural design for the proposed pump station. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. 6.’ Provide available as-built drawings of all underground utilities in and around the project site. Task E2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected in Task El. C:~BACKUP FILES\WPDOCS\CONSULTtCIPIMPLEMENTATIONFY2001-2005~PHASE 1 IMPLEMENTATION~°HASE I CMR&CONTRACTPKG AS OF 4-25-02tPAPHI 7 April 25, 2002 CITY shall: ’ Identify the CITY staffthat need to be involved in reviewing and commenting on the 35 percent complete, 65 percent complete, and 90 percent complete plans and specifications. Commit the time of the CITY staff members to assist in completing this work in a timely manner. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Attend one (1) on-site pre-bid conference. Determine which CITY staff should attend the pre-bid conference and commit their time. Advertise the bid package to obtain bids from qualified contractors. Sell and distribute plans, specifications, and addenda to bidding contractors. EXHIBIT F - OLD QUARRY RESERVOIR Task F1 .Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CITY shall: Provide the CONSULTANT and its subconsultants access to the project site. Provide assistance in identifying and contacting CITY employees who may be involved in the permitting process. Identify the CITY staff that need to be involved in reviewing and commenting on the draft improvement plans (basis of design document). Prepare an invitation list for the preliminary design.review meeting consisting of representatives from operations and engineering. Commit the time of the CITY staff members to assist in completing this work in a timely manner. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Identify and commit the time of the CITY staff who should be involved in reviewing the project environmental documents. Review and comment on an administrative draft Initial Study / Mitigated Negative Declaration, including the Mitigation Monitoring and Reporting Program. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Identify and commit the time bf the CITY staff who should be involved in reviewing the project preliminary architectural design. Review and comment on the preliminary architectural design for the proposed pump station..Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. 6.Provide available as-built drawings of all underground utilities in and around the project site. Task F2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected in Task F1. C:~BACKUP FILES\WPDOCS\CONSUL’F~ClPIMPLEMENTATIONF~f2001-200b3PHASE 1 IMP.LEMENTATION~PHASE I CMR&CONTRACTPKG AS OF 4-25-02~PAPHIEXN.DOC 8 April 25, 2002 Identify the CITY complete, 65 per time of the CITY and tabulate the CONSULTANT. Attend one (1) o= conference and, Advertise the bk Sell and distribu EXHIBIT H - GUNN HI( Task HI Pre-Design. I. develop the basis for th~ CITY shall: 1.Provide the COl 2.Provide assistar permitting proce Identify the improvement pl~ design review m the time of the C and tabulate the CONSULTANT. o Identify and con environmental Mitigated Negal Compile and ta transmitting to Identify and con preliminary arcl" for the propose, Conflicting comr 6.Provide availab Task H2 - Final Desig alternative selected in "1 CITY shall: CITY shall: Identify the CITY staffthat need to be involved in revi~ complete, 65 percent complete, and 90 percent compl time of the CITY staff members to assist in completir and tabulate the review comments and resolve any co CONSULTANT. Attend one (1) on-site pre-bid conference. Determine\ conference and commit their time. Advertise the bid package to obtain bids from qualifie Sell and distribute plans, specifications, and addend~ EXHIBIT G - ESTHER CLARK PARK RESERVOIR Task GI Pre-Design. Under this task, CONSULTANT shall develop the basis fo.r the final design efforts. .CITY shall: 1.Provide the CONSULTANT and its subconsultants ac Provide assistance in identifying and contacting CITY permitting process. Identify the CITY staff that need to be involved in n improvement plans (basis of design document). Prel: design review meeting consisting of representatives fn the time of the CITY staff members to assist in complet and tabulate the review comments and resolve any cor CONSULTANT. Identify and commit the time of the CiTY staff who she .environmental documents. Review and comment or Mitigated Negative Declaration, including the Mitigati Compile and tabulate the review comments and re., transmitting to CONSULTANT. Identify and commit the time of the CITY staff who shc preliminary architectural design. Review and commen for the proposed pump station. Compile and tabulate conflicting comments before transmitting to CONSULt 6.Provide available as-built drawings of all underground Task G2 - Final Design. CONSULTANT shall prepare final~ alternative selected in Task GI. CITY shall: C:\BACKUP FILES\WPDOCS\CONSUL1 C:\BACKUP FILES\WPDOCS\CONSUL’I3CIPIMPLEMENTATIONFY2001.2005~PHASE 1 IMPLEMENTATI¢ EXN.DOC EXN.DOC 9 = complete, 65 percent complete, and 90 percent complete plans and specifications. Commit the time of the CITY staff members to assist in completing this work in a timely manner. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Attend one (1) on-site pre-bid conference. Determine which CITY staffshould attend the pre-bid conference and commit their time. Advertise the bid package to obtain bids from qualified contractors. Sell and distribute plans, specifications, and addenda to bidding contractors. EXHIBIT J - JUANA BRIONES RESERVOIR Task Jl Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. CITY shall: 1.Provide the CONSULTANT and its subconsultants access to the project site. Provide assistance in identifying and contacting CITY employees who may be involved in the permitting process. o Identify the CITY staff that need to be involved in reviewing and commenting on the draft improvement plans (basis of design document). Prepare an invitation list for the preliminary design review meeting consisting Of representatives from operations and engineering. Commit the time of the CITY staff members to assist in completing this work in a timely manner. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Identify and commit the time of.the CITY staff Who should be involved in reviewing the project environmental documents..Review and comment on an administrative draft Initial Study / Mitigated Negative Declaration, including the Mitigation Monitoring and Reporting Program. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Identify and commit the time of the CITY staff who should beinvolved in *reviewing the project preliminary architectural design. Review and comment on the preliminary architectural design for the proposed pump station. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Provide available as-built drawings of all underground utilities in and around the project site. Task J2 - Final Design. CONSULTANT shall prepare final design documents for the improvement alternative selected in Task Jl. CITY shall: 1.Identify the CITY staff that need to be involved in reviewing and commenting on the 35 percent C:\BACKUP FILES\WPDOCS\CONSULT~CIPIMPLEMENTATIONFY2001-2OO5\PHASE 1 IMPLEMENTATION~PHASE I CMR&CONTRAC’I"PKG AS OF 4-25-O2~PAPHI EXN,DOC 12 April 25, 2002 o complete, 65 percent complete, and 90 percent complete plans and specifications. Commit the time of the CITY staff members to assist in completing this work in a timely manner, Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Attend one (1) on-site pre-bid conference. Determine which CITY staffshould attend the pre-bid conference and commit their time. Advertise the bid package to obtain bids from qualified contractors. Sell and distribute plans, specifications, and addenda to bidding contractors. C:~BACKUP FILES\WPDOCS\CONSULT~CIPIMPLEMENTATIONFY2001-200~PHASE 1 IMPLEMENTATION~PHASE I CMR&CONTRACTPKG AS OF 4-25-02~PAPHI 13 April 25, 2002 3033 Nodlt 441h St., #101Phoenix AZ 85018 THIS CERTIRCATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO.RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIRCATEDOES NOT AMEND, EXTEND OR AL’~R THE COVERAGE AFFORDED BY THE POUCIES BELOW. ITHIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE USTED BELOW H VE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POlICy PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRII~ED HEREIN IS SUBJECT TOALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 3MF805211-00 EXCLUDI NG PROFESS ICNAL LIAB (SEPARATE POL ICY) CO~CTUAL L lAB INCLLIOED 3MAB05211-00 E3G03532600 TEXAS AUTCMG61LE TUU3577243 3BR018520-00 12/31/01 12/31/01 12/31/01 12/31/01 ~Xl~Y EXPtRAI~ OA~ (MM~D~0 12/31/02 12/31/02 12/31/02 12/31/02 GENERAL ~ COMMERO, AL GENERAL LIAelUTY CLAIMS MADE I~-IoccUR. OWNER’S & CONTRACTOR’S PROT, PER PROJECT GENERAL AGGREGATE ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS ¯ HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY Carollo Job # GENERAL AGGREGATE PRODUCTS-COMP/OP AGG. ’PERSONAL & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (Any ~ tim) MED. EXPENSE (Any o~e pemon) COMBINED SINGLELIMIT BODILY INJURY (Per pemo~) BODILY INJURY (Per acddenl) PROPERTY DAMAGE 2F000~000 2,000,000 1,000,000 1,000,000 500,000 20,000 1,000,000 EACH OCCURRENCE I$1,000,000 AGGREGATE~I ~Ix I STATUTORY LIMITS EACH ACCIDENT I$1,000,000 DISEASE- POLICY LIMIT J~ 1,000,000 DISEASE- EACH EMPLOYEE 1,000,000 EX~SS ~ UMBRELLA FORM OTHER THAN UMBRELLA FORM WOR~R’S COMPENSATION OTHER N~tber #0384412 . ~: uap=zat improvements vrolecteverability of Interests is part of the policy conditionsddjtional lnsured per the attached,endorsement ADDITICf~,L INSURED DOES NOT APPLY TO WGRKERS O~MPENSATICN Not Yet Assigned I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE[] EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL EN~ [] MAIL ~0 *DAYS WR~TEN NOTICE TO THE CERTIFICATE HOI ~ER NAMED TO THE[] B.~(]( I°EXCEPT I0 DAYS ~D REPRESF.~A]~IE ~ / ’ . POLICY NUMBER: 3MF805211-00 Carollo Engineers, P.C. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, ’LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: The City of Palo Alto, its council members, officers, agents,and employees (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. This insurance is primary with respect to the additional insureds. Any other insurance available to that person or organization is excess and non-contributing. Signature of Authorized Representative CG 20 10 10 93 Copyright, Insurance Services Office, Inc., 1984 Policy #. 3MA805211-00 Carollo Engineers, P.C. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTOMOBILE COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM SCHEDULE Name of Person or Organization The City of Palo Alto, its council members, officers, agents, and employees WHO IS AN INSURED (Section 11) is amended to include as an "insured" the person(s) ’ or organization(s) shown in the schedule but only with respect to their liability arising out of: a)your work for the additional insured(s) at the location designated, or b)acts or omissions of the additional insured(s) in connection with their general supervision of your work at the location shown in the schedule for claims arising out of the operation, maintenance, or use of a covered "auto". This insurance is primary with respect to the additional insured. Any other insurance available to that person or organizations excess and ngncontributing. u-c A- 192-A ad ffnu ’d" ~epre~e~’~ive 11/10/89 THIS CERTIROATE IS ISSUED AS A MATTER OF INFORMATION ONLY Bmwn & Brown beorance of AZ 4041 N. Central A~nue $.lb 1~0Phoen/x AZ 85012 ~7. 85018 CONFERS NO RI(~H1~ UPON THE CERTIRCATE HOLDER, THIS CERTIRCATEDOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. COMPANIES AFFORDING COVERAGE L~RCO"~ANY AContlm=l ~ COMPANY B %Vi=0r ~ & Co.LEfTER . COMPANY D LEITER LE~ER PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WiTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES, UMITS SHOWN MAY HAVE BEEN REDUCED BY PAll GENF.R~. ~ ~O~w~IERCIAL GENERAL LIABILITYCLAIMS MADE ~OCCUR. It’S & CONTRACTOR~3 PROT. CAL IFGRNIA AGENTS L ICENSE NLMBER #0364412 ANY AUTO ALL OWNED AUTO.~ SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS ~ ~ GARAGE UABILrTY ~UMBRELLA FORM OTHER TITAN UMBRELLA FORM WORI<~R’S COMPENSA’IION PROFESSIONAL LIABILITY CLAIMS MADE.RETROAGllVE DATE UNUMI’I’ED AEE113854459 ~F~OFOPlg~TION~LOCKI1ON,~/EHIOZ=8~PECI~LITEM8Capital Improvements Project Severability of Interests is part of the policy conditions Pou~ EFI=~’IlWDM~ 07/04/00 CLAIMS, DAT£ (MIRDD/YY) GENERAL AGGREGATE $ PRODUCTS-COMPiOP AGG.$ PERSONAL & ADV. INJURY $ EACH OCCURRENCE $ FIRE DAMAGE (Any ofle fimi $ MED. EXPENSE (Any o~e person) $ COMBINED SINGLE UMIT $ BODILY INJURY (Per person) BODILY INJURY (Per accident)!$ PROPERTY DAMAGE $ EACH O~URRENCE "AQ(~REGATE 07/04/02 I STATUTORY UMITS EACH ACCIDENT "DISF-.~SE - POUCY LIMIT [)ISEASE - EACH EMPLOYEE $ $ PER CLAIM 1,000,000AGGREGATE1,000,000DEDUCTIBLE500,000 Carollo Job # Not Yet Assigned ~ of Pldo Alto’Atl~: Rowel Antonio 1007 ~ Coud Paid Alto TH~ EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL EN[X~C~,XXXXXXXX MAIL ~0 *DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, , X~QI~R~X.~y~N)~R XXXXXXXXXXXX~EXCEPT 10 DAYS ~ CERTIFICATION OF NONDISCRIMINATION SECTION 410 Certification of Nondiscrimination As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below hereby certify: a)that they are currently in compliance with all federal and state of California laws covering nondiscrimination in employment; and b)that, if awarded the contract, the proposer will not discriminate in employment of any person under the contract because of race, color, national origin or ancestry, religion, disability, gender or marital status of such person. THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. Firm: Signature: Name: Signature: Name: Note: (PRINT OR TYPE NAME) (PRINT OR TYPE NAME) California Corporations Code Section 313 requires two corporate officers to execute contracts. *The signature of First Officer* must be one of the following: Chairman of the Board; President; or Vice President. **The signature of the Second Officer** must be one of the following: Secretary; Assistant Secretary; Chief Financial Officer," or Assistant Treasurer. (In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CITY OF PALO ALTO RFP NO 142430 PAGE 1 OF 1