Loading...
HomeMy WebLinkAboutStaff Report 8210 City of Palo Alto (ID # 8210) City Council Staff Report Report Type: Consent Calendar Meeting Date: 11/6/2017 City of Palo Alto Page 1 Summary Title: Adoption of Amendment No. 1 to Contract with RMC Water and Environment for Professional Services Title: Approval and Authorization for the City Manager to Execute Contract Amendment No. 1 with RMC Water and Environment to Extend the Term of the Agreement Three Additional Years to End November 9, 2020 for Professional Services Related to the Implementation of the Regional Water Quality Control Plant Long Range Facilities Plan CIP WQ-10001 From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council approve and authorize the City Manager or his designee to execute Contract Amendment Number 1 to Contract C15153692 with RMC Water and Environment, Inc. (Attachment A) to extend the contract term to November 9, 2020 for program management services for Capital Improvement Program projects being implemented via the Regional Water Quality Control Plant Long Range Facilities Plan. Background The Palo Alto Regional Water Quality Control Plant (RWQCP) is currently implementing its Long Range Facilities Plan (LRFP). The LRFP was adopted by Council in July 2012 to upgrade facilities and treatment processes to reduce RWQCP’s carbon footprint, increase treatment efficiency and reliability, and provide dependable and sustainable treatment. Identified in the plan are facilities/process replacement projects to be constructed over a ten-year period at a total cost of $197.5 million. The existing Contract between the City of Palo Alto and RMC to provide program management services for implementation of the LRFP was entered into on City of Palo Alto Page 2 November 10, 2014, with the original term through November 9, 2017 and compensation not-to-exceed $4,357,899, including $390,718 in additional services. To date $746,945 has been expended. Due to the State Water Resources Control Board (SWRCB) Clean Water State Revolving Fund (CWSRF) funding being in higher demand than anticipated and availability not being certain, program activities were delayed. Although CWSRF funding for the Sludge Dewatering and Load Out Facility project was finally secured, staff have learned that funding for the remainder of projects is uncertain, therefore are working with RMC and RWQCP partner agencies to develop alternate financing mechanisms including revenue bond financing and pay-as-you-go approaches, enabling the program to proceed should future CWSRF funds not be available. RMC assisted in reaching the following major milestones:  Sludge Dewatering and Load Out Facility Project (WQ-14001) o Secured $29.7M in CWSRF funding, City Council approved the CWSRF Agreement on April 17, 2017. o Completed design and constructability reviews. o Approved construction contract with C. Overaa & Co., City Council approved the contract on April 17, 2017. o Selected a Consultant for Construction Management Services, City Council approved the Tanner Pacific Agreement on April 17, 2017. o Submitted the first CWSRF construction reimbursement request to the SWRCB to cover $3.2 million soft costs. The reimbursement request was submitted on July 5, 2017 and reimbursement was received August 21, 2017.  New Laboratory & Environmental Services Building project (WQ-14002) o Completed a Siting Study to identify the proposed location of the new Operations Center proposed to house the laboratory, environmental services, and operations staff.  Primary Sedimentation Tank Rehabilitation (WQ-14003) City of Palo Alto Page 3 o Released the Request for Proposals (RFP No. 168129) for design of the project, proposals were due May 24, 2017. o Received three proposals on May 24, 2017. o Interviewed two consultants on June 29, 2017. o Selected the design consultant. o Drafted scope of work for the design of project.  Fixed Film Reactor Rehabilitation (WQ-14004)  Initiated the Secondary Process Evaluation to confirm whether the fixed film reactors have a long term role in the treatment process at the RWQCP or if the funds should be invested in an alternative treatment process.  Plant Equipment Replacement project (WQ-80021)  Drafted scope of work for the Medium and Low Voltage Electrical Distribution Network project.  Updating AutoCAD site plans for future facility layout coordination.  Assisted with ongoing capital program finance planning. Discussion The numerous improvements identified in the LRFP are necessary to ensure compliance with regulatory wastewater treatment requirements, protection of San Francisco Bay, and staff workplace and safety improvements. Due to the following program work that remains, staff recommends extending the contract term three years to end November 9, 2020.  Primary Sedimentation Tank Rehabilitation project design and construction  Fixed Film Reactor Rehabilitation project design and construction  Laboratory and Environmental Services Building project design and construction  Biosolids and Secondary Treatment Assessment  Headworks Facility Replacement project design and construction  72” Interceptor Rehabilitation project design and construction  Ongoing LRFP program financial planning – assisting in lining up funding for the program City of Palo Alto Page 4 No changes to compensation are needed in this contract amendment. Resource Impact No additional funds are associated with adoption of the contract amendment. Policy Implications Adoption of the amendment does not represent a change in existing policies. Environmental Review Adoption of the amendment of the contract term extension is not an action that requires CEQA review. This action does not meet the definition of a project for the purposes of CEQA, under Public Resources Code Section 21065 and CEQA guidelines Section 15378(b)(5), because they are administrative governmental activities which will not cause a direct or indirect physical change in the environment. Attachments:  Attachment A - Amendment No. 1 S15153692 RMC Water  Attachment B - C15153692-RMC Water and Environment AMENDMENT NO. 1 TO CONTRACT NO. C15153692 BETWEEN THE CITY OF PALO ALTO AND RMC WATER AND ENVIRONMENT This Amendment No. 1 to Contract No. C15153692 (“Contract” or “Agreement”) is entered into November 6, 2017 (“Amendment Effective Date”), by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and RMC WATER AND ENVIRONMENT, a California corporation, located at 100 West San Fernando, Suite 320, San Jose, CA 95113 ("CONSULTANT"). City and Consultant are referred to herein collectively as the “Parties.” R E C I T A L S A. The Contract, dated effective November 3, 2014 was entered into between the Parties for the provision of Program Management Services for the Projects under the Long Range Facilities Plan of the Regional Water Quality Control Plant. B. Section 25.4 of the Contract authorizes the Parties to modify the Contract by written amendment. C. The Parties now desire to amend the Contract to extend the Term an additional 3 years from its current expiration date November 9, 2017 to November 9, 2020, to enable program management services for the Long Range Facilities Plan to continue, and to add Exhibit “C-2” (Hourly Rate Schedule – Amendment No. 1) to the Contract to set forth the hourly rates applicable to the additional 3 years of the Contract, with no increase in the maximum compensation under the Contract. NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Section 2, “TERM”, of the Contract is hereby amended to read as follows: “The term of this Agreement is from the date of its full execution through November 9, 2020, unless terminated earlier pursuant to Section 19 of this Agreement.” SECTION 2. Section 4, “NOT TO EXCEED COMPENSATION”, of the Contract is hereby amended to read as follows: “The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A” (“Basic Services”), and reimbursable expenses, shall not exceed Three Million Nine Hundred Sixty-Seven Thousand One Hundred and Eighty One Dollars ($3,967,181.00). CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event Additional Services are authorized, the total compensation for Basic Services, Additional Services and reimbursable expenses shall not exceed Four Million Three Hundred Fifty-Seven Thousand Eight Hundred Ninety-Nine Dollars ($4,357,899.00). The applicable rates and schedule of payment are set out at Exhibit “C-1” and “C- Page 1 of 6 DocuSign Envelope ID: 2719AE5C-9CE5-40E1-9B8F-5047608EA074 2”(Amendment No.1), entitled “HOURLY RATE SCHEDULE,” which is attached to and made a part of this Agreement. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. “Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit “C12-1, C12-2, C12-3, C3-1 C3-2, and C3-3”. CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described at Exhibit “A”.” SECTION 3. The following exhibit(s) to the Contract is/are hereby amended and/or added to read as set forth in the attachment(s) to this Amendment, which are incorporated in full by this reference: a. Exhibit “B” entitled “Schedule of Performance, Amendment No. 1”.- Amended b. Exhibit “C-2” entitled “Hourly Rate Schedule, Amendment No. 1”.- Added SECTION 4. Except as herein modified, all other provisions of the Contract, including any exhibits and subsequent amendments thereto, shall remain in full force and effect. IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on the date first above written. Page 2 of 6 DocuSign Envelope ID: 2719AE5C-9CE5-40E1-9B8F-5047608EA074 CITY OF PALO ALTO ____________________________ City Manager or designee APPROVED AS TO FORM: _____________________________ City Attorney or designee RMC WATER AND ENVIRONMENT Officer 1: By:___________________________ Name:_________________________ Title:________________________ Officer 2: By:___________________________ Name:_________________________ Title:________________________ Attachments: EXHIBIT “B”: SCHEDULE OF PERFORMANCE, AMENDMENT NO. 1- AMENDED EXHIBIT "C-2": HOURLY RATE SCHEDULE- ADDED Page 3 of 6 DocuSign Envelope ID: 2719AE5C-9CE5-40E1-9B8F-5047608EA074 Alyson Watson President Bruce Nicholson Secretary EXHIBIT “B” SCHEDULE OF PERFORMANCE AMENDMENT NO.1 CONSULTANT shall perform the Services so as to complete each milestone within the number of weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Completion No. of Weeks From NTP 1. Year One Components 52 Weeks 1, 2, & 3 2. Year Two Components 104 week 1, 2, & 3 3. Year Three Components 156 Weeks 1, 2, & 3 4. Year Four Components 208 Weeks 5. Year Five Components 260 Weeks 6. Year Six Components 312 Weeks Page 4 of 6 DocuSign Envelope ID: 2719AE5C-9CE5-40E1-9B8F-5047608EA074 City of Palo Alto (0038-014.01) Page 1 of 1 Woodard & Curran May 31, 2017 Standard Billing Rates 2016 Labor Category 2017/18/19/20 Labor Category 2017 Rate 2018 Rate 2019 Rate 2020 Rate EPS-1 Engineer 1 (E1) $152 $156 $160 $164 Scientist 1 (S1) Geologist 1 (G1) Planner 1 (P1) Technical Specialist 1 (TS1) EPS-2/EPS-3 Engineer 2 (E2) $178 $182 $187 $192 Scientist 2 (S2) Geologist 2 (G2) Planner 2 (P2) Technical Specialist 2 (TS2) EPS-4 Engineer 3 (E3) $201 $206 $211 $216 Scientist 3 (S3) Geologist 3 (G3) Planner 3 (P3) Technical Specialist 3 (TS3) EPS-5 Project Engineer 1 (PE1) $205 $210 $215 $221 Project Scientist 1 (PS1) Project Geologist 1 (PG1) Project Planner 1 (PP1) Project Technical Specialist 1(PTS1) EPS-6 Project Engineer 2 (PE2) $222 $228 $233 $239 Project Scientist 2 (PS2) Project Geologist 2 (PG2) Project Planner 2 (PP2) Project Technical Specialist 2(PTS2)EPS-7 Project Manager 1 (PM1)$237 $243 $249 $255Technical Manager 1 (TM1) EPS-8 Project Manager 2 (PM2)$249 $255 $262 $268Technical Manager 2 (TM2) EPS-9/EPS-10 Senior Project Manager (SPM)$266 $273 $279 $286Senior Technical Manager (STM) EPS-11 to EPS-13 Senior Technical Practice Leader(STPL)$295 $302 $310 $318Service Line Leader (SLL) EPS-13/EPS-14 National Practice Leader (NPL)$310 $318 $326 $334Strategic Business Unit Leader(SBUL)Tech-1 Software Engineer 1 (SE1)$136 $139 $143 $146 Tech-2 Designer 1 (D1)$140 $144 $147 $151 Tech-3 Designer 2 (D2)$150 $154 $158 $162 Tech4/Tech-5 Designer 3 (D3)$153 $157 $161 $165Senior Software Developer (SSD) Tech-6/Tech-7 Senior Designer (SD)$165 $169 $173 $178 AD-1/AD2 Project Assistant (PA)$105 $108 $110 $113 AD-3 Marketing Assistant (MA)$113 $116 $119 $122Graphic Artist (GA) AD-4/AD-5 Senior Accountant (SA)$125 $128 $131 $135Billing Manager (BM) AD-6/AD-7 Marketing Manager (MM)$145 $149 $152 $156Graphics Manager (GM) AMENDMENT NO.1 Rates shall apply to services performed by CONSULTANT from November 10, 2017 to November November 9, 2020. Page 5 of 6 Exhibit C-2 Hourly Rate ScheduleDocuSign Envelope ID: 2719AE5C-9CE5-40E1-9B8F-5047608EA074 Carollo Engineers, Inc. 2018 – 2020 Fee Schedule 2018 2019 2020 Engineers/Scientists Assistant Professional $175 $182 $189 Professional $213 $222 $231 Project Professional $253 $263 $273 Lead Project Professional 1 $272 $283 $295 Lead Project Professional 2 $202 $210 $218 Senior Professional 1 $295 $307 $319 Senior Professional 2 $292 $304 $316 Senior Professional 3 $276 $287 $298 Technicians Technicians $131 $136 $142 Senior Technicians $183 $190 $198 Support Staff Document Processing / Clerical $115 $120 $125 Project Equipment Communication Expense (PECE) Per DL Hour $11.70 $12.00 $12.30 Other Direct Expenses Travel & Subsistence At cost At cost At cost Mileage IRS rate per mile Subconsultant Cost + 10% Cost + 10% Cost + 10% Other Direct Cost Cost + 10% Cost + 10% Cost + 10% Expert Witness Rate x 2.0 Rate x 2.0 Rate x 2.0 This fee schedule is subject to annual revisions due to labor adjustments. EXHIBIT "C-2" HOURLY RATE SCHEDULE AMENDMENT NO.1 Rates shall apply to services performed by CONSULTANT from November 10, 2017 to November November 9, 2020. Page 6 of 6 DocuSign Envelope ID: 2719AE5C-9CE5-40E1-9B8F-5047608EA074 Professional ServicesRev. Feb. 2014 CITY OF PALO ALTO CONTRACT NO. C15153692 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND RMC WATER AND ENVIRONMENT FOR PROFESSIONAL SERVICES This Agreement is entered into on this 10th day of November, 2014, (“Agreement”) by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and RMC WATER AND ENVIRONMENT, a California Corporation, located at 100 West San Fernando, Suite 320, San Jose, CA 95113 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to implement the Long Range Facilities Plan (“Project”) and desires to engage a consultant to provide program management for the implementation of the LRFP while maintaining plant operation and full permit compliance at all times in connection with the Project (“Services”). B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit “A”, attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit “A” in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. Optional On-Call Provision (This provision only applies if checked and only applies to on- call agreements.) Services will be authorized by the City, as needed, with a Task Order assigned and approved by the City’s Project Manager. Each Task Order shall be in substantially the same form as Exhibit A-1. Each Task Order shall designate a City Project Manager and shall contain a specific scope of work, a specific schedule of performance and a specific compensation amount. The total price of all Task Orders issued under this Agreement shall not exceed the amount of Compensation set forth in Section 4 of this Agreement. CONSULTANT shall only be compensated for work performed under an authorized Task Order and the City may elect, but is not required, to authorize work up to the maximum compensation amount set forth in Section 4. C15153692 Program Management Services for the RWQCP 1 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through completion of the services in accordance with the Schedule of Performance attached as Exhibit “B” unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit “B”, attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CONSULTANT is not responsible for schedule delays due to events or actions by others that are beyond the reasonable control of CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A”, including both payment for professional services and reimbursable expenses, shall not exceed Three Million Nine Hundred Sixty-Seven Thousand One Hundred and Eighty One Dollars ($3,967,181.00). In the event Additional Services are authorized, the total compensation for Services, Additional Services and reimbursable expenses shall not exceed Four Million Three Hundred Fifty-Seven Thousand Eight Hundred Ninety-Nine Dollars ($4,357,899.00).The applicable rates and schedule of payment are set out in Exhibit “C12-1, C12-2, C12-3, C3-1 C3-2, and C3-3”, entitled “HOURLY RATE SCHEDULE,” which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit “C”. CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit “A”. SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit “C- 1”). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City’s project manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the C15153692 Program Management Services for the RWQCP 2 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants, if permitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. CONSULTANT shall correct, at no cost to CITY, any and all errors, omissions, or ambiguities in its work product submitted to CITY, to the extent that such errors, omissions, or ambiguities were not materially caused by erroneous or ambiguous information provided by others and, provided CITY gives notice to CONSULTANT. If CONSULTANT has prepared plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Project. This obligation shall survive termination of the Agreement until expiration of statutes of limitations and repose applicable to Consultant’s services for a period of four (4) years. CITY shall furnish CONSULTANT available studies, reports and other data pertinent to Consultant’s services. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of the CITY’s stated construction budget, CONSULTANT shall make recommendations to the CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. CONSULTANT shall use due diligence and current market data in preparing the construction cost estimates. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of C15153692 Program Management Services for the RWQCP 3 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. Option A: No Subcontractor: CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. Option B: Subcontracts Authorized: Notwithstanding Section 11 above, CITY agrees that subconsultants may be used to complete the Services. The subconsultants authorized by CITY to perform work on this Project are: Carollo Engineers Covello Group CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Steve Clary as the Program Manager to have supervisory responsibility for the performance, progress, and execution of the Services and Marc Nakamoto as the Deputy Program Manager to represent CONSULTANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The City’s project manager is Padmakar Chaobal, Public Works Department, Environmental Services Division, RWQCP 2501 Embarcadero Way, Palo Alto, CA 94303, Telephone:(650) 329-2287. The project manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery and final payment by CITY, all work product, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of C15153692 Program Management Services for the RWQCP 4 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. [Option A applies to the following design professionals pursuant to Civil Code Section 2782.8: architects; landscape architects; registered professional engineers and licensed professional land surveyors.] 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an “Indemnified Party”) from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements (“Claims”) that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. [Option B applies to any consultant who does not qualify as a design professional as defined in Civil Code Section 2782.8.] 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an “Indemnified Party”) from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements (“Claims”) resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. In the event an action alleges negligence on the part of CONSULTANT and/or CITY, or any third parties not under contract with CONSULTANT, CONSULTANT’S obligations regarding reimbursement of CITY’S reasonable defense costs incurred to the extent of CONSULTANT’S negligence as expressly determined by a final judgment, arbitration, award, order, settlement, or other final resolution. C15153692 Program Management Services for the RWQCP 5 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 16.3. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice of the cancellation or modification. If the insurer cancels or modifies the insurance and provides less than thirty (30) days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business days of the CONSULTANT’s receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Purchasing Manager during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. C15153692 Program Management Services for the RWQCP 6 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. Prior to giving notice of termination or suspension for cause, CITY will provide CONSULTANT two weeks opportunity to remedy the cause. 19.2. CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving thirty (30) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. CONSULTANT makes no representation of the suitability of work product for use in, or application to, circumstances not contemplated by the scope of work, or for incomplete work products. 19.4. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise of his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 19.4, 20, and 25. This obligation shall survive termination of the Agreement. 19.5. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project director C15153692 Program Management Services for the RWQCP 7 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 at the address of CONSULTANT recited above SECTION 21. CONFLICT OF INTEREST. 21.1. In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 21.3. If the Project Manager determines that CONSULTANT is a “Consultant” as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. C15153692 Program Management Services for the RWQCP 8 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the City’s Environmentally Preferred Purchasing policies which are available at the City’s Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of the City’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Consultant shall comply with the following zero waste requirements: All printed materials provided by Consultant to City generated from a personalcomputer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by the City’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks. Goods purchased by Consultant on behalf of the City shall be purchased in accordance with the City’s Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products andpackaging. A copy of this policy is on file at the Purchasing Office. Reusable/returnable pallets shall be taken back by the Consultant, at no additional cost to the City, for reuse or recycling. Consultant shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. NON-APPROPRIATION 24.1. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. SECTION 25. MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 25.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 25.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys’ fees paid to third parties. 25.4. This document represents the entire and integrated agreement between the C15153692 Program Management Services for the RWQCP 9 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. 25.6. If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7. All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 25.8 If, pursuant to this contract with CONSULTANT, City shares with CONSULTANT personal information as defined in California Civil Code section 1798.81.5(d) about a California resident (“Personal Information”), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULTANT shall not use Personal Information for direct marketing purposes without City’s express written consent. 25.9 All unchecked boxes do not apply to this agreement. / / / / / / / / / / / / / / / / / / / / C15153692 Program Management Services for the RWQCP 10 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 25.10 The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. 25.11 This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties, constitute a single binding agreement 25.12 In the event of a dispute under this agreement, CITY and CONSULTANT agree to attempt a resolution by mediation. The mediator shall be acceptable to the CITY and CONSULTANT. 25.13 CONSULTANT shall be named as additional primary insured(s) by the construction contractor’s General Liability and Builder’s All Risk insurance policies and all Construction Documents and insurance certificates shall include wording acceptable to the parties herein with reference to such provisions. 25.14 CONSULTANT shall not be responsible for the means, methods, techniques, sequences, or procedures of construction selected by construction contractors or the safety precautions and programs incident to the work of construction contractors and will not be responsible for construction contractor’s failure to carry out work in accordance with the Contract Documents unless the means, methods, techniques, sequences, or procedures of construction are specified by the CONSULTANT. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO City Manager APPROVED AS TO FORM: Senior Asst. City Attorney RMC WATER AND ENVIRONMENT By: Name: Title: Attachments: EXHIBIT “A”: SCOPE OF SERVICES EXHIBIT “B”: SCHEDULE OF PERFORMANCE EXHIBIT “C”: COMPENSATION EXHIBIT “C12-1”: SCHEDULE OF RATES EXHIBIT “C12-2”: SCHEDULE OF RATES EXHIBIT “C12-3”: SCHEDULE OF RATES EXHIBIT “C3-1”: SCHEDULE OF RATES EXHIBIT “C3-2”: SCHEDULE OF RATES C15153692 Program Management Services for the RWQCP 11 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Executive Vice President Stephen Clary Professional Services Rev. Feb. 2014 EXHIBIT “C3-3”: SCHEDULE OF RATES EXHIBIT “D”: INSURANCE REQUIREMENTS C15153692 Program Management Services for the RWQCP 12 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 EXHIBIT “A” SCOPE OF SERVICES PALO ALTO REGIONAL WATER QUALITY CONTROL PLANT PROGRAM MANAGEMENT SCOPE OF SERVICES The Palo Alto Regional Water Quality Control Plant (RWQCP) was originally constructed in 1934 and had undergone several expansions and upgrades throughout the years. To date, the RWQCP is an advanced treatment facility that provides treatment and disposal of wastewater for the Cites of Palo Alto, Mountain View, and Los Altos; the Town of Los Altos Hills; the East Palo Alto Sanitary District; and Stanford University. The RWQCP currently has a designed average dry weather flow (ADWF) capacity of 39 million gallons per day (MGD), and a current average flow of about 20 MGD. The RWQCP effluent is partly discharged to the San Francisco Bay, and partly diverted to the RWQCP recycled water facility for reuse. A Long Range Facilities Plan (LRFP) was prepared in 2012 to provide a road map for the RWQCP’s future. Most recently, an Organics Facilities Plan ( OFP ) has been prepared to address the biosolids from the RWQCP, food scraps from residents and businesses, and yard trimmings from residents and businesses. The RWQCP seeks professional program management services to assist staff with the implementation of the LRFP and the OFP. BACKGROUND The RWQCP was originally constructed in 1934 for treatment of local waste. In 1972, the RWQCP was upgraded to a secondary treatment facility and expanded to the average dry weather flow capacity of 35 mgd and the peak hour wet weather capacity of 80 mgd. With this expansion, in addition to Palo Alto, the RWQCP provides wastewater treatment and disposal from the cities of Mountain View, Los Altos, East Palo Alto Sanitary District, Los Altos Hills, and Stanford University. In 1980, construction was completed for an upgrade to provide nitrification and tertiary treatment. In 1988, a capacity expansion project increased the overall permitted average dry weather flow capacity to 39 mgd. In case there is a need for essential maintenance or to handle wet weather flows exceeding 40 mgd, provisions were made so the nitrification and tertiary treatment processes can be bypassed. The existing treatment processes at the RWQCP consist of headworks, primary, two-stage secondary, tertiary, ultra-violet disinfection, solids incineration, and recycled water treatment. Some of the original structures are still in use. In 2012, the RWQCP conducted the LRFP to upgrade its facilities and treatment processes. The goals are to reduce the RWQCP’s carbon footprint, increase treatment efficiency and reliability, and provide dependable and sustainable treatment. The LRFP was accepted by the Palo Alto City Council on July 2, 2012. The LRFP and information about the Plant are available at the C15153692 Program Management Services for the RWQCP 13 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 plant website: http://www.cityofpaloalto.org/news/displaynews.asp?NewsID=2101&TargetID=65 In March, 2014 the attached Organics Facilities Plan ( OFP ) was developed to address the biosolids from the RWQCP, food scraps, and yard trimmings. The first two components of the 4-component OFP address biosolids and are also contained in the LRFP. Therefore it is critical that the LRFP and the OFP be fully coordinated as planning and design occur. Therefore the Project Management Consultant being selected via this RFP, must integrate the LRFP and the OFP. Components 3 and 4 of the OFP address food scraps and yard trimmings, respectively. The LRFP identified a total cost of $192 million of facilities/process replacement projects to be constructed over a ten year period. It is anticipated that varying phases of the projects would overlap. The RWQCP seeks to retain a consulting engineering firm to act as Program Manager for these projects. The Program Manager will be responsible for planning and coordinating project activities, acquiring and managing the preparation of designs and environmental documents by other consultants, conducting design reviews, coordinating or managing construction of projects, working with RWQCP engineering staff to monitor overall budgets and schedules, facilitating the RWQCP with regulatory and partner agencies liaison, and assisting the RWQCP on public relations, as needed. PROJECT APPROACH The LRFP provides a basis for the Consultant to understand City and community goals. Consultant shall assist the RWQCP to implement the projects following the road map outlined in the LRFP. The LRFP identified seven major facilities/processes that need to be upgraded or replaced: Solids handling Primary sedimentation Lab/environmental services Fixed film reactors Headworks Recycled water filters and chlorine contact tank Joint interceptor sewer The RWQCP anticipates awarding separate consulting contracts for the above projects. The RWQCP is also considering the use of design-build process for some projects. A tentative implementation schedule and budget of the LRFP is included with this request for proposal as Attachment A. Subsequent to Council’s acceptance of the LRFP, the RWQCP is completing the Biosolids Facility Plan in accordance with the LRFP recommendation regarding the solids handling process. Council’s decisions on the Biosolids Facility Plan recommendations shall be the guide to the Solids handling project. Additionally, the City is considering two projects, one for preprocessing of food scraps, and one for processing of yard trimmings, which would be related to the Biosolids Facilities Plan. These two projects are Components #3 and #4 of the City’s Organics Facilities Plan OFP and shall be C15153692 Program Management Services for the RWQCP 14 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 referred to as Components #3 and #4 of the OFP. Component #3 projects will be managed by Consultant in the same way as the LRFP projects, except that the funding source is different (largely the City’s Refuse Fund ), and therefore the financial management will be kept separate. CONSULTANT SERVICES GENERAL Consultant shall provide program management for the implementation of the LRFP while maintaining plant operation and full permit compliance at all times. The LRFP would provide an overall rehabilitation as well as new processes and facilities in the existing RWQCP. The program requires Consultant to provide a large variety of services. The Consultant team shall have experience in competitive bid process and possess a full spectrum of engineering/financial expertise, including structural, civil, process mechanical, instrumentation & controls, environmental, and construction management. Consultant shall be knowledgeable of laws and regulations related to wastewater treatment facilities including NPDES permit regulations, California and Federal air regulations, greenhouse gas regulations, OSHA , and environmental documentation requirements. Consultant shall put together a flexible team with flexible time allocation to accommodate the needs of the program. The program manager will report to the senior engineer of the RWQCP. For Components #3 and #4 of the OFP, the program manager shall report to the City’s Solid Waste Manager. Consultant shall become familiar with the City’s procedures and be an extension of the RWQCP engineering group. It is therefore important that the Consultant team shares common values with the RWQCP staff and a communication style for successful integration with RWQCP staff. It is the RWQCP’s expectation that Consultant will operate in an advisory capacity on matters requiring decisions, and be able to implement the LRFP with minimal assistance from RWQCP staff. Consultant is not expected to navigate the projects through City procedures, but is expected to provide all support documents needed for RWQCP staff to move the project through City process. There is limited office space available at the RWQCP. RWQCP staff will work with Consultant to determine how best to accommodate Consultant team for optimal efficiency. Consultant shall keep its work properly organized at all times. As much as possible, records shall be in electronic format compatible with the RWQCP’s software, hardware and security protocols. Records of work shall be available to the RWQCP at all times. City will have ownership rights of all records and documents. Consultant shall not share City documents or information with anyone outside of the City organization, except the Consultant program team, without the City’s approval. Any preliminary design performed by Consultant under this Contract shall be the property of the City and City has the right to allow the design engineer to use the preliminary design documents to complete the final design. BASIC SERVICES Task 1: Planning and coordination Consultant shall review the work requirements of the LRFP, and make projection of the impacts C15153692 Program Management Services for the RWQCP 15 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 on the RWQCP’s treatment process, operation, and finance. Consultant shall lay out the schedule for the funding, environmental review, design, regulatory, and construction activities for a phased implementation of the LRFP. A separate schedule for Components #3 and #4 of the OFP shall be prepared. Consultant shall plan and coordinate the activities of the various phases/projects to maintain conformance with the LRFP budget and schedule. Consultant shall: 1.1 Determine phasing of work, critical paths, milestones for projects to minimize impact while ensuring the RWQCP complies with regulatory requirements, consistent with the LRFP recommendations 1.2 Set deadlines for funding, permitting, environmental review, design, and construction for the various phases/projects 1.3 Refine and customize program management tools to fit the specific needs of the LRFP, including tools for budget management, schedule management, cash flow & forecasting and accounting & financing 1.4 Develop and maintain a master schedule of all the projects under the LRFP, perform CPM analysis as needed 1.5 Develop and maintain a comprehensive overall program budget and cash flow projection for the LRFP 1.6 Develop reporting tool to provide updates and alert the RWQCP of issues in a timely manner Task 2: Acquisition and management of project consultants Consultant shall assist the RWQCP in obtaining the services of consulting engineering firms to complete the environmental documentations and designs of projects under the LRFP and Components #3 and #4 of the OFP, keeping all financial management and billings separate for these two projects. Consultant will not be allowed to propose on any of these projects. Consultant shall: 2.1 Prepare scope of work and Requests for Proposal 2.2 Assist RWQCP staff to navigate project through City’s acquisition process to obtain the engineering services 2.3 Evaluate proposals and assist RWQCP with the selection of engineering firms for the projects 2.4 Oversee and provide consistency across multiple designers and ensure that the designs of multiple projects would result in consistency across multiple contractors 2.5 Develop document management requirements and ensure consistency in project reporting and products C15153692 Program Management Services for the RWQCP 16 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 Task 3: Design/Document reviews Consultant shall conduct review of the reports, plans and specifications prepared by the consulting engineering firms for projects under the LRFP and Components #3 and #4 of the OFP. Consultant shall: 3.1 Coordinate and engage plant staff with projects to ensure proper basis of planning and design 3.2 Review all reports, design submittals, scope changes, project products and establish a QA/QC program 3.3 Coordinate and provide information needed for environmental documents and design of projects, and ensure consistency across multiple projects 3.4 Provide value engineering and constructability review 3.5 Review and ensure regulatory compliance Task 4: Services for project construction Consultant shall assist the RWQCP to ensure proper execution of construction contracts under the LRFP and Components #3 and #4 of the OFP. Consultant shall: 4.1 Prepare invitation for bid packages 4.2 Assist RWQCP staff to navigate through City’s acquisition procedures to obtain the contracts for construction of the LRFP projects 4.3 The RWQCP has the option to and may request the Consultant to provide or assist staff with construction management services. Consultant shall prepare the scope and budget. City will amend the Consultant’s annual contract to include the agreed upon fee for the construction management services. Consultant will then perform the construction management services under the amended Basic Services 4.4 Alternatively, the RWQCP has the option to request Consultant to prepare “Request for Proposal” document to obtain the services of construction management firm to oversee the construction project. Consultant and/or its Sub-consultants may propose on this task 4.5 Coordinate and ensure consistency and continuity across multiple construction projects 4.6 Coordinate multiple construction project activities with plant operations / project phasing / shutdowns 4.7 Coordinate and review the progress of multiple construction projects to ensure that conflicts/issues are resolved by the appropriate parties in a timely manner C15153692 Program Management Services for the RWQCP 17 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 4.8 Keep the RWQCP informed of the progress of the projects Task 5: Services for alternate project delivery (DELETED) Task 6: Budget and schedule management Consultant shall monitor overall budgets and schedules and maintain conformance with the LRFP budget and schedule. Consultant shall: 6.1 Monitor the budget and schedule of multiple projects under varying phases of design and construction 6.2 Coordinate and monitor funding activities for the projects 6.3 Prepare cash flow and forecast for the individual project and for the combined projects under the program 6.4 Prepare accounting and financing documents/reports for City, partner agencies, and funding agencies 6.5 Document accounting, financing, and reporting activities in sufficient detail, suitable for internal and outside audits Task 7: Participation with in-house project Consultant shall coordinate with RWQCP engineering group on activities of in-house projects to avoid or resolve any conflicts with schedules or work. Coordination with plant staff shall be an on-going continuous effort of the Consultant’s services. Consultant may be asked to assist RWQCP staff with minor in-house project design and/or construction management. Upon request by the RWQCP engineering staff, Consultant shall prepare the scope of work and budget. If RWQCP desires Consultant’s service for the minor in- house project, such work shall be performed under the Additional Task component of the contract. Task 8: Regulatory and partner agencies liaison Consultant shall facilitate with regulatory and partner agencies as a liaison. As needed, Consultant shall: 8.1 Prepare informational material and assist the RWQCP with the presentation of workshops and updates for the City management, Council Committees, City Council, and partner agencies 8.2 Coordinate and prepare applications and regulatory documents as needed for the projects, C15153692 Program Management Services for the RWQCP 18 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 collaborate with regulatory agencies, establish permit requirements, and assist the RWQCP in the permitting process 8.3 Update and assist the RWQCP with regulatory changes and compliance requirements Task 9: Public outreach For public relations, the city typically takes a lead role and utilizes outside help on an as needed basis. Consultant shall assist the RWQCP with any required public outreach. Most of the public outreach for the program has been done during the preparation of the LRFP. The RWQCP does not expect any project controversy or a significant need for outside assistance with public outreach. Consultant shall: 9.1 Prepare program communications plan if needed 9.2 Perform technical, regulatory and environmental analyses if needed to prepare for public outreach effort 9.3 Prepare slides, handouts, and outreach materials 9.4 Assist with public meetings 9.5 Incorporate stakeholders/public inputs 9.6 Document the outreach process, issues, discussions, goals, and outcome Task 10: Funding acquisition City anticipates funding the LRFP projects with the State Revolving fund loan. Consultant may be required to assist City with funding acquisition. When requested by the RWQCP, assist with acquisition of funding, such as the State Revolving Fund loan or bond financing. With respect to Components #3 and #4 of the OFP, consultant will be asked to seek grant funding from all available sources. Consultant shall be knowledgeable and be prepared to provide the full spectrum of services needed to secure funding. Services would include preparation of the necessary documents required by funding agency, meeting and coordination with funding agency, preparation of documents for council approval, coordination with credit review agency, etc. Task 11: Project management Consultant shall provide necessary administration, minutes, proper invoicing meeting funding agencies’ requirements, budget control, project controls, quality assurance and reviews, and professional oversight. Project staffing shall be maintained at acceptable levels to keep the project on schedule, ensure continuity of information, and satisfy the requirements of the scope of work. Task 12: Office Trailer Consultant shall provide office space, office equipment, furniture and all items required to function as a field office for managing various phases of the program. ADDITIONAL SERVICES C15153692 Program Management Services for the RWQCP 19 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 The City may elect to have Consultant perform any or all of the following additional services. Consultant shall perform these services only if pre-authorized in writing by the City Project Manager. Consultant shall provide an hourly rate sheet and include annual escalation for future years if any. 1. When requested by the RWQCP, assist with minor in-house project design and construction management 2. Assist City with public outreach efforts in excess of task 9 due to unforeseen controversies 3. Assist City with regulatory compliance or permitting efforts in excess of task 8 due to unforeseen regulatory/permitting changes. Related links 1. Biosolids Facility Plan (BFP) http://www.cityofpaloalto.org/civicax/filebank/documents/39964 2. Long Range Facility Plan (LRFP)http://www.cityofpaloalto.org/civicax/filebank/documents/32042 3. Preliminary Design for the Dewatering & Loadout Facilityhttp://www.cityofpaloalto.org/civicax/filebank/documents/32042x 4. Site Assessment and Design Guidelines for Baylands Natural Preserve http://www.cityofpaloalto.org/civicax/filebank/documents/13318 5. Palo Alto Municipal Codehttp://www.amlegal.com/nxt/gateway.dll/California/paloalto_ca/paloaltomunicipalcode?f=tmplat es$fn=default.htm$3.0$vid=amlegal:paloalto_ca 6. PA Goals, Policies and Programs http://www.cityofpaloalto.org/civicax/filebank/documents/8176 C15153692 Program Management Services for the RWQCP 20 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 \ Attachment A Long Range Facility Plan Tentative Implementation Schedule and Budget Project Title Project Start Year Project Cost Solids handling Facility Planning – 2013 Phase I – 2014 Phase II – 2015 $69,000,000 Primary Sedimentation Tank Rehabilitation 2015 $7,313,000 Lab & Environmental Services Building 2015 $17,903,763 Fixed Film Reactors Structure and Equipment 2017 $19,420,440 Headworks Facility (including Grit Removal System 2020 $38,856,627 Recycled Water Filters and Chlorine Contact Tank 2022 $14,209,044 Joint Interceptor Sewer 2022 $30,800,000 Total LRFP Program $197,502,874.00 C15153692 Program Management Services for the RWQCP 21 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 EXHIBIT “B” SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Completion No. of Days/Weeks From NTP 1.Year One Components1, 2, & 3 52 Weeks 2.Year Two Components 1, 2, & 3 104 Weeks 3.Year Three Components 1, 2, & 3 156 Weeks 4. 5. 6. 7. 8. 9. 10. C15153692 Program Management Services for the RWQCP 22 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 EXHIBIT “C12-1” YEAR 1 COMPENSATION FOR COMPONENTS 1 & 2 The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1 up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit “A” (“Basic Services”) and reimbursable expenses shall not exceed $582,807. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $641,088. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $582,807 and the total compensation for Additional Services does not exceed $58,281. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 $164,881 (Planning & coordination) Task 2 $108,563 (Acquisition and management of project consultants) Task 3 $138,255 (Design/document reviews) Task 4 $12,381 (Services for project construction) Task 5 $0 (Deleted) Task 6 $18,002 (Budget and schedule management) Task 7 $9,210 (Participation with In-house projects) C15153692 Program Management Services for the RWQCP 23 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 Task 8 $7,974 (Regulatory and partner agencies liaison) Task 9 $8,528 (Public outreach) Task 10 $27,615 (Funding acquisition) Task 11 $63,999 (Project management) Task 12 $23,400 (Office trailer) Sub-total Basic Services Year 1 $582,807 Reimbursable Expenses $0 Total Basic Services and Reimbursable expenses $582,807 Additional Services (Not to Exceed) $58,281 Maximum Total Compensation $641,088 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. C15153692 Program Management Services for the RWQCP 24 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1000 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: C15153692 Program Management Services for the RWQCP 25 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 EXHIBIT “C12-2” YEAR 2 COMPENSATION FOR COMPONENTS 1 & 2 The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1 up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit “A” (“Basic Services”) and reimbursable expenses shall not exceed $1,528,621. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $1,681,483. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $1,528,621 and the total compensation for Additional Services does not exceed $152,862. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 $33,425 (Planning & coordination) Task 2 $588,383 (Acquisition and management of project consultants) Task 3 $497,282 (Design/document reviews) Task 4 $52,335 (Services for project construction) Task 5 $0 (Deleted) Task 6 $73,157 (Budget and schedule management) Task 7 $20,448 C15153692 Program Management Services for the RWQCP 26 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 (Participation with In-house projects) Task 8 $31,918 (Regulatory and partner agencies liaison) Task 9 $11,686 (Public outreach) Task 10 $0 (Funding acquisition) Task 11 $187,627 (Project management) Task 12 $16,800 (Office trailer) Sub-total Basic Services Year 2 $ 1,528,621 Reimbursable Expenses $0 Total Basic Services and Reimbursable expenses $1,528,621 Additional Services (Not to Exceed) $152,862 Maximum Total Compensation $1,681,483 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. C15153692 Program Management Services for the RWQCP 27 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1000 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: C15153692 Program Management Services for the RWQCP 28 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 EXHIBIT “C12-3” YEAR 3 COMPENSATION FOR COMPONENTS 1 & 2 The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1 up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit “A” (“Basic Services”) and reimbursable expenses shall not exceed $1,502,711. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $1,652,982. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $1,502,711 and the total compensation for Additional Services does not exceed $150,271. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 $31,877 (Planning & coordination) Task 2 $558,786 (Acquisition and management of project consultants) Task 3 $375,005 (Design/document reviews) Task 4 $173,754 (Services for project construction) Task 5 $0 (Deleted) Task 6 $93,991 (Budget and schedule management) Task 7 $21,266 C15153692 Program Management Services for the RWQCP 29 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 (Participation with In-house projects) Task 8 $30,690 (Regulatory and partner agencies liaison) Task 9 $11,236 (Public outreach) Task 10 $28,694 (Funding acquisition) Task 11 $176,169 (Project management) Task 12 $16,800 (Office trailer) Sub-total Basic Services Year 3 $ 1,502,711 Reimbursable Expenses $0 Total Basic Services and Reimbursable expenses $1,502,711 Additional Services (Not to Exceed) $150,271 Maximum Total Compensation $1,652,982 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. C15153692 Program Management Services for the RWQCP 30 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1000 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: C15153692 Program Management Services for the RWQCP 31 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 EXHIBIT “C3-1” YEAR 1 COMPENSATION FOR COMPONENT 3 The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1 up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit “A” (“Basic Services”) and reimbursable expenses shall not exceed $105,326. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $115,859. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $105,326 and the total compensation for Additional Services does not exceed $10,533. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 $16,179 (Planning & coordination) Task 2 $0 (Acquisition and management of project consultants) Task 3 $62,030 (Design/document reviews) Task 4 $0 (Services for project construction) Task 5 $0 (Deleted) Task 6 $7,032 (Budget and schedule management) Task 7 $0 (Participation with In-house projects) C15153692 Program Management Services for the RWQCP 32 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 Task 8 $7,974 (Regulatory and partner agencies liaison) Task 9 $0 (Public outreach) Task 10 $0 (Funding acquisition) Task 11 $12,112 (Project management) Task 12 $0 (Office trailer) Sub-total Basic Services Year 1 $105,326 Reimbursable Expenses $0 Total Basic Services and Reimbursable expenses $105,326 Additional Services (Not to Exceed) $10,533 Maximum Total Compensation $115,859 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. C15153692 Program Management Services for the RWQCP 33 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1000 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: C15153692 Program Management Services for the RWQCP 34 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 EXHIBIT “C3-2” YEAR 2 COMPENSATION FOR COMPONENT 3 The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1 up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit “A” (“Basic Services”) and reimbursable expenses shall not exceed $118,032. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $129,835. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $118,032 and the total compensation for Additional Services does not exceed $11,803. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 $0 (Planning & coordination) Task 2 $0 (Acquisition and management of project consultants) Task 3 $67,706 (Design/document reviews) Task 4 $0 (Services for project construction) Task 5 $0 (Deleted) Task 6 $7,313 (Budget and schedule management) Task 7 $0 (Participation with In-house projects) C15153692 Program Management Services for the RWQCP 35 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 Task 8 $8,293 (Regulatory and partner agencies liaison) Task 9 $0 (Public outreach) Task 10 $21,557 (Funding acquisition) Task 11 $13,163 (Project management) Task 12 $0 (Office trailer) Sub-total Basic Services Year 2 $ 118,032 Reimbursable Expenses $0 Total Basic Services and Reimbursable expenses $118,032 Additional Services (Not to Exceed) $11,803 Maximum Total Compensation $129,835 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. C15153692 Program Management Services for the RWQCP 36 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1000 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: C15153692 Program Management Services for the RWQCP 37 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 EXHIBIT “C3-3” YEAR 3 COMPENSATION FOR COMPONENT 3 The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1 up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit “A” (“Basic Services”) and reimbursable expenses shall not exceed $129,684. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $142,652. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $129,684 and the total compensation for Additional Services does not exceed $12,968. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 $0 (Planning & coordination) Task 2 $46,210 (Acquisition and management of project consultants) Task 3 $38,394 (Design/document reviews) Task 4 $0 (Services for project construction) Task 5 $0 (Deleted) Task 6 $13,014 (Budget and schedule management) Task 7 $0 (Participation with In-house projects) C15153692 Program Management Services for the RWQCP 38 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 Task 8 $9,175 (Regulatory and partner agencies liaison) Task 9 $0 (Public outreach) Task 10 $8,393 (Funding acquisition) Task 11 $14,498 (Project management) Task 12 $0 (Office trailer) Sub-total Basic Services Year 3 $ 129,684 Reimbursable Expenses $0 Total Basic Services and Reimbursable expenses $129,684 Additional Services (Not to Exceed) $12,968 Maximum Total Compensation $142,652 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. C15153692 Program Management Services for the RWQCP 39 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1000 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: C15153692 Program Management Services for the RWQCP 40 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 EXHIBIT “C-1” HOURLY RATE SCHEDULE RMC Water and Environment 2014 Standard Billing Rates Billing Classifications 2014 Rates Engineer-Planner-Scientist EPS-1 $ 146.00 EPS-2 $ 156.00 EPS-3 $ 168.00 EPS-4 $ 184.00 EPS-5 $ 194.00 EPS-6 $ 205.00 EPS-7 $ 215.00 EPS-8 $ 226.00 EPS-9 $ 236.00 EPS-10 $ 250.00 EPS-11 $ 265.00 EPS-12 $ 276.00 EPS-13 $ 286.00 EPS-14 $ 297.00 Intern $ 53.00 Technician TECH-1 $ 127.00 TECH-2 $ 130.00 TECH-3 $ 135.00 TECH-4 $ 140.00 TECH-5 $ 146.00 TECH-6 $ 154.00 TECH-7 $ 156.00 Administrative AD-1 $ 94.00 AD-2 $ 99.00 AD-3 $ 104.00 AD-4 $ 114.00 AD-5 $ 125.00 C15153692 Program Management Services for the RWQCP 41 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 AD-6 $135.00 AD-7 $146.00 Note: The individual hourly rates include salary, overhead and profit. Other direct costs (ODCs) such as reproduction, delivery, mileage (as allowed by IRS guidelines), and travel expenses will be billed at actual cost plus 10%. Subconsultants will be billed as actual cost plus 10%. RMC reserves the right to adjust its hourly rate structure at the beginning of each year for all ongoing contracts. CAROLLO ENGINEERS, INC. FEE SCHEDULE As of January 1, 2014 California Engineers/Scientists Hourly Rate Assistant Professional $154.00 Professional 188.00 Project Professional 223.00 Lead Project Professional 244.00 Senior Professional 265.00 Technicians Technicians 115.00 Senior Technicians 162.00 Support Staff Document Processing / Clerical 102.00 Project Equipment Communication Expense (PECE) Per DL Hour 11.70 Other Direct Expenses Travel and Subsistence at cost Mileage at IRS Reimbursement Rate Effective January 1, 2014 $.56 per mile Subconsultant cost + 10% C15153692 Program Management Services for the RWQCP 42 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev. Feb. 2014 Other Direct Cost cost + 10% Expert Witness Rate x 2.0 This fee schedule is subject to annual revisions due to labor adjustments. C15153692 Program Management Services for the RWQCP 43 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev Feb. 2014 The Covello Group, Inc. Billing Rate Schedule July 1, 2014 through June 30, 2015 Principals ……………………………………………………………………………………………………….. $205 - $255 per hour Bruce Presser, P.E. $225 Gary Skrel, P.E. $225 Construction Managers ………………………………………………………………………………….. $175 - $205 per hour Chris Davenport, P.E. $200 Mike Jaeger, P.E.; QSD/QSP $190 Resident Engineers …………………………………………………………………………………………. $140 - $185 per hour Mike Redig, P.E. $165 Danielle Green, P.E. $150 Project Controls Engineers ……………………………………………………………………………… $110 - $165 per hour Gerrit Post, P.E. $155 Andy Deal $110 Office Engineers ……………………………………………………………………………………………… $95 - $140 per hour Zack Downing $125 Andrew Matey $115 Alex Page $95 Inspectors ………………………………………………………………………………………………………. $130 - $140 per hour Dennis Budasz $135 James Williams $135 Jonathan Cowsert $130 Administrative Assistants ……………………………………………………………………………….. $80 -$95 per hour Hourly Billing Rates include all normal expenses. Extraordinary expenses, such as out-of-town travel, lodging, major field office equipment, etc. are billed at cost. Subconsultants are billed at cost plus 5% mark-up. C15153692 Program Management Services for the RWQCP 44 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev Feb. 2014 EXHIBIT “D” INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRE D TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY (30) DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL. THE RMC WATER AND ENVIRONMENT DEDUCTIBLE AMOUNT OF $100,000 HAS BEEN APPROVED BY CITY. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER C15153692 Program Management Services for the RWQCP 45 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5 Professional Services Rev Feb. 2014 INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B.CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C.NOTICE OF CANCELLATION 1.IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2.IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE EMAILED OR MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303. EMAIL: InsuranceCerts@CityofPaloAlto.org C15153692 Program Management Services for the RWQCP 46 DocuSign Envelope ID: 6A3702AE-16F8-4B4A-84A2-9391CB094AD5