HomeMy WebLinkAbout08/19/2003, C2 - TECHNICAL STUDIES FOR WATER RECLAMATION FACILITY NPDES PERMIT council Aug. 19, 2003
aGEnaa nEpoizt `t="=b.
CITY OF SAN LUIS OBISPO
FROM: John"Moss,Utilities Directo
Prepared By: David Hix,Wastewater Di Is' n Manager
SUBJECT: TECHNICAL STUDIES FOR WATER RECLAMATION FACILITY
NPDES PERMIT
CAO RECOMMENDATION
Approve an agreement with Larry Walker and Associates in the amount of $205,950.00 for
technical studies for the Water Reclamation Facility NPDES permit.
DISCUSSION
On May 31, 2002 the National Pollutant Discharge Elimination System (NPDES) Permit for the
City's Water Reclamation Facility (WRF) was adopted by the Regional Water Quality Control
Board (RWQCB). The permit, which contains the discharge limitations and required sampling for
the WRF, was the product of over two years of rigorous negotiations and hard work from City and
State staff and the City's consultant. The primary reason this permit took so long to negotiate has
been recent adoption of water quality legislation referred to as the California Toxics Rules (CTR)
and the accompanying State Implementation Plan (SIP). These two documents have led to a huge
number of problems statewide regarding stringent discharge limitations and how they should be
implemented. Currently almost every newly adopted NPDES permit is being appealed to the State
Water Resources Control Board(SWRCB)because of these new regulations.
During negotiations over the City's permit, City staff requested time to prepare studies to determine
if many of the assumptions RWQCB staff were making pertaining to the implementation of the
CTR were actually true. During this time the City has been given achievable interim discharge
limits until the new limits are developed and/or adopted. These studies are placed in the provisions
section of the permit and outline the type of work and numerous submittal dates. Hopefully these
studies will save the City money by showing that many of the assumptions regarding discharge
limitations are overly stringent and a more sensible limit or alternative can be implemented. The
goal is to develop reasonable discharge limitations that continue to protect San Luis Obispo Creek's
water quality and existing beneficial uses.
These studies, listed as provisions: H.5, H.7, H.10 and H.14 of the WRF's NPDES permit, will
cover a wide variety of issues. The studies will analyze the concentrations of constituents being
discharged from the WRF to determine if the development of a discharge limit is warranted and
study the concentrations and attenuation of Trihalomedwes (THMs) downstream and in the
groundwater from the WRF, and include a flow study to determine the dilution ratios. The dilution
ratio study is particularly important because it will give the City and RWQCB a good idea of the
WRF's flow contribution to the creek, how that will relate to the CTR and development and
implementation of discharge limitations.
LIOL � �
Council Agenda Report-Technical Studies for WRF NPDES Permit
Page 2
Larry Walker and Associates (LWA) specialize in water quality regulations and studies and have
extensive knowledge with the CTR, SIP and State water quality regulations and policies. LWA has
prepared several similar studies for other agencies and provides support for all of the documents and
studies they develop. LWA is very familiar with the City's NPDES permit, the Central Coast
RWQCB and its staff from assisting the City in its last permit negotiation. Few firms posses the
expertise, experience and excellent service offered by LWA
FISCAL IMPACT
Technical studies at the WRF will cost $205,950. A total of $206,000 for.these studies was
approved in the 2003-05 Financial Plan, Appendix A, p. 27-28. Staff is recommending contracting
with Larry Walker and Associates rather than issuing a Request for Proposals (RFP) because of
their comprehensive knowledge and technical expertise.
ALTERNATIVES
1. Council may direct staff to issue an RFP for these services. This alternative may result in
other proposals being submitted, but staff does not feel that another consultant could bring the
understanding, expertise, knowledge and value as Larry Walker and Associates. Soliciting
proposals may also result in the delays for some work item submittal found in the WRF's
NPDES permit.
Attachment 1: Agreement - Exhibit A—Scope of Work and Cost Estimate
Exhibit B —Contract Performance Terms
Electronic File Path: WRFstudieslarrywalker.car.doc
� ' oC
Attachment 1
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day
of , by and between the CITY OF SAN LUIS OBISPO, a municipal
corporation,hereinafter referred to as City,and Larry Walker and Associates,hereinafter referred tows Contractor.
WITNESSETH:
WHEREAS,the City wants Technical Studies for the Water Reclamation Facility NPDES Permit.
WHEREAS, Contractor is qualified to perform this type of service and has submitted a proposal to do so
which has been accepted by City.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained,the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,as
first written above,until acceptance or completion of said services.
2. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay
and Contractor shall receive therefor compensation in a total sum not to exceed$205,950.00.
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements
hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services as set
forth in Exhibit A attached hereto and incorporated into this Agreement. Contractor further agrees to the contract
performance terms as set forth in Exhibit B attached hereto and incorporated into this.Agreement.
5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement
shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City.
6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically
incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral
agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of
any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties
hereto.
�a- 3
Agreement—Larry Walker and Associates Page 2
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage
prepaid by registered or certified mail addressed as follows:
City John Moss
Utilities Director
879 Morro Street
San Luis Obispo,CA 93401
Contractor Larry Walker and Associates
509 4ih Street
Davis,CA. 95616
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each
individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute
Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year
fust above written.
ATTEST: CITY OF SAN LUIS OBISPO,A Municipal Corporation
By:
City Clerk,Lee Price Mayor,David F.Romero
APPROVED AS TO FORM: CONTRACTOR
2c r' By:
rney,Jonathan Lowell Larry Walker
Exhibit A
July 11, 2003
Mr. Dave Hix
City of San Luis Obispo
955 Morro Street
San Luis Obispo, CA 93401
Proposal for Assistance to meet Provisions H.5, H.7, H.10, and H.14 of NPDES
Permit NO. CA0049224 for the City of San Luis Obispo Wastewater Treatment Plant
Dear Mr. Hix:
In response to your request for a proposal for the development of a scope of work for
studies and reports to complete Provisions H.5, H.7,H.10, and H.14 of NPDES Permit
NO. CA0049224 for the City of San Luis Obispo Wastewater Treatment Plant,Larry Walker
Associates, Inc. (LWA) is providing a scope of LWA services, schedule, and cost estimate.
SCOPE OF LWA SERVICES
LWA tasks anticipated under these projects are as follows:
Task 1: Obtain, Organize, and Review Existing Water Quality Data
Task 1.1: Obtain existing treatment plant effluent and ambient water quality data,plant
effluent flow data, San Luis Obispo Creek flow and water quality data,
groundwater elevations, quality, and flow data, and any reports or studies that
may provide relevant information.
Task 1.2: Compile data into format needed to conduct data analysis and the Reasonable
Potential Analysis.
Task 1.3: Conduct a QA/QC analysis on water quality data.
Task 1.4: Identify additional data needs.
Task 2: Provision H.5—Develop and Implement Trihalomethane (THM) Study
Task 2.1: Prepare a Scope of Work,which includes a THM monitoring program, to address
Provision H.5. The surface water portion of the THM monitoring program will
be designed to evaluate a"zone" in the Creek downstream from the discharge
where natural processes may reduce THMs to numeric criteria specified in the
California Toxics Rule (CTR). The initial phase of the monitoring program will
be used to focus the study area to a reach in the Creek where a sequence of
downstream samples will show measurable declines in THM levels to the CTR
criteria. After refining the resolution of the study area, subsequent sampling
events will be used to identify the rate at which THM concentrations decrease in
the zone and how factors such as flow rate and initial concentration affect the
location of the zone.
A tracer study will be included as part of the surface water monitoring portion of
the monitoring program. This aspect of the study will be used to identify travel
time from the discharge point to sampling locations,which will affect the
Proposal to Me ei NPDES Jul1 200:1
Pr•orisions Il.i, H.7. It.10, and 11.14 n n
l.'OC
1 �
location of the zone. This information can be used to determine the effects of
dilution on chemical concentrations and may provide useful information for
completing the seasonal dilution ratio study required under Provision H.14.
The groundwater portion of the THM monitoring program will use existing wells
and data to determine if there is the potential for interaction between surface
water that may contain THM and groundwater in existing wells. If the Regional
Board is concerned with THM in areas where existing wells and/or data are not
present an additional scope of work and cost estimate will be necessary.
A predictive model would provide a useful tool for predicting the location of the
zone based on the multiple variables (concentration, flow rate, etc.). However,it
may not be necessary to meet the requirements or goals of this provision. The
need to develop a model will be addressed in the Scope of Work.
Task 2.2: Conduct the work outlined in the Scope of Work,including THM monitoring
program.
Task 2.3: Complete analysis of results and prepare a report summarizing findings.
Task 2A Meet with the City staff to review the results of the study.
Task 2.5: Revise report based on comments and submit final version to the City for
submittal to the Regional Board.
Task 3: Provision H.7 Evaluate Effect of Discharge's Nitrates on Groundwater
Task 3.1: Based on a preliminary analysis of information collected in task 1,prepare a
Scope of Work to address Provision H.7 for submittal to the Regional Board.
The Scope of Work will include groundwater and surface water monitoring
programs. Both programs will be tailored to fill data gaps identified in Task 1.
The groundwater program will identify existing wells that have the potential to be
suitable for sample collection. Existing wells close to the treatment plant that
allow for the collection of samples at the appropriate depth below ground surface
have the potential to be suitable for this program. In addition, these wells may
provide historical data on nitrate concentrations and groundwater levels. Of the
potential existing wells,it is likely that a minimum of three will be selected for
conducting monitoring. One well upstream of the treatment plant and one
downstream of the plant will be used. The third well will be chosen based on
available groundwater gradient and stream infiltration rate information to
optimize potential quality of sampling data. Four sampling events will be
conducted over a 12-month period. Groundwater water levels will be measured
and samples will be collected to analyze for nitrates and general minerals. If
existing wells do not provide suitable locations for collecting the data necessary to
complete the objectives of the study, a separate scope of work and cost estimate
for the development of additional groundwater monitoring wells will be
necessary.
The surface water program will be conducted to evaluate the quantity and quality
of infiltrating water. Flowrate and instream nitrate and general mineral
measurements will be obtained from data collected for the plant's monitoring
and reporting program. Flowrate measurements will need to be measured
upstream of the treatment plant and downstream of the last groundwater well.
Proposal to Meet NPUES 3 .1111Y 2003
Provisions 1-1.5, H.7. H.10, and 11.14
1 f I
Instream nitrate and general mineral measurements will need to be collected
monthly over the 12-month program to estimate infiltrate quality. In developing
this scope and budget,it was assumed that the data necessary to complete this
study will be obtained from the plant's monitoring and reporting program. If,in
reviewing the plant's program,it is determined that it will not meet the needs of
this study a separate scope of work and cost estimate will be necessary.
Task 3.2: Conduct the work outlined in the Scope of Work,including monitoring program.
Task 3.3: Complete analysis of results and prepare a report summarizing findings.
Task 3.4: Meet with the City staff to review the results of the study..
Task 3.5: Revise report based on comments and submit final version to the City for
submittal to the Regional Board.
Task 4: Provision H.10—Conduct a Reasonable Potential Analysis (RPA)
Task 4.1: Format any new data collected after the initial historical data was received and
formatted. Run the LWA RPA/EL model to determine the likelihood a Toxics
Rule or Title 22 Section 64431 or 64444 pollutant will exceed a water quality
objective. Although Provision H.10 does not require the development of effluent
limitations, the LWA RPA/EL model is designed to calculate any necessary
limitations. As such,the development of necessary limitations, to be addressed
by the Regional Board under Provision H.11, could be incorporated into the
completion of Provision H.10 with relatively little additional cost. The RPA,will
be based on current State Implementation Plan (SIP), CTR,and Regional Board
Basin Plan procedures and policies.
Task 4.2: Prepare a report summarizing the recommended RPA and EL results,if
necessary, and any recommendations for further analyses or water quality data
acquisition.
Task 4.3: Meet with the City staff to review the results of the RPA and EL analyses.
Task 4.4: Revise report based on comments and submit final version to the City for
submittal to the Regional Board.
Task 5: Provision H.14—Conduct a Seasonal Dilution Ratio Study
Task 5.1: Coordinate efforts with Brown and Caldwell.
Task 5.2: Prepare a Scope of Work to address Provision H.14,which includes a monitoring
program to gather flow data. The monitoring program will be designed to collect
Creek flow data from up and downstream of the discharge point.
Task 5.3: Conduct work outlined in the Scope of Work.
Task 5.4: Analyze flow data to determine the usual time period,in months,when discharge
from the plant comprises 90 percent of the Creek's flow, the harmonic mean of
the Creek's flowrate, and the arithmetic mean of the discharge flowrate.
Task 5.5: Prepare a report summarizing the findings.
Task 5.6: Meet with the City staff to review the results of the study.
Task 5.7: Revise report based on comments and submit final version to the City for
submittal to the Regional Board.
Proposal m Meet NPUF,S 3 JOY 200
Provisdoas 11.5, 11.7. H.10, and 11.11
LWA SCHEDULE
The following table outlines the number of months needed to complete the corresponding
task or tasks. The number of months necessary to complete tasks may be reduced by the
availability of existing data and the pace with which LWA receives new data and comments
on draft products.
Provision Task Number Months To Complete
All 1.1 -1.4 2a
2.1 4b
H.5 2.2 12
2.3 &2.4 4
3.1 4c
H.7 3.2 12
3.3 4
3.4&3.5 3
4.1 2
H.10 4.2-4.5 4d
5.1 &5.2 4=
H.14 5.3 12
5.4-5.6 4
a
This task would be completed within 2 months after point of authorization.
b The development of the Scope of Work for Task 2 would need to begin no hater than July 1,2003 to meet
the November 1,2003 deadline set in the Permit. This is assuming all relevant data and reports are provided
to LWA by July 1,2003.
The development of the Scope of Work for Task 3 would need to begin no later than July 1,2003 to meet
the November 1,2003 deadline set in the Permit. This is assuming all relevant data and reports are provided
to LWA by July 1,2003.
d Additional data beyond historical data gathered in Task 1 would need to be submitted for formatting and
running the LWA RPA/EL model for Task 4 no later than June 1,2004 to meet the October 1,2004
deadline set in the Permit.
Developing and initiating the Scope of Work for Task 5 would need to begin no later than April 1,2003 to
complete the work by the December 1,2004 deadline set in the Permit.
LWA COST ESTIMATE
The estimated costs for these projects are$206,000 as detailed on the attached spreadsheet
dated July 11,2003. Costs may vary based on the availability of existing data, the final study
designs outlined in the Scopes of Work, and City and Regional Board expectations.
Please call if you have any questions or if you need additional information
Sincerely,
Ashli Desai
Senior Engineer
(805) 449-0011
Enclosure: LWA cost estimate dated July 11,2003
Propocul to AleetNPDF..S 4 July 003
Provisions U.S, 11.7. 11.10, anc111.14
Ca^�
S Q M f00 N b 00'1 O N t0 m N f0 O < N O tpIs
CIL
N Q N O 1H
b O w 01 Q 10 f0 m n Qi O V O n W n C6 Ol N CI 0� N N n N Ol
C7
6.01 R N Q� O>N 4i ' (7; M N Ist7 Cf N N N t0 MJ C7 N N C
-O N
d
W
E
m
W
N
O
~ H H H H H p H H f9 H H H H H H H H H H H H H H H H H R H
O 0 O N O t� 001
N
d
eP U c
N
N z b m
cr
tS v'1 as m a o1 m d at d
Q O1 pp p pp o tt�� gy�pp. pppp 1pp
V O O M 100N t0 O S m tD N [00 1� N f0 O � N m < N N Cl
Q 41 tp V 01 Q 40 01R Q Oi N GO
O J V O)0)O N Q N P1 N O1 O Of m N tti O O N N N N iD K1 O1 N 1�
Z
�+ « 00
H
L
H H R H H H H H H H H H H H H H H H H H H H H H H N
CL cLU q y (y m
Q N J 'O t0D V m N N N O1 N 01 N N 11[1 N N N N 1N(9 N N 1�[l b
� o
= lC0 U q H
Cd c o
O C d n
O' d
r E 1+1
d
� e
=F d =
W d O_y (N] YN1 Q r 0 tD V O 1D O f0 N Om f0 O
G N d N H
N d E
•� N �i � o v o ld �o eo
O ip w o d O N
CL = Op p
YjO C 0) l0 O CO N N m 10 N O Q Q Q) m OD
O J O1
Oto
c c > m m o
0 (n �� QH
V `o
N V C Z > ^ N O m < Q
Et � � qf1
0 . o
O r �i 01 N m
S
Q d d jp b
{V N O S C O V7 m n d = S A
y6 S ; m a S O
O c �_ 3 c m �_ z m an d a c S o E. d °' 3 r
(� x A S00 m o �. Y ¢ `o .^gym- o. c oo .. m m a1 fie' ;
Q c w m d > q 6q m d CO Q a o t. —YJ C .O
W a t7 d m z d m y 'c d 3 $ o` d o a m a d m m or y r
m m d .� an d a>i d a F3 m c d y ccdi .m
¢ S m = S « m o cx ¢ -: o o Ei� S a€ivS o c
v c o 6 n c n c m .6 c '- c o
y c �' _(j z S m o d o U �i"
c m C � 3 d C UI � a 3 � C b d .� d 9 tJ % � {pr �
b m N m O 6 m 01 (Il Y.. S lY 01 N P. C m
d _ da�1d� >p adQQ }m( 'E
y aoC `dU�En.oCA
� S o no So mo E
E .0
a c dEm��d�m'Ur'FVigad1i
cda>1 a
C
-2 .2
0 i - om % E m C FE E
a `O
aU U « p gs ¢ a LL E ma gc
00 1 c9WEco
U
N m g ry ry a 1n ry ry q N ry e1
Ybd YHtl1 YHb YHb YHb Fb Yb Yb Yb Yb Yb Y Yb Yb Yb Ym Yb RYb QYYl <Yb OYb OYH YYN'1 YYm1 YMm1 YNm N 1No
YN N of N N Om m m 9 YY Al
12
121 F F F nN
a
0 9
m � d o 103 � m
w u"mi m E c
O1 N O
c m
E m $
to _ 9 .
Ec
5 o d E v S a o -
3 m m Ets
m T D N .4 Z m _N .0 Q Flpp
E m ¢
ami E.5. °�' M m m
ts m = 5a_Ni r �, m
E m'
o E
E
c m
m y a
E a m s d
� o o � � n 0
m m m JG Lm G _
INd O C P
C > N'm
� c a.
c "o vi tO c m c c m Q v
m C O E N O C7 G SCS? L
Is
8
m m `° a 6 `° E
.�
t9 `o a�Qi o 3 5 3 7
s o = E
tY! E .S9
m a c m o y o $ a o f m O a
$ :4 M'5
a 9.E a ^m o`o .5
U m r o
co a; m
5 t m W U E m , m W m $ o"' o
F
rn •� o U �D S `m '9 » � 9? mm 6
fE9�.of 5 rs 8X
J t1 m CCm E C 6 pi LUpS � N y � � 5 •y�j a
N o :9 OC p ri!
tt(
ms of
Em Q E m o aai c a n^ N c� a Qo
E =r m o .o mE L pN1 m a = ski 8
d_ y A 3 z a = N
�.5 m $ �_ � m C .� N
a m 3 0 o m m E m v- m e .4 U '3
c a o c m m `m "o o c� 8 ae = t0 5
r � � m = E .4m E .6a3 amS t
¢ yc ^
dI m
T
"a p�L E w 'F$ij O E = 'C
U ;a
mo� � m 800 = •�N-- � � t3dMN
m e " m � F ° L o a g d `o Q=
.2 m m N f9 Si.` m a
E N^ a �.d E
p N 0 - m a � = " a g ami � m 4 �+ .6 0
? E m 5 - m
a o c o 3 m m - m S E m m m 5 m y
pm `o E o $ E m y g yC "E
r p N L E cZ 3 [U[aa m N (_p N tj $ W Q
NU O m 8 O Cid ons N m• O Sd N N e52
= is
O
V
m m d U a m ^ OI L
S
(�- lD
Exhibit B
Exhibit B
CONTRACT PERFORMANCE TERMS
1. Business Tax. Contractor must have a valid City of San Luis Obispo business tax certificate
prior to execution of the contract. Additional information regarding the City's business tax
program may be obtained by calling(805) 781-7134.
2. Ability to Perform. Contractor warrants that it possesses, or has arranged through subcontracts,
all capital and other equipment, labor, materials, and licenses necessary to carry out and
complete the work hereunder in compliance with any and all federal, state, county, city, and
special district laws, ordinances, and regulations.
3. Laws to be Observed. Contractor shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo
ordinances,regulations and adopted codes during its performance of the work.
4. Payment of Taxes. The contract prices shall include full compensation for all taxes that
Contractor is required to pay.
5. Permits and Licenses. Contractor shall procure all permits and licenses, pay all charges and
fees,and give all notices necessary.
6. Safety Provisions. Contractor shall conform to the rules and regulations pertaining to safety
established by OSHA and the California Division of Industrial Safety.
7. Public and Employee Safety. Whenever Contractor's operations create a condition hazardous to
the public or City employees, it shall, at its expense and without cost to the City, furnish, erect
and maintain such fences, temporary railings, barricades, lights, signs and other devices and take
such other protective measures as are necessary to prevent accidents or damage or injury to the
public and employees.
8. Preservation of City Property. Contractor shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured
or damaged as a result of Contractor's operations, it shall be replaced or restored at Contractor's
expense. The facilities shall be replaced or restored to a condition as good as when the
Contractor began work.
9. Immigration Act of 1986. Contractor warrants on behalf of itself and all sub-contractors
engaged for the performance of this work that only persons authorized to work in the United
States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws
shall be employed in the performance of the work hereunder.
10. Contractor Non-Discrimination. In the performance of this work, Contractor agrees that it will
not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination in
employment of persons because of age, race, color, sex, national origin or ancestry, sexual
orientation, or religion of such persons.
11. Work Delays. Should Contractor be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes,
fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or
labor due to federal government restrictions arising out of defense or war programs, then the time
Exhibit B:Contract Performance Terms Page B4
of completion may, at the City's sole option,be extended for such periods as may be agreed upon
by the City and the Contractor.
12. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice
and acceptance by the City of the services provided by Contractor(Net 30).
13. Inspection. Contractor shall furnish City with every reasonable opportunity for City to ascertain
that the services of Contractor are being performed in accordance with the requirements and
intentions of this contract. All work done and all materials furnished, if any, shall be subject to
the City's inspection and approval. The inspection of such work shall not relieve Contractor of
any of its obligations to fulfill its contract requirements.
14. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Contractor in preparing its invoices to City as a condition precedent to any
payment to Contractor.
15. Interests of Contractor. Contractor covenants that it presently has no interest, and shall not
acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree
with the performance of the work hereunder. Contractor further covenants that, in the
performance of this work, no sub-contractor or person having such an interest shall be employed.
Contractor certifies that no one who has or will have any financial interest in performing this
work is an officer or employee of the City. It is hereby expressly agreed that, in the performance
of the work hereunder, Contractor shall at all times be deemed an independent contractor and not
an agent or employee of the City.
16. Hold Harmless and Indemnification. Contractor agrees to defend, indemnify, protect and
hold the City and its agents, officers and employees harmless from and against any and all
claims asserted or liability established for damages or injuries to any person or property,
including injury to Contractor's employees, agents or officers which arise from or are
connected with or are caused or claimed to be caused by the acts or omissions of Contractor,
and its agents, officers or employees, in per the work or services herein, and all
expenses of investigating and defending against same; provided, however, that Contractor's
duty to indemnify and hold harmless shall not include any claims or liability arising from the
established sole negligence or willful misconduct of the City, its agents, officers or employees.
17. Year 2000 Compliance. The Contractor warrants that the goods or services provided to the
City, including those provided through subcontractors, are "Year 2000 compliant." For the
purpose of this contract, "Year 2000 compliant" means that goods or services provided to the
City will continue to fully function, fault-free, before, at and after the Year 2000, without
interruption or human intervention; and if applicable, any data outside of the date range 1990-
1999, including leap years, will be correctly processed in any level of computer hardware or
software, including, but not limited to, microcode,firmware, application programs, files and data
bases. This warranty supersedes all warranty disclaimers or limitations, and all limitations on
liability, otherwise provided by the Contractor.
Upon request by the City, the Contractor will provide the City with a description of its Year 2000
compliance strategy, or statement of why this is not relevant to contract performance.
18. Contract Assignment. Contractor shall not assign, transfer, convey or otherwise dispose of the
contract, or its right, title or interest, or its power to execute such a contract to any individual or
business entity of any kind without the previous written consent of the City. `
Exhibit B:Contract Performance Terns Page B3
19. Termination. If, during the term of the contract, the City determines that Contractor is not
faithfully abiding by any term or condition contained herein, the City may notify Contractor in
writing of such defect or failure to perform; which notice must give Contractor a 10 (ten)
calendar day notice of time thereafter in which to perform said work or cure the deficiency.
If Contractor has not performed the work or cured the deficiency within the ten days specified in
the notice, such shall constitute a breach of the contract and the City may terminate the contract
immediately by written notice to Contractor to said effect. Thereafter, neither party shall have
any further duties, obligations,responsibilities or rights under the contract.
In said event, Contractor shall be entitled to the reasonable value of its services performed from
the beginning date in which the breach occurs up to the day it received the City's Notice of
Termination, minus any offset from such payment representing the City's damages-from such
breach. "Reasonable value" includes fees or charges for goods or services as of the last
milestone or task satisfactorily delivered or completed by Contractor as may be set forth in the
Agreement payment schedule; compensation for any other work, services or goods performed or
provided by Contractor shall be based solely on the City's assessment of the value of the work-in-
progress.in completing the overall workscope.
The City reserves the right to delay any such payment until completion or confirmed
abandonment of the project, as may be determined in the City's sole discretion, so as to permit a
full and complete accounting of costs. In no event, however, shall Contractor be entitled to
receive in excess of the compensation quoted in its proposal.
20. Ownership of Materials. All original drawings, plan documents and other materials prepared
by or in possession of Contractor as part of the work or services under these specifications shall
become the permanent property of the City,and shall be delivered to the City upon demand.
21. Release of Reports and Information. Any reports, information, data, or other material given
to, prepared by or assembled by Contractor as part of the work or services under these
specifications shall be the property of City, and shall not be made available to any individual or
organization by Contractor without the prior written approval of the City.
22. Copies of Reports and Information. If the City requests additional copies of reports, drawings,
specifications, or any other material in addition to what Contractor is required to furnish in
limited quantities as part of the work or services under these specifications, Contractor shall
provide such additional copies as are requested, and City shall compensate Contractor for the
costs of duplicating of such copies at the Contractor's direct expense.
23. Required Deliverable Products. Contractor will provider
a. Two (2) copies of the final report that addresses all elements of the workscope. Any
documents or materials provided by Contractor will be reviewed by City staff and, where
necessary, Contractor will respond to staff comments and make such changes as deemed
appropriate.
b. One camera-ready original, unbound, each page printed on only one side, including any
original graphics in place and scaled to size,ready for reproduction.
LIOL
Exhibit B:Contract Performance Terns Page B-4
C. When computers have been used to produce materials submitted to the City as a part of
the workscope, Contractor must provide the corresponding computer files to the City,
compatible with the following programs whenever possible:
• Word Processing Word
• Spreadsheets Excel
• Desktop Publishing Coreldraw,Pagemaker
• Computer Aided Drafting(CAD) AutoCad
Computer files must be on 31/2", high-density, write-protected diskettes, formatted for
use on IBM-compatible systems. Each diskette must be clearly labeled and have a
printed copy of the directory.
24. Attendance at Meetings and Hearings. As part of the workscope and included in the contract
price is attendance by the Contractor at up to one (1) public meeting to present and discuss its
findings and recommendations. Contractor shall attend as many "working" meetings with staff
as necessary in performing workscope tasks.
25. Insurance. Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damages to property that may arise from or in connection
with the performance of the work hereunder by Contractor, its agents,representatives,employees
or sub-contractors.
a. Minimum scope of insurance. Coverage shall be at least as broad as:
• Insurance Services Office Commercial General Liability coverage (occurrence
form CG 0001).
• Insurance Services Office form number CA 0001 (Ed. 1/87) covering
Automobile Liability,code 1 (any auto).
• Workers' Compensation insurance as required by the State of California and
Employer's Liability Insurance.
• Errors and Omissions Liability insurance as appropriate to Contractor's
profession.
b. Minimum limits of insurance. Contractor shall maintain limits no less than:
• General Liability: $1,000,000 per occurrence for bodily injury, personal injury
and property damage. If Commercial General Liability or other form with a
general aggregate limit is used, either the general aggregate limit shall apply
separately to this project/location or the general aggregate limit shall be twice
the required occurrence limit.
• Automobile Liability: $1,000,000 per accident for bodily injury and property
damage.
• Employer's Liability: $1,000,000 per accident for bodily injury or disease.
• Errors and Omissions Liability: $1,000,000 per occurrence.
C. Deductibles and self-insured retentions. Any deductibles or self-insured retentions
must be declared to and approved by the City. At the option of the City, either: the
insurer shall reduce or eliminate such deductibles or self-insured retentions as respects
the City, its officers, officials, employees and volunteers; or Contractor shall procure a
()a-4 .
Exhibit B:Contract Performance Terms Page B-b
bond guaranteeing payment of losses and related investigations,claim administration and
defense expenses.
d. Other insurance provisions. The general liability and automobile liability policies are to
contain, or be endorsed to contain, the following provisions:
• The City, its officers, officials, employees, agents and volunteers are to be
covered as insureds as respects: liability arising out of activities performed by or
on behalf of Contractor; products and completed operations of Contractor;
premises owned, occupied or used by Contractor; or automobiles owned, leased,
hired or borrowed by Contractor. The coverage shall contain no special
limitations on the scope of protection afforded to the City, its officers, official,
employees,agents or volunteers.
• For any claims related to this project, Contractor's insurance coverage shall be
primary insurance as respects the City, its officers, officials, employees, agents
and volunteers. Any insurance or self-insurance maintained by the City, its
officers,officials,employees, agents or volunteers shall be excess of Contractor's
insurance and shall not contribute with it.
• Any failure to comply with reporting or other provisions of the policies including
breaches of warranties shall not affect coverage provided to the City, its officers,
officials,employees, agents or volunteers.
• Contractor's insurance shall apply separately to each insured against whom claim
is made or suit is brought, except with respect to the limits of the insurer's
liability.
• Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled by either party, reduced in
coverage or in limits except after thirty (30) days' prior written notice by
certified mail,return receipt requested,has been given to the City.
e. Acceptability of insurers. Insurance is to be placed with insurers with a current A.M.
Best's rating of no less than ANN.
f. Verification of coverage. Contractor shall furnish the City with a certificate of
insurance showing maintenance of the required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage required by
this clause must also be provided. The endorsements are to be signed by a person
authorized by that insurer to bind coverage on its behalf. All endorsements are to be
received and approved by the City before work commences.