Loading...
HomeMy WebLinkAbout2004-03-15 City Council (6)TO: FROM: City of Palo Alto City Manager’s Report 4IHONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: UTILITIES DATE: SUBJECT: MARCH 15, 2004 CMR:164:04 APPROVAL OF AMENDMENT NUMBER 1 (REVISED) TO THE CONTRACT WITH CAROLLO ENGINEERS PHASE I WATER DISTRIBUTION SYSTEM IMPROVEMENTS (CMR:248:02) TO INCLUDE ALL ENVIRONMENTAL REVIEW SERVICES FOR THE 8-HOUR EMERGENCY WATER SUPPLY PROJECT; ADD BORONDA AND PARK BOOSTER STATION IMPROVEMENTS; ADD FIELD SERVICES; AND DELETE THE FINAL DESIGN AND CONSTRUCTION SERVICES FOR A NEW RESERVOIR, PUMP STATION AND WELL RECOMMENDATION Staff recommends Council: Approve and authorize the Mayor to execute the attached contract Amendment Number 1 (Revised) with Carollo Engineers to: (1) delete the final design and construction services for a proposed new reservoir, pump station and well; (2) add services to conduct environmental review of all components of the 8-hour emergency water supply project described in the 1999 Water Wells, Regional Storage, and Distribution System Study, which includes a proposed reservoir, pump station, two new wells and five rehabilitated existing wells (Phase II) and the Mayfield Pump station improvements (Phase III); (3) add upgrades to the mechanical, electrical and instrumentation equipment at Boronda and Park booster stations; (4) add certain field services; and (5) reduce the Phase I contract amount to $1,871,741. Approve the revision to the capital improvement program (CIP) project description and project justification in the fiscal year 2002-03 budget to add the recommended Boronda and Park booster station upgrades. CMR:164:04 Page 1 of 6 BACKGROUND The 1999 Water Wells, Regional Storage, and Distribution System Study (1999 Study) recommended improvements to the water system to a) meet state recommendations for an 8-hour stand-alone emergency water supply, b) meet normal operation and fire- suppression demands; and c) support the conversion from chlorine disinfection to chloramine disinfection by the San Francisco Public Utilities Commission (SFPUC). The 1999 Study project recommendations were planned by staff to be designed and constructed in three separate phases based on priority and funding. Phase I included the environmental review, design and construction management services for a new well, pump station, and reservoir, and improvements to the existing foothill water booster stations and reservoirs. The improvements to the existing foothill water booster stations and reservoirs are being designed and constructed to meet normal operation and fire- suppression demands and to support the recent conversion by SFPUC from chlorine to chloramine disinfection. Phase II included the environmental review, design and construction management services for two additional new wells and the rehabilitation of five existing City wells. Phase III included the environmental review, design and construction management services for the .Mayfield Pump Station improvements. Council originally approved the Carollo Phase I professional engineering services contract in amount of $2,324,637 on May 20, 2002 in CMR:248:02. A prior version of this Amendment Number 1 was approved by Council on August 4, 2003 (CMR: 119:03). Subsequent to its approval by Council, an error was discovered in the Amendment and it was never executed. Specifically, Section 2 of the Amendment indicated that the amended scope of work would include the work described in "Exhibits "A" through "J", and Exhibits "Q" and "R". However, consistent with the intent of city staff and the consultant, Exhibit "L" (Project Budget Allocation) included funds only for the services described in Exhibit "A" (Duties of Consultant- Phase I Distribution System Improvements Project and Project EIR) and in Exhibit "D" .(Construction Support Services - Duties of Consultant - Phase I Distribution system Improvements Project). The other exhibits, ("B", "C", "E" through "J", "Q" and "R") described preliminary design services for alternative reservoir locations. Staff and the consultant did not intend that any preliminary design-work be performed until the environmental review for the project was complete and anticipated amending the contract to add funds for that work following the environmental review. Accordingly, Amendment Number 1 (Revised) provides for no preliminary design work and deletes the final design and construction management services for the Phase I reservoir, pump station and well, and adds services to conduct environmental review of all components of the 8-hour emergency water supply project. CMR: 164:04 Page 2 of 6 DISCUSSION Comprehensive EIR Subsequent to completing the original Phase I contract, concerns were raised about the environmental review as outlined in the original contract. After reviewing the issue, staff concluded that all of the 1999 Study system improvements for the 8-hour emergency water supply project should be evaluated as a single project under the California Environmental Quality Act (CEQA), and that the consultant’s contract should be amended to provide for these services. In the 1999 Study, a range of public and private sites for a new reservoir was analyzed. Under this contract anaendment, the consultant will review that information and determine, based upon criteria agreed upon with the city, which sites warrant further feasibility review, and from those select up to three sites to analyze in depth in an Environmental Impact Report (EIR). Reservoir, Pump Station and Well Scope Deleted The original Phase I contract with Carollo Engineers included desig~ and construction management of a new reservoir, pump station and well for north Palo Alto. The proposed Amendment No. 1 (Revised) deletes these services from Carollo’s scope of work and contract budget. It is anticipated that the contract will be further amended to provide for these services when the Council has certified the EIR and approved the improvements for the 8-hour emergency water supply project. The only desi~a-related work that is retained is pre-desig-n work and engineering analysis necessary to complete the EIR, including the evaluation of alternatives, in order to have reasonable project descriptions and cost estimates.This work is described in Exhibit "A" to the agreement. Boronda and Park Booster Stations The 1999 Water Wells, Regional Storage, and Distribution System Study (1999 Study) recommended capital improvements to increase water supply for nornaal operations and fire suppression, including improvements to the Quarry, Corte Madera and Dahl booster stations. Improvements to these booster stations are included in the Phase I contract. Although the 1999 Study determined that the Boronda and Park booster stations have adequate existing pumping capacity, the pumping, mechanical and electrical equipment in these stations continues to age and will eventually need to be replaced. This work was not included in the original request for proposals (RFP) or in the project description for the fiscal year 2002-03 CIP. Although another RFP could be issued to select a consultant to provide these services, staff believes that this process would not produce any advantage to the City with respect to these projects. Staff believes including CMR: 164:04 Page 3 of 6 consultant services for the replacement of equipment at the Boronda and Park booster stations in the Phase I contract has following advantages: Reduced contract management and administration costs: Having two separate design and construction contracts - one for Quarry, Corte Madera and Dahl, the other for Boronda and Park - would cost significantly more than incrementally expanding the existing design contract and upcoming construction project. Cost savings - having the same consultant prepare the designs, specifications and details for all five booster station projects will save the City money. Impact to Operations: Constructing improvements to all of the booster stations in a single contract would minimize exposure to possible operational impacts related to having two separate construction projects. Economy of scale: A single general contractor will be able to negotiate better prices from the equipment suppliers for one large project rather than two smaller projects. Reduced operations and maintenance costs: Up~ading all of the stations at the same time with like equipment will benefit the City from the standpoint of lower operational complexity, and of simplified (and possibly reduced) spare parts inventory. With a single contract all of the materials supplied would be from the same manufacturer. A revised CIP Project Description for Project No. WS-01010, Reservoir Booster Station Improvements, (Attachment B) indicates the additional improvements needed at the Boronda and Park booster stations. Field Services The original contract contemplated having City staff assist the consultant with performing certain field inspections during construction. However, after reviewing existing staffing commitmentsl it was determined that there is insufficient City staff to perform these duties. Therefore, the proposed amendment shifts these responsibilities to Carollo, the consultant, rather than the City. These services are required for the projects related to the chloramine conversion. RESOURCE IMPACT Exhibit L contains the project cost infol~nation and has been updated to reflect the changes made in the scope of work. The original contract approved by Council had a cost of $2,324,637. The net effect of the changes to Exhibit L is to reduce the total Phase I contract amount by $452,896, to $1,871,741. Funds for this contract are included in the capital budget. The cost detail by project task is shown in the following table: CMR:164:04 Page 4 of 6 Project Task AI - Project Management a~d Administration A2 - Planning Considerations (stakeholder involvement and environmental constraints analysis) A3 - Pre-Design, Design and Cost A4- Environmental Impact Report (for 8-hour emergency water supply .project) B - El Camino Park Well (design) C - El Camino Park Reservoir and Pump Station (design) D - Construction Management TOTAL Original Amendment I Contract (Revised) $212,328I $239,982 $I 17,613 $205,089 Difference $27,654 $87,476 $509,276 $608,424 $99,148 0 $419,629 $419,629 $225,184 0 -$225,184 $661,455 0 -$661,455 $598,781 $398,617 -$200,164 $2,324,637!$I,871,7411 -$452,896 Staff anticipates that the contract may be amended to provide design and construction management services for components of the 8-hour emergency water supply project upon the Council’s certification of the EIR and approval of the project components. POLICY IMPLICATIONS This project supports the Utilities Strategic Plan Objectives i and 2, "Enhance customer satisfaction by delivering valued products and services," and "Invest in Utility infrastructure to deliver reliable service." TIMELINE A revised project schedule is included in Exhibit M of Attachment A. Design services for the basic improvement projects to support the chloramine conversion are expected to be complete by the end of June 2004. A contractor is expected to be selected by late 2004 and construction complete in late 2005. Staff anticipates that the EIR for the 8-hour emergency water supply project will be brought to Council in March 2005 for certification. If the project is approved, final design of the project components will begin in mid-2005. ENVIRONMENTAL REVIEW This amendment provides consultant services to prepare appropriate environmental documentation for the 8-hour emergency water supply project as well as the other capital improvements described in the 1999 Study and the agreement for normal operations and fire suppression and conversion to chloramine disinfection. The environmental review for the 8-hour emergency water supply project will identify and evaluate potential project impacts to parklands, and to land use impacts such as visual and noise effects, maintenance and neighborhood compatibility effects; and will include a discussion of land use and Comprehensive Plan policies and a consistency analysis. CMR: 164:04 Page 5 of 6 A notice of exemption for the basic improvement projects to support the chloramine conversion was filed with the county recorder in December 2003. This determination was made by the City’s Planning Department. ATTACHMENTS A: Amendment 1 to Contract C2138257 and Revised Contract Exhibits A, D, L and M &N B: Revised CIP Project Description and Project Justification for Project No. WS-01010, Reservoir Booster Station Improvements PREPARED BY:Jim Flanigan, Romel Antonio, Roger Cwiak~ DEPARTMENT HEAD: CITY MANAGER APPROVAL: j/OH~N/iULI~d~ t~ " ,<rof Utilities. Assistant City Manager CMR: 164:04 Page 6 of 6 CMR:164:04 Attachment A AMENDMENT NO. ONE TO AGREEMENT NO. C2138257 BETWEEN THE CITY OF PALO ALTO AND CAROLLO ENGINEERS,P.C. This Amendment No.One to Agreement No. C2138257 ("Agreement") is entered into , by and between the CITY OF PALO ALTO ("CITY"), and CAROLLO ENGINEERS, P.C., an Arizona Corporation, !ocated at 2700 Ygnacio Valley Road, Suite 300, Walnut Creek, CA 94598 ("CONSULTANT"). RECITALS: WHEREAS, the Agreement was entered into between the parties for the provision of design, project management and administration of Phase I: Water Distribution System Improvements Project; and WHEREAS, the parties wish to amend the Agreement to revise the scope of services to delete the fina! design and construction services for the E1 Camino Park Reservoir, pump station and wel!; to add design and construction management services for Boronda and Park Booster Stations; and to provide services to conduct environmenta! review of al! components of the 8-hour emergency water supply project. NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the parties agree: SECTION I. to read as follows: Subsection 2.1 of Section 2 is hereby amended "The scope of Services and Deliverables constituting the Project wil! be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below and set forth in Exhibit "A" and Exhibit SECTION 2. Subsection 5.1 of Section 5 "COMPENSATION" is hereby amended, to read as follows: entitled "In consideration of the full performance of the Basic Services as described in Exhibits "A" and Exhibit "D", including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed One Million Eight Hundred Seventy-One Thousand Seven Hundred Forty-one Dollars ($1,871,741.00). The amount of compensation wil! be calculated in accordance with the hourly rate schedule set 040310 sm 0100102 CMR:164:04 Attachment A forth in Exhibit "K", on a time and materials basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractua! relationships with CONSULTANT, wil! be approved, in advance, by CITY. CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. SECTION 3. as follows: Subsection 5.2.1 of is hereby amended to read "5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule of payment mutually agreed upon by the parties, in accordance with Exhibits "K" and "L", within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. Final payment will be made by CITY after CONSULTANT has submitted all Deliverables, including, without limitation, reports which have been approved by the project manager." SECTION 4. The fol!owing exhibits to the Agreement are deleted in their entirety: b Exhibit "B" entitled Prellm!nary and Final Deslgn of the E1 Camino Park Well; Exhibit {’C"’~]entl~_ed Preliminary and Final Deslgn of the E! Camino Park Reservoir; c Exhibit "E" entitled Preliminary and Final Deslgn of the Coyote Hill Reservoir and Pump Station; d Exhibit "F" entitled Preliminary and Final Design of the Old Quarry Reservoir And Pump Station; e Exhibit "G" entitled Preliminary and Fina! Design of the Esther Clark Park Reservoir and Pump Station; Exhibit "H" entitled Preliminary and Final Design of the Gunn High Schoo! Reservoir and Pump Station; g Exhibit "I" entitled Preliminary and Fina! Design of the Terman Park Reservoir and Pump Station; and 040310 sm 0100102 CMR:164:04 Attachment A ho Exhibit "J", entitled Preliminary and Fina! Design of the Juana Briones Park Reservoir and Pump Station SECTION 5. Exhibit "A", entitled Phase ! Distribution system Improvements Project, is deleted and superceded in its entirety and amended to read as shown in Revised Exhibit "A" entitled "Phase i Distribution System Improvements Project and Project E!R", attached hereto and incorporated in full by this reference. SECTION 6. Exhibit "D" entitled "Construction Support Services, Phase I Distribution System Improvements Project" is deleted in its entirety and amended to read as shown in Revised Exhibit "D" entitled "Construction Support Services, Phase Distribution System Improvements Project (Chloramine Conversion Project ", attached hereto and incorporated in full by this refer- ence. SECTION 7. E~hibit "L" entitled "Project Percent Complete Calculation" is deleted in its entirety and amended to read as shown in Revised Exhibit "L" entitled "Project Budget Al!ocation", attached hereto and incorporated in full by this reference. SECTION 8. Exhibit "H" entitled "Project Schedule" is deleted in its entirety and amended to read as shown in Revised Exhibit "H" entitled "Project Schedule", attached hereto and incorporated in full by this reference. SECTION 9. Exhibit "N" entitled "Scope of Services - Duties of the City of Pa!o Alto - Phase I Distribution System Improvements Project" is deleted in its entirety and amended to read as shown in Revised Exhibit "N" entitled "Duties of the City of Pa!o Alto Phase I ~istribution System Improvements Project", attached hereto and incorporated in full by this reference. // // // // // // // // 040310 sm 0100102 03109104 TT~~ 002/002 -~ WAL~21" CKEEK ~00~ SECTION .I0. Except as herein modified, a!l othar pzovislons ~2 5he Agreement, including 8ny exhlbi~s and Stlbse~/enn =~e~dm~nts ~her~t~, shal! r~maln in full force and effect. ~N WITNESS WHEBE0~, the parties have by th~i~ du~y authorized representatives ~xecut~d thi~ A~aand~nent on the data first abov~ written. ATTEST:CITY OF PALO ALTO City C!srk APPROVED AS TO ~ONM: Senior A~s~, city Attorney APP&0VED: Assis~an~ City Manager Director of A~inis~rativi’ Services Diretor of Ut~!ities Insurance Review Mayor Taxpayer ~den~ificat~n No, 86-0899222 At~achr~s: Rev~se~ E~hibit "A~ Phas~ Z .Distribution Syst.~m ~mpruvements £rojac~ and Project Revised Exhibit ~D"; Construction Support Sezvi=es, ~hase .~ Dist=~but~on System Improvements P~ojec~ (Chloram!n~ Conve~slcn Revised Exhibit Revised Exhibit Revised Exhibit £roject Budget Allocation £rojeet Schedule Duties o~ the Cit~ of £alo Alto £hase ~ CMR:164:04 Attachment A Revised Exhibit "M": Project Schedule Revised Exhibit "N": Duties of the City of Palo Alto Phase I Distribution System Improvements Project 040310 sm 0100102 CMR:164:04 Attachment A AMENDED AGREEMENT EXHIBIT SUMMARY BASIC SERVICES: Revised Exhibit "A" Phase I Distribution System improvements Project and Project EIR Exhibits "B" and "C" (Design Services)- deleted Revised Exhibit "D" Construction Support Services, Phase I Distribution System Improvements Project (Chloramine Conversion Project) OPTIONAL BASIC SERVICES- ~ ’ ’~ "E""J"~xhlblus through deleted SUPPORTING EXHIBITS: Exhibit "K" Consultant Staff Fee/Rate Schedule (not amended) Revised Exhibit "L" Project Budget Al!ocation Revised Exhibit "M" Project Schedule Revised Exhibit "N" Duties of the City of Palo Alto Exhibit "0" Certificate of Insurance (not amended) Exhibit "P" Certificate of Nondiscrimination (not amended) 040310 sm 0100102 CMR:164:04 Attachment A CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF ) ) ) On notary public in and , before me, the undersigned, a for said County, personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official sea!. Signature of Notary Public 040310 sm 0100102 7 CMR:164:04 Attachment A CERTIFICATE OF ACKNOWLEDGMENT (Civi! Code § 1189) STATE OF COUNTY OF ) ) ) On notary public in and for , before me, the undersigned, a said County, personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon. behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 040310 sm 0100102 8 REVISED EXHIBITA SCOPE OF SERVICES DUTIES OF CONSULTANT PHASE I DISTRIBUTION SYSTEM IMPROVEMENTS PROJECT and EMERGENCY WATER SUPPLY PROJECT EIR INTRODUCTION In December 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: ¯Analyze the water distribution system’s ability to supply the water demands of the City, including demand for normal operation plus fire suppression, according to the Comprehensive Plan dated 1998-2010. ¯Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down for eight hours. This is the water supply emergency defined by the California Department of Health Services (DHS) in a letter to the City dated April 2, 1997. ¯Assess how the SFPUC’s planned conversion to chloramine disinfection will impact water quality in the City’s water distribution system. The 1999 study recommended a suite of capital improvements to correct system deficiencies that were identified in the study. In this Exhibit A Scope of Services, these have been divided into two groups of improvements; the chloramine conversion-related improvements ("basic improvements"), and the emergency water supply improvements. The chlorine conversion- related grouping includes replacement of the booster pumps as the higher pumping capacity of the new pumps will be needed during high demand periods to optimize pumping to control water age. The scope of services in this Exhibit A is comprised of the Environmental Impact Report for improvements recommended in the 1999 Study related to emergency supply, and engineering design for the chloramine conversion-related improvements. Several work elements for the chloramine conversion project co.nsist largely of upgrades to existing pump stations and pressure regulating stations. The design of those elements will be completed in this Exhibit. The construction management services for the chl0ramine conversion-related improvements are in Exhibit D. The design and construction management of the emergency water supply project components (i.e. rehabilitating the existing wells, constructing the new wells, and constructing the new reservoir) are not included in this scope of work. The emergency water supply project components contained in this Phase I, as well as those in Phase I1 and Phase III require environmental review under the California Environmental Quality Act (CEQA). The project for the purposes of CEQA is the entire 8-hour emergency water supply capital improvements program. Environmental review under CEQA for all three phases of the project is to be conducted under this Phase I contract. Specifically, the proposed facilities to be included in the Environmental Constraints Analysis are as follows: A new reservoir and pump station, including analysis of the following alternative sites and reliability alternatives: ¯El Camino Park ¯Roth Site ¯Old Quarry ¯Coyote Hill CMR16404_ExA Phl Carol!o Amend 1 .doc 1 March 8, 2004 ¯Esther Clark Park ¯Terman Park ¯Juana Briones Park ¯Gunn High School ¯Additional Site on Stanford University ¯Analysis of reliability alternatives (additional interties, desalination plant) New well sites at three of the eight potential new sites identified in the 1999 Study. Rehabilitation of up to five existing wells. Upgrade/expansion to the existing Mayfield pump station. The other basic improvements (listed in Task A3 below) in this Phase I contract are not part of the 8- hour emergency water supply project. These projects consist largely of upgrades to existing foothill pumping facilities to improve water quality following the SFPUC conversion from chlorine to chloramine disinfectant in the Hetch Hetchy water supply. As such, they will undergo separate environmental analysis that is also included in this Phase I contract (Exhibit A). In the 1999 Study, the CONSULTANT reviewed a number of alternative sites for both reservoir and well locations. To supplement this work, Consultant shall prepare an environmental constraints analysis (Task A2.5) for the 8-hour emergency water supply project. The environmental constraints analysis will be included as part of the public review for this project. This approach would provide several advantages for project completion: 1) 2) 3) 4) it will provide for an integrated review (engineering and environmental factors) of proposed project sites within the context of additional work conducted since the 1999 Study; it will identify preferred sites for reservoir and well implementation based upon these factors; it provides an opportunity to include additional sites not previously considered, and it will develop a preferred project and alternatives for both public and CITY Council review outside of and prior to the CEQA (EIR) process. During the public involvement process (Task A2.3) CONSULTANT shall lead public meetings to further prioritize the identified well and reservoir sites. The goal of these meetings will be to rank the new well and reservoir sites in terms of which present the lowest aggregate level of public and environmental impact. A presentation will be made to City Council on the public involvement process, the ranking of the new well sites, and selection of up to three new reservoir sites for consideration in the EIR (Task A4). During the EIR process, all new well sites and up to three reservoir sites will be analyzed at an equal level of detail, thereby allowing the CITY to implement at any of the identified sites. It is anticipated, however, that preferred sites will be identified as part of the stakeholder involvement workshop, and that project approval will include identification of those sites for implementation. In the event that implementation cannot occur at an individual site due to geologic constraints (i.e., the water quality is not favorable or the quantity of water at the site is insufficient to proceed with developing a well), this approach will provide the CITY with the flexibility to return to the CITY Council with alternative sites that can proceed under the analysis presented in the EIR. The EIR will examine the improvement recommendations of the 1999 Study relating to emergency supply reliability, delivered water quality, and groundwater effects, alternatives, and the potential environmental impacts surrounding construction, and emergency operation, and maintenance issues relating to the individual facilities. This approach provides the most flexibility with respect to well and reservoir implementation, and will provide the CEQA foundation for construction at individual well and reservoir sites. CONSULTANT’s environmental subconsultant will examine the construction-related and operational impacts of individual well and reservoir sites using a performance standard approach that will define the types of impacts anticipated, identify appropriate mitigation measures, and establish a performance standard envelope. This can then be applied to individual sites as they are ¯ identified by the CITY for implementation. If individual sites are within the "performance envelope" CMR16404_ExA Phl Carollo Amend 1.doc 2 March 8, 2004 established by the EIR, the City could then proceed using the EIR analysis and recommended mitigation measures. This approach will allow identification and disclosure of impacts, identification of mitigation measures, and will provide the framework for implementation at individual well sites. The key to the approach will be development of a detailed Mitigation Monitoring and Reporting Program that identifies specific measures that that can be applied to the project sites to reduce or minimize impacts to acceptable levels. This Exhibit A consists of the following tasks: Task A1 - Project Management This task covers general project and quality management duties for the work covered in this Exhibit A including: a.Preliminary and final design services for the basic improvement projects to support the chloramine conversion process.. b.The public/stakeholder involvement program. c.The El Camino Park and Roth site test hole programs. d.Preparation of the EIR for the 8-hour emergency supply project. The meetings for the construction management services are covered in Exhibit D for the basic improvements to support the SFPUC chloramine conversion project. Task A2 - Planning Considerations This task includes tracking the project budget and progress, developing and assisting the CITY with its public review for selecting a new reservoir site, and a limited amount of as- needed services to further assist the CITY in selecting a new reservoir site. One of the key elements of this task is to select a preferred new reservoir location. Task A3 - Pre-Design, Design, And Cost Criteria of Improvements for the Chloramine Conversion Project This task includes performing preliminary design, final design, and cost estimates for the following projects which support the SFPUC chloramine conversion: a.Pump replacement and necessary mechanical, structural, electrical and instrumentation upgrades at the Dahl, Park, Boronda, Corte Madera, and Quarry pump stations. b.A new pressure area 4 pressure regulating station near the intersection of Page Mill Road and Coyote Hill Road. c.Reservoir mixing systems at the Monte Bello, Dahl, Park, and Mayfield reservoirs. d.Ammonia feed systems at the Hale, Peers Park, and Rinconada well sites. e.A water quality monitoring program. f.Mobile dechlorination equipment. g.Pressure regulating station upgrades at the Quarry, Corte Madera, Boronda, Park, and Dahl booster stations. In addition to developing plans, specifications and cost estimates for the above-described improvements, CONSULTANT shall also assist the CITY during the bid procurement process by answering questions from the bidding contractors and preparing addenda to the bid documents. The above improvements are not part of the 8-hour emergency system and therefore are not included in the EIR. These projects are modifications to existing facilities to support the SFPUC chloramine disinfectant conversion and will receive separate environmental review as part of this Phase 1 contract. CMR16404_ExA Phl Carollo Amend 1 .doc 3 March 8, 2004 Task A4 - Environmental Impact Report for the 8-hour Emergency Water Supply Project This task includes the effort involved developing the Environmental Impact Report and associated public hearings for the new reservoir project, the new well projects, rehabilitating the existing wells, and the Mayfield reservoir pump station upgrade/expansion project. SCOPE OF SERVICES The following sections describe the detailed scope of services covered in this exhibit. Task A1 - PROJECT MANAGEMENT AND ADMINISTRATION Task A1.1 - Project Management. Under this task, CONSULTANT will prepare a Project Management Plan, manage CONSULTANT’s team, and monitor project schedule and budget as described herein. CONSULTANT shall: 1.Prepare a Project Management Plan with the following section~: a.An introduction covering the project objectives and the project goals. b.The scope of services and list of deliverables for all items included in this Exhibit A. c.Key personnel assignments/organization chart. d.Project schedule. e.Project budget. f.A description of the quality management procedures of the project. g.A description of the ,monthly project reporting. h.A description Of team communication procedures and contact information. 2.Maintain coordination of the project team consisting of the CONSULTANT and its SUBCONSULTANTS. This task includes internal team meetings, meetings with various subconsultants, and regular correspondence with team members. 3.CONSULTANT shall prepare monthly progress reports that include a summary of the work completed by task for the month, the work anticipated to be completed in the following month, and a status report on the project schedule and budget. The budget for this task assumes a total of 24 monthly project reports are generated. The progress reports will be drafted, discussed, finalized, and delivered to the CITY within three weeks after the subject month. This is to allow coordination with the CONSULTANT’s billing cycle. Deliverables: 1.Project Management Plan as described above. 2.Up to 24 monthly progress reports. CMR16404_ExA Phl Carollo Amend 1 .doc 4 March 8, 2004 Task AI.2 - Project Meetings. Under this task, CONSULTANT will conduct project meetings as described herein. Project meetings to be held during the construction phase of the basic improvements to support the chloramine conversion are covered in Exhibit D. CONSULTANT shall: 1.Conduct the following project meetings: a.Project kickoff meeting. b.21 additional as-needed meetings. Meetings needed for construction phase services for the Chloramine Conversion Project (Exhibit D) are included in that exhibit. 2.CONSULTANT shall prepare meeting summaries for the meetings conducted by the CONSULTANT and provide them to the CITY within five working days following the meeting. Deliverables: 1.Meeting agendas, and handout materials. 2.Meeting summaries of up to 22 meetings (the kickoff meeting &rid 21 additional meetings) conducted by CONSULTANT. Task A1.3 - Quality Management. CONSULTANT shall perform quality management reviews of deliverables as described herein to maintain a standard of care consistent with other practicing professional engineers performing the same or similar work at the time the notice to proceed is issued. CONSULTANT shall: 1.Dedicate senior staff with applicable experience to conduct quality management reviews of each deliverable to the CITY. CONSULTANT shall provide the services of a senior-level engineer for technical review of the project deliverables prior to submittal to the CITY. Deliverables: None. Task A2 - PLANNING CONSIDERATIONS Task A2.1 - Budget and Schedule Tracking. Under this task, CONSULTANT shall prepare and maintain software tools for tracking the project schedule and budget. CONSULTANT shall: Prepare a project schedule using Microsoft Project with the critical milestones and estimated duration for each of the CIP projects included under this agreement. Update the schedule monthly and provide a printout. The budget is based on an assumed project duration of 24 months. Deliverables: CMR16404_ExA Phl Carollo Amend 1 .doc 5 March 8, 2004 1.Microsoft Project schedule updated each month for 24 months. Task A2.2 - Permit Assessment. Under this task, CONSULTANT shall identify the permits that are necessary for completion of the design and construction phase services for the Chloramine Conversion Project and the 8-hour Emergency Water Supply Project. CONSULTANT shall: Create a Permit "roadmap" that defines the regulatory requirements, contacts, time lines, and subsequent documentation needs for final design. Obtaining right of way is not anticipated for the project and is not included in this scope of services. Deliverables: 1.A table summarizing the permit contacts and requirements. Task A2.3 - Stakeholder Involvement. Under this task, CONSULTANT shall assist the CITY with public review efforts. The focus of this task will be to involve the public and interested parties that may be affected by the proposed new reservoir and new emergency water supply wells. CONSULTANT shall: Develop the public involvement program with CITY staff input. The program will include a plan and schedule for meetings, workshops and other outreach. Conduct one public review coordination meeting at the CITY’S offices to organize the CITY’s efforts toward involving the public. The CONSULTANT and senior CITY officials involved in the public involvement process will attend the meeting. It is assumed that the CITY will provide a list of major and potential stakeholders including Stanford University, the public, and the Architectural Review Board. o With CITY input, develop draft and final information packets and fact sheets for distribution to the stakeholders. The draft packets will be presented at the first workshop and then finalized based on comments received. The packets will contain some essential background material defining the problem, variods options, a proposed project schedule, and names and telephone numbers of people to contact. Conduct up to three (3) public involvement workshops with stakeholders. The first workshop will be designed to provide the needed background information regarding the water supply reliability problems the project is attempting to solve. The following meeting will be designed to present the alternatives for consideration, elicit any new alternatives from the public, and prepare an initial ranking of the alternatives. The third and final meeting will be designed to prepare an opinion summary that captures the opinions of the public regarding the proposed reservoir and well alternatives including the identification of a preferred alternative, if possible, by the public. CITY staff will then present the opinion summary to the CITY Council and recommend which reservoir site(s) (up to three) and the ranking of the well sites that should be carried into the EIR phase.. It is anticipated that these workshops will be held in the late afternoon at the CITY’s offices. o Following completion of the EIR process including selection of a preferred reservoir site, conduct up to three (3) public meetings near the selected new reservoir site. These meetings will serve to provide technical detail and identify the concerns of the stakeholders to be addressed during the preliminary design phases of the project. It is anticipated that these meetings will be held in the late afternoon at the CITY’s offices. CMR16404_ExA Phl Carollo Amend 1 .doc 6 March 8, 2004 Following completion of the EIR process including selection d three preferred well sites, conduct up to three (3) public meetings with stakeholders proximate to the selected sites. These meetihgs will serve to provide technical detail and identify the concerns of the stakeholders to be addressed during the preliminary design phases of the project. It is anticipated that these workshops will be held in the late afternoon at the CITY’s offices. Develop, host, and maintain a project website to provide project information to the public and to collect public comments on the project. Public comments will be collected, tabulated, and sent to the CITY in electronic form. Meeting minutes, action items, and recommendations from the three public involvement workshops and the three public meetings will be summarized, tabulated, and posted to the website at the CITY’s request. The website shall be maintained for the duration of the project (estimated at two years). Deliverables: 1.Meeting minutes of the internal public involvement coordination meeting. Draft and final information packets. Agenda, presentation materials and minutes for the three (3) public involvement workshops. 4.Agenda, materials, and minutes for the six (6) public meetings: 5.Project website. 6.Opinion summary resulting from the three workshops. 7.Final design recommendations resulting from the three public meetings. Task A2.4 - Additional Assistance for Reservoir Site Selection. Under this task, CONSULTANT shall provide additional as-needed technical support services in support of the CITY’s efforts to make a final new reservoir site selection. CONSULTANT shall: Assist the CITY as needed to help facilitate the selection of the preferred reservoir site. CONSULTANT shall provide technical assistance and information in response to the CITY’s requests for information. 2.The budget for this task is limited to $3,000. Deliverables: 1.As determined during the as-needed services subject to the budget limitations of this task. Task A2.5 - Environmental Constraints Analysis. Under this task, CONSULTANT’s environmental subconsultant shall review proposed well site (eight total) and reservoir site (up to nine) locations for environmental issue areas, and prepare a constraints report identifying environmental issues at each well and reservoir site. This analysis will consist of site reconnaissance, review of site conditions, review of appropriate environmental databases (CNDBB), and identification of land uses. Subconsultant shall identify environmental constraints at each site location and rank each of the sites with respect to potential environmental impact. Issue areas to be examined include: geology and soils, surface water resources, groundwater resources, biological resources, cultural/historical resources, land use, aesthetics, traffic and circulation, and noise. CMR16404_ExA Phl Carollo Amend 1.doc 7 March 8, 2004 This analysis will also provide a discussion of other reliability alternatives including additional system interties with adjacent utilities (e.g. Stanford, Mounatin View), construction of a direct pipeline to the SCVWD supply, and construction of a desalination plant. The scope of work assumes one round of comments from the CITY will be addressed. Additional rounds of comments will be addressed on a time and materials basis. Deliverables: 1.Draft and final Environmental Constraints Analysis reports (10 copies). Task A3 - PRE-DESIGN, DESIGN, AND COST CRITERIA FOR THE CHLORAMINE CONVERSION PROJECT Task A3.1 Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop the basis for the final design efforts. The following work is not part of the eight-hour emergency water supply project. This work is being performed to repair or improve the foothill pump stations and reservoirs to maintain the distribution system water quality. The City must operate the water distribution system differently with chloramine being used as the disinfectant. Water in the foothill reservoirs will be tJsed in the distribution system on a daily basis to maintain water quality. This additional movement of the water into and out of the reservoirs will require more distribution system pumping. The preliminary design for the replacement of the existing sixty-year-old pumps and controls at the existing foothill pump stations will be completed as part of this task. An ammonia feed system needs to be designed for use at the existing well sites to allow the City to produce chloramine treated water that is compatible with the SFPUC water supply which was recently converted to chloramine treatment. CONSULTANT shall: 1.Prepare a maximum of three alternative conceptual designs for each of the following projects: Pump replacement at the Dahl, Corte Madera, Quarry, Boronda and Park pump stations as described in the 1999 Study. A new pressure area 4 pressure regulating station in the vicinity of the Quarry pump station, and the intersection of Page Mill Road and Coyote Hill Road. Reservoir mixing systems at the Monte Bello, Dahl, Park, and Mayfield reservoirs. Ammonia feed systems at the Hale, Peers Park, and Rinconada well sites. A water quality monitoring program for monitoring the parameters related to the SFPUC conversion to chloramine disinfection. Mobile dechlorination equipment for neutralizing the disinfectant from hydrant flows during water main flushes. Pressure regulating station upgrades at the Quarry, Corte Madera, Boronda, Park, and Dahl booster stations as described in the 1999 Study. The alternative conceptual designs will consist of a description, a simple graphic, a cost estimate, and a listing of the pros and cons for each preliminary design. This predesign effort will include the electrical, instrumentation, and SCADA considerations for each of the improvement alternatives. Note that for some of the projects there may be only one alternative conceptual design that is practical and feasible. CONSULTANT will assist the CITY in obtaining the permits needed to complete the projects described in this task. CMR16404_ExA Phl Carollo Amend 1.doc 8 March 8, 2004 Conduct a preliminary design meeting at the CITY’s offices where the CONSULTANT will present the conceptual alternative designs. The meeting attendees will comment and select a preferred alternative. The CITY will prepare an invitation list for the meeting consisting of representatives from operations and engineering. CONSULTANT will document the decisions in the meeting minutes. CONSULTANT’s environmental subconsultant (ESA) will review each of the seven project components, which are primarily improvements or upgrades to existing facilities, and describe the CEQA review requirements d each. CONSULTANT’s environmental subconsultant will conduct a site reconnaissance and environmental review of the existing facilities where projects are proposed to determine if a CEQA Categorical Exemption under Article 15301 (b) is appropriate. If CONSULTANT’s environmental subconsultant finds that there are sensitive resources or environmental conditions that could raise the potential for impact, further environmental review may be required. If appropriate, ESA will prepare a Categorical Exemption under Article 15301 (b) for review and comment by the City and CONSULTANT. ESA will respond to one round of comments on the administrative draft documents and prepare the updated Categorical Exemption for posting with the County clerk. o Geotechnical information shall be gathered to design the pipeline crossing under Page Mill Road for the new redundant PA4 PRS. Perform a geologic sit& reconnaissance, and prepare a geologic map showing the geologic units and/or hazards affecting construction. Drill, log, and sample up to four (4) borings to depths up to 10 feet. Backfill the borings with cement grout. Dispose of the cuttings in accordance with CITY standards. Perform laboratory tests on the collected soil samples to evaluate the engineering characteristics d the subsurface soils. Perform engineering analysis based on the results obtained from the above tests and develop recommendations for design and construction. Conduct a field survey at the site of the new PA4 pressure regulating station to establish ground control for aerial photography, mapping, and field location (x,y) of surface utilities. Horizontal coordinates will be referenced to the California Coordinate System of 1983, 1991.35 epoch (CCS83 (1991.35), Zone 3. Elevations will be based on the North American Vertical Datum of 1988. Digital photogrammetric mapping will be compiled for the pipeline route. A field survey will be performed in these areas to locate all surface utilities. The CONSULTANT will perform’ potholing at selected utilities, and a survey crew will return to the site for up to two (2) days to locate these potholes. Prepare a basis of design document for the selected alternatives. This document will provide the final facility configuration and design criteria to initiate final design efforts. The intent is for the CITY to accept the basis of design in this task so that changes in concept, configuration, and design criteria are avoided once the detailed design is in progress. This document will include a brief summary of the selected alternatives, the final design criteria, the descriptions of the alternatives, and a summary of the meeting where the alternatives were selected. Deliverables: 1.Conceptual design of the improvement projects. 2.Environmental review documents for the improvement projects. Geotechnical report with recommendations needed for final design. Aerial photograph of the new PA4 pressure regulating station site. CMR16404_ExA Phl Carollo Amend 1 .doc 9 March 8, 2004 5.Basis of design document for the selected alternatives. Task A3.2 - Final Design. CONSULTANT shall prepare final design documents for the Basic Improvement alternatives selected in Task A3.1, with the addition of pump replacement (including replacing associated mechanical, electrical, and control system equipment) at Park and Boronda pump stations. The CONSULTANT’s level of effort budget allowance for this Task is limited to 3,362 hours as shown on Exhibit L. If additional level of effort is required to adequately design and describe the work, and the work is due to unforeseen conditions or developments and not to consultant error, and the CITY desires to have the CONSULTANT proceed with the work the CITY will issue a change order to the CONSULTANT for a mutually agreed amount. CONSULTANT shall: Prepare 35 percent design submittal package. The 35 percent drawings will include sufficient dimensions and description of the selected components to illustrate how the concepts developed in Task A3.1 will be implemented. The level d detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed process and system control diagrams. Specifications will not be developed at this stage of design. Draft control descriptions of the new equipment will be prepared for review. The 35 percent submittal package will also include the following: Site plans Piping and instrumentation diagrams. Piping layout drawings. Building floor plan. Equipment locations for all major equipment. Control descriptions. Equipment data sheets for all major equipment. Instrument lists. Drawing list. List of specific items requiring CITY decision. Updated project cost estimate and project schedule. The purpose of these documents is to provide sufficient information for CITY staff to assess and identify potential impacts of the improvements on the project goals, operational constraints, and maintenance issues including equipment experiences or preferences. Prepare 65 percent design submittal package. The 65 percent drawings will include additional dimensions and description of the selected components to illustrate how the concepts developed in Task 3.1 will be implemented. The level of detail shall include such items as facility siting, facility dimensions, equipment locations and relative size, piping and other appurtenance locations, and proposed process and system control diagrams. The 65 percent submittal will account for the comments received from the CITY on the 35 percent submittal. Specifications will include an outline of proposed construction sequencing and constraints; general criteria, installation requirements and testing procedures for major equipment; and listing of proposed bid item breakdown. The 65 percent submittal package will also include the following: Typical details. Site plans Piping and instrumentation diagrams. CMR16404_ExA Phl Carollo Amend 1.doc 10 March 8, 2004 o Piping layout drawings. Building elevations and floor plan (if applicable). Equipment layouts for all major equipment. Electrical single line drawings. Control descriptions. Control system architecture block diagrams (SCADA). Equipment data sheets for all major equipment. Instrument lists. Drawing list. Specification table of contents. Specification sections for major equipment. Draft standard and special provisions. List of specific items requiring CITY decision. Updated project cost estimate Prepare 90 percent design submittal package. The 90 percent submittal package will address all the CITY’s comments on the 65 percent submittal package as well as the comments resulting from the CONSULTANT’S internal QA/QC program. This submittal will represent a near-biddable set of construction documents. The purpose of this submittal is to allow the CITY a final opportunity for comments. o Prepare a 100 percent design submittal package. The 100 percent submittal package will address the final comments made by the CITY’s review team as well as the CONSULTANT’S review team. The purpose of this submittal package is to present to the CITY how the final comments were addressed and to obtain buy-in prior to preparing the bid package. 5.Prepare a bid package. o CONSULTANT shall assist the CITY during bidding by conducting one (1) on-site pre-bid conference, answering bidding contractor’s questions during the bid period, and preparing up to two (2) addenda, as needed. CONSULTANT services such as conducting a preconstruction conference, preparing conformed drawings, inspection, construction management, and submittal review are included under Exhibit D. CONSULTANT shall receive a separate notice to proceed from the CITY when construction management services detailed in Exhibit D are to begin. Deliverables: 1.2 full-size copies and 10 half-size copies of the 35 percent drawings. 2.10 copies of the 35 percent specifications. 3.35 percent design cost estimate. 4.2 full-size copies and 10 half-size copies of the 65 percent drawings. 5.10 copies of the 65 percent specifications. 6.65 percent design cost estimate. 7.2 full-size copies and 10 half-size copies of the 90 percent drawings. 8.10 copies of the 90 percent specifications. CMR16404_ExA Phl Carollo Amend 1 .doc 11 March 8, 2004 9.90 percent design cost estimate. 10.1 full-size copy and 5 half-size copies of the 100 percent drawings. 11.5 copies of the 100 percent specifications. 12.100 percent design cost estimate. 13.Bid set documents: 1 CD of the final drawings and specifications, 1 master full-size reverse- plotted mylars, 1 print-ready master set of specifications, 100 half-size copies of the drawings, and 100 copies of the project specifications. Task A4 - ENVIRONMENTAL IMPACT REPORT FOR THE 8-HOUR EMERGENCY WATER SUPPLY PROJECT Task A4.1 Project Team Kickoff Meeting and Information Review. CONSULTANT’s environmental subconsultant and CONSULTANT shall meet with CITY to review the following: 1 ) analysis approach and strategy; 2) public outreach and NOP circulation; 3) preliminary CEQA project objectives and alternatives; 4) site specific construction/operational information developed by the CITY and CONSULTANT. The project under CEQA is the 8-hour Emergency Water Supply Project which includes: A new reservoir and pump station proposed to be located at one of nine potential sites, New well sites at three of the eight potential new sites identified in the 1999 Study, Rehabilitation of up to five existing wells, and Upgrade/expansion to the existing Mayfield pump station. Deliverables: 1.Meeting notes from the EIR Kick-off meeting. Task A4.2 Notice of Preparation. Under this task, CONSULTANT’s environmental subconsultant shall prepare and submit draft Notice of Preparation (NOP) and circulation list for review by CITY. Subconsultant shall prepare a CEQA environmental checklist to support the NOP. If identified as appropriate, Subconsultant shall use this mechanism to screen out those CEQA issues that do not require additional analysis. Subconsultant shall assist in the coordination of scoping meeting dates with staff. Following receipt of comments from CITY, subconsultant shall prepare and circulate NOP to State Clearinghouse and circulation list. Deliverables: 1.Draft and Final NOP (10 copies). 2.Draft Circulation List. ¯ 3.Circulation of NOP (50 copies). Task A4.3 EIR Scoping Meeting and Agency Consultation. Under this task, CONSULTANT’s environmental subconsultant shall develop scoping meeting materials to provide an overview of the project for stakeholder and interested public. This presentation will incorporate previous efforts under Task A2.5. Following the scoping meeting presentation, subconsultant shall prepare a scoping meeting memo identifying key issues and the need for any adjustments to project approach. Agency coordination will be focused on local agencies that could be affected by the project, such as other pumpers. One (1) public scoping meeting and three (3) agency meetings are assumed for budgetary CMR16404_ExA Phl Carollo Amend 1 .doc 12 March 8, 2004 purposes. Additional outreach tasks, such as preparation of an article for City of Palo Alto newsletter, or project brochures can be developed with the project team if necessary, but have not been included in this scope of work. CONSULTANT and environmental subconsultant shall attend both scoping and agency meetings to provide technical assistance. Deliverables: 1.Scoping meeting presentation. 2.Scoping meeting memo. 3.Agency coordination meeting notes. Task A4.4 CEQA Project Description. Under this task, CONSULTANT’s environmental subconsultant shall develop the CEQA project description, incorporating information developed by CONSULTANT for the eight new well sites, up to three new reservoir and pump station sites, up to five existing well rehabilitation sites, and the Mayfield pump station site. Information that will be necessary to meet CEQA requirements for the well sites (new and existing) include: CEQA project objectives, identification of operational scenarios, well locations, typical site layout, typical construction scenarios (including 24-hour drilling), enclosure description, ancillary facility description, typical connection piping, chemical storage, deliveries/maintenance, fencing/lighting, and operational scenarios. Information to complete the project description for reservoirs and pump stations will include: reservoir site layout,identification of operational and maintenance scenarios, earthwork estimates, pump station plan and elevation, typical construction scenarios, and construction trip estimates. Subconsultant shall work closely with the CITY and CONSULTANT to develop a project description that provides an appropriate level of detail, as well as a flexible design envelope that will allow for onsite conditions at individual well and at up to three reservoir sites. CONSULTANT shall provide information for and review of project description developed by subconsultant. Deliverables: 1.Draft Project Description (10 copies). Task A4.5 Administrative.Draft EIR. Under this task, CONSULTANT’s environmental subconsultant shall prepare Administrative Draft EIR (ADEIR) to include sections and issues identified as potentially significant and requiring further analysis during the preparation of the Environmental Checklist. CONSULTANT will provide information as stated and will provide review of the ADEIR. The ADEIR will analyze potential impacts based upon the Project Description and initial analysis (Environmental Checklist) prepared under Task A4.4 above. Subconsultant will describe the environmental setting and prepare an analysis of the direct and indirect environmental impacts of the projects. Subconsultant will use tables, charts and graphics as appropriate to illustrate and help communicate the impact analysis. Subconsultant will establish clear impact significance criteria for each issue and clearly establish whether an impact is significant or less than significant. The ADEIR will also identify feasible mitigation measures for significant impacts, clarify whether a mitigation measure has been proposed as part of the project or identified through the EIR process and discuss the effectiveness of the proposed mitigation measures. Based upon the understanding of the project, it is anticipated that analysis in the following issue areas will be required. Additional issue areas may be identified during the course of scoping or project development that may require adjustments to the proposed scope of work and project budget. 1.Geology and Soils. The ADEIR will examine potential impacts associated with groundwater CMR16404_ExA Ph 1 Carollo Amend 1 .doc 13 March 8, 2004 pumpage scenarios and specific facility installation. Subconsultant will use information from available sources, including previous analysis conducted by CONSULTANT and CITY regarding subsidence, liquefaction and settlement potential, to address those issues required by the CEQA checklist, including: fault proximity, ground shaking, liquefaction, landslides, soil erosion, expansive soils, and soil instability. Appropriate operational measures, design measures or mitigation will be identified as appropriate. With respect to reservoir locations, preliminary geotechnical information from CONSULTANT will be used to assess the potential for impact. Water Resources. The analysis will summarize the results of groundwater information prepared and provided by CONSULTANT, and will characterize potential changes in groundwater elevations associated with proposed groundwater use during emergency outages, or for use in more extended periods such as in droughts. Secondary impacts to existing pumpers in the basin, including potential drawdown effects, will be examined. The analysis will be based upon general drawdown parameters established by CONSULTANT applied to a radius area of effect. CONSULTANT shall also perform two test holes: one at El Camino Park and one at the Roth site. CONSULTANT’s hydrogeologist subconsultant wil! hire a-drilling contractor to construct-test holes at the El Camino Park and Roth sites. The test holes will each be six-inches in diameter and drilled to a depth of 800 feet or until refusal is reached. During drilling, lithologic samples from the boreholes will be collected and logged by a qualified Oeologist. After reaching final depth, the boreholes will be geophysically logged (resistivity, spontaneous potential and natural gamma). Upon completion of the test holes boreholes will be backfilled with concrete in accordance with State law. It is assumed that each test hole drilling can take place on an 8-hour daylight basis and can be completed in approximately one (1) week. It is also assumed that required permits for test hole drilling will be limited to a well construction permit. Special permitting or environmental review should not be required. The budget for this task includes permitting of the test hole drilling with Santa Clara County Health Department and Santa Clara Valley Water District, contractor services, hydrogeologic supervision and data collection, and preparation of brief data transmittal to City staff. Data from the test holes will be compiled, reviewed, and compared with available proximate hydrogeologic data. The compiled data will be utilized to prepare a draft basis-of-design for the new wells. This document will recommend an overall well design, an approach to construction techniques, and discuss well construction logistical issues. The City has hydrogeologic data for two other potential well sites, the Middlefield Road well site and Eleanor Pardee Park. These data will be used to assess the viability of these sites as new emergency water resources. This will then be used to identify appropriate mitigation measures in the event project implementation results in drawdown effect due to the geographic relationship between wells. Subconsultant shall identify appropriate mitigation measures in the event that impacts are identified. Additionally, impacts to surface water associated with well facilities, including discharge of well start up water, will be examined. Appropriate locational measures and permit requirements will be identified, as necessary. Potential impacts to surface and groundwater associated with well locations will be examined based upon existing available information. The preliminary reservoir layout will identify necessary drainage infrastructure. Water Quality. Subconsultant shall use existing studies conducted by the CITY and others to address potential impacts to groundwater quality, and will discuss delivered water quality within the context of available information provided by CONSUTLANT and CITY. The data gathered when performing the two new test holes (described under Water Resources above) CMR16404_ExA Phl Carollo Amend 1 .doc 14 March 8, 2004 will be used to supplement the existing groundwater quality data. Biological Resources. This analysis will review potential biologically sensitive areas at facility locations, and will identify potential constraints for reservoir and well siting, which may include impacts to wetlands. In addition, federal, state and local policies with respect to sensitive species will be summarized and evaluated. The proposed scope of work includes reconnaissance level surveys to assess potential habitat conditions, and to identify the need for sensitive species surveys. Subconsultant is available to provide protocol level surveys on a time and materials basis, but such surveys are not included in this scope of work. Responses to the environmental checklist will be provided as well as mitigation measures for potentially significant impacts relative to biological resources. Mitigation measures will be identified as appropriate to reduce impacts to a less than significant level. Land Use/Recreation. This section will address potential conflicts to surrounding land uses, including short-term construction related impacts and long-term land use conflicts. Analysis will include review and identification of surrounding land uses and future land use plans governing reservoir, pump station, and well sites, and assessment of potential land use impacts. This analysis will include review of existing land use and zoning ordinance designations, integration of nuisance impacts, such as noise, dust generation, and light and glare discussions, and will reference appropriate measures to minimize impacts to the degree feasible. Potential impacts to recreational facilities will also be assessed and disclosed, including short-term construction related impacts associated w]th facility access and use. Subconsultant shall examine potential land use compatibility issues, and potential conflict between recreational uses and groundwater infrastructure. Appropriate mitigation measures will be identified to reduce potential impacts to the degree feasible. Cultural Resources. Subconsultant will hire William Self and Associates to conduct a Phase I archival records search of proposed facility locations to identify known cultural or historical resources. Analysis will also include a discussion of potential methodology to be used for the evaluation of any resources which may be accidentally discovered during project construction; and a discussion of methods of mitigating impacts to these resources. Hazards and Hazardous Materials. Subconsultant shall use exiting databases and existing studies conducted by CONSULTANT, CITY and others to identify potential hazardous materials release sites within the vicinity of proposed project locations. The proposed scope of work will rely on existing Oompiled information, and does not provide for file review. Known hazardous materials sites will be identified to provide a site screening tool for future property acquisitions if any hazardous material is identified, soil sampling and further assessments are not part of the scope of this contract. Analysis will also discuss storage of treatment chemicals at individual facility sites, and will identify appropriate design measures to reduce potential impacts to a less than significant level. Air Quality. Subconsultant shall examine emissions during construction based on EPA emission factors, identify "sensitive receptors" (e.g., residences, retirement homes, schools), and evaluate air pollutant emissions associated with long term operations from a regional and local standpoint. Standard Best Management Practices (BMPs) established by Bay Area Air QLiality Management District (BAAQMD for construction activities will be identified and applied as appropriate. Noise. Sensitive i’eceptors such as residences and schools will be considered in evaluating construction and operating impacts associated with implementing well facilities. Twenty-four (24)-hour drilling scenarios will be examined, including their impact to adjacent sensitive receptors. Standard BMPs, including varying levels of onsite noise control, such as setbacks or engineered sound walls, will be identified. Subconsultant shall utilize data collected from other well operators in the Bay Area, including ACWD and Zone 7 Water Agency, to CMR16404_ExA Phl Carollo Amend 1 .doc 15 March 8, 2004 10. 11. 12. 13. 14. characterize pump station, well, and reservoir construction and operations. The significance of any potential noise impacts will be determined by comparing projected levels with applicable City noise ordinance requirements, and appropriate mitigation measures, such as enclosure and noise reduction mechanisms, will be identified. Transportation/Traffic. Subconsultant shall analyze impacts to local roadways during the construction of proposed facilities and will identify suitable mitigation measures, such as providing advance notification and establishing detours. Available traffic data will be relied on for the analysis, which will focus on major roadways within the vicinity of identified facilities. Aesthetics. Subconsultant shall qualitatively describe the potential visibility of project components and the need for mitigation features to minimize adverse effects. Subconsultant shall take photographs at select points and prepare finished photographic figures for use in the EIR that illustrate representative and impact-sensitive land uses. Enhancement opportunities such as revegetation, architectural features, and screening will be identified. The scope of work includes four aesthetic renderings: one each for up to three reservoir (pump station) sites and one of a typical well site. The scope of work limits the comments for these .renderings to one (1) set per drawing. Additional renderings or rounds of edits can be provided on a time and materials basis. Cumulative Effects. CONSULTANT will provide to subconsultant analysis identifying the cumulative drawdown effect of individual wells by examining d~awdown at worst case emergency scenarios based on existing studies. Additionally, this section will address the potential for environmental impact from continuous groundwater pumping and other groundwater operations (if any), and discuss their relationship to the reliability project. Potential cumulative effects of the proposed project with other groundwater management programs or operations wil! be examined. Growth Inducement. Proposed facilities will improve CITY water supply reliability, rather than generate a new water supply source. However, growth remains a sensitive issue within the area, and a discussion of the project as it relates to potential growth inducement will be necessary. Analysis will rely on the previous growth discussions provided in the Palo Alto General Plan, and will describe the proposed project within the context of that analysis. Alternatives. After review of the environmental constraints analysis, which shall address all (up to nine) of the alternativ~ reservoir sites, up to three feasible alternatives Shall be selected by CITY and CONSULTANT for analysis in the EIR. The alternatives analysis portion of the FIR will incorporate the Environmental Constraints Analysis (Task A2.5), and will include discussion of alternatives to provide reliability to the CITY, such as interties and desalinsation, as well as Iocational alternatives for the reservoir and well facilities. The analysis will examine these alternatives with respect to their ability to meet the proposed project objectives, their environmental impacts and mitigation requirements, and other appropriate comparative information, such as implementation costs and feasibility. Subconsultant shall discuss the relative environmental effects and trade-offs of the various alternatives identified. It is assumed in the project budget that CONSULTANT will provide order of magnitude engineering/construction costs for the alternatives examined and statements regarding feasibility. 15. 16. Summary. Subconsultant shall prepare a summary of the project description, impact analysis, and alternatives discussion to provide for public review. Subconsultant shall prepare initial Administrative Draft EIR and provide copies to CITY and CONSULTANT for review. Subconsultant shall meet with CITY and CONSULTANT to receive and review its comments on the Administrative Draft EIR. Subconsultant will revise the EIR to CMR16404_ExA Ph 1 Carollo Amend 1 .doc 16 March 8, 2004 incorporate comments from CITY and CONSULTANT and will prepare a screencheck draft. Subconsultant has budgeted up to 80 hours of technical staff time to respond to staff comments and prepare the screencheck draft in strike/block format for review by the CITY and CONSULTANT. This step provides an opportunity for focused review by CITY to ensure that comments were appropriately addressed. Deliverables: 1.Initial ADEIR (10 copies). 2.Screencheck draft of ADEIR (10 copies). Task A4.6 Draft EIR/Notice of Completion. Under this task, subconsultant will prepare and circulate 75 copies of the Draft EIR, including submittal of 15 copies and the Notice of Completion (NOC) to the State Clearinghouse. A Notice of Availability will be included identifying the Public Meeting date, and subconsultant will assist in newspaper ad development and placement. Deliverables: 1.Notice of Completion. 2.Notice of Availability/Newspaper. 3.Draft EIR Circulation (100). Task A4.7 Draft EIR Public Hearing. Under this task, subconsultant will prepare appropriate presentation materials (i.e., overhead transparencies) for presentation at the public meeting, and will prepare summary presentations to the CITY Council, as determined necessary. The scope of work includes five (5) presentations during the public review period: one (1) at a public workshop, (1) at a Parks and Recreation Commission meeting, (1) at the Architectural Review Board meeting, (1) at a Utility Advisory Commission meeting and one (1) before the CITY Council. Deliverables: 1.Public Hearing Presentation Materials. Task A4.8 Response to Comment Addendum/Final EIR. Under this task, subconsultant will prepare written responses to written and verbal comments received on the Draft EIR. Subconsultant will attend two (2) meetings with CITY for public comment review and response strategies. Subconsultant shall prepare an Administrative Response to Comments/Final EIR for review and comment, and will prepare the final Response to Comments Addendum/Final EIR for public distribution. The scope of work assumes 130 hours for the response to comment effort. Additional effort may be required depending upon the level of comments received. Deliverables: Administrative Draft Response to Comments/FEIR (10 copies). Circulate Response to Comments/FEIR (50 copies). Task A4.9 Mitigation Monitoring and Reporting Program. Under this task, subconsultant will prepare a Mitigation Monitoring and Reporting Program (MMRP) identifying mitigation implementation and tracking responsibilities. The MMRP will provide the CITY with a framework for implementing future projects at individual facility sites, and will identify analysis envelopes, performance standards, and required mitigation measures identified in the EIR analysis. CMR 16404_ExA Ph 1 Carollo Amend 1 .doc 17 March 8, 2004 Deliverables: 1.Draft and Final MMRP. Task A4.10 Certification Hearing and Materials. Under this task, subconsultant will prepare materials for certification, including: Findings, Statement of Overriding Considerations, and Notice of Determination. The scope of work assumes CITY staff or legal counsel will prepare appropriate resolutions. Subconsultant shall present the findings of the EIR to CITY Council. Findings shall be reviewed by the CITY’s legal counsel. Subconsultant will also prepare the draft and final Notice of Determination to be filed with the State Clearinghouse following project approval. Deliverables: 1.Administrative Draft and Final Findings (10 copies). 2.Administrative Draft and Final NOD (10 copies). CMR16404_ExA Phl Carotlo Amend 1 .doc 18 March 8, 2004 REVISED EXHIBIT D CONSTRUCTION SUPPORT SERVICES DUTIES OF CONSULTANT PHASE I DISTRIBUTION SYSTEM IMPROVEMENTS PROJECT (CHLORAMINE CONVERSION PROJECT) Basic Improvement projects to support the SFPUC chloramine conversion in early 2004 (upgrades to existing pump stations, regulator stations and reservoirs and water quality-related improvements). INTRODUCTION This Exhibit D covers the Construction Support Services including the combined CONSULTANT office engineering, construction management tasks, and startup services required for the Phase 1 Distribution System Improvements Project for the Basic Improvement projects to support the SFPUC chloramine conversion in early 2004 (upgrades to existing.pump stations, regulator stations and reservoirs and water quality-related improvements). The CONSULTANT shall provide the construction support services as described herein. The scope of these services is based on a total construction period of 180 calendar days from Contractor’s notice-to-proceed for the basic improvement projects. The scope also assumes involvement of CITY’s staff for field support activities as described herein. The Construction Support Services are organized into three sections entitled: Office Services, Field Services, and Startup Services. DEFINITIONS CITY: City of Palo Alto CONSULTANT: Carollo Engineers, P.C. CONSULTANT Project Manager: CONSULTANT’s staff engineer assigned to this project to perform office project management duties as described herein. CONSULTANT Construction Manager: CONSULTANT’s staff engineer assigned to the field office to perform field construction management duties as described herein. CONSULTANT Resident Engineer: CONSULTANT’s staff engineer assigned to this project for inspection and resident engineering duties as described herein. BASIC IMPROVEMENT PROJECTS CONSTRUCTION MANAGEMENT Exhibit D Carollo Phase 1 Amendment I 1 February 26, 2004 I - OFFICE SERVICES Task D1.0 General Administration The CONSULTANT Project Manager shall furnish general administrative services to provide for organized execution of work and retrieval of information. Such services shall include the following: D1.1 Correspondence and File Maintenance. Review and route project correspondence furnished by the CONTRACTOR. Maintain a logical and retrievable filing system. Maintain logs of all correspondence and other project documentation transmittals. D1.2 Monthly Progress Reports. Provide to the CITY each month a brief written progress report on the services performed. Such reports shall include the cumulative percentage of the overall budget expended, a brief description of work performed during the reporting period, and such other information as may be appropriate. This progress report will be inserted as an attachment to the monthlyConstruction Management Progress Report. Task D2.0 Conformed Drawings and Specifications The CONSULTANT Project Manager shall conform Drawings and Specifications to include all changes made by addenda during bidding. D2.1 Conformed Drawings and Specifications. Prepare within 30 days after Notice-to-Proceed with construction one conformed original full-size set of Drawings and one conformed original Specifications. Provide eight (8) copies of conformed full-size and half-size Drawings and conformed Specifications necessary for construction. Task D3.0 Award Contract D3.1 Contract Award. Assist the CITY in awarding the construction contract, including assistance in reviewing the required contract documents, issuing Notice to Award, executing the construction agreement with the successful contractor, and issuing a Notice to Proceed. Services shall not include legal review. Task D4.0 Attendance. at Meetings D4.1 D4.2 Attend Preconstruction Conference. The CONSULTANT Project Manager shall attend a Preconstruction Conference with the Contractor, and CITY staff. The CONSULTANT Project Manager shall submit meeting minutes to all attendees and the CI~~ within 14 calendar days of the meeting. Attend Regularly Scheduled Meetings. The CONSULTANT Project Manager shall attend and participate in certain project meetings at the job site in order to keep abreast on construction activities and be involved in questions that may arise concerning construction progress. The regularly scheduled meetings are the Weekly Construction Progress Meetings to be held at the job site. Du~ing construction site visits to attend the weekly meetings, the CONSULTANT Project Manager shall walk the job site with the Exhibit D Carollo Phase I Amendment t 2 February 26, 2004 CITY representative to observe the construction progress and discuss relevant construction issues. The CONSULTANT Project Manager shall attend two weekly meetings per month to facilitate resolution of design issues (12 total meetings). D4.3 Attend Special Technical Meetings. The CONSULTANT’s design team representative (structural, electrical, instrumentation, architectural, environmental, or geotechnical) shall attend up to 30 special meetings to discuss and assist in Bsolving any construction issues as requested by the CITY. Task D5.0 Engineering Review Services The CONSULTANT and its design team shall perform the following engineering review services during construction: D5.1 Shop Drawing Submittal Review. Review process related shop drawing submittals to verify conformance with the intent of the contract documents. Submittals shall be reviewed and marked-up with appropriate comments in triplicate. Two marked-up submittals shall be returned to the CONSULTANT Construction Manager for processing and distribution. The scope of services is based on an estimate of 65 individual submittals and 35 resubmittals at an average of 4 hours per submittal. The budgets provided herein do not include review of "off brand or equal" equipment substitutions which require research related to the manufacturer’s qualifications and ability to perform as specified or which require verification that alternative materials and configurations are acceptable. Review of "off brand or equal" equipment substitutions can be performed under separate authorization. D5.2 Design Clarifications. The CONSULTANT Project Manager or design team representative shall respond to Contractor’s Requests for Information (RFIs). RFIs shall be tracked through the CM field office. The CONSULTANT Project Manager or his design team representative shall issue interpretations and clarifications of the contract documents and prepare sketches to clarify contract documents where necessary. The scope of services includes responding to a total of 24 RFIs at an average of 4 hours per RFI response. D5.3 Request for Proposal Review. It is recognized that the Contractor may request changes to the Contract work during construction. The CONSULTANT Construction Manager shall screen these requests for merit. If it is determined that the request is worthy of further review, the CONSULTANT Construction Manager shall issue a formal Request for Proposal (RFP) to the contractor. The RFP shall be reviewed by the CONSULTANT Project Manager for impact on design intent, costs and impacts to the const[Jction schedule. The CONSULTANT shall review up to 8 RFPs at an average of 8 hours per RFP response. D5.4 Change Orders. In the event design related changes to the Contract Documents are required, the following procedures will be followed. Upon determination by the CITY or CONSULTANT that a change order is required, the CONSULTANT Construction Manager shall review the potential change order (PCO). Where the PCO requires redesign, the CONSULTANT Project Manager shall prepare change order specifications, drawings, or sketches. The CONSULTANT Project Manager will prepare all cost Exhibit D Carollo Phase I Amendment I 3 February 26, 2004 estimates for each change order. The CONSULTANT Construction Manager will negotiate the cost and time ex[ension of the Contract associated with the change order with the Contractor and make a recommendation to the City on the change order. Any field changes for which a change order is not issued will be checked by CONSULTANT Construction Manager for general compliance with the intent of the design. The budget for this task is based on review of 4 PCOs prepared by the CONSULTANT at 12 hours each. Task D6.0 Inspection Services The CONSULTANT’s design team shall provide the following: D6.1 Project Final Inspection Assistance. The CONSULTANT Project Manager and required discipline engineers shall be present during the final project "walk-through" inspections with the CITY. Task D7.0 Construction Record Drawings D7.1 As-Built Record Drawings. One set of Mylar reproducible drawings and one CD containing the Construction Record Drawings shall be delivered to the CITY. Construction Record Drawings will be prepared from field markups provided by the Contractor. II - FIELD SERVICES Task D8.0 Contract Administration The CONSULTANT’s level d effort budget allowance for this Task is limited to I60 hours as shown on Exhibit L. If additional level of effort is required, the CITY will issue a change order to the CONSULTANT for a mutually agree, d amount. The CONSULTANT Construction Manager shall perform the following construction management services at the job site: D8.1 Conduct Project Meetings. Conduct and document weekly progress meetings and other special technical meetings. D8.2 Maintain Project Records. Maintain project records including daily logs, inspection reports, photos, measurement of quantities, schedules, and correspondence and documentation of all major decisions and actions. D8.3 Prepare Monthly Reports. Prepare and submit to the CITY a monthly progress report including Construction progress summary and schedule; construction cash flow and payments; and summary logs for change orders, RFIs and RFPs. D8.4 Review Monthly Progress Payments. Review and approve the Contractor’s construction schedule, updates, and revisions in accordance with the contract documents. Evaluate monthly progress payment requests from the Contractor and recommend payment. Exhibit D Carollo Phase I Amendment I 4 February 26, 2004 D8.5 D8.6 D8.7 D8.8 D8.9 D8.10 D8.11 D8.12 Review RFIs and RFPs. Review and respond to RFIs and RFPs concerning construction issues and screen RFIs and RFPs related to design issues prior to forwarding to the CONSULTANT Project Manager. Document and Negotiate Change Orders. Prepare PCOs, and in conjunction with the design staff, determine changed conditions, define scope, prepare independent cost estimate, negotiate with Contractor, prepare and process change orders for incorporation into the construction contract. Permits. Monitor Contractor compliance with construction permits. Recommend course of action to CITY if required permits are not being met bythe Contractor. Monitor Construction Record Drawings. Monitor construction record drawings maintained by the Contractor on a regular basis. Coordinate Design Clarifications. Coordinate, document, and manage the Drawings and Specifications clarification and interpretation process between the CONSULTANT Project Manager and the Contractor. Coordinate Shop Drawing Review Process. Coordinate and manage the shop drawing and submittal review process. The CONSULTANT shall review all shop drawing submittals, quality control submittals, manufacturer’s O&M manuals, and construction closeout submittals. Claims Management. Identify potential claims and make recommendations to resolve them. The budget for this sub-task is limited to $10,000. Information Management. Utilize a computerized integrated software package to manage communications and develop reports. The software will control and document submittals, schedules, cost issues, meeting notes, log change orders, log requests for information and other related project documents. Task D9.0 Field Inspec~on The CONSULTANT’s level of effort budget allowance for this Task is limited to 544 hours as shown on Exhibit L. If additional level of effort is required, the CITY will issue a change order to the CONSULTANT for a mutually agreed amount. D9.1 Field Inspection. The CONSULTANT Construction Manager and Resident Engineer shall provide construction inspection to monitor that the Contractor’s work for compliance with the contract documents. D9.2 Video Documentation. The CONSULTANT Construction Manager shall prepare a video of initial site conditions prior to Contractor’s commencement of construction. Visual documentation shall be accompanied by verbal recorded description of existing conditions. D9.3 Field Changes. The CONSULTANT Construction Manager shall coordinate and Exhibit D Carollo Phase I Amendment I 5 February 26, 2004 D9.4 D9.5 document all field changes to the Drawings and Specifications. Specialty Inspection. The CONSULTANT Construction Manager shall coordinate specialty inspection services such as structural, geotechnical, mechanical, electrical and instrumentation. The scope of this effort is based on a total of 8 site visits by the CONSULTANT’s discipline engineers at 8 hours per trip. Inspection Reports. The CONSULTANT’s Resident Engineer and/or Construction Manager shall prepare Daily Inspection Reports and prepare a summary Weekly Inspection Report. The CONSULTANT Construction Manager shall review the weekly reports prior to distribution to the CITY. Task D10.0 Testing D10.1 Compliance Testing. The Contractor is responsible for materials, concrete and soils compaction confirmation tests. However, periodic independent testing may be required for soils compliance tests and otherfield conditions. The budget allowance for independent testing by the CONSULTANT is $10,000. Task D11.0 Project Completion D11.1 Substantial and Final Completion. The CONSULTANT Construction Manager shall schedule and conduct substantial completion inspections; issue punch lists, and recommend final acceptance by the CITY. Dll.2 Prepare Final Report. The CONSULTANT Construction Manager shall prepare a Final Report that includes: Summary of the work performed including change orders, project cost and schedule analysis, closeout and acceptance documentation, and linal resolution of any c]aims or disputed work. Dll.3 Project Documents. The CONSULTANT Construction Manager shall provide the CITY with a complete set of all records of the project, indexed and properly filed, and a listing of warranties provided under the project including the items covered and the warranty duration. III - STARTUP Task D12.0 Startup Assistance D12.1 Testing and Startup Services. CONSULTANT Construction Manager and/or Resident Engineer shall provide startup assistance, and coordinate any specified vendor training. The CONSULTANT’s level of effort budget allowance for this task is limited to 100 hours as shown in Exhibit L. D12.2 Operations and Maintenance Manual. CONSULTANT shall prepare an operations and maintenance manual for the new equipment constructed under this project. CONSULTANT will coordinate organization, format, and layout of the Manual with the CITY. The CONSULTANT’s level of effort budget allowance for this task is limited to 260 hours as shown in Exhibit L. Exhibit D Carollo Phase I Amendment I 6 February 26, 2004 REVISED EXHIBIT M EIR, Phase 1 Basic Improvement Project Reservoir Booster Station Improvements, Distribution System Water Quality Enhancement, Existing Booster Station Improvements and Future Reservoir and Pump Station and Land Acquisition - Project Schedule PROJECT SCHEDULE Assuming the CONSULTANT receives Contract Amendment by March 16, 2004 to proceed with the EIR, the anticipated schedule for completion is as follows: MILESTONE SCHEDULE Original Council Award Date May 20, 2002 Notice to proceecL/Kickoff Meeting July 17, 2002 Basic Improvement Projects to support SFPUC Chloramine Conversion in Late 2003 Phase 1 35 percent design submittal May 21, 2003 Phase I 65 percent design submittal October 14, 2003 Phase 1 90 percent design submittal April 27, 2004 Phase I 100 percent desigaa submittal June 30, 2004 Contractor notice to proceed November 1, 2004 Construction complete November 1, 2005 Emergency Water Supply Project/CEQA Submit Draft Envirormaental Constraints .analysis April 13, 2004 Complete EIR Process (certified EIR).March 29, 2005 CMR16404_Exh M Carollo Ph 1 Amend 1.doc 1 January 27, 2004 REVISED EXHIBIT N SCOPE OF SERVICES DUTIES OF THE CITY OF PALO ALTO PHASE I DISTRIBUTION SYSTEM IMPROVEMENTS PROJECT This exhibit describes the duties of the City and how City staff will support the consultant’s work on the "Project" EIR and the construction management d basic improvement projects designed in Task A 3, Exhibit A. INTRODUCTION In December 1999, the CITY completed the Water Wells, Regional Storage, and Distribution System Study (1999 Study). The purpose of the 1999 Study was threefold: ¯Analyze the water distribution system’s ability to supply the water demands of the City when it is built-out according to the Comprehensive Plan dated 1998 - 2010. ¯Evaluate the City’s ability to meet water demands (maximum day plus fire flow) when the SFPUC supply is shut down for eight hours. This is the water supply emergency defined by the California Department of Health Services (DHS) in a letter to the City dated April 2, 1997. ¯Assess how the SFPUC’s planned conversion to chloramine disinfection will impact water quality in the City’s water distribution system. The 1999 study recommended a suite of capital improvements to correct system deficiencies that were identified in the study. The CITY shall have the responsibilities indicated below for each of the project tasks listed. Ifa task is not listed, then no specific assistance is expected of the CITY by the CONSULTANT. The project tasks are presented below in the order of their respective contract exhibits. EXHIBIT A - PHASE I BASIC SERVICES Task A1 - PROJECT MANAGEMENT AND ADMINISTRATION Task A1.1 - Project Management. Under this task, CONSULTANT will prepare a Project Management Plan, manage CONSULTANT’s team, and monitor project schedule and budget as described herein. CITY shall: 1.Review and provide comments and acceptance of the project management plan. Task A1.2 - Project Meetings. Under this task, CONSULTANT will conduct preliminary and final design phase project meetings as described herein. Project meetings to be held during the construction phase are covered in Exhibit D. CITY shall: 1.Determine which CITY staff are needed at the meetings and commit their time for the meetings. CMR16404_Exh N Carollo Ph I Amend 1.doc 1 March 8, 2004 Review and provide any comments on the meeting summaries prepared by the CONSULTANT. Compile, tabulate, and resolve any conflicting comments prior to transmitting to CONSULTANT. Task A2 - PLANNING CONSIDERATIONS Task A2.1 - Budget and Schedule Tracking. Under this task, CONSULTANT shall prepare and maintain software tools for tracking the project schedule and budget. CITY shall: 1.Review the project schedule and provide timely comments to the CONSULTANT. Task A2.2 - Permit Assessment. Under this task, CONSULTANT shall identify the permits that are necessary for completion of the design and construction phase services. CITY shall: Provide assistance in identifying and contacting CITY employees who may be involved in the permitting process. Task A2.3 - Stakeholder involvement. Under this task, CONSULTANT shall assist the CITY with public involvement efforts. The focus of this task will be to’ involve the public parties that may be affected by the new reservoir portion of this project. Public involvement for the other portions of this project described in Task A.3.1 is not included in this contract. CITY shall: Provide input and assist in developing the public review program. The program will consist of a plan and schedule for selecting a preferred alternative, proceeding with design and planning construction of a new reservoir at one d the alternate sites (construction by others). Participate in one public involvement coordination meeting at the CITY’S offices to organize the CITY’s efforts toward public review. The meeting will be attended by the CONSULTANT and senior CITY officials involved in the public involvement process. It is assumed that the CITY will provide a list of major and potentially affected stakeholders including Stanford University, the public, and the Architectural Review Board. o Provide input in developing draft and final information packets and fact sheets for distribution. Review the draft documents and provide the information needed such that the final documents accurately represent the CITY’s plans. .,Identify the CITY staff that will be part of the public involvement workshops and commit their time for the workshops. Identify and reserve the facilities needed for the public workshops. Present the resulting public review/opinion summary to the CITY Council for consideration with the staff recommended reservoir site. o Identify the key CITY staff that will participate in the stakeholder meetings near the selected new reservoir site. Identify and reserve the facilities needed for the meetings. o Review the information the CONSULTANT intends to post and/or is posting on the project website. At the CONSULTANT’s request, provide supplemental information as needed for posting. Task A2.5 - Environmental Constraints Analysis. Under this task, CONSULTANT’s environmental subconsultant shall review proposed well and reservoir site locations for environmental issue areas, CMRI6404_Exh N Carolto Ph I Amend i.doc 2 March 8, 2004 and prepare a constraints report identifying environmental issues at each well and reservoir site. This analysis will consist of site reconnaissance, review of site conditions, review of appropriate environmental databases (CNDBB), and identification of land uses. Subconsultant shall identify environmental constraints at each site location and rank each of the sites with respect potential environmental impact. Issue areas to be examined include: geology and soils, surface water resources, groundwater resources, biological resources, cultural/historical resources, land use, aesthetics, traffic and circulation, and noise. CITY shall: Provide site access and background material as necessary to facilitate completing the environmental constraints analysis. Identify and commit the time of the CITY staff that will be involved in reviewing the project environmental documents. Review and comment on the draft documents. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Task A3 - PRE-DESIGN, DESIGN, AND COST CRITERIA FOR THE CHLORAMINE CONVERSION PROJECT Task A3.1 Pre-Design. Under this task, CONSULTANT shall perform the preliminary design work to develop, the basis for the final design efforts. CITY shall: Provide the CONSULTANT and its subconsultants access to the various sites involved in this project. Provide assistance in identifying and contacting CITY employees who may be involved in the permitting process. Identify the CITY staff that need to be involved in reviewing and commenting on the draft improvement plans (basis of design document). Prepare an invitation list for the preliminary design review meeting consisting of representatives from operations and engineering. Commit the time of the CITY staff members to assist in completing this work in a timely manner. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Identify and commit the time of the CITY staff who should be involved in reviewing the project environmental documents. Review and comment on an administrative draft Categorical Exemption. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Task A3.2 - Final Design. Under this task, CONSULTANT shall prepare final design documents for the Basic Improvement alternatives selected in Task A3.1, with the addition of pump replacement (including replacing associated mechanical, electrical, and control system equipment) at Park and Boronda pump stations. CITY shall: Identify the CITY staff that need to be involved in reviewing and commenting on the 35 percent complete, 65 percent complete, and 90 percent complete plans and specifications. Commit the time of the CITY staff members to assist in completing this work in a timely manner. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. CMR16404_Exh N Carollo Ph I Amend 1,doc 3 March 8, 2004 Attend one (1) on-site pre-bid conference. Determine which CITY staff should attend the pre- bid conference and commit their time. 3.Advertise the bid package to obtain bids from qualified contractors. 4.Sell and distribute plans, specifications, and addenda to bidding contractors. Task A4 - ENVIRONMENTAL IMPACT REPORT Task A4.1 Project Team Kickoff Meeting and Information Review. CONSULTANT’s environmental subconsultant and CONSULTANT shall meet with CITY to review the following: 1 ) analysis approach and strategy; 2) public outreach and NOP circulation; 3) preliminary CEQA project objectives and alternatives; 4) site specific construction/operational information developed by the CITY and CONSULTANT. CITY shall: Identify and commit the time of the CITY staff who should be involved in reviewing the project CEQA process. Review and comment on the draft documents. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Task A4.2 Notice of Preparation. Under this task, CONSULTANT’s environmental subconsultant shall prepare and submit draft Notice of Preparation (NOP) and circulation list for review by CITY. Subconsultant shall prepare a CEQA environmental checklist to support the NOP. If identified as appropriate, Subconsultant shall use this mechanism to screen out those CEQA issues that do not require additional analysis. Subconsultant shall assist in the coordination of scoping meeting dates with staff. Following receipt of comments from CITY, subconsultant shall prepare and circulate NOP to State Clearinghouse and circulation list. CITY shall: Review and comment on the draft environmental checklist, NOP, and circulation list documents. Compile and tabulate the review comments and resolve any conflicting comments before transmittihg to CONSULTANT. Assist in developing scoping meeting dates. Task A4.3 EIR Scoping Meeting and Agency Consultation. Under this task, CONSULTANT’s environmental subconsultant shall develop scoping meeting materials to provide an overview of the project for stakeholder and interested public. This presentation will incorporate previous efforts under Task A4.5. Following the scoping meeting presentation, subconsultant shall prepare a scoping meeting memo identifying key issues and the need for any adjustments to project approach. Agency coordination will be focused on local agencies that could be affected by the project, such as other pumpers. One (1) public scoping meeting and three (3) agency meetings are assumed for budgetary purposes. Additional outreach tasks, such as preparation of an article for City of Palo Alto newsletter, or project brochures can be developed with the project team if necessary, but have not been included in this scope of work. CONSULTANT and environmental subconsultant shall attend both scoping and agency meetings to provide technical assistance. CITY shall: Review and comment on the draft scoping meeting materials. Identify stakeholders who should be invited to the meeting. Assist in making the invitations. CMR16404_Exh N Carollo Ph I Amend 1.doc 4 March 8, 2004 Task A4.4 CEQA Project Description. Under this task, CONSULTANT’s environmental subconsultant shall develop the CEQA project description, incorporating information developed by CONSULTANT. Information for the proposed well site locations and rehabilitations will include: CEQA project objectives, list of required project actions by other agencies, identification of operational and maintenance scenarios, well locations, typical well site layout, typical construction scenarios, including 24-hour drilling and operational scenarios for the well sites. Information to complete the project description for reservoirs will include: reservoir site layout, identification of operational and maintenance scenarios, earthwork estimates, pump station plan/profile, typical construction scenarios and construction trip estimates. Well site details that will need to be identified include enclosure description, ancillary facility description, typical connection piping, chemical storage, deliveries/maintenance, fencing/lighting, and other site details. Subconsultant shall work closely with the CITY and CONSULTANT to develop a project description that provides an appropriate level of detail, as well as a flexible design envelope that wil! allow for onsite conditions at individual well and reservoir sites. CONSULTANT shall provide information for and review of project description developed by subconsultant. CITY shall: Identify and commit the time of the CITY staff who should be involved in developing the project description. Review and comment on the draft documents. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Task A4.5 Administrative Draft EIR. Under this task, CONSULTANT’s environmental subconsultant shall prepare Administrative Draft EIR (ADEIR) to include sections and issues identified as potentially significant and requiring further analysis during the preparation of the Environmental Checklist. CONSULTANT will provide information as stated and will provide review of the ADEIR. CITY shall: Identify and commit the time of the CITY staff who should be involved in reviewing the ADEIR. Review and comment on the draft documents. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Task A4.6 Draft EIPJNotice of Completion. Under this task, CONSULTANT’s environmental subconsultant will prepare and circulate 100 copies of the Draft EIR, including submittal of 15 copies and the Notice of Completion (NOC) to the State Clearinghouse. A Notice of Availability will be included identifying the Public Meeting date, and subconsultant will assist in newspaper ad development and placement. Deliverables: Notice of Completion. Notice d Availability/Newspaper. Draft EIR Circulation (100). CITY shall: 1. Identify and commit the time of the CITY staff who should be involved in reviewing the newspaper ad development and placement. Review and comment on the draft documents. Compile CMR16404_Exh N Carollo Ph I Amend 1.doc 5 March 8, 2004 and tabulate the City review comments and resolve any conflicting comments before transmitting to CONSULTANT. Task A4.7 Draft EIR Public Hearing. Under this task, subconsultant will prepare appropriate presentation materials (i.e., overhead transparencies) for presentation at the public meeting, and will prepare summary presentations to the CITY Council, as determined necessary. The scope of work includes three (3) presentations during the public review period: one (1) at a public workshop, one (1) at UAC (Utility Advisory Commission) and one (1) before the CITY Council. CITY shall: Identify and commit the time of the CITY staff who should be involved in the public hearings. Schedule and reserve facilities to hold the meetings as appropriate. Task A4.8 Response to Comment Addendum/Final EIR. Under this task, subconsultant will prepare written responses to written and verbal comments received on the Draft EIR. Subconsultant will attend two (2) meetings with staff for public comment review and response strategies. Subconsultant shall prepare an Administrative Response to Comments/Final EIR for review and comment, and will prepare the final Response to Comments Addendum/Final EIR for public distribution. The scope of work assumes 130 hours for the response to comment effort. Additional effort may be required depending upon the level of comments received. CITY shall: Identify and commit the time of the CITY staff who will be involved in reviewing the Administrative Response to Comments/Final EIR. Review and comment on the draft documents. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Task A4.9 Mitigation Monitoring and Reporting Program. Under this task, subconsultant will prepare a Mitigation Monitoring and Reporting Program (MMRP) identifying mitigation implementation and tracking responsibilities. The MMRP will provide the CONSULTANT and CITY with a framework for implementing future projects at individual facility sites, and will identify analysis envelopes, performance standards, and required mitigation measures identified in the EIR analysis. CITY shall: Identify and commit the time of the CITY staff who should be involved in reviewing the MMRP. Review and comment on the draft documents. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. Task A4.10 Certification Hearing and Materials. Under this task, subconsultant will prepare materials for certification, including: Findings, Statement of Overriding Considerations, and Notice of Determination. The scope of work assumes CITY staff or legal counsel will prepare appropriate resolutions. Subconsultant shall present the findings of the EIR to CITY Council. The CITY’s legal counsel shall review findings. Subconsultant will also prepare the draft and final Notice of Determination to be filed with the State Clearinghouse following project approval. CITY shall: Identify and commit the time of the CITY staff (including the City Attorney’s Office) who should be involved in reviewing the Findings, Statement of Overriding Considerations, and Notice of Determination. Review and comment on the draft documents. Compile and tabulate the review comments and resolve any conflicting comments before transmitting to CONSULTANT. CMR16404_Exh N Carollo Ph I Amend 1.doc 6 March 8, 2004 EXHIBIT D - CONSTRUCTION SUPPORT SERVICES - BASIC IMPROVEMENTS TO SUPPORT SFPUC CHLORAMINE CONVERSION PROJECTS I - OFFICE SERVICES Task DI.0 General Administration CITY shall: D1.2 Review the monthly progress reports and provide comments as needed. Task D2.0 Conformed Drawings and Specifications CITY shall: D2.1 Distribute the conformed drawings to various CITY staff as appropriate. Task D3.0 Award Contract CITY shall: D3.1 Issue the Notice to Award, execute the construction agreement with the successful contractor, and issue a Notice to Proceed. Task D4.0 Attendance at Meetings CITY shall: D4.1 Attend Preconstruction Conference. Identify the CITY staff that should attend the preconstruction conference and commit their time. identify and reserve the facilities needed for the conference. D4.2 Attend Regularly Scheduled Meetings. Identify the CITY staff that should attend the regularly scheduled meetings and commit their time. During construction site visits to attend the weekly meetings, the CONSULTANT Project Manager shall walk the job site with the CITY representative(s) to observe the construction progress and discuss relevant construction issues. Task D5.0 Engineering Review Services CITY shall: D5.4 Change Orders. Review change order requests. Assist the CONSULTANT Project Manager in processing change orders with the CITY. CMR16404_Exh N Carollo Pht Amend 1.doc 7 March 8, 2004 II - FIELD SERVICES Task D9.0 Field Inspection CITY shall: Perform periodic field inspection for the duration of the construction project. D9.1 Field Inspection. Assist the CONSULTANT Construction Manager with monitoring the Contractor’s work for compliance with the contract documents. D9.5 Inspection Reports. Review the Daily Inspection Reports and Weekly Inspection Reports. The CONSULTANT Construction Manager shall review the weekly reports prior to distribution to the CITY. III - STARTUP Task D12.0 Startup Assistance CITY shall: D12.1 Testing and Startup Services. Oversee the testing and startup services, and coordinate any the schedules of any CITY staff who should be present for the specified vendor training. CMR16404_Exh N Carollo Ph I Arne~nd l.doc 8 March 8, 2004 Attachment B FORMERLY PROJECT 0110 PROJECT DESCRIPTION Pursuant to a consultant’s recommendations concerning the City’s Water Well Regional Storage and Distribution Sys- tem, this project will increase the City’s water flow for both normal and fire suppression demands. The consultant indi- cated that it was necessary to replace the Dahl, Corte Madem, and Quarry booster pumps with larger pumps. It is also necessary to provide a redundant supply pressure regulating station (PRS) and pipeline for pressure Area 4. Suction and discharge piping, and pump control valves will also be replaced along with the upgrading of electrical service to accom- modate higher horsepower. Additionally, the project will replace equipment at the Boronda and Park booster stations. PROJECT JUSTIFICATION The Quarry, Corte Madem, and Dahl booster pumps need to be increased in size to fill the foothill reservoirs under maximum day water demand conditions. These improvements will enhance the reliability and performance of the water dislribution system in the foothills and allow Pressure Area 4 to have two sources of supply. Although their capacity does not need to be increased, the Boronda and Park booster station pumps need to be replaced since the equipment at those sites is old and has reached the end of its useful life. FUTURE FINANCIAL REQUIREMENTS FISCAL YEAR PYBudget 2003-04 2004-05 2005-06 2006-07 2007-08 $1,360,000 Sources of Funding: Water Fund 185 City of Palo Alto 2002-03 Budget continued lP IMPACT AND SUPPORT ANALYSIS , Environmental: ¯ Design Elements: ¯Operating: Categorically exempt under Section 15302 of CEQA, replacement of existing equipment. Consultant will be required during the design and construction phases. Funding for con- sultant construction administration and project construction was appropriated in FY 2002- 03. One consultant will be selected for both design and construction administration. Improves normal operations, emergency, and fire fighting capacity of the distribution sys- tem. ¯Telecommunications: None COMPREHENSIVE PLAN This project furthers Policy N-19 and Program N-22 of the Comprehensive Plan. 186 City of Palo Alto 2002-03 Budget