Loading...
HomeMy WebLinkAbout2001-04-23 City Council (9)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL 8 FROM:CITY MANAGER DEPARTMENT: UTILITIES DATE:APRIL 23, 2001 CMR:194:01 SUBJECT:APPROVAL OF CONSULTANT CONTRACT IN THE AMOUNT OF $370,778 WITH MONTGOMERY WATSON FOR THE WASTEWATER COLLECTION SYSTEM MASTER PLAN RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract in the amount of $370,778 to prepare a master plan of the wastewater collection system to Montgomery Watson. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with.Montgomery Watson for related, additional but unforeseen work, which may develop during the project, the total value of which shall not exceed $29,000. DISCUSSION Consultant Services Description The work to be performed under the contract is for the preparation of a comprehensive study of Palo Alto’s wastewater collection system based on current and future needs and to develop adynamic computerized model of the system. Staff recognized the need to update the 1988 master plan prepared by Camp Dresser & McKee, Inc., and funds were budgeted for a new master plan study in fiscal year 2000-01. The consultant will develop a new hydraulic model of the collection system, utilize the model tO identify existing and future capacity CMR: 194:01 Page 1 of 3 deficiencies, and recommend/prioritize, the Capital Improvement Program (CIP) projects to alleviate the capacity deficiencies at the lowest practical cost. The scope of services to be provided by the consultant is detailed in Exhibit A of the Agreement. The principle objectives include: 1.Develop a user-friendly dynamic computerized model and computerized maps of the wastewater collection system, both of which will be useful to the City in planning studies and in maintaining the system. 2.Determine the adequacy of the collection system to meet current and future wastewater flow demands. 3.Identify sewer pipe capacity deficiencies for future wastewater flow demands. 4.Recommend and prioritize the capital projects to implement the required improvements to correct the prioritized pipe deficiency problems in the wastewater collection system. Selection Process Staff sent a request for proposals to thirteen consulting firms on December 11, 2000. Firms were given fifty days to respond to the request. Pre-proposal meetings were held with six individual firms. A total of five In’ms submitted proposals. Proposals ranged from $270,505 to $383,900. Those firms not responding indicated that they did not submit a proposal because of prior commitments of their teams. A selection advisory committee consisting of Water-Gas-Wastewater and Regional Water Quality Control Plant staff reviewed the proposals. Four firms were invited to participate in oral interviews on February 21, 2001. The committee carefully reviewed each firm’s qualifications and submittal in response to the RFP relative to the following criteria: 1.The experience & qualification of the project team in wastewater collection system master planning. 2.Understanding of the project scope and familiarity with the project. 3.Overall project approach. 4.Project team’s knowledge and experience of hydraulic modeling. 5.Project team’s’ ability to organize and present information. Montgomery Watson was unanimously selected because the firm’s proposal and presentation were the most comprehensive, its design team had the most experience and qualification in wastewater collection system master planning, the team had the best understanding of the project scope and objectives, and had the best project approach. CMR:194:01 Page 2 of 3 RESOURCE IMPACT Funds for this project are available in the fiscal year 2000-01 Capital Improvement Program budget for the Wastewater Collection System. POLICY IMPLICATIONS This report does not rePresent any change to existing City policies. ENVIRONMENTAL REVIEW This project is categorically exempt from the provisions of California Environmental Quality Act and no further environmental review is necessary. ATTACHMENTS A:Agreement B:Exhibit A: Scope of Project C:Exhibit B: Schedule D:Exhibit C: Fee Estimate E:Exhibit D: Rate Schedule PREPARED BY: Scott Bradshaw, Roger Cwiak, Edward Wu, Silvia Santos DEPARTMENT HEAD: ;ctor of Utilities CITY MANAGER APPROVAL: EMIL’~ HARRISON Assistant City Manager CMR:194:01 Page 3 of 3 CONTRACT NO. BETWEEN THE CITY OF PALOALTO AND MONTGOMERY WATSON AMERICAS, INC. FOR CONSULTING SERVICES ATTACHME~ 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 MONTGOMERY WATSON AMERICAS,-INC., a’California corporation, located at 1340 Treat Blvd.,Suite 300,Walnut Creek,CA 94596 ("CONSULTANT"). RECITALS: IWHEREAS, 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") (Services and Deliverables are, collectively, the "Project"), as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties ag.ree: 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 "A". Time is of the essence of this Contract. In the event that the Project is not completed within the time required through any fault of CONSULTANT, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision will not preclude the recovery of damages for delay caused by CONSULTANT. 010321 syn 0071991 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 Basic Services as described below. 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 notice of change and further will be entitled 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 performanceof 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 ambiguities 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 ~he Basic Services or the Additional Services, or both, will contribute minor or substantial benefit to the construction work. SECTION 3. CONSULTANT QUALIFICATIONS, STATUS, AND DUTIES OF 3.1 CONSULTANT represents and warrants that it has the expertise and professional qualifications to furnish or cause to be 010321 syn 0071991 2 furnished the Services and Deliverables. CONSULTANT further represents and warrants that the project director and every individual, including any consultant (or contractors), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the Project will be executed by them or under their supervision. CONSULTANT 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 In reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and ~grees that it will execute or cause to be executed, the Project. 3.3 CONSULTANT will assign GISA JU as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. GISA JU 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 the project manager. 3.4 CONSULTANT agrees that it will: 3.4.1 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; ~ 3.4.2 Keep 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; 3.4.3 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, ordinanc4s, regulations, orders and decrees mentioned above; and 3.4.4 Will report immediately to theproject manager, in.writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Deliverables. 3.5 Any Deliverables given to, or prePared or assembled by, CONSULTANT orbits consultants, if any, under this Contract will 010321 syn 0071991 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. 3.6 CONSULTANT will provide CITY with twenty (20) copies of any documents which are a part of the Deliverables upon their completion and acceptance by CITY. 3.7 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. 3.8 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 orconsultant 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. 3.9 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. 3.10 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: ~ 3.10.1 Providing services as an expert witness at 150% of CONSULTANT’s standard hourly rates in connection with any public hearing or meeting, arbitration proceeding, or proceeding of a court of record; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any other Additional Services that may be a~reed upon by the parties subsequent to the execution of this Contract; and 3.10.4 Other Additional Services now or hereafter described in Exhibit "A" to this Contract. 3.11 CONSULTANT will be responsible for employing all consultants deemed necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must 010321 syn 0071991 be approved, in advance, by CITY, in writing, and must remain acceptable 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 "A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 CITY’ill 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. Edward Wu 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 Silvia Santos, the project engineer. 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, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed Three Hundred Forty Thousand Seven Hundred Seventy-Eight Dollars ($340,778). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B", on a time and materials basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance, by CITY. CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. 5.1.2 In consideration of the full performance of Additional Services, the amount of compensation set forth in 010321 syn 0071991 Exhibit "B" will not exceed Thirty Thousand Dollars ($30,000). An employee’s time will.be computed at a multiple of one (i) times the employee’s direct personnel expense described below. The rate schedules may be updated by CONSULTANT only once each calendar year, and the rate schedules will not become effective for purposes Of this Contract, unless and until CONSULTANT gives CITY thirty (30) days’ prior written notice of the effective date of any revised rate schedule. 5.1.3 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, ofitemized 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. 5.1.4 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, specificationsand 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 in the 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 mutually agreed upon by the parties, as set forth in Exhibit "B", or within thirty (30) days of submission, in triplicate, of such requests’if a schedule of payment is not specified. 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 Payment of the Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 010321 syn 0071991 5.2.3 No deductions will be made from CONSULTANT’s compensation on account of penalties, liquidated damages, or other sums withheld by CITY from payments to general contractors. SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic Services and 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 for auditing 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 Contract 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 protect, 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 dam@ge or any other loss, caused by 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 waiverof any preceding breach or violation by the other party of any covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 010321 syn 0071991 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 "C", insuring not only CONSULTANT and its consultants, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an 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, preferably on 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 general and automobile 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 cancellationor 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. ,010321 syn 0071991 SECTION I0. WORKERS’ COMPENSATION 10.1CONSULTANT," 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 undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applZcable, before conamencing the performance of the Project. SECTION i~] TERMINATION OR SUSPENSION OF CONTRACT OR PROJECT Ii.i The city manager may suspend the execution of the Project, in whole or in part, or terminate this Contract, with or without 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. 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a 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: 11.4.1 For approved items of services, CONSULTANT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 010321 syn 0071991 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 its obligations 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, in writing, and mailed, postage prepaid, by certified mail, addressed as follows:’ To CITY: Office of the City Clerk 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 010321 syn 0071991 10 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 provision will be interpreted in accordance with the applicable provisionsJof 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 Alto 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 "D". 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substant’ially 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, 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 010321 syn 0071991 11 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 damages for 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 constitute evidence of a breach of this Contract. SECTION 16. MISCELLANEOUS PROVISIONS 16.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federal Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for .disabled persons. CONSULTANT will comply with or provide advice to effectuate compliance with such provisions will be effected pursuant to the terms of this Contract. 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 rendered by 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. 16.5 The prevailing party in any action brought, to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 16.6 This document represents the entire and integrated Contract between the parties and supersedes 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. ’ 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 010321 syn 0071991 12 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 parties. 16.9 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force an~effect. 16.10 All exhibits referred to in this Contra~ and any addenda, 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. J16.11 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 provisions 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 lonqer available. This Section 16.12wili take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. // // // // // // // // // // 010321 syn 0071991 13 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager Director of Administrative Services Director of Utilities Risk Manager Mayor MONTGOMERY WATSON AMERICAS, INC. By: Name: Title: By: Name: Title: Taxpayer Identification No. 95-1878805 Attachments : EXHIBI, T "A" : EXHIBIT "B": EXHIBIT "C": EXHIBIT "D" : EXHIBIT "E": EXHIBIT "F": (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 respective capacities is acceptable) SCOPE OF PROJECT TIME SCHEDULE FEE ESTIMATE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 010321 syn 0071991 14 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) On 5o2q-01 , 2001, before me, the undersigned, a Ngtary Public in and for said County and State, personally appeared C~ro~ ~.T~J~__ , 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. STACEY L ROBINSON Comm. # 1132608 NOTARY PUBLIC-CALIFORNIA (J~ Con|ra Costa County 010321 syn 0071991 15 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) On ~-ZQ-OI , 2001, 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 officialseal. Comm, # 1132608 NOTARY PUBLIC- CALIFORNIA Contra Costa CountyMy Comm, E~pir=~ A~)ril3, 2001 nitu~ bf ~o~arY Public-~ 010321 syn 0071991 16 EXHIBIT A SCOPE OF PROJECT This exhibit describes the Consultant’s Scope of Work for preparing a Collection System Master Plan for the City of Palo Alto (City). The objective of this study is to develop a new hydraulic model of the .collection system, utilize the model to identify existing, and future capacity deficiencies, and develop a prioritized list of capital improvement projects to alleviate the capacity defic!encies. The HydroWorksrM model will be used for this project. The product of the study will be a Master Plan Report and recommended Capital Improvement Program for sewer system capacity improvements, including estimated costs and a proposed schedule for implementation. The tasks and subtasks included in the Consultant’s Scope of Work are described below. Task 1 - Data Review and Staff Interviews Subtask 1.1 - Review Documents and Maps. The City will provide available pertinent information related to the Palo Alto sewer system for the Consultant to review for applicability to the tasks in the study. The information will include: ¯The City’s 1988 Collection System Master Plan. ¯The City’s Infiltration/Inflow Study and Sewer System Evaluation Survey conducted during the 1980s. ¯Reports and plans for sewer projects completed since the 1988 Master Plan, including the Amarillo Sewer Project. ¯The City’s existing 200-scale maps and ArcSNAP database. ¯The City’s existing SNAP model.. ¯The City’s SIMMS maintenance management system database.~¯Data from the Regional Water Quality Control Plant’s (RWQCP) permanent flow meters. ¯Data from flow monitoring studies conducted by the City during the past five years. ¯Available water use records. ¯City of Palo Alto 1998-2010 Comprehensive Plan and other planning documents. ¯The City’s wastewater system design standards. Subtask 1.2 -,Interview Staff and Tour System. The Consultant will meet with staff of the Utilities Engineering and Operations divisions, the RWQCP, and the City’s GIS group to’ discuss the available data related to the collection system and specific issues of concern. Some of these interviews may be conducted in conjunction with a one-half to one-day field tour of the system with selected members of the Utilities Advisory Committee (UAC) and Utilities Department engineering and operations staff. The purpose of this field tour will be to obtain additional information that may not be contained in the data and documents collected in Subtask 1.1 and to identify problem areas in the City’s collection system. The field tour will visit specific areas of concern. - 1 -3/26/01 Scope of Work Subtask 1.3 -Conduct Initial Planning Workshop. The Consultant will conduct an initial planning workshop with City staff to review the goals and objectives of the Master Plan; discuss the available information, including its limitations; discuss how City staff will be involved in the project; and review the details of and schedule for the work effort. Deliverables: Listing and description of available information; summaries of information obtained from staff interviews and field tour; planning workshop agenda and minutes. Task 2 - Flow Monitoring Subtask 2.1 - Develop Dry Weather Flow Monitoring Plan., The Consultant will develop a plan for dry weather flow monitoring in the City’s collection system. The purpose of the dry weather flow monitoring program will be to obtain data for key locations in the trunk sewer system for purposes of quantifying high groundwater dry weather flows in the collection system and for initial calibration of the hydraulic model. It is anticipated that the dry weather flow monitoring program will consist of approximately 12 flow meters installed in the system for a four-week period. The Consultant will also identify the need for special data collection and/or field calibration procedures for the RWQCP’s permanent meters in order to obtain data useful for the model calibration. Prior to the start of flow monitoring, the Consultant will submit the proposed flow monitoring locations for approval by City staff. The date for the start of fiow monitoring will be determined jointly by the Consultant and City. Subtask 2.2 - Conduct Dry Weather Flow Monitoring. After approval of the flow monitoring plan by the City, the Consultant will conduct a site reconnaissance of the proposed flow monitoring locations to verify hydraulic suitability and assess safety, access, and traffic issues. Any significant changes to the proposed sites will be submitted to the City for approval. The Consultant will install depth-velocity flow meters at each of the monitoring sites and maintain the meters for the designated monitoring periods. The meters will checked and interrogated weekly, and field calibration data (independent measurements of flow depth and velocity) will be collected for a range of flow depths at different times during the monitoring period. The Consultant will also collect field calibration data for the RWQCP’s permanent flow meters at sites CPA-1, 3, and 4. City staff will be responsible for collecting and providing data from all of the RWQCP sites for the flow monitoring period in 15-minute time increments. Subtask" 2.3 - Develop .Wet Weather Flow Monitoring Plan. The Consultant will develop a plan for wet weather flow monitoring in the City’s collection system during the winter 2001/2002. The purpose of the wet weather flow monitoring program will be to obtain data for verifying the calibration of the hydraulic model for wet weather conditions. The monitor sites will be selected after completion of initial hydraulic model runs. It is anticipated that the wet weather flow monitoring program will consist of approximately 20 flow meters installed in the system for a four-week period, plus three -2-3/26/01 Scope of Work rain gauges at representative locations in the system. The data for the start of the flow monitoring will be determined jointly by the City and Consultant. Subtask 2.4 - Conduct Wet Weather Flow Monitoring. After approval of the wet weather flow monitoring plan by the City, the Consultant will complete the wet weather flow monitoring according to the same procedures as the dry weather flow monitoring in Subtask 2.2. Deliverables: Flow monitoring plans; plots and summary tables of flow data. (Note: The flow monitoring data will be used to develop model flow parameters and calibrate the hydraulic model in Task 6 and will be summarized in the Task 7 TM.) Task 3 - Land Use Planning Criteria Subtask 3.1 - Review Planning Documents and Meet with Planning Department Staff. The Consultant will meet with staff of the City of Palo Alto Planning and Community Environment Department to identify pertinent land use planning maps and data that provide information required for the Master Plan, and to discuss specific planning issues and potential growth or redevelopment areas in the City. Similar contacts will be made to obtain relevant planning information for Stanford University and the Town of Los Altos Hills, which are tributary to the City’s collection system. Subtask 3.2 - Identify Areas of New Development, Infili, and Redevelopment. Based on the City’s 1998-2010 Comprehensive Plan and additional information obtained in Subtask 3.1, areas of new development, infill, and redevelopment will be identified, along with the, specific types and densities of land uses asso,ciated with each area. The anticipated timing of development will also be identified through discussions with planning department staff. Subtask 3.3 - Develop Land Use Data for Model. Land use data to be used. for generating wastewater flows in the hydraulic model will be developed based on ’the information obtained in the previous subtasks. Specifically, the Consultant will use available mapping and data files from the City’s GIS to develop existing land use information by parcel within the City’s collection system service area. It is anticipated that this information will be developed in the form of number of dwelling units for residential areas and floor area for commercial/industrial areas. For purposes of estimating future land uses, the Consultant will create a digital map showing the projected areas of new development, infill, and redevelopment, which will be used to assign future land uses to specific parcels projected for growth. The tributary areas outside of the City of Palo Alto service area (Los Altos Hills and Stanford University) will be considered "point sources" for the purpose of developing tributary flows for the Master Plan; detailed land use mapping will not be developed for these areas. Subtask 3.4 - Prepare Technical Memorandum (TM). The Consultant will prepare a TM summarizing the land use information developed in Task 3. The TM will include a -3-3/26/01 Scope of Work map showing all areas tributary to the Palo Alto collection system, including Los Altos Hills and Stanford University. Deliverables: TM on land use planning criteria; GIS files of parcels and associated land uses. (Note: Instructions for making changes to the land use data and files will be included in the model documentation in Task 11.) Task 4 - Model Database Development. Subtask 4.1 - Consolidate Sewer GIS Data. The Consultant will review the data related to the location, elevations, and lengths and sizes of sewers in the City’s collection system that are currently contained in both the City’s GDS/Oracle GIS and the Utilities Division’s ArcSNAP database. The City will also identify and provide survey data that have not yet been incorporated into the GIS or ArcSNAP files. Based on this review and discussions with the City’s GIS and Utilities Engineering staff, the Consultant will develop a procedure to consolidate the data from these data sets into a single data set to be contained in the City’s GIS. It is anticipated that this data set will include the spatial data from current GIS and the attribute data (pipe sizes, elevations, etc,) from the ArcSNAP data set and survey records. The Consultant will compare the data sets and identify differences between themi These differences will be rectified to the extent possible from available mapping, survey records, and record drawings of sewer facilities. The Consultant will provide the consolidated data set to the City’s GIS staff for uploading to the GIS. The City will be responsible for adding data to the GIS for recently constructed facilities that are not currently in the GIS, including the Amarillo sewer project. Subtask 4.2 - Construct and Validate Model Network Database. The Consultant will develop a procedure and required linkages to export the consolidated sewer GIS data into ArcView format to develop the data for the hydraulic model. The Consultant will provide an ArcView model interface to be used in conjunction with the HydroWorksTM model. The ArcView model interface will provide the capability to add or modify model data; perform data validation checks and network traces; define a subset of the network for model simulation; set up and execute model runs; and query and display results of model simulations. For this Master Plan, the system to be modeled will include all 8-inch and larger lines except those 8-inch lines with less than about 2,000 feet of upstream sewer (about 4 city blocks). The Consultant will validate the data in the model data set and identify any missing or suspect data. The Consultant will research available as-built drawings as needed to validate the data, and identify the need for field surveying where critical data is missing. Subtask 4.3 - Verify Flow Diversions. The Consultant will identify fiow diversions (manholes with two or more outlet pipes) in the modeled system and will research the details of these flow diversions in record drawings or other sources of information provided by the City, or through discussions with Utilities Operations staff. Specific data on weir configuration and dimensions and locations of plugs at flow diversion manholes will be developed for the model. Where required data is not available from existing -4-3/26/01 Scope of Work iriformation, the Consultant will identify the need for field verification and measurements. Subtask 4.4 - Conduct Field Surveying. The Consultant will obtain field measurements to verify model network data as identified in Subtasks 4.2 and 4.3 and verify storm drain invert elevations as identified in Subtask 8.2. Measurements will be limited to manhole rim elevations, pipe invert depths, and configuration and height of weir overflows. Up to 80 manholes will be surveyed. For purposes of estimating the cost of this subtask, it is assumed that all manholes to be surveyed are located in street rights- of-way or readily accessible easements, are not buried or hidden, and can be located and accessed safely by a single two-person survey crew. The City will be responsible for locating any manholes that cannot be found and providing access to easement manholes that require permission to enter private property. Subtask 4.5 - Update System Maps. The Consultant will update the Utilities Department’s existing 200-scale sewer system maps based on the data contained in the new consolidated GIS data set and any updates made based on the model validation and field surveying. The maps will be produced from ArcView using the same tools that are currently available in ArcSNAP. It is anticipated that the base mapping for the sewer maps will utilize the street layer in the City’s GIS downloaded for display in ArcView. The level of effort for this subtask assumes that the labeling of streets, manhole IDs, flow direction, and pipe information will utilize the existing label offsets from the current ArcSNAP-based maps, and that only a limited effort for label adjustment will be necessary. One set of 1 lx17 200-scale maps will be provided to the City. The maps will utilize the same grid that is used for the current 200-scalemaps. In addition to the 200-scale maps, the Consultant will prepare a map showing the overall sewer system. The scale and number of sheets to be used for this map will be jointly determined by the City and Consultant. Map-specific labeling will be limited to selected key features, such as major streets and large diameter pipes. ~ Subtask 4.6 - Construct Model "Area" Files. The Consultant will develop the GIS files needed to define the model tributary areas. These files will be developed using the GIS parcel data, as described in Subtask 3.3, and the locations of sewer laterals as shown in the City’s GIS. When combined with design flow criteria as defined in Task 5, the area files will be used to develop the flow inputs to the modeled network Deliverables: Validated ArcView model database; field survey sheets; digital sewer map files and one set of plotted 1 lx17 200-scale maps. Task 5 - Flow and Hydraulic Criteria Subtask 5.1 - Develop Preliminary Design Flow Criteria. The Consultant will review available flow monitoring and water use data to develop preliminary factors estimating base wastewater flow (BWF), groundwater infiltration (GWI), and rainfall dependent infiltration/inflow (RDUI). Data to be used for this analysis will include the flow -5-3/26/01 Scope of Work monitoring data collected under Task 2, previous flow data from the Amarillo and Sand Hill projects, data from the RWQCP permanent meters, as well as available winter water consumption data. Criteria to be developed will include BWF unit factors for residential, commercial, and industrial land uses; BWF diurnal curves; GWI rates; and RDUI volume and hydrograph shape parameters. The preliminary criteria will be verified and refined during the model calibration process in Task 6. The Consultant may also consider the relative GWI and RDUI rates from the City’s previous I/I Study and Master Plan and data from similar areasin other communities in developing the preliminary criteria. In addition to the design flow criteria, the Consultant will develop design flows for significant point source dischargers based on records available from the City. The Consultant will also propose criteria for selecting an appropriate design storm or storms for the Palo Alto wastewater collection system. The selection, of design storm will take into consideration potential future regulations on sanitary sewer overflows (SSOs) and precedent set by other Bay Area agencies. Published historical rainfall intensity- duration-frequency statistics will be used to develop the design storm rainfall hyetograph. Subtask 5.2 - Develop Hydraulic Criteria. The Consultant will propose hydraulic criteria to be used for evaluating and sizing system facilities for the Master Plan. Criteria will include Manning’s n value, maximum allowable d!D values and/or allowable surcharge, and minimum and maximum slopes and velocities. It is anticipated that these criteria will be consistent with the Utilities Department’s standard design criteria. Subtask 5.3 - Prepare TM. The Consultant will prepare a TM summarizing the proposed design flow and hydraulic criteria. The recommended criteria will be approved by the City before proceeding with the modeling and analysis work under subsequent tasks. Deliverables: TM on design flow and hydraulic criteria. Task 6 - Model Calibration and Flow Projections Subtask 6.1 - Develop Initial Model Flow Parameters. Based on the preliminary design flow criteria developed in Task 5, the Consultant will develop parameters to be used for. flow generation in the hydraulic model. Subtask 6.2 - Calibrate Model and Refine Flow Parameters. The Consultant will utilize a multi-step process to calibrate the hydraulic model. The first step is the verification of system connectivity (including flow splits) and calibration for dry weather conditions to confirm unit flow factors, diurnal curves, and non-rainfall GWI rates. The next step is the calibration for wet weather flow events. In this process, the model will be run for one or more actual storm events from previous flow monitoring programs (e.g., the Amarillo project) and the Master Plan wet weather flow monitoring program conducted under Task 2. Based on these model runs, parameters in the model used to simulate RDI/I flows will be adjusted so that the model simulated flows are in reasonable agreement with the monitored flows. It is anticipated that a partial wet weather model -6-3/26/01 Scope of Work calibration will initially be conducted using previous flow monitoring data from 1997 and any available data from the RWQCP permanent meters, and that the final wet weather calibration will be conducted following the 2001/2002 wet weather monitoring program in Task 2. Subtask 6.3 - Develop Flow Projections. The Consultant will develop flow projections for the Palo Alto wastewater collection system by running the calibrated hydraulic model for dry and design wet weather flow conditions. Final flow projections will be verified after the "solutions model" is completed in Tasks 7 and 8. DeliVerables: Final design flow parameters and flow projections. Task 7 - Capacity Analysis Subtask 7.1 - Conduct Model Simulations and Identify Capacity Deficiencies. The Consultant, will conduct model simulations of the existing sewer system for dry weather conditions and for design storm wet weather conditions. Based on the model results, the Consultant will identify capacity deficiencies and resulting hydraulic gradeline elevations in the existing sewer system under existing and future flow conditions. Thematic maps created in ArcView will be generated to present the model results graphically, along with tabular output from the model runs. Using the hydraulic criteria developed in Task 5, the Consultant will identify those areas of the modeled network that require capacity relief. Subtask 7.2 - Develop and Model Preliminary Solutions. The Consultant will develop potential solutions to the capacity deficiencies identified in Subtask 7.1. Solutions may include flow diversions, upsizing existing sewers, or new sewer alignments. The Consultant will develop preliminary "solutions models" for the most viable solutions and use the model to determine if the preliminary solutions would be effective in alleviating the identified capacity deficiencies. Subtask 7.3 - Prepare TM. The Consultant will prepare a TM summarizing the model results and preliminary solutions. The TM will also document the development of the model and describe the use of the flow monitoring data to develop model input flows and calibrate the model. Deliverables: TM on capacity analysis, including thematic maps and tables of model results. Task 8 - Project Development Subtask 8.1 - Develop Alignment Alternatives for Major Corridors. The Consultant will develop more detailed alternatives for up to five major sewer "corridors" where capacity solutions are proposed. The selection of these corridors will be made jointly by the City and Consultant. For purposes of this analysis, a corridor may include up to 10,000 feet of sewer pipe. Alternatives may include replacement of existing pipes, -7-3/26/01 Scope of Work construction of parallel sewers, weir overflows, plugging existing diversions, and construction of new trunk sewers. Subtask 8.2 - Evaluate Project Alternatives. The Consultant will .evaluate the project alternatives identified in Subtask 8.1. The evaluation will consider the availability of suitable construction corridors, the condition of the existing pipes based on available information (such as TV inspection data), constructability issues, traffic issues, potential permit and easement requirements, operation and maintenance concerns, and public impact. The evaluation will also consider alternative pipe installation methods, including microtunneling, pipe bursting, and open-cut construction. The Consultant will also use available utility maps and as-built drawings to research potential critical utility conflicts that could represent "fatal flaws" to the proposed sewer alignments, such as crossing storm drains or large diameter water and gas mains. Under Subtask 4.4, the Consultant will field verify critical storm drain elevations that are not available on existing maps and drawings. The Consultant will walk the proposed project alignments to field verify site conditions and identify potential design and construction issues. Utilities Department engineering and operations staff will participate in the field verification. Under Subtask 12.2, a workshop will be held with City staff to discuss the project alternatives. Based on the engineering and field evaluations and discussions with City staff, a recommended alternative for each project corridor will be selected. Subtask 8.3 - Run Model to Confirm Projects. The Consultant will develop a final solutions model incorporating the recommended corridor projects and other relief projects. The model will be run to confirm the projects and develop the final design flows for the system. Subtask 8.4 - Prepare TM. The Consultant will prepare a TM summarizing the results of the evaluation of project alternatives and recommended relief projects and costs. Subtask 8.5 - Prepare Conceptual Plan and Profile Drawings. The Consultant will prepare conceptual plan and profile drawings for the major corridor projects using the City’s GIS files as background mapping. The drawings will be at a scale of 1 inch = 200 feet horizontal and 1 inch = 10 feet vertical. The drawings will show the approximate horizontal and vertical alignments of the proposed sewers and major parallel or crossing utilities. Defiverables: TM on recommended capacity relief projects; conceptual plan and profile drawings for major project corridors. Task 9 - Capital Improvement Program Subtask 9.1 - Develop Cost Criteria. The Consultant will develop cost criteria to be- used for estimating the cost of proposed capacity relief projects. Unit construction costs will be developed for components of sewer construction, including pipe and manhole -8-3/26/01 Scope of Work installation, pavement removal and replacement, special sheeting and shoring requirements, dewatering, traffic control, and easement acquisition. The unit costs will be developed to the detail normally used in master planning. Specific cost components such as construction staking, removal and disposal of materials, compaction testing, etc. will be assumed to be included in the pipe installation unit costs. Costs for sewer cleaning and pre- and post video inspection will be included as appropriate to the assumed construction method. The Consultant will utilize recent construction bids in the City of Palo Alto and cost data from other Bay Area sewer projects to develop the unit construction costs. Cost allowances (percentage~ of estimated construction cost) for construction contingencies and~ for design engineering, construction administration and inspection, legal costs, preparation of as-built drawings, and updates to the City’s model GIS and sewer mapsl will also be included as specified by the City. Subtask 9~2 - Prepare Cost Estimates. The Consultant will prepare preliminary opinions of probable construction costs and estimated capital costs for the recommended capacity relief projects. The estimates will be based on the cost criteria developed in Subtask 9.1 and will be presented in current (FY 2002-03) dollars. It is understood that these estimates will be considered conceptual planning level estimates with an expected accuracy of approximately minus 30 to plus 50 percent. This level of estimate is considered appropriate for system master planning and represents an "order of magnitude" cost estimate as defined by the Association of Cost Estimating Engineers. Subtask 9.3 - Develop Project Priorities. In conjunction with City staff, the Consultant will prioritize the recommended capacity relief, projects. Prioritization criteria will include the severity of existing capacity deficiencies (as indicated by the extent of surcharge or potential overflows predicted by the model), the relative impact of the predicted surcharge or potential overflows, the timing of proposed development or redevelopment, maintenance history records from SIMMS as provided by Utif!,ties Operations staff, and coordination with other projects such as sewer rehabilitation, Other utility construction, pavement overlays, or other street improvements. Under Subtask 9.3, a workshop will be held with City staffto discuss the project prioritization. Subtask 9.4 - Develop Phased Capital Improvement Program. The Consultant will develop a phased Capital Improvement Program (CIP) for implementation of the proposed capacity relief projects over a 20-year period. The CIP will include the estimated costs of the proposed projects and proposed schedule for construction based on the project priorities identified in Subtask 9.3 and approved annual budgets as specified by the Cir. The CIP schedule will be developed on an annual basis. Deliverables: Unit cost tables and factors; project descriptions and cost estimates; 20- year CIP budgets and schedule for capacity relief projects. -9-3/26/01 Scope of Work Task 10 - Master Plan Report Subtask 10.1 - Prepare Draft Report. The Consultant will prepare a draft Collection System Master Plan Report to summarize and present the results and recommendations of the study. The report will also include a chapter on definitions of terms used in the report and a general discussion of potential future Capacity, Management, Operation and Maintenance (CMOM) requirements. It is anticipated that the TMs will form the basis for relevant report sections. Report graphics will utilize the City’s ArcView GIS files and mapping. Five (5) copies of the draft report will be submitted to the City for review. Subtask 10.2 - Prepare Final Report and Executive Summary. The Consultant will incorporate City staff comments on the draft report into the Final Master Plan Report. The report Appendix will be a separately bound document containing the backup data for the Master Plan, including model output for current and future dry and wet weather flow scenarios, project descriptions and cost estimates, and project maps. Twenty (20) copies of the Final report and five (5) copies of the Appendix will be submitted to the City. The Consultant will also prepare a separate Executive Summary report targeted for City Council and/or Utilities Advisory Committee (UAC) members. Twenty (20) copies of the Executive Summary report will be provided. Electronic files of the Final Master Plan Report, Appendix, and Executive Summary will be provided on CD. DeHverables: Draft and Final Master Plan and Executive Summary Reports. Task 11 -Model Training and Support Subtask 11.1 - Assist with Installation of Model and GIS Interface. The Consultant will provide the model files to the City and assist the City in installing the model software, model ArcView interface, and model data files on the City’s computer network. The Consultant will test out the model and ArcView interface to ensure that they are working properly on the City’s system. The City will be responsible for purchasing the HydroWorksTM model software prior to model installation. Subtask 11.2 - Provide Model Documentation. The Consultant will prepare user documentation to supplement the published reference manual provided with the HydroWorks software. The additional documentation will describe specifically how the model is set up and used for the City of Palo Alto. User documentation will also be provided for the model ArcView interface. Subtask 11.3 - Provide Training and Support. The Consultant will train City staff in the use of the hydraulic model and ArcView interface. The training will include an introductory session for both department managers and technical staff, followed by up to three hands-on sessions for those staff members who will be using the model. It is anticipated that each session will last approximately 3 to 4 hours. Subtask 11.4 - Provide Follow-up Support and Customization of Model ArcView Interface. The Consultant will provide up to 20 hours of follow-up support in use of the -10-3/26/01 Scope of Work hydraulic model and ArcView interface and customizatior~ of the interface as requested by the City. Deliverables: Model data files (ArcView files and HydroWorks input files); model ArcView interface program; model documentation and training materials compiled in binders with Table of Contents. Task 12 - Project Management Subtask 12.1 - Project Administration. The Consultant will establish internal project controls to monitor project status, budget, staffing, and schedule on an on-going basis. Budget and schedule status will be reviewed weekly. The Consultant will prepare monthly status reports within 5 working days after the close of Consultant’s accounting month. The status reports will describe the work completed during the previous month, anticipated work for the following month, current budget and schedule status, and any project issues requiting discussion or resolution. The subtask also includes preparation of monthly invoices to the City and execution and administration of subconsultant contracts. Subtask 12.2 - Workshops and Progress Meetings. The Consultant will meet with City staff approximately once every 4 to 6 weeks during the course of the project. Some of the meetings will be structured as workshops on specific project issues. The Consultant will prepare agenda and minutes for each meeting, and will distribute materials for discussion as needed prior to the meetings. The Consultant’s Project Manager will attend each meeting, along with key project technical staff depending on the specific topics of discussion. Subtask 12.3 - Project QA/QC Activities. The Consultant will perform internal quality assurance and quality control (QA/QC) activities to obtain expert guidance on project methodology and criteria, review project deliverables, and perform checks of engineering calculations and cost estimates. QA/QC staff will consist of senior level engineers /.experienced in sewer system planning, design, and construction who are not otherwise involved in the day-to-day project activities Subtask 12.4 - Workshops/Presentations to Utilities Advisory Committee. The Consultant will participate in up to four daytime or evening meetings of the City’s Utilities Advisory Committee during the course of the Master Plan project. For each meeting, the Consultant will prepare a 10- to 15-minute presentation and respond to questions from UAC members. The topics of the presentations will be determined jointly by City staff and the Consultant. The Consultant will meet with City staff prior to each UAC meeting to preview the presentation and discuss anticipated questions and issues. A meeting with the UAC will take place prior to finalizing the Master Plan Report in Subtask 10.2. The final meeting with the UAC or City Council may take place after the final Master Plan Report is presented to the UAC or Council. Deliverables: Mrnthly progress reports; monthly invoices; meeting agenda and minutes; workshop presentation materials. -11-3/26/01 Scope of Work Additional Consultant Services The Consultant may be required to perform additional services. Additional services shall be performed only upon written authorization from the City. Payment for the additional services shall be on a time and expense basis based on the schedule of charges. The scope and maximum limit of each additional task shall be negotiated and agreed upon prior to providing the services. Consultant shall provide a schedule of charges with the fee information for each additional service requested by the City. - 12-3/2 6/01 EXHIBIT D RATE SCHEDULE Senior Company Officer Principal Professional Supervising Professional Senior Professional Professional Associate Professional Assistant Professional Senior Designer Designer Senior Administrator Administrator Secretary Word Processing Operator Reproduction Technician Clerk $160 per hour $155 perhour $115 per hour $100 per hour $ 85 per hour $ 75 per hour $ 54 per hour $95 per hour $ 65 per hour $ 75 per hour $69 per hour $ 65 per hour $ 69 per hour $ 49 per hour $ 44 per hour Associated Project Costs (APCs)** Other Direct Costs Subconsultants and Other Outside Services $ 8.15 per labor hour Cost Plus 10% Cost Plus 10% *Established at $160/hr. **Includes telephone, fax, postage, computer and network charges, and walk-up reproduction. ExhD-Rate Schedule.xls 1 ofl 3/30/01