HomeMy WebLinkAboutStaff Report 2642City of Palo Alto (ID # 2642)
City Council Staff Report
Report Type: Consent Calendar Meeting Date: 4/9/2012
April 09, 2012 Page 1 of 3
(ID # 2642)
Summary Title: Amendment - Design & Permitting of New LFG Flare
Title: Approval of Amendment No. 1 in the Amount of $31,460 to Contract No.
C09129898 with Golder Associates, Inc. for a Total Contract Amount of $150,460
for Development of Alternate LFG Flare Stack Design on Water Quality Control
Plant Premises - Refuse Fund Capital Improvement Program Project RF-10002
From: City Manager
Lead Department: Public Works
Recommendation
Staff recommends that Council approve and authorize the City Manager or
his designee to execute Amendment No. 1 (Attachment A) to Contract
C09129898 with Golder Associates, Inc. in the amount of $31,460 for
development of an alternate design of the landfill gas (LFG) flare. The
revised total contract amount is not to exceed $150,460 which includes
$142,525 for basic services and $7,935 for additional services.
Background
The existing landfill gas flare is located in Byxbee Park above a closed
section of the Palo Alto Landfill. The existing flare has reached the end of
its useful life. Currently, the flare capacity is not optimally sized for
projected landfill gas production, thereby creating inefficient utilization of
the landfill gas in the flare and the Palo Alto Regional Water Quality Control
Plant (RWQCP) sewage sludge incinerators. Council previously approved a
contract with Golder Associates for design on May 4, 2009 (Staff Report
221:09).
This Flare Relocation Project (CIP RF-10002) includes the design and
installation of a smaller replacement flare and removal of the existing flare
and supporting equipment from Byxbee Park. The project optimizes the
April 09, 2012 Page 2 of 3
(ID # 2642)
operation of the landfill gas collection system and the RWQCP sewage
sludge incinerators, leading to decreased greenhouse gas emissions.
Golder Associates previously prepared construction drawings and
specifications for a new LFG flare station, based on a new flare design by
Bekaert Corporation. The Bekaert flare was selected because of its low
profile and greater turn-down ratio compared to standard LFG flares.
Golder Associates also obtained an Authority to Construct (ATC) permit for
the Bekaert flare from the Bay Area Air Quality Management District
(BAAQMD). Although the Bekaert flare is more expensive than standard
enclosed LFG flares, based on information provided by the Bekaert
representative during the design phase of the project, the differential cost
was acceptable.
The bids received for the project were much higher than Golder Associates
engineers’ cost estimate, primarily because the bid price of the Bekaert
flare was substantially higher than the price given by the manufacturer
during design. As a result of the higher than anticipated bids and the
resulting impact to the Refuse Fund budget, bids were rejected.
Discussion
Staff considered options for reducing the cost of a new flare and
determined that including a standard LFG flare as an alternate to the
Bekaert flare should result in more competitive bids, as Bekaert is the sole
manufacturer of the new, low profile flare technology. The tradeoff for the
lower cost design is a higher stack height and wider stack diameter. The
stack height of a standard flare to meet BAAQMD requirements would be
30 feet high and 6 feet wide compared to the Bekaert flare at 22 feet high
and 5 feet wide; as reference, the existing flare in Byxbee Park is 24 feet 4
inches high and 7 feet 6½ inches square.
Scope of Services Discussion
The scope of services are primarily to modify the construction drawings
and specifications prepared for the Bekaert flare to include a standard
enclosed flare as an alternate bid item, to provide graphics support for
Planning and Community Environment Department review, to amend the
ATC permit, to assist the City in administering the bidding process through
contract award to revise the electrical and controls specifications as
April 09, 2012 Page 3 of 3
(ID # 2642)
needed, and to provide technical assistance during construction. The ATC
issued by the BAAQMD is valid through August 1, 2013.
Resource Impact
Funds for this project are included in the FY2012 Refuse Fund Capital
Improvement Program RF-10002 Flare Relocation Project.
Policy Implications
Authorization of this project amendment does not represent a change in
existing City policies.
Environmental Review
The award of this design contract amendment is not a project under
Section 21065 of the California Environmental Quality Act. A Planning
Department environmental review will be conducted once the design plans
are finalized.
Attachments:
A: Amendment 1 to Contract No. C09129898 (PDF)
Prepared By:Padmakar Chaobal, Project Engineer
Department Head:J. Michael Sartor, Director
City Manager Approval: ____________________________________
James Keene, City Manager
AMENDMENT NO.1 TO CONTRACT NO. C09129898
BETWEEN THE CITY OF PALO ALTO AND
GOLDER ASSOCIATES, INC.
This Amendment No.1 to Contract No. C09129898 ("Contract") is entered into on
this __ day of March, 2012, by and between the CITY OF PALO ALTO, a charter city and a
municipal corporation of the State of California ("CITY"), and GOLDER ASSOCIATES, INC., a
Corporation in the State of Georgia, located at 425 Lakeside Drive, Sunnyvale, CA 94085
("CONSULTANT").
RECITALS:
WHEREAS, the Contract was entered into between the parties for the provision of
consulting services for design of new LFG flare station as described in Exhibit A; and
WHEREAS, the parties wish to amend the Contract;
NOW, THEREFORE, in consideration of the covenants, terms, conditions, and
provisions of this Amendment, the parties agree:
SECTION 1: "Section 4 -NOT TO EXCEED COMPENSATON' is hereby amended
to read as follows:
"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 One Hundred Forty Two Thousand Five Hundred Twenty Five Dollars
($142,525). In the event Additional Services are authorized, the total compensation for services and
reimbursable expenses shall not exceed One Hundred Fifty Thousand Four Hundred Sixty Dollars
($150,460). The applicable rates and schedule of payment are set out in Exhibit "C", entitled
"HOURLY RATE SCHEDULE," which is attached to and made a part ofthis Agreement."
SECTION 2: The following exhibit(s) to the Contract is/are hereby amended to read
as set forth in the attachment(s) to this Amendment, which are incorporated in full by this reference:
a. Exhibit "A" entitled "Scope of Services".
b. Exhibit "B" entitled "Schedule of Performance".
c. Exhibit "c" entitled "Compensation".
II
II
AMENDMENT NO.1 CONTRACT C09129898 1 120307 sm 010
SECTION 3.: 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.
APPROVED: GOLDER ASSOCIATES, INC.
By:
City Manager
APPROVED AS TO FORM:
Senior Asst. City Attorney
Name:
Title:
){'~l1l/e -t4 ~ ~/
Pr/)'?(;Jph / jv; 'ce -OJre~~jT
Attachments:
EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
SCOPE OF SERVICES -AMENDED
PROJECT SCHEDULE -AMENDED
COMPENSATION -AMENDED
AMENDMENT NO.1 CONTRACT C09129898 2 120307 sm 010
CITY OF PALO ALTO CONTRACT NO. C09129898
EXHIBIT "A"
SCOPE OF SERVICES -AMENDED
SCOPE OF WORK
The consultant shall provide services for complete Landfill Gas (LPG) flare system planning,
permitting and design engineering for the new LPG flare on the RWQCP premises. This
encompasses engineering services during all phases of the project from concept development
and permitting through support in commissioning/start up.
II. BACKGROUND INFORMATION
Landfill:
The City of Palo Alto (City) owns and operates an unlined, active, class III municipal solid
waste disposal site, located at 2830 Embarcadero Road in Palo Alto, CA. The landfill
occupies approximately 126 acres of the 1800 acre Byxbee Park and Baylands Natural
Preserve. City of Palo Alto owns both the Byxbee Park and the Baylands Natural Preserve.
Approximately 76 acres of the site that were subject to land-filling activity have been filled
to the final grade and closed in accordance with the regulations. The landfill is divided into
two phases. Phase I comprises approximately 29 acres and was closed and developed into
parkland in 1991, named "Byxbee Park". Phase II is subdivided into three areas designated
as "Phase HA", "Phase lIB" and "Phase IIC". Phase IlA was closed in 1992 followed by
Phase lIB in 2000. Both these closed areas are closed off and have landfill gas and leachate
extraction system pipes on the landfill surface. The remaining active section, Phase HC, is
approximately 50 acres in area and is expected to be filled to grade by 2010.
Landfill Gas and Leachate Control System:
The environmental control system within the landfill consists of a vertical gas extraction
system and a retrofitted vertical Leachate Collection and Removal System. The landfill gas
(LPG) collection system consists of 92 vertical extraction wells strategically located
throughout the landfill (18 well heads are buried within Byxbee Park). Most of the gas wells
within the landfill are spaced approximately 200 feet apart, have been constructed with a 4 to
6 inch diameter Schedule 40 PVC casing placed within 24 inch diameter boreholes and have
an average depth of approximately 45 feet below the landfill surface. An HDPE pipe
network collects and transmits gas from the extraction wells to a blower flare facility located
within Byxbee Park. The LPG is conveyed to the adjacent RWQCP to be used in afterburner
abatement devices (A-20 and A-21) for the sewage sludge incinerators (S-i and S-2) and the
excess is burned in the landfill's flare located in Byxbee Park.
AMENDMENT NO.1 CONTRACT C09129898
3
CITY OF PALO ALTO CONTRACT NO. C09129898
III. SCOPE OF WORK
A. General
The consultant shall develop a design for a landfill gas flare and associated gas collection
and transmission equipment. It is the intent ofthe City to locate the new flare on R WQCP
premises.
The Consultant's work shall include, but not be limited to: Developing estimate for the
future LFG generation; designing blower flare system components based on the future LFG
generation curves and usage at the RWQCP, developing system sizing and performance
specification, system layout, including its components, and preparing construction bid
documents. The design shall comply with all local, state, and federal rules and regulations
such as EPA's Code of Federal Regulations Title 40 Part 60, the BAAQMD's Title V Major
Facility Review (Title V) Permit, and BAAQMD's Regulation 8-34.
The consultant shall also develop a plan to decommission and demolish the existing flare
(A-3) on landfill property.
Consultant shall perform the design in phases. The design goals and deliverables shall be
performed for 30% design, 60% design, and 90% design. At the completion of each phase of
design, consultant shall submit the design package and meet with the City staff to review the
submittal and discuss comments. The intent of the design review meeting is to solicit and
compile comments and address/resolve issues. Design drawings shall be prepared in
AutoCAD and PDF, and specifications shall be prepared in Microsoft Word for the use by
the City.
B. Tasks
The Consultant's scope of work shall include, but not necessarily be limited to the
following:
Task 1 -Design
Design 30% -Develop Design Criteria
Prepare LFG generation and recovery estimates for the landfill's active and
inactive waste cells. The remaining active "Phase lIC" of the City's landfill is
expected to be filled to the grade by 2010.
The gas usage atthe RWQCP in afterburner abatement devices (A-20 and A-21)
for the sewage incinerators (S-l and S-2) is available to the consultant.
Develop design parameters for the various components of the system, such as
blowers, flare stack, gas compressor, LFG flow metering, etc.
Evaluate and recommend optimum location for the flare stack within the
RWQCP boundary.
For the 30% design review, prepare a technical memorandum outlining the basis
of design, preliminary system sizing and performance specifications, and
AMENDMENT NO.1 CONTRACT C09129898
4
CITY OF PALO ALTO CONTRACT NO. C09129898
concept drawings showing the flare location, preliminary layout, and process
flow diagram.
Provide five sets of drawings, specifications, and other 30% deliverable
documents.
Design 60%-
The flare system design that shall meet the following objectives:
Meet all BAAQMD requirements for LFG combustion equipment.
Accommodate all LFG generated from Landfill's active and inactive waste
cells.
Have significant "turndown" ratio to accommodate excess LFG not utilized
at the RWQCP, including all LFG flows during the sewage incinerator down
time. Automated controls shall be included for routing the LFG flow between
the flare and Regional Water Quality Control Plant's after burners.
The flare automation shall communicate with the RWQCP's SCADA system.
The PLC for the system is located in the penthouse control room of the Dual
Media Filters (DMF) bulking.
Electric power for the flare system is available at the DMF building power
panel.
Design monitoring system to record temperature and LFG flow rates.
Comply with provisions ofthe latest California Electric Code (CEC)
regarding design of electrical systems for explosive, hazardous
environments.
Evaluate optimal methods for condensate handling and disposal, including
temporary storage, gravity drain or pumping to the RWQCP's drain system.
Assess Landfills' existing LFG collection system and resize or redesign
headers and the blowers/compressors as required for the proper functioning
of the Plant's afterburners and the new flare system.
Perform comparative life-cycle feasibility study for alternative or innovative
LFG destruction technologies, including but not limited to, Bekaert Clean
Enclosed Burner (CEB)
Develop screening-level air quality modeling or industrial worker exposure
calculations, and if necessary for up to two additional flare locations beyond
the primary selection.
Perform refined air toxic health risk assessment for primary or up to two
alternative flare locations in the case of unanticipated excessive risk
calculated in the primary screening assessment.
For the 60% design review, finalize system sizing and specifications; firm up
the flare location proposed at 30% design; and firm up layout and process
and instrumentation diagrams (P&ID). The drawing/specification package
shall be of sufficient detail to allow for regulatory permitting, cost estimating
and preliminary project schedule.
Provide five sets of drawings, specifications and other 60% deliverable
documents.
AMENDMENT NO.1 CONTRACT C09129898
5
CITY OF PALO ALTO CONTRACT NO. C09129898
Design 90%-
Consultant shall incorporate all the comments and concerns issued during the
previous reviews. The design shall be the true reflection of City's intent for
this project.
Consultant shall perform internal quality control and audits for any design
errors and omissions.
The flare system design at this stage will include construction documents
with plans, specifications, quantity calculations, bid items and construction
cost estimate.
Provide five sets of drawings, specifications and other 90% deliverable
documents.
Design Final -
Consultant shall perform final updates derived from City's comments and
Consultant's own internal quality control and audits.
The flare system design at this stage will include construction documents
with plans, specifications, quantity calculations and final construction cost
estimate.
Prepare design package to enable permitting and soliciting construction bids.
Provide one unbound copy and one Microsoft Word electronic copy of final
specifications.
Provide two wet stamped hard copies, one digital copy in PDF format and
one in AutoCAD Land Enabled Map 2006 format of the final stamped plans.
Provide two hard copies & one digital copy in MS Word format of the final
specifications.
Task lA & IB-Revise Construction Documents
Consultant shall revise the existing flare station construction drawings and
specifications to include a performance-based alternative design for a
standard enclosed LFG flare. Design items to be revisited in this task
include:
Blower system design and operating parameters that meet the requirements
of a standard enclosed flare;
VerifY foundation calculations for larger flare;
Revise construction drawings:
Notes and call-outs throughout the construction plan set
Flare foundation details
Piping and Instrumentation Diagram and Legend
Flarelblower system specifications
Electrical specifications.
In general, the specifications for the alternative flare package will require
detailed field engineering of civil and mechanical site integration to be
provided by the selected construction contractor/equipment supplier.
To accommodate a standard flare station package, it will be necessary for
electrical/controls consultant to specifY a central control panel that combines
AMENDMENT NO.1 CONTRACT C09129898
6
CITY OF PALO ALTO CONTRACT NO. C09129898
all the functions of the flare, blowers, and sump, and provides the necessary
signals to RWQCP main control.
For this task, we have assumed electrical/controls consultant will not design
the single central control panel, but will provide a specification that is
sufficiently detailed for the contractor/vendor to design and build the panel.
The technical specification and revised bid schedule may include allowances
for a system integrator and/or a special inspection to confirm that the
alternative installation will perform as required.
Task 2 -Permits and Environmental Documents
Estimate priority and toxic pollutants and evaluate impacts to R WQCP (Plant
617) and landfill's (Plant 2721) Title V Permit.
Should evaluation indicate the need to provide emission offsets, the
Consultant shall assist the City in identifying suitable alternatives and assist
in negotiating on behalf of the City.
The Consultant shall develop whatever CEQA documentation is necessary
for the project.
Prepare an application for an Authority to Construct (ATC) for submittal to
the Bay Area Air Quality Management District (BAAQMD) in sufficient
lead time to receive ATC for the project schedule. The task deliverable shall
include submittal of all requisite application forms and infonnation, design
plans and details, equipment specifications, and air emissions estimate for
priority and toxic pollutants.
Respond to BAAQMD's comments and assist in securing the ATC.
Assist the City in obtaining the approval from the Architectural Review
Board (ARB) and Planning Commission. This includes; ifrequired; design of
landscaping or architectural screenings to mitigate visual or noise impact,
and information brochures for distribution at public meetings.
Attend meetings with these entities and make presentations as required.
Some ofthese meetings may be in evening hours.
If required, assist in obtaining permits from the Santa Clara County
Department of Health Services and Permit and Resource Management
Departments.
Prepare design package to enable permitting from local buildings authorities.
Task 2B-Re-permitting Assistance (Optional)
Ifthe City elects to proceed with a standard enclosed LFG flare, existing
permits will need to be revised to reflect the new equipment.
Consultant will assist the City to amend the following permits:
BAAQMD ATC Penn it: Consultant will correspond with BAAQMD
regarding the potential changes in equipment description and permit
conditions.
Based on BAAQMD recommendations, Consultant will prepare the required
permit amendment application and provide all requested supporting
information, including adjusted dispersion modeling results due to lower
exhaust temperature and increased stack height.
AMENDMENT NO.1 CONTRACT C09129898
7
CITY OF PALO ALTO CONTRACT NO. C09129898
City of Palo Alto Department of Planning and Community Environment
review: Consultant will provide graphic renderings and other product
descriptions needed for internal submittal and review by the City. These are
anticipated to consist of:
Color graphic renderings of flare station elevation views from two angles
(park side and street side).
Photographs of existing similar equipment installations.
Infonnation on available finishes and colors.
This task does not include staff time or expenses for educational
presentations or field trips, but such assistance can be provided as additional
services if requested by the City.
Task 3-Decommissioning Existing Flare System
Upon start up and commissioning of the new flare stack, the City intends to
decommission the existing flare. The City may choose to demolish and safely
dispose of the existing flare.
Consultant shall develop a plan and write procedures to decommission the
existing flare stack (A3) on the landfill property. The decommissioning plant
shall include a survey to identify the potential hazardous materials to be
processed as part of demolition contract.
The decommissioning plan shall meet the requirements of all applicable
regulatory agencies such as City's Fire Department.
The Consultant shall develop a plan and write specifications to safely
demolish the decommissioned flare.
The demolition specifications shall include adequate details to enable the
City to solicit bids from the Contractors.
Task 4 -Services During Bidding
Consultant shall assist the City in preparation of construction bid packages.
Consultant shall respond to the requests for clarification and/or information
from prospective bidders.
Consultant shall assist the City with preparation of Project addenda and
furnish the originals required for said addenda.
Consultant shall attend and assist the City at the pre-bid conference and the
walk through.
Task 4A -Services During Bidding
Task 4A includes providing all activities described in Task 4 but during re
bid and contractor re-selection.
Depending on the equipment vendor bids, less effort may be required to
review and/or compare the vendors' flare station package and control
designs.
Task 5 -Services During Construction
AMENDMENT NO.1 CONTRACT C09129898
8
CITY OF PALO ALTO CONTRACT NO. C09129898
Consultant shall review submittals from the contractor for conformance with
the Contract Documents. The Consultant shall review and return the
submittal comments to the City within seven working days.
Consultant shall prepare written response to the Request for Information
(RFl) submitted by the contractor. The Consultant shall review, comment
and return the RH responses within seven working days.
Consultant shall review and validate the Contract Change Order requests
submitted by contractor for accuracy and correctness, as requested by the
City.
As requested, the Consultant shall attend periodic Project Progress Meetings
with the Contractor. Please allow for one meeting per month, at the
minimum, during the construction phase.
The Consultant shall provide the technical support to the City during start up
and commissioning of the new flare system. The Consultant shall work with
Contractor and Flare and component equipment manufacturer's
representatives, as requested by the City.
The Consultant shall review the "as-built" or "red line" drawings and
documents maintained by the contractor during construction. Upon
construction completion, the Consultant shall prepare one full size set and
one electronic copy of the record drawings. The electronic copy shall be in
AutoCAD Land Enabled Map 2006 format. The record drawings shall
consist of annotated contract drawings and electronic files showing changes
in design and construction.
Task 5A -Services During Construction (Optional)
Depending on the selected contractor's equipment vendor(s), additional effort may
be required to review alternative flare station package and control submittals.
Based on the contractor responses from first round of bidding, electrical/controls
consultant recommends providing additional electrical engineering assistance during
construction for electrical review services for alternative vendor designs.
Electrical/controls consultant will answer questions during bidding, review the
vendor design, review submittals (shop drawings and product information), answer
questions during construction and prepare as-built drawings based on contractor's
mark-up.
END OF SECTION
AMENDMENT NO.1 CONTRACT C09129898
9
CITY OF PALO ALTO CONTRACT NO. C09129898
EXHIBIT "B"
SCHEDULE OF PERFORMANCE-AMEMDED
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
lA& IB Alternate Design -Standard Flare
2B. Pennit Assistance for Standard Flare
,.,
.:l. Services During Bidding
4. Services During Construction
END OF SECTION
AMENDMENT NO.1 CONTRACT C09129898
10
Completion No. of
weeks from NTP
9
4
TBD
TBD
CITY OF PALO ALTO CONTRACT NO. C09129898
EXHIBIT "C"
COMPENSATION -AMEMDED
The CITY agrees to compensate the CONSULTANT for professional services performed in
accordance with the terms and conditions ofthis Agreement, and as set forth in the budget schedule
below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-l 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 $142,525.00.
CONSUL T ANT 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 $150,460.00. 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 $142,525.00 and the total compensation for Additional
Services does not exceed $7,935.00.
BUDGET SCHEDULE
Task 1
(Design)
Task lA
(Revise Construction Documents -Golder)
Task 1B
(Revise Perfonnance Based Specifications-WHK)
Task 2
(Permits and Environmental Documents)
Task2A
(Additional BAAQMD Permitting Services)
Task2B
(Permit assistance for Standard Flare -as needed)
Task 3
(Decommissioning Existing Flare System/Bid Package)
Task 4
AMENDMENT NO.1 CONTRACT C09129898
11
NOT TO EXCEED AMOUNT
$39,000
$8,000
$4,800
$28,000
$5,625
$4,100
$8,800
$14,850
CITY OF PALO ALTO CONTRACT NO. C09129898
(Services During Bidding)
Task 5 $21,800
(Services During Construction)
Task 5A $5,300
(Services During Construction WHK -as needed)
Sub-total Basic Services $140,275
Reimbursable Expenses $2,250
Total basic Services and Reimbursable expenses $142,525
Additional; Services (Not to Exceed) $7,935
Maximum Total Compensation $150,460
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. Third party reproduction services, travel (auto) mileage per City of Palo Alto's policy
for site visits and meetings.
B. Long distance telephone cellular phone, facsimile transmission, film, video,
photographs, computer and postage charges are reimbursable at actual cost.
All requests for payment of expenses shall be accompanied by appropriate backup
information. Any expense anticipated to be more than $1,000.00 shall be approved in
advance by the CITY's project manager.
ADDITIONAL SERVICES
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-l. 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.
AMENDMENT NO.1 CONTRACT C09129898
12
CITY OF PALO ALTO CONTRACT NO. C09129898
Work required because the following conditions are not satisfied or are exceeded shall be
considered as additional services:
• Attending more than 12 meetings with regulatory agencies, such as BAAQMD.
• Site specific soils investigation;
• Obtaining variances for unavoidable and excessive LFG system downtime during
construction, or other unanticipated air quality non-compliance;
• Airport impact study or mitigation design;
• Amendments to existing facility's Hazardous Materials Business Plan or Spill
Prevention Control and Countermeasure Plan;
• Field sampling and/or laboratory analysis.
END OF SECTION
AMENDMENT NO.1 CONTRACT C09129898
13