Loading...
HomeMy WebLinkAbout2020-12-07 City Council Agendas (6) City of Palo Alto (ID # 11155) City Council Staff Report Report Type: Consent Calendar Meeting Date: 12/7/2020 City of Palo Alto Page 1 Summary Title: Approval to Increase Compensation & Extend Term of Design Contract for the Secondary Treatment Title: Approval of Amendment Number 1 to Contract Number C19171565 With Brown and Caldwell for Professional Design Services for the Secondary Treatment Process Upgrade Capital Improvement Project (WQ-19001) at the Regional Water Quality Control Plant; to add Services and Increase Compensation by $1,500,745 for a new Maximum Compensation Not-to- Exceed $4,424,101; and to Extend the Contract Term Through September 30, 2025 From: City Manager Lead Department: Public Works Recommendation The Finance Committee and Staff recommend that Council approve and authorize the City Manager or his designee to execute Amendment No. 1 to Contract No. C19171565 with Brown and Caldwell (BC) (Attachment A) to increase the contract amount by $1,500,745 to provide design engineering services beyond the original scope of the contract for the design of the Secondary Treatment Process Upgrades Project (CIP WQ-19001), and to extend the term through September 30, 2025. The revised total contract amount is not to exceed $4,424,101 including $4,021,911 for basic services and $402,191 for additional services. Background At the November 17, 2020 Finance Committee meeting (CMR 11764), the Committee unanimously recommended Council approval and requested this staff report to include comparison information between partner agencies on (a) the maximum flow capacity rights of each partner agency, (b) the fixed capacity share of capital assets used in determining the share of debt payments for capital projects, (c) the recurring annual share of the operating budget by contributing partner agency used for determining the share of annual operating expenses and recurring non-debt financed capital expenses, and (d) average FY2021 monthly residential sewer utility bill and commercial sewer rates for partner agencies as well as some neighboring agencies. This comparison information is included in Attachment B. City of Palo Alto Page 2 The Regional Water Quality Control Plant’s (RWQCP or Plant) existing secondary treatment process (biological treatment) consists of biotrickling filters followed by an activated sludge process in four aeration basins where micro-organisms break down pollutants. The two-stage system has been in operation since 1980 to remove ammonia and other conventional pollutants and is at the end of its useful life. Upgrades and replacement are needed to reliably treat the wastewater while removing aging equipment and addressing new requirements for nitrogen removal. The San Francisco Regional Water Quality Control Board established new nutrient regulatory requirements in 2019, limiting the total nitrogen loading discharged from wastewater treatment plants into San Francisco Bay in 2024. The RWQCP’s current wastewater treatment system is an aerobic nitrifying process whereby microbes change the ammonia and organic nitrogen in the wastewater into oxidized nitrogen (nitrate), but the current system does not remove nitrogen. Too much nitrogen in the plant’s effluent could lead to harmful algal blooms, which can release toxins to the Bay and result in insufficient dissolved oxygen in the water to support aquatic life. The State’s regulatory update requires some nutrient removal prior to discharge into the Bay. The Secondary Treatment Process Upgrades project design criteria are based on the new 2019 nutrient loading requirements, an anticipated State target of 15 mg/L of total nitrogen, field inspections, preliminary design evaluations, RWQCP staff recommendations, the recommendations of the 2018 Secondary Treatment Evaluation Technical Memorandum, and the 2012 Long Range Facilities Plan (LRFP). Upgrading the secondary treatment stage to a process that removes harmful nitrogen will be accomplished with anoxic and aerated zones in existing aeration basins. The project will improve final water quality, ensure the plant continues to meet effluent discharge permit limits, and allow for ultimate decommissioning of the aging biotrickling filters and other aging equipment. The upgraded secondary treatment process was initially proposed to decommission the biotrickling filters and convert the aeration basins to a Modified Ludzack-Ettinger (MLE) activated sludge process (or similar process). This process is space-efficient and cost-efficient and allows all biological treatment to take place within the four aeration basins so that biotrickling filters can be decommissioned. However, preliminary designs revealed that the MLE system would have required a second major project in less than ten years to install a fifth aeration basin because the MLE’s process treatment capacity in four aeration basins would be exceeded in 2035, with no ability to take one aeration basin out of service for essential maintenance without violating state rules for effluent discharges. As the preliminary design work proceeded, it became apparent that a better treatment technology had recently emerged (i.e., the Membrane Aerated Biofilm Reactor (MABR) process). The MABR process has greater efficiency, eliminating the need for the future fifth aeration basin as well as allowing essential maintenance without violating state regulations. The project design scope includes both a process upgrade to remove nitrogen and replacement of equipment which has exceeded its design life. The upgrade will allow the RWQCP to meet both the 2019 regulatory requirements City of Palo Alto Page 3 as well as an anticipated State target of 15 mg/L of total nitrogen. The Request for Proposals (RFP) for C19171565 was prepared with the best information available at the time of solicitation for design services. The design contract with BC was approved by Council in October 2018 (CMR ID#9485). Since award, BC has performed field survey work, equipment condition assessments, process design modeling, preliminary design calculations, equipment sizing, and prepared plans. It was through this process that the MABR process was found to be superior for the long run, although the shorter-term design and construction costs are higher than for the process originally envisioned. WQCP Capital Program Overview This project is a key component of the overall investment in the critical infrastructure to provide wastewater treatment to the City and its partners. The Plant’s core infrastructure was built in 1972 with tanks, pumps, large pipes, industrial buildings, acquisition of additional land, and complex mechanical and electrical systems. The 1972 Plant had major capital additions in 1980 and 1988. From 1999 to the present, staff has managed an ongoing $2 to $3 million annual capital improvement program (CIP) reinvestment in aging infrastructure funded on a recurring basis through the partner agreements; the recurring capital budget is increased by an annual inflation index first approved by partner agencies in 1998. Key projects are listed below with major debt financed/grant funded projects in 1972, 1980, 1984, 1988, 1999, 2009, 2010, and 2019. Debt service for larger projects financed through loans or bonds is provided through amendments to the partner agreements. Typical useful life of Plant infrastructure is 30 years for mechanical and electrical gear with most of the Plant at or beyond its useful life. The capital program is a critical commitment to reinvestment in aging infrastructure. Completed Capital Work 1972 – 2020 Project Funding Expense (million $) 1972 Regional Water Quality Control Plant Federal Grants/Bonds $11.2 1980 Advanced Wastewater Treatment Facility Federal Grants/Operating $10.3 1984 Dewatering and Cogeneration Project Utility Revenue Bond $1.1 1988 Capacity Expansion Project Utility Revenue Bond $9.7 1984 – 1998 miscellaneous projects (note 1, 2) Recurring Capital Budget $7.8 1999 – 2020 miscellaneous projects (note 1, 3) Recurring Capital Budget $49.7 1999 Sludge Incinerator Rehabilitation Revenue Bond $7.5 2009 Recycled Water Pipeline California SRF Loan $19.4 2010 Ultraviolet Disinfection Facility California SRF Loan $8.6 2019 Sludge Dewatering/Truck Loadout Facility California SRF Loan $29.2 Subtotal $155 Note 1: Per audited financial statements Note 2: CIP could not exceed 2% of total capital investment of Plant 10/10/68 to 6/30/99 Note 3: Recurring CIP allowance of $1.9 million established in base year FY99; annual CPI increase of recurring amount increased to $3.3 million in FY21 City of Palo Alto Page 4 Anticipated capital work was detailed in the 2012 Long Range Facilities Plan (LRFP), with recommended projects expected to cost between $315 to $392 million (2015 dollars). The LRFP was accepted by the City Council on July 2, 2012 (CMR #2914). Implementation of the LRFP is managed by a CIP team of staff engineers, support staff, and a program manager (Woodard & Curran) (see CMR #11612). Near-term project work commenced and is listed below with latest project costs and status. Current Capital Work In-Progress Project Status Expected Funding Expense (million $) Primary Sedimentation Tanks Rehabilitation and Equipment Room Electrical Upgrade Project Awarding Construction SRF Loan $19.4 Outfall Pipeline Rehabilitation 100% Design / FAA Permitting SRF Loan $11.1 Secondary Treatment Upgrades 30% Design Complete SRF Loan / USEPA Loan $128.5 Technical Services Building Advanced Planning Revenue Bond $57.0 Advanced Water Purification System Awarding Design Valley Water $20.0 Headworks Facility Budgeted SRF Loan $48.0 Projects in Progress Varies Operating Capital Budget $9.2 Subtotal $293 The needed Plant infrastructure investment requires both the recurring CIP funding as well as debt-financed instruments for larger projects. The 10-year financial forecast is shown below. The 1999 revenue bonds will retire in FY2024. Significant new annual debt service (for the above listed projects) will commence at various times over the next ten years as new capital improvements are realized. City of Palo Alto Page 5 Discussion Additional design services are required to convert to the MABR process, meet the City’s latest design standards, and integrate the new design into the existing process through complicated construction and operation phasing at an operating plant. The amendment includes an increased contract amount of $1,500,745 and the additional time to perform the work. These additions are summarized in Items A – F below:  Item A: Additional Structural Engineering. City policy requires new critical infrastructure to be elevated above sea level rise projections per Palo Alto's Sea Level Rise (SLR) Adaptation Policy (CMR ID#9576) approved by Council March 18, 2019. New equipment, including a Return Activated Sludge (RAS) Pump Station, an Electrical Facility, and a Standby Emergency Diesel Power Generator will be elevated on new concrete pads, complete with access platforms, stairs, and guardrail. The City’s SLR Policy was adopted after issuance of the original RFP. The additional engineering fee provides services to address this need.  Item B: Engineering Design for a New Electrical Facility and Standby Generator. Though it was hoped existing spaces for power distribution equipment could be City of Palo Alto Page 6 repurposed for low cost, predesign studies indicated the impracticality of installing new equipment in both the existing Aeration Basin Blower Room and the biotrickling filter process electrical room. These rooms fail several building code requirements for new construction. A new Electrical Facility is needed to house power distribution equipment. This design will include a new electrical load center to provide unit process power from the Plant’s 12,470-volt power distribution system. The increased electrical load from the improved treatment process requires a new, larger, 2-MW Standby Generator to replace the existing 22-year old 1-MW standby generator, which is also at the end of its useful life. The original engineering fee did not include services for this electrical design.  Item C: Engineering Design for a New RAS Sludge Pump Station. During preliminary design, consideration was given to the complexity of trying to operate the existing Sludge Pumps, while making critical piping tie-ins, and re-routing process pipe to several new locations. Considerable temporary bypass pump and piping systems are required for Plant Operations during the construction phase. Due to increased flow requirements of the new process, the existing RAS Sludge Pumps are now undersized to meet the flow requirements, and these pumps are past their useful life and should be replaced. Building a new RAS Sludge Pump station allows Operations to continue treatment and makes construction feasible for the contractor, while eliminating the need for the contractor to provide large temporary bypass pump and piping arrangements. A new RAS Sludge Pump Station was not originally included in the design contract.  Item D: Process Redesign Effort to Incorporate MABR. After determining that treatment capacity of the aeration basins will reach their limits in about 2035, BC conducted a Feasibility Assessment to evaluate if MABR would be a viable alternative to increase treatment capacity. Preliminary findings and additional process modeling with MABR equipment determined that biological treatment could be achieved through 2054 without the need to construct the expensive fifth aeration basin, thereby saving considerable design and construction costs. Furthermore, due to the efficient oxygen transfer mechanism of the MABR equipment, this process improvement is anticipated to consume less blower air and result in approximately 13% less electrical energy consumption compared to the energy use associated with the operation of a complex and large fifth aeration basin. Most importantly, MABR equipment is modular, allowing for phasing future capital capacity upgrades (after about 2044) only if needed based on pollutant demands, thereby saving the City significant capital expenses if pollutant loads do not increase as anticipated. Staff engineers as well as independent outside consultants (i.e., Woodard & Curran as CIP program manager) evaluated the scope of work and the cost-effectiveness of the MABR process equipment through a Feasibility Assessment and the revised City of Palo Alto Page 7 Treatment Process Basis of Design Technical Memorandum. The MABR equipment is proprietary, made by a company with a proven track record in developing new technology to improve wastewater treatment. Staff reviewed performance reports for new MABR facilities and visited a pilot unit at the Hayward Water Pollution Control Plant, both of which had good performance results. While MABR contributes to an increased design and construction cost in the near term, staff recommends the reliable treatment performance, reduced energy consumption, and improved life cycle cost for the project with MABR. The original design contract did not include research into the MABR product, additional process modeling, developing the Feasibility Assessment, and structural design for support structures and hoist systems associated with the MABR equipment.  Item E: Engineering Design Upgrade of the Lift Station. During preliminary design, it was found that the reconfiguration of the aeration basins has added additional water headlosses, to the extent that the wastewater cannot flow by gravity from the upstream process into the aeration basins. Previous planning work assumed simple replacement of the three existing lift pumps with three new lift pumps for high wet-weather flows. Upon further review of the Plant’s hydraulics, two additional pumps are needed to convey the flow, larger discharge pipes are required, and a different pump and piping configuration is required. Additional pumps and piping re-design were not originally included in the design contract.  Item F: Miscellaneous Design Effort. New equipment requires new space. The equipment and piping in an existing activated sludge pump room will be demolished. The room will be repurposed for new equipment. The process design is based on some key equipment manufacturer’s components, and BC will provide specifications and pre-selection of these components through negotiated fixed pricing guarantees for the installation contractor to prevent undesirable substitutions. These items were not part of the original design contract. The MLE process option originally proposed was estimated to cost $35 million in 2017 dollars. Process modeling of the MLE treatment process found that capacity would be reached in about 2035, only about ten years after the upgraded facility startup. By about 2035, a fifth aeration basin along Harbor Road would be required (at an estimated cost of $41.5 million in 2020 dollars). While the combined cost of these estimates is $76.5 million, it is important to note that the 2017 estimate for the MLE process did not include a number of costly additions that were determined to be necessary as design progressed to 30% on the MABR process, which include new waste activated sludge pumps, new return activated sludge pumps with a new elevated pump station structure, and a new electrical facility and standby generator on elevated structures. These additions would drive the $76.5 million much higher if the earlier estimate were to be reevaluated. City of Palo Alto Page 8 The 30% design opinion of the most probable construction cost estimate for the MABR process project is $97 million in 2020 dollars. That cost includes upgrading the secondary treatment process with MABR technology, decommissioning the biotrickling filters, replacing many equipment components, and takes into account the additional temporary construction measures that will need to be undertaken by the contractor to perform the work, while maintaining the ability to keep the plant operating. Process intensification, which is adding more equipment into a smaller footprint to accomplish more treatment, prolongs the structure and equipment design life, ultimately reducing life cycle capital improvement cost as well as operating and maintenance expenses. It also eliminates the need for a fifth aerator along Harbor Road, adjacent to the Baylands Preserve. Timeline BC has just completed the 30% design and has been authorized to continue working on completion of the 60% design. The detailed design will continue upon Council’s approval of this amendment and is expected to be completed 10 months after Council approval. BC will also provide engineering services during solicitation, bidding, and construction of the project, accounting for the need to extend the contract into 2025. Resource Impact The revised not-to-exceed contract amount will be $4,424,101 including $4,021,911 for basic services and $402,191 for additional services. This is a multi-year contract over the course of design and through the completion of construction. The funding for this amended contract will be allocated from the Wastewater Treatment Enterprise Fund Capital Improvement Program Project, WQ-19001, contingent upon funding appropriation approved by the Council as part of future annual budget cycles. Staff is planning to apply for a State Revolving Fund loan, a USEPA loan, and possibly pursue a revenue bond as sources of funding for the design contract, and future construction and construction management contracts. As the design progresses, the estimated project cost is expected to be adjusted, especially as construction costs become better defined in the future as the design is more complete. Budget adjustments will be brought forward to Council through the annual budget approval process. Because of the City’s budget deficit for FY 2021, COVID-19 shelter-in-place orders, and other related measures, staff approached BC about a potential reduction in their design fee for this Contract Amendment. In the spirit of cooperation and sharing the burden, BC agreed to reduce their fee by about $86,000 on the base services for the Contract Amendment. This amounts to close to a 6% cost reduction, achieved primarily by removing the hourly labor rate escalation on the added work expected to occur after 2020. BC did not reduce the scope of work or the estimated labor hours to complete the contract work. It should also be noted that the proposed design costs are significantly lower than the common figure of about 10% of estimated construction costs. This Contract for professional services permits the City to suspend, in whole or in part, or City of Palo Alto Page 9 terminate the Contract for convenience (with or without cause) by providing written notice by the City Manager. In the event the City finds itself facing a challenging budget situation, and it is determined that City resources need to be refocused elsewhere, the City can terminate for convenience. Other options include termination due to non-appropriation of funds or amending the contract to reduce the cost, for example, by reducing the scope of work. Palo Alto treats the combined wastewater from Palo Alto, Los Altos, Los Altos Hills, Mountain View, Stanford University, and the East Palo Alto Sanitary District. Palo Alto’s share of this project is 38.16% and the other five agencies’ share is 61.84%, based on the fixed capacity established in partners’ agreements. The Secondary Treatment Upgrades Project and the associated costs were discussed with the partner agencies at a July 23, 2020 and November 12, 2020 Partner’s meeting. Partners understand the project and are not opposed to the project. Agreements with partner agencies have been amended to cover this design contract cost. Policy Implications This recommendation does not represent any change to existing City policies. Stakeholder Engagement This project is part of the Plant’s major capital improvement program funded by Palo Alto and its five additional partner agencies. The five partner agencies are regularly updated about both the need for and the progress on wastewater treatment capital work. Updates are provided each year at an annual meeting and at other periodic meetings established to inform partner agency staff about the major capital improvement program. With respect to Palo Alto itself, the open meetings on the budget process serve as the main vehicle for engaging the community on both new projects such as this and associated rate impacts. Environmental Review The project is exempt from review under the California Environmental Quality Act (CEQA) pursuant to CEQA Guidelines Section 15301, subsections (b) and (e)(1), Existing Facilities, as it involves the repair and maintenance of an existing publicly owned utility used to provide sewerage treatment services with a minor addition to an existing building and no or negligible expansion of use. Attachments:  Attachment A: Contract Amendment B&C Final  Attachment B Partner Capacity, Share, and Rate Comparisons Vers.: Aug. 5, 2019 Page 1 of 37 AMENDMENT NO.1 TO CONTRACT NO. C19171565 BETWEEN THE CITY OF PALO ALTO AND BROWN AND CALDWELL This Amendment No. 1 (this “Amendment”) to Contract No. C19171565 (the “Contract” as defined below) is entered into as of October 19, 2020 (“Effective Date”), by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and BROWN AND CALDWELL, a California corporation, located at 201 N. Civic Drive, Suite 115, Walnut Creek, CA 94596 (“CONSULTANT”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A. The Contract (as defined below) was entered by and between the Parties hereto for the provision of design and engineering services to upgrade its existing two-stage secondary treatment system at the Regional Water Quality Control Plant (RWQCP) (the “Project”), as detailed therein. B. The upgrade to the secondary treatment process was initially proposed to decommission the biotrickling filters and convert the aeration basins to a Modified Ludzack- Ettinger (MLE) activated sludge process or similar process. However, as the preliminary design proceeded, it became apparent that a better treatment technology had recently emerged, the Membrane Aerated Biofilm Reactor (MABR) process. Additional design services are required to convert to the MABR process, meet the City’s latest design standards, and integrate the new design into the existing process through complicated construction and operation phasing at an operating plant. C. The Parties now wish to amend the Contract to expand the scope of service to include additional, unanticipated engineering services related to the Project, extend the time for performance by 54 weeks (from 210 weeks to 363 weeks), and increase the maximum compensation by One Million Five Hundred Thousand Seven Hundred Forty-Five ($1,500,745), from Two Million Nine Hundred Twenty-Three Thousand Three Hundred Fifty-Seven Dollars ($2,923,357) to Four Million Four Hundred Twenty-Four Thousand One Hundred One Dollars ($4,424,101). NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a. Contract. The term “Contract” shall mean Contract No. C19171565 between BROWN AND CALDWELL and CITY, dated September 10, 2018. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 2 of 37 b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract. SECTION 2. Section 2 “TERM” of the Contract is hereby amended to read as follows: “The term of this Agreement shall be from the date of its full execution through September 30, 2025.” SECTION 3. Section 4 “NOT TO EXCEED COMPENSATION” of the Contract is hereby amended to read as follows: “The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A” (“Basic Services”), and reimbursable expenses, shall not exceed Four Million Twenty-One Thousand Nine Hundred Eleven Dollars ($4,021,911). CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event Additional Services are authorized, the total compensation for Basic Services, Additional Services and reimbursable expenses shall not exceed Four Million Four Hundred Twenty-Four Thousand One Hundred One Dollars ($4,424,101). The applicable rates and schedule of payment are set out at Exhibit “C-1”, entitled “SCHEDULE OF RATES,” which is attached to and made a part of this Agreement. Any work performed, or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. “Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit “C”. CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described at Exhibit “A”.” SECTION 4. The following exhibit(s) to the Contract are hereby amended or added, as indicated below, to read as set forth in the attachment(s) to this Amendment, which are hereby incorporated in full into this Amendment and into the Contract by this reference: a. Exhibit “A” entitled “SCOPE OF SERVICES” (AMENDED, REPLACES PREVIOUS) b. Exhibit “B” entitled “SCHEDULE OF PERFORMANCE” (AMENDED, REPLACES PREVIOUS) DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 3 of 37 c. Exhibit “C” entitled “COMPENSATION” (AMENDED, REPLACES PREVIOUS) d. Exhibit “C-1” entitled “SCHEDULE OF RATES” (AMENDED, REPLACES PREVIOUS) SECTION 5. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full force and effect. SECTION 6. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 4 of 37 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO City Manager or designee APPROVED AS TO FORM: City Attorney or designee (Contract over $25k) BROWN AND CALDWELL Officer 1 By: Name: Title: Officer 2 (Required for Corp. or LLC) By: Name: Title: Attachments: Exhibit “A” entitled “SCOPE OF SERVICES”, AMENDED, REPLACES PREVIOUS Exhibit “B” entitled “SCHEDULE OF PERFORMANCE”, AMENDED, REPLACES PREVIOUS Exhibit “C” entitled “COMPENSATION”, AMENDED, REPLACES PREVIOUS Exhibit “C-1” entitled “SCHEDULE OF RATES”, AMENDED, REPLACES PREVIOUS DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Jeff Kivett Vice President Grace Chow Vice President Vers.: Aug. 5, 2019 Page 5 of 37 EXHIBIT “A” SCOPE OF SERVICES (AMENDED, REPLACES PREVIOUS) I. INTRODUCTION, BACKGROUND AND PROJECT DESCRIPTION The City of Palo Alto Department of Public Works (City) intends to upgrade its existing two-stage secondary treatment system at the Regional Water Quality Control Plant (“RWQCP”, or the “Plant”), which consists of fixed film reactors (FFRs) followed by activated sludge aeration basins. The upgrade will be to a biological nutrient removal (BNR) process that ensures the capability of meeting NPDES permit requirements during the entire construction phase, startup, and commissioning. This project will decommission the aging FFRs and will provide operation and maintenance (O&M) enhancements upon the upgrade of the entire secondary treatment process, thereby preparing the City for future, more stringent, regulatory changes. II. SCOPE OF SERVICES – GENERAL CONSULTANT shall provide engineering and design services for the completion of the Secondary Treatment Process Upgrade Project (“Project”). This section describes the nature and scope of those engineering and design services. A. CONSULTANT, serving as the Engineer of Record, shall provide engineering services during all phases of the Project from preliminary design, design, bid period services, engineering services during construction, and support during commissioning and start-up. B. CONSULTANT shall design the system such that it can be constructed without interruption to the current treatment operations, except as allowed under special circumstances for piping tie-ins or electrical outages. Pumped by-pass operations will be required by the City’s construction contractor, to allow the project construction work to take place while the Plant remains in operation. C. CONSULTANT shall provide overall coordination of engineering (including civil, structural, mechanical, electrical, instrumentation and controls, etc.) and other disciplines required for the successful development of a consolidated set of detailed design documents consisting of specifications, drawings and opinion of probable cost that will result in a comprehensive construction bid package. The main features of scope of design and engineering services for the process improvements shall include, but not be limited to, the following: DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 6 of 37 • Confirmation or update of flow and load projections through 2054, based on population projections provided by the City. • Design the BNR process to re-configure the aeration basins for a 3-step feed process. • Design the 3-step feed process to incorporate Membrane Aerated Biofilm Reactor (MABR) equipment, such to intensify the process and increase capacity to avoid building more infrastructure through 2054. • Design new Return Activated Sludge (RAS) pumping station with RAS chlorination capability. • Design new electrical load center (Secondary Unit Substation) and electrical building(s) to house new MCCs and VFDs serve secondary treatment process to replace the existing electrical switchgear which is beyond its useful life. • Support City through preselection of certain equipment components (Diffusers, MABR) to be included in the Project. • Redesign / upgrade standby power systems. • Redesign / upgrade Intermediate Lift Station (ILS). • Repurpose existing RAS / WAS Pump Room to demolish the existing RAS Pumps and add new pulsed bubble aeration blowers and air receiver tanks. • Add measures to elevate new infrastructure to adapt to sea level rise to comply with the City’s recently adopted Sea Level Rise Policy. • Development of the plant’s hydraulic grade line for daily flow conditions and peak flow conditions with necessary capital equipment to ensure grade line can be met. • Review and update the hydraulic profile of the entire RWQCP. • Assessment of existing blowers to evaluate remaining life and capacity and design a new blower system to replace the existing. • Design of new WAS pumps to meet the pumping requirements of the process modifications. • Comparative evaluation of different types of baffle walls. • Comparative evaluation of various types of blowers, air diffusers, and mixer options. • Type of carbon addition options and planning for future carbon addition should it be required. • Coring and non-destructive testing techniques of the concrete in the existing aeration basins. • Recommendations for repair and rehabilitation of the concrete and structural elements. • Evaluation of options for phosphorus removal solutions should phosphorus regulations be implemented. • Evaluation of operational improvements needed for peak wet weather flows. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 7 of 37 • Replacing or upgrading associated mechanical components including but not limited to blowers, piping, mud valves, influent and effluent flow control, and miscellaneous valves and gates. • Develop specifications and the scope of FFR decommissioning for use by Plant Operations staff. • Development of a phasing plan for upgrades associated with schedule of increasing flows and loads, and target dates for nutrient requirements. • Development of control strategies. • Development of construction sequencing requirements. • Update of Standard Operating Procedures (SOPs) for the O&M Manual for the new process modifications. • Technical support of regulatory and financial coordination, as required (e.g., technical documents related to BNR efficiency to establish early action credit for Palo Alto with future RWQCB nutrient watershed permits, SRF loan application and / or WIFIA application, energy efficiency alternative funding applications, CEQA+ documents, etc.). • Determination, through BioWin modeling, if the secondary clarifiers will be overloaded due to the changes associated with process upgrade and recommendations for potential improvements, if any, to improve performance of the four (4) square clarifiers. • The potential effects on the process from digester return flows, should digesters be added at some point in the future. • Wastewater characterization and field testing – development and execution of a sampling plan, and analysis / evaluation of the data. • CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) AND CLEAN WATER STATE REVOLVING FUND (SRF) CONSULTANT shall assist CITY in documenting the environmental clearance under the California Environmental Quality Act (CEQA) prior to the construction phase of this project. The City currently anticipates that the project will be categorically exempt under CEQA Guidelines Section 15301(b), Existing Services, as it involves the repair of an existing publicly-owned utility used to provide sewerage services. Moreover, the construction work planned for this project is within the RWQCP fence line and is anticipated to have no significant environmental impacts to habitat or the public. Prior to the SRF application process, the City of Palo Alto Planning Department, on behalf of the City of Palo Alto as the lead agency under CEQA, will determine whether the Project’s CEQA clearance is a categorical exemption or whether an Initial Study (IS) will be necessary to evaluate any possible significant impacts. If the City requires preparation of an IS, CITY may authorize CONSULTANT to prepare the IS and related CEQA documents (i.e., MND or DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 8 of 37 EIR), subject to negotiations between the parties on modifications to the scope of work and schedule for performance, and an amendment to this Agreement. It is to be noted that CITY requires CONSULTANT to engage a sub-consultant specializing in preparing CEQA + documentation, to perform the CEQA Cat Ex or IS / MND related tasks on City projects. For the construction phase of this project, the City seeks to obtain financing through the State Water Resources Control Board (SWRCB) CA Clean Water State Revolving Fund (CCWSRF) or (SRF) Program. In the case of SRF application, the City will be the lead agency for planning and submitting the SRF application package -- which includes General, Financial Security, Technical and Environmental packages – to the SWRCB Division of Finance Assistance (DFA). If an SRF loan cannot be obtained, the City intends to finance the project through a revenue bond. III. PROJECT BASIS OF DESIGN The basis of design is to upgrade the existing two-stage secondary treatment system to a BNR process while including provisions for future expansion needs. The design of the secondary treatment upgrades should meet a target of 15 mg/L for total nitrogen under 2054 flow and load conditions. Designs that can exceed this limit for marginal additional cost are encouraged. Upgrades are envisioned to be phased to meet regulatory schedule as well as flow and load needs. Current and projected future flows and loads are presented in Table 1 below. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 9 of 37 Table 1. Flow and Load Projections Current (2012- 2017 Average) 2054 Projections (to be Provided during Preliminary Design [Task 1]) Flows Per Capita ADWF, gpcd 18.6 ADWF, mgd 20.2 AAF, mgd 23.2 ADMMF, mgd 81 Loadings ADW BOD, ppd 49,869 ADW TSS, ppd 45,073 ADW NH3-N, ppd 6,043 MM BOD, ppd 55,666 MM TSS, ppd 51,755 MM NH3-N, ppd 6,527 Concentrations ADW BOD, mg/L 322 ADW TSS, mg/L 291 ADW NH3-N, mg/L 39.1 MM BOD, mg/L 288 MM TSS, mg/L 268 MM NH3-N, mg/L 33.8 DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 10 of 37 IV. SCOPE OF SERVICES (BASIC SERVICES BY TASK) CONSULTANT’s scope of work shall include, but not be limited to, the tasks described in the following sections. All deliverables including drawings, graphics, schedules, reports and technical memoranda shall be provided in hard copy and in their original software version (Excel, Word, AutoCAD, PowerPoint, etc.) and PDF version (if requested by the City). The City will have ownership rights and rights to use any of the documentation developed under this Project. 1. Task 1 – Preliminary Design CONSULTANT shall perform preliminary design activities including the following: • Kickoff meeting and workshops with RWQCP staff to define the scope of condition assessment and discuss rehabilitation and improvement options. • Review available record drawings and documentation including plant’s maintenance records, Long Range Facility Plan (LRFP) and Facility Condition Assessment (FCA) Report’s recommendations for structural rehabilitation of aeration basins and ancillary systems. Assess and quantify needed repairs/rehabilitation. • Review LRFP and FCA structural rehabilitation recommendations for aeration basins. Assess and quantify needed repairs/rehabilitation. • Conduct visual assessments of all accessible areas • Conduct a comprehensive field assessment of the aeration basins and supporting structures/facilities including: o Mechanical equipment o Electrical equipment o Instrumentation and controls o Yard piping o All concrete and metal structures associated with:  Aeration Basins  Intermediate Pump Station (IPS)  FFR • Perform a structural analysis of the pertinent secondary treatment structures to confirm structural integrity and identify seismic retrofit options that would be needed. • Develop a sampling / analysis plan for wastewater characterization, execute the plan, and provide analysis and recommendations to further refine the design of the treatment process to meet the future targeted regulatory limitations. • Prepare a Preliminary Design Report which includes the following content, as a minimum: o Results of all field inspections, including estimates of quantities, types, and costs of rehabilitation and repairs. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 11 of 37 o Evaluation of associated electrical and instrumentation systems and recommendations for improvements and integration of new equipment. o Recommendations for repair and rehabilitation of concrete and structural elements. o Update hydraulic profile for the entire plant for daily and peak flow conditions with and without any needed wet-weather flow pump station in operation. o Confirm population growth projections and update flow and load projections through 2054. o Recommendations to meet a potential nitrogen target of 15 mg/L. o Hydraulic analysis and evaluation of primary effluent to BNR process (i.e. upgrade existing IPS or alternative approach). o Evaluation and recommendation for baffles. o Evaluation and recommendations for blowers and air diffusers and other mechanical improvements. o Evaluation of supplemental carbon addition options. o Preliminary sequencing of improvements, bypasses, temporary shutdowns, and other temporary measures needed to keep the plant operational during the construction. o Identify and evaluate facilities / equipment / infrastructure that enhance operational flexibility. o Overall schedule and phasing approach and notation of any equipment that requires long lead times. o 30% drawings set. 30% Design Deliverables: • Kickoff Meeting o Meeting Agenda o Meeting Minutes (draft and final) • 30% drawings set (provide in PDF and four (4) hardcopies) • Project Initial Specification List (in CSI 2018 MasterFormat) • 30% Design (Post Comments) Review Workshop o Meeting Agenda and sign-in sheet o Slide Presentation o Meeting Minutes (draft and final) • Pre-Design Report DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 12 of 37 o Draft Preliminary Design Report with Recommendations – 4 hard copy sets, 1 electronic set in pdf format and 1 electronic set in MS Word o Final Preliminary Design Report with Recommendations – 4 hard copy sets, 1 electronic set in pdf format and 1 electronic set in MS Word • Preliminary Cost Estimate – OPCC accuracy range of +30% / -15% conforming to the AACE International’s standard for a Class 3 Estimate • Preliminary Construction Schedule (presented in MS Project) 2. Task 2 – Detailed Design CONSULTANT shall develop Design Documents (including Plans, Specifications, Schedule, and Costs) for a MLE activated sludge process and decommissioning of the FFRs. The design shall be based on the Preliminary Design Report and consultation with RWQCP staff. CONSULTANT will develop 60%, 90%, and 100% design documents. CONSULTANT shall conduct design review workshops with Plant staff at the 60% and 90% design stages to review progress, obtain input, and confirm decisions during the design development. All design shall go through the proper quality assurance and quality control reviews prior to issuing to the City for review. The design shall sequence construction such that Plant performance and operations are maintained on a continuous basis except as allowed under special circumstances. A construction sequence shall be established in sufficient detail which meets the RWQCP’s ability to comply with NPDES discharge permit requirements. General Coordination - CONSULTANT shall provide for overall coordination of engineering (including structural, mechanical, electrical, instrumentation and controls, etc.) and other disciplines required for the successful development of a consolidated set of detailed design documents that will result in final construction bid document. 2.1 Site Work / Civil Design CONSULTANT is responsible for collecting all the data and conducting all investigation that are needed to complete the final design. Survey and review the existing site conditions. There are multiple underground (UG) utilities such as pipes, electrical conduits, duct banks and structures at and in the proximity of the site. NAD83 and NAVD88, are the respective horizontal and vertical control datums used at the RWQCP. The site is in FEMA Base Flood Zone Elevation (10.5 feet NAVD 1988). CONSULTANT shall establish the floor elevation at 14.0-ft above sea level. CONSULTANT shall incorporate in the design any additional pertinent requirements from the City of Palo Alto Sea Level Rise DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 13 of 37 Policy. Incorporating the City Sea Level Rise Policy will require the finished floor elevation of any new structures to be approximately 14.0 feet NAVD88. 2.2 Structural Design CONSULTANT shall provide a structural design that is in accordance with all jurisdictional requirements including the 2019 California Building Code. Seismic design requirements shall apply to the new Electrical Building and / or canopy structure as well as non- structural components. CONSULTANT shall include field verification of existing infrastructure for design of proposed structural improvements under this project. CONSULTANT shall conduct a geotechnical study at the project site to properly characterize the soils and groundwater conditions, and develop recommendations including foundation designs. CONSULTANT should anticipate that a pile supported slabs are required. CONSULTANT shall evaluate if a pile supported slab foundation is the best option or provide a more suitable solution provided the detailed geotechnical study. 2.3 Process Mechanical Design The process design is to be performed with a Bio-Win model after performing a wastewater characterization evaluation be obtaining samples and having them analyzed. The design is to include equipment and structural modifications to convert the aeration basins from a complete mix process to a 3-step feed BNR process. Modifications and new equipment include, but are not limited to: • Blowers • Low Pressure Air piping • Electric and pneumatic valves and gates • Membrane Aerated Biofilm Reactor (MABR) modules • RAS Pump Station • WAS Pumps • Upgrade of the Intermediate Lift Pump Station (IPS) • Cutthroat Flumes • Diffuser System • Pulsed aeration system • Re-purposing of the RAS / WAS Pump Room • Motor Control Center design • Fire Protection System design for the building(s) • Medium Voltage and Low Voltage Power Distribution system design • Instrumentation and Control system design • Access platforms and stairs for accessing equipment • Monorail systems DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 14 of 37 • Other required ancillary systems or equipment 2.4 Mechanical Design Mechanical design shall include field verification, process schematics, design, layout of mechanical equipment and appurtenances, piping, and other related systems. Existing conditions shall be field verified where possible. CONSULTANT shall include the development of a performance specification for a packaged fire sprinkler system for the new Electrical Building, to be purchased and installed by the City’s Construction Contractor for the Project. 2.5 Electrical, Instrumentation, and Control System The electrical design shall include the determination of power requirements, cable and conduit sizing, controls, alarms, and area lighting. Existing conditions shall be field verified. The new electrical equipment shall be above the flood zone. CONSULTANT shall develop a design for a new electrical building constructed to house the new Motor Control Centers. The new electrical building shall comply with City of Palo Alto Municipal Code and other applicable regulations for fire protection. CONSULTANT shall design the control system (PLC and SCADA) to integrate with the RWQCP Process Control Systems Technology Standards (SCADA Standard). The SCADA modifications shall follow the equipment standards as well as the networking standards defined in the SCADA Standard and will provide remote screens, local and remote alarms and data transfer to the RWQCP Administration Building and Main Operations Control Room located in the Operations Building. Communication Network design to connect the new PLCs / computer terminals with the existing RWQCP SCADA system shall be coordinated with RWQCP Technology / SCADA Support Staff to define the connection point. The new network link is to provide fiber optic communications through a new patch panel to communicate with the RWQCP SCADA and Radio System. All equipment located at the Administration and Operations Buildings will be integrated by the contract control system integrator, with assistance from RWQCP Technology / SCADA support staff. CONSULTANT shall propose instrumentation and control equipment that is consistent with the RWQCP Process Automation Standard and/or is readily available from local distributors and shall be integrated within City’s existing control system. CONSULTANT shall propose equipment from manufacturers with at least ten (10) years of experience with a proven track record in similar environments and duty conditions within the United States; for package systems, these requirements shall be fulfilled to the extent possible. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 15 of 37 CONSULTANT shall include in the design a new standby emergency generator with an automatic transfer switch, sized to power the equipment in the Blower Room, RAS / WAS Pump Room, Equipment Room, and the Operations Building after a power failure. CONSULTANT shall include process and analytical instrumentation for monitoring and control over the complete process train. All instruments shall provide a local readout with a signal output to the PLC and SCADA control screens. 2.6 CEQA and SRF Documentation Although not currently anticipated, it is possible that an Initial Study/Mitigated Negative Declaration (“IS/MND”) or other CEQA document will be required to be prepared for this Project. CONSULTANT shall engage a sub-consultant, specializing in preparing CEQA Plus documentation to prepare the Categorical Exemption related documents or other CEQA document (i.e., IS/MND) as directed by the City. If the City determines that the Project requires an Initial Study, upon request of CITY, CONSULTANT will propose a scope of services and budget for the CEQA subconsultant’s effort to perform this task. In addition, should the Project funding include a State Revolving Fund (SRF) loan, CONSULTANT through its CEQA subconsultant shall prepare a CEQA document (CatEx or MND) meeting State requirements to be included as part of the loan application package. For information purposes, for the construction phase of this project, the City intends to seek financing through the State Water Resources Control Board (SWRCB) CA Clean Water State Revolving Fund (CCWSRF) or (SRF) Program. In the case of SRF application, the City will be the lead agency for planning and submitting the SRF application package -- which includes General, Financial Security, Technical and Environmental packages – to the SWRCB Division of Finance Assistance (DFA). If an SRF loan cannot be obtained, the City intends to finance the project through a revenue bond. 60% Design Deliverables: • 60% Design (Post Comments) Review Workshop o Meeting Agenda and sign-in sheet o Slide Presentation o Meeting Minutes (draft and final) • 60% drawings set (provide in PDF and four (4) hardcopies) • 60% Specification List (in CSI 2018 MasterFormat) DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 16 of 37 90% Design Deliverables: • 90% Design (Post Comments) Review Workshop o Meeting Agenda and sign-in sheet o Slide Presentation o Meeting Minutes (draft and final) • 90% drawings set (provide in PDF and four (4) hardcopies) • 90% Specification List (in CSI 2018 MasterFormat) • Cost Estimate – OPCC accuracy range of +15% / -5% conforming to the AACE International’s standard for a Class 1 Estimate • Construction Schedule (presented in MS Project) 100% (FINAL) Design Deliverables: • 100% drawings set (provide in PDF and four (2) hardcopies) • 100% Specification List (in CSI 2018 MasterFormat) • Cost Estimate – OPCC accuracy range of +10% / -5% conforming to the AACE International’s standard for a Class 1 Estimate • Final Construction Schedule (presented in MS Project 3. Task 3 – Bid Period Services CITY will assemble and issue the bid packages for solicitation for a construction contractor. Assume a 6–month duration between the 100% Design Deliverable to award of the Construction Contract. Services during Bidding will include the following: • CONSULTANT shall assist CITY in preparation of construction bid packages. CITY will assemble and issue the bid packages. CITY has standard front-end specifications that will be issued as part of the construction bid package. CONSULTANT will review the front-end specifications to ensure that there are no conflicts between the front-end specs and Detailed Design specs. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 17 of 37 • CONSULTANT shall provide responses to Request for Clarification (RFC) from prospective bidders. • CONSULTANT shall assist the City with preparation of Project addenda. • CONSULTANT shall attend and assist the City at the pre-bid conference and the walk through. • CONSULTANT shall prepare conformed design package (drawings and specifications) incorporating information issued as addenda and Responses to RFC during the bid period. Task 3 Deliverables: • Response to Request for Clarifications on Bid Package • Project Addenda • Pre-Bid Conference (Agenda and materials, meeting minutes) • Conformed specifications – 2 hard copies, 1 digital copy in PDF and 1 MS Word format • Conformed drawings – 2 hard copies, 1 digital copy in PDF format, and 1 copy in AutoCAD format 4. Task 4 – Engineering Services during Construction During construction phase, estimated to take up to 24 months, CONSULTANT shall provide the following services: 4.1 Submittal Reviews CONSULTANT shall review submittals from the construction contractor for conformance with the construction contract documents. CONSULTANT shall review and return the submittal comments to the City within fourteen (14) calendar days. CONSULTANT has indicated a total of 275 submittal reviews are anticipated for the project. 4.2 RFI Responses CONSULTANT will prepare written responses to Requests for Information (RFIs) submitted by the construction contractor. CONSULTANT shall review, comment, and return the RFI responses within seven (7) calendar days. CONSULTANT has indicated a total of 375RFIs and the responses are anticipated for the project. 4.3 Change Order Reviews CONSULTANT will review and validate the Contract Change Order requests submitted by the construction contractor for accuracy and correctness, as requested by the City. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 18 of 37 CONSULTANT has indicated a total of 45 change order reviews could be expected for the project. 4.4 Start-Up Assistance CONSULTANT shall provide technical support during testing, start-up and commissioning of the new treatment process. CONSULTANT shall assist the City in monitoring, documenting, and/or validating any testing required by permitting agencies. CONSULTANT shall indicate the total number hours for technical field services during testing and start-up. 4.5 As-Built Review / Record Drawings CONSULTANT shall review once a month as-built or marked-up drawings and documents maintained by the City’s construction contractor during construction. Upon construction completion, CONSULTANT shall prepare consolidated record drawings and submit them to the City. The record drawings shall consist of annotated contract drawings and electronic files showing changes in design and construction. CONSULTANT shall provide two (2) hardcopies (one full size and one half-size), one (1) electronic copy in PDF format, and one (1) electronic copy in AutoCAD 3D format to the City. 4.6 O&M Manual CONSULTANT shall update the City’s Operations and Maintenance (O&M) Manual to reflect the changes to the normal and abnormal modes of operations, equipment additions, process control descriptions, etc. In addition, CONSULTANT shall update the City’s Standard Operating Procedures (SOPs) Manual to reflect the changes to the normal and abnormal modes of operations, equipment and process descriptions and process control descriptions. CONSULTANT shall provide one (1) hard copy and one (1) electronic copy in PDF and Microsoft Word formats to the City. Task 4 Deliverables: • Submittal review comments • RFI responses • Contract change order review comments, as needed o Record drawings – 1 hard copy (full size and half-size), 1 digital copy in PDF format, 1 copy in AutoCAD format DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 19 of 37 • Updated O&M Manual for upgraded facilities - 1 hard copy (full size and half-size), 1 digital copy in PDF format. 5. Task 5 – Project Management CONSULTANT will provide a competent project manager to supervise and provide direction to each design team members including sub-consultants. CONSULTANT will provide necessary administration, project controls, quality assurance and professional oversight of the project. At the initiation of the Project, CONSULTANT will meet with the City Project Manager to coordinate work. Project staffing will be maintained at acceptable levels to keep the project on schedule, ensure continuity of information, and satisfy the requirements of the CONTRACT. At minimum, CONSULTANT shall deliver the following to the City Project Manager. • Prepare a baseline project schedule with milestones, and update monthly • Conduct monthly progress meetings with the City Project Manager • Monitor project budget for effort versus progress and keep City Project Manager informed of the status. Identify and mitigate potential overruns in a timely manner. • Submit monthly invoices, including monthly Progress Reports for payment. • As requested, CONSULTANT will attend the construction progress meetings with the Contractor during construction phase. Please allow one meeting per month during the construction phase 5.1 Project Controls CONSULTANT shall provide all necessary administration, project controls, quality assurance and professional oversight of the project to ensure that the project remains on schedule, within budget, ensures continuity of information, and satisfies the requirements of the CONTRACT. CONSULTANT shall prepare and distribute a Project Management Plan to include schedule, budget, roles, contracts and procedures. CONSULTANT shall prepare and submit monthly invoice packages to the City. The City prefers processing CONSULTANT pay requests that cover one calendar month. Monthly invoice packages are to include a progress report documenting progress. At least, the report shall include the progress by each task, the budget status (authorized amount, current billing, billed to date, previously billed, amount remaining, and percent spent), outstanding issues, potential changes, project schedule and schedule impacts. CONSULTANT shall identify and mitigate potential budget overruns. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 20 of 37 CONSULTANT shall prepare, maintain and update project schedule for City’s review and comments, at least, on a monthly basis. At minimum, CONSULTANT shall perform or deliver the City Project Manager the following: • Prepare a baseline project schedule with milestones, and update monthly • Conduct monthly progress meetings with the City Project Manager • Monitor project budget for effort versus progress and keep City Project Manager informed of the status. Identify and mitigate potential overruns in a timely manner. • Submit monthly invoices, including monthly Progress Reports for payment. • Conduct team meetings within the consulting firm to review progress, coordinate evaluations and identify information needs • Disseminate information to the design team • Prepare design submittals • Manage the project budget • Manage the project schedule • Manage sub-consultants • Manage QA / QC team 5.2 Project Meetings CONSULTANT shall hold an in-person meeting at the initiation of the Project (Kick-Off Meeting), with the City Project Manager and City staff to discuss overall project coordination, data collection, and project schedule. CONSULTANT shall provide meeting attendees with an agenda seven (7) calendar days in advance of the date of the meeting. BROWN AND CALDWELL shall provide meeting attendees with summary minutes and electronic copies of any supplemental materials used during the Kick-Off Meeting no later than fourteen (14) calendar days from the date of the meeting. CONSULTANT shall conduct design review meetings at the 30%, 60%, and 90% design points as noted under Tasks 1 and 2 Deliverables. CONSULTANT will provide an agenda three (3) calendar days in advance of the date of the meeting. CONSULTANT will compile and distribute informal meeting minutes following Project Progress Meetings no later than seven (7) calendar days from the date of the meeting. CONSULTANT shall conduct remote (via phone or web conference services) Project Progress Meetings with City once a month. The frequency of Project Progress Meetings can be decreased subject to City approval. CONSULTANT will provide an agenda three (3) calendar days in advance of the date of the meeting. CONSULTANT will compile and distribute informal meeting minutes following Project Progress Meetings no later than seven (7) calendar days from the date of the meeting. CONSULTANT shall attend in-person Construction Progress Meetings with City once a month. CONSULTANT will compile and distribute informal meeting minutes following DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 21 of 37 Construction Progress Meetings no later than seven (7) calendar days from the date of the meeting. CONSULTANT shall also participate in all Project Meetings with City and other parties as listed under Meetings below. CONSULTANT will provide an agenda three (3) calendar days in advance of the date of the meeting. CONSULTANT will compile and distribute informal meeting minutes following Project Progress Meetings no later than seven (7) calendar days from the date of the meeting. CONSULTANT shall attend and participate in the following meetings: • Participate in one (1) Electrical Service (Power Feed) Coordination Meeting with City’s Electric Utilities Division • Participate in two (2) meetings with the Palo Alto Fire Department regarding the sprinkler system design and inspections. • Participate in an I&C Standards Review Meeting with RWQCP Technology / SCADA Support Staff 6. Task 6 – Wastewater Characterization CONSULTANT will develop a test plan and coordinate with the City to conduct 10-days of wastewater characterization sampling. Sampling results will be used to determine the composition of the influent COD (e.g., soluble or particulate, biodegradable or unbiodegradable fractions) and incorporated into the BioWin simulator model to help determine design aeration demands, mixed liquor suspended solids (MLSS) concentrations, supplemental carbon dosages for nutrient reduction (if required), and final effluent quality. This task includes: • Sampling, 10-days of daily composite and grab samples. BROWN AND CALDWELL will use results from the previous diurnal sampling event to determine diurnal variations in loading. • The City’s influent composite sampler will be used to collect influent samples. Since the City’s primary effluent sampler is not flow-weighted, CONSULTANT will include a rented sampler with 12 bottles for primary effluent, so that a flow-weighted daily sample can be manually composited. Other samples will be grab samples. • CONSULTANT will provide a test plan and a brief technical memorandum summarizing the sample locations and coordination issues. A pre-sampling meeting is required to discuss the draft test plan and finalize it with the City’s input. CONSULTANT will meet with City Lab staff to review sampling locations, bench space, and coordination with laboratory activities. • CONSULTANT will provide two (2) staff on the first day, but only one (1) CONSULTANT staff will be present on each of the subsequent nine days to grab samples, conduct filtrations, and prepare samples for pick-up by the contract lab. CONSULTANT will provide filtration equipment. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 22 of 37 • During each day, one RWQCP staff member will be available to assist CONSULTANT staff in sample collection, filtration, and preparation of samples by the contract lab. • CONSULTANT will contract with a contract lab (Caltest) for the sample analyses. CONSULTANT will coordinate with Caltest for sample logistics and sample bottles. Table 2 shows the list of samples and type of analyses that are to be included in the sampling / analyses plan. • City will provide bench space with power and a sink for CONSULTANT staff use during the sampling event. • City will provide the characterization data to CONSULTANT in Excel format. City will also provide hourly flow rates and pH and temperature data during the sampling period. • Results of the sampling / analyses will be incorporated into the Preliminary Design Report. Table 2 Summary of Wastewater Characterization Sampling Sample Analytical Method Composite Samples Grab Samples[e] Raw Influent Primary Effluent Primary Effluent Grab Sample Thickener Overflow Scrubber Drainage and Belt Press Filtrate Unfiltered COD SM 5220 B., C., or D. 10 10 7 7 7 BOD SM 5210 B. 10 10 --- 7 7 TSS SM 2540 D. 10 10 --- 7 7 VSS SM 2540 E. 10 10 --- 7 7 TKN SM 4500-Norg B. or C. 10 10 --- 7 7 TP SM 4500-P B./C. 10 10 --- 7 7 Alkalinity SM 2320 B 10 10 --- 7 7 DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 23 of 37 Filtered [b] sCOD SM 5220 B., C., or D. 10 10 7 7 7 sBOD SM 5210 B. 10 10 --- --- --- sTKN SM 4500-Norg B. or C. 10 --- --- --- --- sTP SM 4500-P B./C. 10 --- --- --- --- Filtered [c] NH3 SM 4500-NH3 C. 10 10 --- 7 7 OP SM 4500-P C. 10 10 --- --- --- Flocculated/Filtered [d] ffCOD SM 5220 B., C., or D. 10 10 7 7 7 Volatile Fatty Acids VFAs (low concentration) --- --- --- 7 --- --- Notes: [a] – Sampling should be performed during normal Plant operation that represents typical operation. Samples shown as 10 are collected once per day for 10 days (including weekends). Samples shown as 7 are collected every day for the first 7 days. [b] - Filtered through 1.2 to 1.5 micron glass fiber filter (the same as those typically used to measure plant TSS/VSS). Filtration should occur immediately after collection. [c] - Filtered through 0.45 micron Millipore filter. Filtration should occur immediately after collection. Prior to filtration, filters should be triple rinsed with DI water. [d] - Sample preparation per Mamais, D; Jenkins, D; and Pitt, P. "A Rapid Physical-Chemical Method for the Determination of Readily Biodegradable Soluble COD in Municipal Wastewater", Water Research, 27(1), pp. 195 - 197, 1993. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 24 of 37 [e] – note time of sample collection and flow at time of sample collection III. TIME OF COMPLETION The project is budgeted for an estimated start date in Q3 2018, with a design duration timeline of 85 months. CONSULTANT shall propose a timeline for completing this work in their proposal considering completion of the final design. It should be noted that should the construction funding be delayed from the funding sources, the construction of the project could be delayed or temporarily halted, affecting the engineering services during construction timetable. END OF SCOPE OF SERVICES DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 25 of 37 EXHIBIT “B” SCHEDULE OF PERFORMANCE (AMENDED, REPLACES PREVIOUS) CONSULTANT shall perform the Services so as to complete each milestone within the number of weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed (NTP). Milestones Completion in Weeks Following issuance of NTP 1. Design Re-Start Meeting 02 2. Submit Draft PDR 24 3. Submit 30% Design (Final PDR) 28 4. Submit 60% Design 48 5. Submit 90% Design 60 6. Submit 100% Design (Bid Documents) 78 7. Services During Bidding 130 8. Services During Construction 363 DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 26 of 37 EXHIBIT “C” COMPENSATION (AMENDED, REPLACES PREVIOUS) CITY agrees to compensate CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as Exhibit C-1 up to the not to exceed budget amount for each task set forth below. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, and the total compensation for Additional Services do not exceed the amounts set forth in Section 4 of this Agreement. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 - (Preliminary Design) $1,259,062 Task 2 - (Final Design) $1,633,642 Task 3 - (Bid Period Services) $85,725 Task 4 - (Eng. Services during Construction) $744,695 Task 5 - (Project Management) $230,709 Task 6 - (Wastewater Characterization) $53,211 Sub-Total Basic Services: $4,007,044 Reimbursable Expenses: $14,867 Total Basic Services & Reimbursable Expenses: $4,021,911 Additional Services (Not to Exceed): $402,191 Maximum Total Compensation: $4,424,101 DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 27 of 37 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1,000.00 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. CONSULTANT, at CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: Should an Environmental Impact Report (EIR) be required under CEQA, the additional services fund may be considered for use on this task, depending upon the estimated cost to perform this service. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 28 of 37 EXHIBIT C-1 SCHEDULE OF RATES (AMENDED AND REPLACES PREVIOUS) I. CONSULTANT’s hourly rates for the period prior to the Effective Date of Amendment No. 1 shall be as set forth in Exhibit C-1 attached to the original Contract. The following rates shall apply from the Effective Date of Amendment No. 1. As of the effective date of Amendment No. 1, the following hourly rates shall continue to apply to the Tasks in the Scope of Services in Exhibit “A”: CONSULTANT Brown and Caldwell Level Engineering Technical/Scientific Administrative 2020 Hourly Rate 2021 Hourly Rate 2022 Hourly Rate 2023 Hourly Rate 2024 Hourly Rate A Office/Support Services I $77 $80 $82 $85 $87 Word Processor I B Drafter Trainee Field Service Technician I Office/Support Services II $81 $83 $86 $88 $91 Word Processor II C Assistant Drafter Field Service Technician II Office/Support Services III $94 $97 $100 $103 $106 Drafter Accountant I Engineering Aide Word Processor III D Inspection Aide Field Service Technician III Office/Support Services IV $98 $101 $104 $107 $110 Engineer I Senior Drafter Geologist/Hydrogeologist I Senior Illustrator Scientist I Accountant II E Inspector I Senior Field Service Technician Word Processor IV $105 $108 $111 $115 $118 Engineer II Accountant III Inspector II Area Business Operations Mgr. Lead Drafter Geologist/Hydrogeologist II Technical Writer F Lead Illustrator Scientist II Word Processing Supervisor $128 $132 $136 $140 $144 Engineer III Inspector III Senior Designer Supervising Drafter Geologist/Hydrogeologist III Accountant IV G Supervising Illustrator Scientist III Administrative Manager $150 $154 $159 $163 $168 Senior Engineer Principal Designer Senior Construction Engineer Senior Geologist/Hydrogeologist H Senior Engineer Senior Scientist Senior Technical Writer $172 $177 $182 $188 $193 Principal Engineer Principal Construction Engineer I Supervising Designer $212 $219 $225 $232 $239 Supervising Scientist DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 29 of 37 Supervising Engineer Supervising J Supervising Const. Engineer Geologist/Hydrogeologist Assistant Controller $244 $251 $259 $267 $275 Managing Scientist K Managing Engineer Managing Geologist/Hydrogeologist Area Business Ops Mgr. IV $288 $296 $305 $314 $324 Chief Engineer Chief Scientist L Executive Engineer Chief Geologist/Hydrogeologist Corp Marketing Comm. Mgr. $309 $318 $328 $337 $347 M Vice President $309 $318 $328 $337 $347 DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 30 of 37 II. AMENDMENT NO. 1 – ADDED SERVICES Notwithstanding Section I above, for the new Tasks added through Amendment No. 1 (which Tasks are identified below in subsection (a) of this Section, the rates in subsection (b) shall apply as of the Effective Date of Amendment No. 1. These hourly rates shall be held constant through the term of the Agreement, without rate escalation, per the price reduction offered by CONSULTANT in recognition of the City’s FY 2021 budget deficit. (a) Added Services CONSULTANT’s scope of work shall include, but not be limited to, the tasks described below. • Add new return activated sludge (RAS) pumping station with RAS chlorination capability • Add new electrical load center and canopy structure to serve secondary treatment process and upgrade standby power system • Add new membrane aerated biofilm reactor (MABR) treatment process coupled with conversion of the existing activated sludge (AS) system to a step-feed biological nutrient removal process • Support City through preselection of certain equipment to be included in the Project • Upgrade Intermediate Lift Station (ILS) • Repurpose existing equipment room • Add measures to adapt to Sea Level Rise Task 2A – Detailed Design Elements of Contract Amendment No.1 CONSULTANT shall develop Design Documents (including Plans, Specifications, Schedule, and Costs) for the following design elements. All design shall go through the proper quality assurance and quality control reviews prior to issuing to the City for review. 2A.1 RAS Pumping Station Design The new RAS pumping station is required to achieve the process performance objectives and improve constructability of the Project. The new RAS pumping station will be integrated with improvements to the existing RAS pumping station serving Secondary Clarifiers 5&6 and other elements of the Project. In addition, RAS pumps and some RAS piping serving Secondary Clarifiers 5&6 will be replaced in the existing structure to DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 31 of 37 increase capacity as required for the upgraded treatment process. The new RAS pumping station will be protected against sea level rise and therefore, it will be designed as a structure with a raised pad, pre-fabricated canopy with screened sides, and/or other means to prevent flooding of vulnerable mechanical, electrical, and control systems. The design will include access stairs and handrail as needed. The new RAS pumping station will include capability to chlorinate RAS to control sludge bulking. A new metering pump and piping will be installed at the existing sodium hypochlorite facility serving the Dual Media Filter (DMF) Facility. The new pump will be fed from existing storage tanks installed inside an existing spill containment basin. 2A.2 Electrical Load Center & Upgrade Standby Power System CONSULTANT will design a new unit substation (aka load center) consisting of primary switch, a close-coupled 12 kV/480 V transformer, primary switch gear, and new Motor Control Centers (MCCs) that will be located outdoors on a raised pad. The new Electrical Load Center will be protected against sea level rise and therefore, it will be designed as a structure with a raised pad, pre-fabricated canopy with screened sides, and/or other means to prevent flooding of vulnerable electrical and control systems. The design will include access stairs and handrail as needed. CONSULTANT to design a new standby generator serving Load Centers 3 and 4 to replace the existing that is near the end of its useful service life and does not have capacity for aeration blower and pump loads to be added under the Project. CONSULTANT design to include an automatic transfer switch. The new standby generator will be in the same approximate location as the existing generator and will be designed with protection against sea rise. The capacity of the generator is expected to be approximately 2.0 MW. The new standby generator system will consist of a single equipment skid with integrated mechanical, electrical, and fuel systems. 2A.3 MABR Process Addition CONSULTANT will design an MABR treatment process as an integrated component of the Project based on the findings of the MABR Feasibility Assessment completed under the original contract. The MABR process will increase the capacity of the secondary treatment process to accommodate projected growth in the service area and to achieve the Project’s nitrogen removal objectives without constructing a fifth aeration tank. The MABR system will be installed in the existing aeration tanks. It is expected that implementation of the MABR process will be phased. The first phase, which will be constructed as part of the Project, will have capacity to process flow and loading projected in 2044. In the second phase, which will be constructed under a separate future project, additional MABR equipment will be added to provide estimated DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 32 of 37 capacity through at least 2054. The design will include features to facilitate installation of future MABR equipment and bridge cranes serving the MABR equipment. The design also includes an additional internal mixed liquor recycle (IMLR) pump in each aeration tank in the interim period (2 IMLR pumps total per aeration tank). 2A.4 Equipment Pre-Selection Preselection of MABR equipment, aeration diffusers, and the Intermediate Lift Pumps with Formed Suction Inlets will be completed jointly by the City and CONSULTANT. Preselection will be applied only where a single equipment supplier exists or where the preselected equipment is expected to have lower lifecycle costs compared to the alternatives. The CONSULTANT will investigate these equipment alternatives and provide the City with recommendations. 2A.5 Intermediate Lift Station (ILS) Design CONSULTANT’s review of the Plant’s hydraulics determined that a new lift station is required to convey the required range of flow rates. CONSULTANT will design a new lift pump station within the existing structure to meet all Plant flow requirements. Design is to include pump motor / VFD sizing. 2A.6 Repurpose Equipment Room Design Re-design the Equipment Room and demolish the existing RAS pumps and piping will be demolished to allow the room to be used to house new compressors associated with new large-bubble mixing systems to be installed in anoxic zones in the aeration tanks. This effort is expected to require construction sequencing entailing temporary installation and relocation of the new compressors. CONSULTANT shall include the development of a performance specification for a packaged fire sprinkler system for the new Electrical Building, to be purchased and installed by the City’s Construction Contractor for the Project. 2A.7 Sea Level Rise Adaptation Design To comply with the City’s approved the Sea Level Rise (SLR) Adaptation Policy, adopted on March 18, 2019, CONSULTANT will address interim SLR conditions before the long- term adaptation measures are implemented. New facilities included in the Project (RAS Pump Station, Electrical Load Center and Standby Power Generator) will be designed based on a flood level elevation of 13.5 ft above the North American Vertical Datum of 1988 (NAVD88). This interim design flood level is three feet higher than the previous design flood level prescribed by FEMA. Flood protection design measures include raising new facilities to at least elevation 114.0 ft NAVD88 and installation of flood doors at existing equipment rooms. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 33 of 37 The site is in FEMA Base Flood Zone Elevation (10.5 feet NAVD 1988). CONSULTANT shall establish the floor elevation at 14.0-ft above sea level. CONSULTANT shall incorporate in the design any additional pertinent requirements from the City of Palo Alto Sea Level Rise Policy. Incorporating the City Sea Level Rise Policy will require the finished floor elevation of any new structures to be approximately 14.0 feet NAVD88. (b) Rates for Added Services Level Engineering Technical/Scientific Administrative Hourly Rates for Revision 2 A Office/Support Services I $77 Word Processor I B Drafter Trainee Field Service Technician I Office/Support Services II $81 Word Processor II C Assistant Drafter Field Service Technician II Office/Support Services III $94 Drafter Accountant I Engineering Aide Word Processor III D Inspection Aide Field Service Technician III Office/Support Services IV $98 Engineer I Senior Drafter Geologist/Hydrogeologist I Senior Illustrator Scientist I Accountant II E Inspector I Senior Field Service Technician Word Processor IV $105 Engineer II Accountant III Inspector II Area Business Operations Mgr. Lead Drafter Geologist/Hydrogeologist II Technical Writer F Lead Illustrator Scientist II Word Processing Supervisor $128 Engineer III Inspector III Senior Designer Supervising Drafter Geologist/Hydrogeologist III Accountant IV G Supervising Illustrator Scientist III Administrative Manager $150 Senior Engineer Principal Designer Senior Construction Engineer Senior Geologist/Hydrogeologist H Senior Engineer Senior Scientist Senior Technical Writer $172 Principal Engineer Principal Construction Engineer I Supervising Designer $212 J Supervising Engineer Supervising Const. Engineer Supervising Scientist Supervising Geologist/ Hydrogeologist Assistant Controller $244 K Managing Engineer Managing Scientist Managing Geologist/Hydrogeologist Area Business Ops Mgr. IV $288 L Chief Engineer Executive Engineer Chief Scientist Chief Geologist/Hydrogeologist Corp Marketing Comm. Mgr. $309 M Vice President $309 DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 34 of 37 III. Subconsultant CE&G Subconsultant’s hourly rates for the period prior to the Effective Date of Amendment No. 1 are set forth in Exhibit C-1 attached to the original Contract. The following rates shall apply from the Effective Date of Amendment No. 1. Schedule of Charges 2020-2024 1. Professional Services - These are “all-up” rates, and include direct salary cost, overhead, general and administrative costs not separately accounted for, and profit. They shall remain in effect through December 31, 2024. Ongoing work Personnel 2020 2021 2022 2023 2024 Rates/Units Senior Principal Engineer/Geologist $ 280 $ 290 $ 300 $ 310 $ 320 per hour Principal Engineer/Geologist $ 240 $ 245 $ 250 $ 260 $ 270 per hour Associate Engineer/Geologist $ 215 $ 220 $ 225 $ 230 $ 235 per hour Senior Engineer/Geologist $ 200 $ 205 $ 210 $ 215 $ 220 per hour Project Engineer/Geologist $ 160 $ 165 $ 170 $ 175 $ 180 per hour Staff Engineer/Geologist $ 145 $ 150 $ 155 $ 160 $ 165 per hour Technician (Straight rate prevailing wage) $ 130 $ 135 $ 140 $ 145 $ 150 per hour Senior GIS/CADD Specialist $ 140 $ 145 $ 150 $ 155 $ 160 per hour GIS/CADD Specialist $ 125 $ 130 $ 135 $ 140 $ 145 per hour UAS Manager $ 155 $ 160 $ 165 $ 170 $ 175 per hour Project Assistant $ 95 $ 100 $ 105 $ 110 $ 115 per hour Administration/Clerical $ 85 $ 90 $ 95 $ 100 $ 105 per hour Special Inspector (Straight rate prevailing wage; $ 135 $ 140 $ 145 $ 150 $ 155 per hour Deposition/Court Testimony (minimum 4 hours) $ 400 $ 410 $ 420 $ 435 $ 450 per hour Field and Laboratory Tests 2020 2021 2022 2023 2024 Rates/Units Concrete Compressive Strength Testing $ 39 $ 41 $ 42 $ 43 $ 44 per cylinder Moisture Content (ASTM D 2216) $ 23 $ 24 $ 24 $ 25 $ 26 per test Moisture & Density (ASTM D 4318) $ 31 $ 32 $ 32 $ 33 $ 34 per test Atterberg Limits (ASTM D 4318) $ 202 $ 208 $ 214 $ 221 $ 228 per test Compaction Curve, 4" mold (ASTM D 1557) $ 257 $ 264 $ 272 $ 281 $ 289 per test Compaction Curve, 6" mold (ASTM D 1557) $ 317 $ 326 $ 336 $ 346 $ 357 per test Wash over #200 Sieve (ASTM D 1140) $ 71 $ 73 $ 75 $ 78 $ 80 per test Sieve Analysis with #200 Wash (ASTM D 422) $ 148 $ 152 $ 157 $ 161 $ 166 per test Sieve & Hydrometer (ASTM D 422) $ 229 $ 236 $ 243 $ 251 $ 258 per test Reimbursables 2020 2021 2022 2023 2024 Rates/Units Mileage (per allowable federal) $0.58 $ 0.58 $ 0.58 $ 0.58 $ 0.58 per mile Nuclear Gage $ 57 $ 59 $ 60 $ 62 $ 64 per day Inclinometer $ 196 $ 201 $ 208 $ 214 $ 220 per day Vane Shear Device $ 113 $ 116 $ 119 $ 123 $ 127 per day UAS Equipment $ 361 $ 371 $ 382 $ 394 $ 406 per day GNSS Mapping Equipment $ 206 $ 212 $ 219 $ 225 $ 232 per day DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 35 of 37 continuing beyond December 31, 2024 will be invoiced at the applicable new year’s rate. 2. Travel Time - Travel time will be charged at regular hourly rates, not to exceed eight (8) hours per day. 3. Expenses - All direct costs will be billed at actual cost unless there is explicit agreement otherwise. Direct costs include: • Third party services – Fees for subcontracted third party services (including drilling and backhoe services, special consultant fees, permits, special equipment rental, overnight mail or messenger services and other similar project related costs) • Travel expenses, including airfares, hotel, meals, ground transportation, and miscellaneous expenses. • Reproduction costs, including photocopy, blueprints, graphics, photo prints or printing. • Subconsultants - To the extent that it becomes necessary to use subconsultants, Client will be invoiced at • Accounting - The cost of normal accounting services for invoicing has been considered in the overhead expense which is included in the above hourly rates. Additional requirements for invoice verification, such as copies of time sheets, detailed expense records, and supplemental daily work justification will be billed on an hourly basis. DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 36 of 37 IV. Subconsultant Leland Saylor Associates Subconsultant’s hourly rates for the period prior to the Effective Date of Amendment No. 1 are set forth in Exhibit C-1 attached to the original Contract. The following rates shall apply from the Effective Date of Amendment No. 1. HOURLY BILLING RATES 2020 to 2024 2020 2021 2022 2023 2024 Principal/Director of QA/QC Estimator $ 189.52 $ 195.21 $ 201.06 $ 207.09 $ 213.31 Senior Mechanical Estimator $ 179.22 $ 184.60 $ 190.13 $ 195.84 $ 201.71 Senior Electrical Estimator $ 179.22 $ 184.60 $ 190.13 $ 195.84 $ 201.71 Senior Arch/Struct/Civil Estimator $ 179.22 $ 184.60 $ 190.13 $ 195.84 $ 201.71 Estimator $ 149.00 $ 153.47 $ 158.07 $ 162.82 $ 167.70 Senior Scheduler $ 180.00 $ 185.40 $ 190.96 $ 196.69 $ 202.59 Technical Services $ 111.00 $ 114.33 $ 117.76 $ 121.29 $ 124.93 DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Vers.: Aug. 5, 2019 Page 37 of 37 V. Subconsultant Scheidegger & Associates (CEQA) Subconsultant’s hourly rates for the period prior to the Effective Date of Amendment No. 1 are set forth in Exhibit C-1 attached to the original Contract. The following rates shall apply from the Effective Date of Amendment No. 1. Hourly Billing Rates for 2020 Team Member Hourly Rate $/hour Scheidegger & Associates P. Scheidegger 170 Illustrator 75 Word Processing 60 William Popenuck 115 Environmental Collaborative J. Martin 165 Archeo-Tec A. Pastron 175 M. Staley 110 Research Assistant 80 DocuSign Envelope ID: 4E57057C-E03B-4C73-B8A8-593B5AD61452 Certificate Of Completion Envelope Id: 4E57057CE03B4C73B8A8593B5AD61452 Status: Completed Subject: Please DocuSign: Amendment No. 1 to Contract C19171565 FINAL 9.16.20.pdf Source Envelope: Document Pages: 37 Signatures: 2 Envelope Originator: Certificate Pages: 2 Initials: 0 Saira Cardoza AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 250 Hamilton Ave Palo Alto , CA 94301 saira.cardoza@cityofpaloalto.org IP Address: 199.33.32.254 Record Tracking Status: Original 9/17/2020 2:36:51 PM Holder: Saira Cardoza saira.cardoza@cityofpaloalto.org Location: DocuSign Security Appliance Status: Connected Pool: StateLocal Storage Appliance Status: Connected Pool: City of Palo Alto Location: DocuSign Signer Events Signature Timestamp Jeff Kivett JKivett@BrwnCald.com Vice President Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 137.83.246.171 Sent: 9/17/2020 2:47:01 PM Viewed: 9/17/2020 4:16:55 PM Signed: 9/17/2020 5:23:42 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Grace Chow GChow@BrwnCald.com Vice President Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 137.83.223.154 Sent: 9/17/2020 5:23:46 PM Viewed: 9/18/2020 8:31:11 AM Signed: 9/18/2020 8:33:38 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Jamie Perez Jamie.Perez@cityofpaloalto.org Management Analyst COPA Security Level: Email, Account Authentication (None) Sent: 9/17/2020 2:47:01 PM Viewed: 9/17/2020 3:03:31 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy Events Status Timestamp Sangita Dutt Sangita.Dutt@CityofPaloAlto.org Administrative Associate II City of Palo Alto Security Level: Email, Account Authentication (None) Sent: 9/17/2020 2:47:01 PM Viewed: 9/17/2020 2:48:59 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Tom Kapushinski Tom.Kapushinski@CityofPaloAlto.org Project Engineer City of Palo Alto Security Level: Email, Account Authentication (None) Sent: 9/17/2020 2:47:01 PM Viewed: 9/17/2020 3:06:54 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 9/17/2020 5:23:46 PM Certified Delivered Security Checked 9/18/2020 8:31:11 AM Signing Complete Security Checked 9/18/2020 8:33:38 AM Completed Security Checked 9/18/2020 8:33:38 AM Payment Events Status Timestamps LOS ALTOS MOUNTAIN VIEW EAST PALO ALTO  SANITARY DISTRICT STANFORD LOS ALTOS HILLS PALO ALTO 3.80 15.10 3.06 2.11 0.63 15.30  LOS ALTOS MOUNTAIN VIEW EAST PALO ALTO  SANITARY DISTRICT STANFORD LOS ALTOS HILLS PALO ALTO 9.47% 37.89%7.64%5.26% 1.58%38.16% FISCAL YEAR LOS ALTOS MOUNTAIN VIEW EAST PALO ALTO  SANITARY DISTRICT STANFORD LOS ALTOS HILLS PALO ALTO FY2020 10.84% 41.63%6.34%4.61% 2.01%34.57% FY2019 9.90% 39.46%6.78%6.18% 1.76%35.92% FY2018 10.40% 38.11%7.16%7.03% 1.93%35.37% FY2017 9.83% 38.71%6.95%6.75% 1.56%36.20% FY2016 10.03% 38.45%6.68%7.00% 1.51%36.33% FY2015 10.30% 39.24%6.22%6.85% 1.41%35.98% FY2014 10.38% 38.75%6.24%6.31% 1.41%36.91% FY2013 9.86% 38.14%6.41%6.14% 1.28%38.18% FY2012 9.41% 36.79%6.42%6.13% 1.17%40.08% FY2011 10.35% 35.71%6.80%6.80% 1.14%39.21% FY2010 10.86% 36.76%6.47%6.27% 1.16%38.48% FY2009 11.72% 37.21%7.15%5.99% 1.15%36.78% FY2008 11.55% 37.84%7.18%5.98% 1.20%36.25% FY2007 10.78% 38.99%7.38%5.81% 1.05%35.99% FY2006 10.62% 38.96%7.83%5.75% 0.98%35.86% FY2005 11.90% 37.17%7.72%5.52% 1.06%36.63% FY2004 12.96% 37.43%7.55%5.35% 0.94%35.77% FY2003 13.32% 37.01%7.17%5.57% 0.93%36.00% FY2002 12.79% 36.63%7.47%5.20% 0.91%37.00% FY2001 11.98% 39.77%6.89%5.20% 0.83%35.33% FY2000 11.92% 39.09%6.86%5.34% 0.80%35.99% FY1999 11.99% 39.67%6.80%4.85% 0.77%35.92% FY1998 11.87% 39.40%7.17%3.92% 0.73%36.91% FY1997 11.95% 40.87%6.97%4.02% 0.74%35.45% FY1996 11.54% 40.93%7.12%4.01% 0.76%35.64% FY1995 11.45% 40.68%6.91%4.79% 0.79%35.38% FIXED CAPACITY SHARE OF CAPITAL ASSETS FOR DEBT SERVICE SHARE ATTACHMENT B - PARTNER CAPACITY, SHARE, AND RATE COMPARISONS MILLION GALLONS PER DAY MAXIMUM FLOW CAPACITY RIGHTS EXPRESSED IN ANNUAL AVERAGE FLOW PARTNERS' CONTRIBUTING SHARE OF WASTEWATER TREATMENT FUND OPERATING BUDGET ATTACHMENT B - PARTNER CAPACITY, SHARE, AND RATE COMPARISONS AGENCY LOS ALTOS1 MOUNTAIN VIEW EAST PALO ALTO  SANITARY DISTRICT STANFORD LOS ALTOS HILLS PALO ALTO 41.15$         42.90$ 50.00$ N/A 129.17$ 41.37$  SAN JOSE SANTA CLARA MILPITAS SUNNYVALE CUPERTINO  SANITARY DISTRICT 41.64$ 44.53$ 55.54$         53.38$ 53.24$  LOS ALTOS1 MOUNTAIN VIEW EAST PALO ALTO  SANITARY DISTRICT STANFORD LOS ALTOS HILLS2 PALO ALTO 2.28$           5.63$ 4.9022$ N/A $10.59 7.97$  SAN JOSE SANTA CLARA MILPITAS SUNNYVALE 3 CUPERTINO  SANITARY  DISTRICT4 4.27$ 5.29$ 5.67$           5.67$ 4.36$  Notes: 1 $283.99/year base charge in addition to water usage charge 2 $1550 annual rate per 300 gallons/day 3 standard strength commercial 4 $7.69 monthly fee in addition to water use fee 5 minimum monthly charge not included; rates do not cover all types of commercial acitivity for clarity COMMERCIAL SEWER UTILITY RATES: FISCAL YEAR 20215 $ / HUNDRED CUBIC FOOT (HCF) WATER USE (NOTE: 1 HCF = 748 GALLONS) U.O.N. Note 1: Los Altos fee is approximated as follows: [$283.99/year base charge + $2.28/unit * average of 92 units/year for single  family residential] / 12 months = appx. $41.15/month MONTHLY RESIDENTIAL SEWER UTILITY BILL: FISCAL YEAR 2021