HomeMy WebLinkAbout2000-11-20 City Council (12)City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
7
DATE:NOVEMBER 20, 2000 CMR:408:00
SUBJECT:APPROVAL’ OF CONSULTANT CONTRACT WITH TOM
BARRON, A CONSULTING ENGINEER, IN THE AMOUNT OF
$90,000 PER YEAR FOR INDUSTRIAL WASTEWATER
DISCHARGE EVALUATION FOR THE REGIONAL WATER
QUALITY CONTROL PLANT
RECOMMENDATION
Staff recommends that Council:
o
Approve and authorize the Mayor to execute the attached contract with Tom
Barron in the amount of $90,000 for the first contract year for assistance in
evaluating industrial wastewater discharges.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with Tom Barron for related, additional but
unforeseen work which may develop during the project, the total value of which
shall not exceed $13,000 for the first contract year.
Authorize the City Manager or his designee to exercise the option to renew the
contract for the second and third year in the amount of $90,000 each year provided
the proposed cost of the renewal contract does not exceed the Consumer Price
Index for all urban consumers, the consultant is responsive to the City’s needs, and
the quality of the consultant’s work is acceptable during the first year of the
contract.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the second and third years of the contract for related, additional
but unforeseen work which may develop during the project, the total value of
which shall not exceed $13,000 in each year, provided the contract is renewed for
those years.
CMR:408:00 Page 1 of 2
DISCUSSION
Consultant Services Description
Engineering consultant services are needed to assist Regional Water Quality Control
Plant (RWQCP) staff in evaluating industrial processes, practices, and sampling data to
determine compliance stntus, methods of reducing pollutant loadings, and trend analysis.
These tasks are part of a larger effort to reduce pollutants flowing to the RWQCP from
industrial processes and commercial and residential sources. This source control work is
needed to insure that the treated wastewater, air emission, and incinerator ash from the
Plant are all within regulatory requirements and reduced to maximum extent practical.
Selection Process
Staff sent a request for proposals to 14 consulting finns on August 4, 2000. Firms were
given 25 days to respond to the request. Only one consultant, Thomas Barron, submitted
a proposal: More responses were not received because of the highly specialized nature of
the work which requires specific knowledge about metal plating and printed circuit board
shops and extensive experience in water pollution prevention and familiarity with water
treatment facility processes. Thomas Barron was found to meet these project
requirements. Mr. Barron has worked on a similar contract before, and his performance
was satisfactory to the staff. Staff recommends that the contract be awarded to Thomas
Barton.
RESOURCE IMPACT
Funds are available in the fiscal year 2000-01 operating budget of the Regional Water
Quality Control Plant to cover the current year contract and contingency amounts.
ENVIRONMENTAL REVIEW
This contract approval does not constitute a project under the California Environmental
Quality Act and no environmental review was required.
ATTACHMENTS
Attachment A: Contract
PREPARED BY: Javad Ghaffari, Manager, Environmental Control Program
DEPARTMENT HEAD: ,.~~~.~ ~’ ,~
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
SEYMOUR
Assistant to the City Manager
CMR:408:00 Page 2 of 2
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
THOMAS S. BARRON
FOR CONSULTING SERVICES
ATTACHMENT A
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"), THOMAS S.BARRON, a sole proprietor,
located at 3351 Beechwood Drive, Lafayette, California 94549
("CONSULTANT").
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")
]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
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 "A" and
in the workplan referred to in Section C of Exhibit "A" prepared
by CONSULTANT and approved by CITY. 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.
001020 cl 005/RWG/ThomasS.BarronContract 1
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 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 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 the Basic Services or the
Additional Services, or both, will contribute minor or
substantial benefit to the construction work.
001020 c1005/RWG/ThomasS.BarronContract 2
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 furnished the Services and Deliverables. CONSULTANT
further represents and warrants that the project director and
every individua!, 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 agrees that it will execute or
cause to be executed, the Project.
3.3 CONSULTANT will assign Thomas Barron as the
project director to have supervisory responsibility for the
performance, progress, and execution of the Project.If
circumstances or conditions subsequent to the execution ofthis
Contract cause the substitution of the project director forany
reason,the appointment of a substitute project director will be
subject to the prior written approval of the project manager.
3.4 CONSULTANT represents and warrants that it will:
3.4.1 Procure all permits and licenses, pay
all charges and ’fees, and give all notices which may be
necessary and incidental 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, whoare
assigned to the performance of this Contract to observeand
comply with, the laws, ordinances, regulations, ordersand
decrees mentioned above; and
001020 cl 005/RWG/ThomasS,BarronContract 3
3.4.4 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.
3.5 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.
3.6 CONSULTANT will provide CITY with five (5) 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 or
consultant of CONSULTANT fails or refuses to carry outthe
provisions of this Contract or appears to be incompetent orto
act in a disorderly or improper manner, the employeeor
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 be responsible for employing all
consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be approved, in advance, by CITY, in writing, and must remain
acceptable to CITY during the term of this 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.
001020 cl 005/RWG/ThomasS,BarronContract 4
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. Javad Ghaffari is designated as
the project manager for the city manager. The project manager
will supervise the performance, progress, and execution of the
Project.
4.4 If CITY observes or otherwise becomes aware of
any default in the performance of CONSULTANT, CITY 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 Ninety Thousand dollars ($90,000). The amount of
compensation will be calculated in accordance with the hourly
rate schedule set forth in Exhibit "B", at 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 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
001020 cl 005/RWG/ThomasS.BarronContract 5
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, specifica[ions 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 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 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 7115 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
001020 c1005/RWG/ThomasS.BarronContract 6
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
damage or any other loss, caused by or arising out of
CONSULTANT, 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 bec6me due
hereunder will not be deemed to be a waiver of any preceding
breach or violation by the ocher 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 "C",
including 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.
001020 cl 005/RWG/ThomasS.BarronContract 7
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 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 polici~
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.
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 undertake 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 iio 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 without cause, by giving thirty (30) days prior written
notice thereof to CONSULTANT, or immediately after submission to
001020 cl 005/RWG/ThomasS.BarronContract 8
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 b’e 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.
001020 cl 005/RWG/ThomasS.BarronContract 9
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, addre@sed as
follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To Project Manager: RWQCP, D. Stark
2501 Embarcadero Way
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
001020 c1005~WO~hom~S.B~onContract 1 0
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 wil! 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 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
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. Californi~ 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
nondiscrimihation 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 damages for breach of contract,
001020 cl 005/RWG/ThomasS.BarronContract 11
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 ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this
Contract.
16.2 Upon the agreement of the parties, any
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 ofthis
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.
16.8 The covenants, terms, conditions and provisions
of this Contract will apply to, and will bind, the heirs,
001020 cl 005/RWG/ThomasS.BarronContract 1 2
successors, executors, administrators, assignees,
consultants, as the case may be, of the parties.
and
16.9 If a court of competent jurisdiction finds or
rules that any provision of this Contract or any amendment
thereto is void and unenforceable, the unaffected provisions of
this Contract and any amendments thereto will remain in full
force and effect.
16.10 All exhibits referred to in this Contract
and any addenda, appendices, attachments, and schedules which,
from 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
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 longer available. This Section 16.12 will
take precedence in the event of a conflict with any other
covenant, term, condition, or provision of this Contract.
//
//
//
//
//
//
//
//
//
//
001020 cl 005/RWG/ThomasS.BarronContract 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:
City Attorney
APPROVED:
Assistant City Manager
Mayor
THOMAS S. BARRON
Taxpayer Identification No.
Director of Administrative
Services
Director of Public Works
Risk Manger
Attachments:
EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT ’~D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
001020 cl 005iRWG/ThomasS.BarronContract 1 4
EXHIBIT ~A"
SCOPE OF PROJECT & TIME SCHEDULE
Regional Water Quality Control Plant
Industrial Wastewater Discharge Evaluations
Ao Introduction
The Regional Water Quality Control Plant (RWQCP) is
required to meet stringent standards for discharge to San
Francisco Bay and conducts correspondingly stringent discharge
control programs with respect to industrial and commercial
discharges (sources other than domestic sewage) to the sewer
system.Consultant shall evaluate industrial/commercial
processes,practices and data to determine compliance status,
methods of achieving compliance and reducing pollutant loading,
and reasons for recent trends in discharge data.
An important portion of the work involves assisting
City staff with the implementation of provisions of the
ordinance pertaining to metal finishing facilities and cooling
tower discharges. Consultant will analyze processes, practices,
and data in order to evaluate each facility’s compliance with
copper mass or concentration limits.
B. Scope of Work
I. Consultant shall assist City staff, as requested,
in conducting inspections of industrial facilities, which
discharge to the sewer system.Inspections may be for the
purpose of:
Determining compliance with the Metal
Finishing Facility ordinance provision,
b°Determining compliance with other ordinance
provisions,
Determining cost-effective pollution
prevention techniques which could be
employed,
Determining the sources and potential
control measures for one or more pollutants
of concern,
001020 cl 005/RWG/ThomasS.BarronContract
Determining the extent to which production
changes or facility modifications have or
could effect sewer discharges,
Determining control measures and pollution
prevention techniques which could be
employed at new or remodeled facilities,
Utilizing analytical results of different
trunklines to evaluate head works loading;
and or
Assisting the staff with evaluation of the
source(s) of incidental discharge of the
Plant.
2. Consultant shall assemble inspection reports,
discharge data and other information necessary to determine
compliance and discharge quantities with respect to the Metal
Finishing Facility Ordinance requirements every six months.
Consultant shall prepare a report, which presents data
summaries, compliance results and facility specific control
measure recommendations for any facilities not in full
compliance. The report shall also assess the overall
effectiveness of the Metal Finishing Ordinance provisions. To
the extent data is available from the City or from industrial
dischargers, the 12-month concentration and mass values shall be
presented both as flow-weighted and non-flow-weighted values. A
draft report shall be prepared by August and February 15th of
each year.
3. Consultant shall, as requested by City, conduct
special evaluations of one or more industrial facilities,
classes of industrial activities, or products to determine
sources of pollutants and potential control measures. The City
may specify an individual facility or a type of facility. A
work plan for all such special evaluations shall be prepared
ahead of the project for approval by City. The degree to which
field work, sampling, chemical analysis, literature searches,
and other tasks are employed will vary. Draft and final reports
shall be prepared for each such evaluation.
4. Consultant shall determine the annual industrial
loading to the RWQCP influent for specified pollutants. For
each calendar year, the loading shall be determined for copper,
nickel, cyanide, zinc, selenium, and mercury. Copper loading
for the following shall be presented separately: industrial
processes, base corrosion, excess .corrosion from recirculating
hot water systems, excess corrosion from cooling systems, and
sanitary sewage. (Where detection limits are a significant
001020 cl 005/RWGiThomasS.BarronContract
factor results shall be presented assuming
Detection Limit and Non-Detects = Zero.)
Non-Detects =
C. Schedule
Consultant shall prepare a detailed workplan
containing the project schedule within 30 days from the
effective date of the contract.
001020 cl 005/RWG/ThomasS.BarronContract
EXHIBIT ~B"
RATE SCHEDULE
Fee Schedules
Thomas Barton, PE, Prime Contractor
Rate Schedule - Effective through September 30, 2001
$90 per hour - Project Engineering / Project Management
$125.00 per hour - Public Presentations / Training Workshops
Local Bay Area travel time and expenses - gratis
Subcontract and other reimbursable expenses - at cost
without mark-up
Larry Walker Associates
Rate Schedule - Effective July 1, 2000 - December 31, 2000
Personnel Rate S/Hour
Larry Walker
Tom Grovhoug
Gil Wheeler
Malcolm Walker
Armand Ruby
Monica Oakley
Robert Smith
Betsy Elzufon
Ashli Cooper
Andy Bale
Claus Suverkropp
Brian Laurenson
Michelle Buzbee
Dean Messer
Heather Kirschmann
Eric Zeigler
Kathryn Walker
Michael Trouchon
Britton Smith
Kareem Zayed
Kristine Kuhna
Jon Ingersoll
Airy Krich-Brinton
$185 00
$180 00
$175 00
$170 00
$155 00
$150 00
$145 00
$120.00
$115.oo
$ii0.00
$11o.oo
$ioo.oo
$IOO.OO
$95.00
$95.OO
$95.00
$95.OO
$85.00
$~5. oo
$85.00
$85.OO
$S0.00
$S0.00
001020 c1005/RWG/ThomasS.BarronContract