Loading...
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