Loading...
HomeMy WebLinkAboutStaff Report 3573 City of Palo Alto (ID # 3573) City Council Staff Report Report Type: Consent Calendar Meeting Date: 4/1/2013 City of Palo Alto Page 1 Summary Title: Design of Dual Media Filters Optimization Title: Approval of Enterprise Wastewater Treatment Fund Contract with Kennedy/ Jenks Consultants in the Total Amount of $205,430 for the Design of Dual Media Filters Optimization Project at Regional Water Quality Control Plant - Capital Improvement Program Project WQ- 80021 From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1. Approve and authorize the City Manager or his designee to execute the attached contract with Kennedy/Jenks Consultants, Inc. in the total amount of $205,430 for design of Duel Media Filter Optimization (Attachment A); and 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Kennedy/Jenks Consultants, Inc. for related, additional services as specified in the contract, the total value of which shall not exceed $20,543. Discussion In 1980, the Dual Media Filter (DMF) facility went online to remove additional solids from the final water discharged to the Bay. A three foot deep bed of filter media, consisting of sand and anthracite, clogs with small particles on a regular basis and to remove the clogged condition, the filter media bed is flushed City of Palo Alto Page 2 (backwashed) with clean final effluent as part of normal daily operation. This project seeks to optimize the DMF with process enhancements to the filters, the backwash systems, the filter media, and upstream secondary clarifiers. A key enhancement will be the addition of an air wash to replace the much less effective and aging filter media surface wash system. Expected outcomes of the project will be increasing the mean filter run time between needed backwashes, shortening the length of the backwash cycle, reducing the quantity of backwash water required to reduce retreatment costs, improving Plant energy efficiency, reducing wear-and-tear on DMF equipment, reducing the suspended solids loading on the DMF, and providing more reliable treatment that meets state and federal regulations. This project is consistent the with Plant’s Long Range Facilities Plan (LRFP) completed October 2012 and accepted by Council July 2, 2012 (staff report ID # 2914). The LRFP identified the need to use ongoing CIP wastewater treatment projects to reinvest in the DMF and clarifiers, to rehabilitate these facilities, and to keep these facilities in a state of proper maintenance and operational readiness. Along with the optimization components described above, the design of this project will retire the 33-year old DMF surface wash pumps and rehabilitate ancilliary systems in the DMF and clarifiers consistent with the recommendations of the LRFP. Scope of Services Description The consultant will provide services for design of DMF optimization and modifications to secondary clarifiers. This includes engineering, control programming, developing construction documents, provide support during bidding & construction for the dual media filters air wash system, backwash system, pilot testing; and design improvements to the secondary clarifiers for performance optimization. Summary of Solicitation Process Proposal Title/Number Design of DMF Performance Optimization at the Regional Water Quality Control Plant - RFP No. 148081 City of Palo Alto Page 3 Proposed Length of Project 12 months Number of Solicitations for Proposal mailed &/or emailed 19 Total Days to Respond to Proposal 26 Pre-proposal Meeting Date October 30, 2012 Number of Company Attendees at Pre-proposal Meeting 4 firms Number of Proposals Received: 4 Number of Companies Interviewed 4 Range of Proposal Amounts Submitted $205,430 to $368,163 Evaluation of Proposals An evaluation committee consisting of staff from the Public Works Department’s Environmental Services Division (ESD) reviewed the proposals. Four firms were invited to participate in oral interviews on December 4 and 5, 2012. The committee carefully reviewed each firm's qualifications and submittal in response to the criteria identified in the Request for Proposals (RFP). The criteria used to evaluate the proposing firms included: quality and completeness of proposal; quality, performance, and effectiveness of the work plan; proposer's experience; proposer's ability to perform the work within the time specified; cost; proposer's financial stability; proposer's prior record of performance; and proposer's compliance with applicable laws and regulations. Kennedy/Jenks Consultants, Inc. was selected because of its innovations, experienced project staffing, understanding of project requirements, relevant project experience, and knowledge of project solutions. City of Palo Alto Page 4 Resource Impact Funding is available in the FY 2013 Enterprise Wastewater Treatment Fund Capital Improvement Program project WQ-80021 Plant Equipment Replacement budget. Policy Implications Authorization of this project does not represent a change in existing policies. Environmental Review This project is exempt from review under the California Environmental Quality Act pursuant to CEQA Guidelines Section 15301 (b), which includes repair, maintenance, and minor alteration of publicly-owned wastewater facilities involving negligible expansion. Attachments:  Attachment A: S13148081_Kennedy Jenks_DMF Performance Optimization_Final (PDF) CITY OF PALO ALTO CONTRACT NO. S13148081 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND FOR PROFESSIONAL SERVICES This Agreement is entered into on this 21 st day of February, 2013, ("Agreement") by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("CITY"), and KENNEDY/JENKS CONSULTANTS, a California corporation, located at 303 Second Street, Suite 300, South San Francisco, CA 94107, telephone number (415)243-2150 ("CONSULTANT"). RECITALS The following recitals are a substantive portion ofthis Agreement. A. CITY intends to design the air wash system, investigate leakage into mud wells, pilot testing at DMF, design miscellaneous modifications at the clarifiers ("Project") and desires to engage a consultant to provide professional services 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 ofthis Agreement. NOW, THEREFORE, in consideration ofthe recitals, covenants, terms, and conditions, 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. o Optional On-Call Provision (This provision only applies if checked and only applies to on-call agreements.) Serviceswill 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-I. 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. Professional Services Rev. June 2, 2010 SECTION 2. TERM The term of this Agreement shall be from the date of its full execution through 02/16/2016 unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is ofthe essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term ofthis 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. 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 ofthe Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed Two Hundred and Five Thousand Four Hundred and Thirty Dollars ($205,430). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Two Hundred Twenty five Thousand Nine Hundred and Seventy three Dollars ($225,973). The applicable rates and schedule of payment are set out in Exhibit "C-1", entitled "HOURL Y 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 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. Professional Services Rev. June 2, 2010 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. CONSUL TANTshall 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 the work product submitted to CITY, provided CITY gives notice to CONSULTANT. If CONSUL TANT 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. 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. 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 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. 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. CONSUL TANT shall be responsible for directing the work of any sub consultants 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 ofa subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the City Manager or his designee. Professional Services Rev. June 2, 2010 SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign John Wyckoff as the Proj ect Manager to have supervisory responsibility for the performance, progress, and execution of the Services and 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 ofthe 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, Water Quality Control Plant Division, 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, 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 ofthe 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. 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 ofthe 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 Professional Services Rev. June 2, 2010 negligence, sole negligence or willfu~ misconduct of an Indemnified Party. 16.3. The acceptance of CONSUL TANT' 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 ofthis 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, orclinance or law, or of any subsequent breach or violation ofthe 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 ofthis Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, ifany, 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 ofthis 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, 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. 19.1. The City Manager may suspend the performance ofthe Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereofto CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. Professional Services Rev. June 2, 2010 19 .2. CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving thirty (30) days prior written notice thereofto 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. 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 (Le., 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 and1mmediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise ofhis/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 19.4,20, and 25. 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 ofthe 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 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, andwill 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 Professional Services Rev. June 2,2010 certifies that no person who has or will have any financial interest under this Agreement is an officer or employee ofCITY;this provision will be interpreted in accordance with the applicable provisions ofthe Palo Alto Municipal Code and the Government Code ofthe State of California. 21.3. If the Project Manager determines that CONSULTANT is a "Consultant" as that term is defined by the Regulations ofthe 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. 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 personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of30% 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 of30% 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 and packaging. A copy ofthis 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. Professional Services Rev. June 2, 2010 SECTION 24. NON-APPROPRIATION 24.1. This Agreement is subject to the fiscal provisions ofthe Charter ofthe 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 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 Professional Services Rev. June 2,2010 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. 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. 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 KENNEDY/JENKS CONSULTANTS City Manager APPROVED AS TO FORM: Senior Asst. City Attorney Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "C-l": EXHIBIT "D": SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION SCHEDULE OF RATES INSURANCE REQUIREMENTS Professional Services Rev. June 2,.2010 EXHIBIT" A" Scope of Services Design of DMF Performance Optimization (CIP NUMBER WQ -80021) DMF Optimization Professional Services Rev. June 2, 2010 Scope of Work DESCRIPTION OF WORK General description: Provide engineering services for design, control programming, construction support, startup and testing of a dual media filtration airwash system, blowers, electrical and control/automation equipment, valves, slide gates, secondary clarifier effluent launder and weir washer, and miscellaneous modifications to dual media filtration (DMF) filters and secondary clarifiers. Additionally, design a pilot air scour, underdrain, and filter trough system, in one IS'x30'x13' (WxLxD) filter tank, for DMF filter optimization testing; Provide design for bench­ scale testing in 8-inch columns of varying filter media profiles (media type and layer configuration) for the pilot filters; oversee construction of pilot filter; and conduct pilot testing over a 6 month period. City (WQCP) shall perform daily operations and data collection of the bench scale pilot testing equipment. Air wash system: Provide engineering services for design, construction support, startup and performance testing of a new air wash system to replace the surface wash system for 11 of 12 existing DMF filters. Installation is to be phased, with equipment installed on a single filter which will be performance tested for a period of time (3 months or as recommended) prior to the installation of air washers for 10 additional filters. The air wash system will include blowers, air wash piping and appurtenances, and integration with the plant's existing SCADA and PLC system. DMF pilot testing: The remaining filter will be used for pilot testing of improvements to optimize performance of the existing DMF filtration system. The results of pilot testing will form the basis for future upgrades. The Consultant will recommend equipment for the pilot testing, including a new air scour, low profile underdrain, effluent trough and filter media system for future filter upgrades; observe and facilitate bench testing by City, using 8-inch columns, differing media profiles (media type and layering) to optimize for longest filter run time; prepare documents for construction of the pilot test filter; provide engineering services for construction support, startup and performance testing; conduct pilot testing for 6 months, after which the Plant will continue to operate the filter. DMF backwash system: Investigate source of leakage of backwash water into mud wells. Design replacement valves and actuators. Investigate and recommend control programming to automate initiation of backwashing based on filter headloss. R WQCP staff will implement control programming. Secondary Clarifiers: Design improvements to existing secondary clarifiers, including a weir washer and launder cleaning system; automation of an existing round pipe surface scum removal trough with integration into PLC and SCADA HMI screens; modifications to an existing scum removal box and pump system in the secondary effluent channel; replacement of v-notch weir plates; fill-in of corners of square clarifiers, with removal of clarifier mechanism corner sweeps; upto 16 new slide gates in effluent lalJllders to isolate individual clarifiers. BACKGROUND Palo Alto Regional Water Quality Control Plant Professional Services Rev. June 2, 2010 The Palo Alto Regional Water Quality Control Plant (RWQCP or Plant) treats domestic, commercial, and industrial wastewater from the cities of Mountain View, Palo Alto and Los Altos, the Town of Los Altos Hills, East Palo Alto Sanitary District and Stanford University. The service area has a residential population of approximately 217,000 people. The Plant has an average influent flow of21 mgd, a permitted design capacity of39 mgd, and a peak wet weather flow capacity of80 mgd. Plant facilities include the headworks, primary, secondary and tertiary treatment, disinfection, recycled water, and biosolids treatment facilities. The most of the major facilities of the R WQCP were built in 1972 with the construction of an activated sludge secondary treatment facility. Process facilities built in 1972 include an influent pump station, primary sedimentation tanks, activated sludge tanks, square shape secondary clarifiers, chlorine disinfection facilities and biosolids incineration facilities. The plant was upgraded to tertiary treatment in 1979 with the addition of dual media filtration and fixed film reactors (trickling filters). In 1988 the plant was expanded to its current capacity with modifications to various existing facilities, and the addition of two new circular secondary clarifiers, which operate in parallel with the existing square shaped clarifiers. An ultraviolet disinfection facility was added in 2010 to replace chlorination for effluent disinfection. Plant layout and process flow diagrams are attached to this scope of work. Attachments • Existing facilities layout • Process flow diagram Secondary Clarifiers The Plant has 6 secondary clarifiers, of which four are a square shape and two are circular in shape. The square clarifiers were constructed in 1972 and are 120' square in shape. Scum is collected by a fixed elevation stainless steel weirlbox in the secondary effluent channel and pumped to the primary sedimentation tanks. The circular clarifiers were constructed in 1988 and are 120' in diameter. The circular clarifiers have a round-pipe surface scum removal trough. By rotating as tank water level changes the scum trough can maintain a constant flow through slots in the pipe. Currently the system is rotated manually on a periodic basis. Automating the scum trough would capture scum better and should reduce the amount of water needed for scum removal. Attachments • Clarifier, DMF design summary • Circular clarifier plan view (Clarifiers 5 and 6) • Circular clarifier typical section • Square clarifier plan view (Clarifiers 1,2,3,4) • Square clarifier typical section Dual Media Filtration (DMF) Facility The final treatment process before UV disinfection and discharge to the San Francisco Bay is dual media filtration tertiary treatment. Although the filters are effective at maintaining low effluent TSS, Professional Services Rev. June 2, 2010 filter backwash frequency is too high. Time between backwash cycles is limited by buildup of organic matter o~ the surface ofthe filters. The DMF system is described further in Task 3. Attachments • DMF isometric drawing TASKS Task 1-Clarifiers 5 & 6 (round clarifiers) 1.1 Design a weir washer and launder cleaning system (e.g., Gill Trading Company) using plant recycle water (W4). If attached to the clarifier mechanism the cleaning system should be articulated to "dive" under the clarifier's fixed scum trough as it passes by. 1.2 Consider either modification of existing scum removal system or installation of scum beach system and provide advice on both systems. Design automation of system selected by City; automation of round pipe surface scum trough draining, integrated ~nto PLC and SCADA HMI screens or installation of beach system. Task 2 -Clarifiers 1,2,3, & 4 (square clarifiers) 2.1 Design replacement effluent weirs to balance of flow over weirs in radial pattern so that disproportionate flows are not directed to comers of square clarifier. Provide detailed fabrication drawing ofFRP launder weir. The goal is to reduce carryover of pin floc and solids due to unequal overflow conditions due to non-round conditions. Additional solids sent to the Dual Media Filtration facility increases run times and energy use. 2.2 Design changes to secondary effluent channel scum trough and pumping system. The removal of accumulated scum in the secondary effluent channel needs to be automated. The current system needs minor modifications to effectively remove scum. A large scum blanket has been responsible for carryover into the Dual Media Filtration facility causing blinding ofthe media, reducing filter run times, increasing energy use, and encouraging media loss from scum attached to anthracite coal. 2.3 Design comer fill-in for each clarifier with lightweight structural material (Le., matching water) to eliminate comer sweep mechanisms. Comer sweep mechanism has a "kick" when wheel is released or retracted. This kick and stop motion stirs up settled sludge in the comers and throughout the clarifier from a slight jerking motion on the clarifier arms. The comer sweeps are a notorious mechanical problem for maintenance crews. 2.4 Design for the installation of up to 16 slide gates so that secondary clarifier launders can be isolated when specific clarifiers are out of service (typically any 2 of the 4 clarifiers). Task 3 -DMF Backwash Waste Valve Replacement Professional Services Rev. June 2, 2010 3.1 Detennine source of leaking water into mud wells. This includes checking for leaking mud well valves and verifying that no water is leaking into the mud wells via the mud well spray system. Pinpoint the Backwash Waste Valves that need replacing. Operations staff can assist. Protocols to be reviewed by City staff. 3.2 Design replacement backwash waste valve and actuators for up to 9 ofthe filters 12 backwash waste valves. Valves and actuators will be replaced in kind. An additional flanged coupling adapter is necessary to aid construction. Existing repair drawings and specifications from 2003 project for 3 of the 12 backwash waste valves are available for review. These repairs will reduce the wasting of flow into mudwells, reduce energy use, and reduce recycle flows. Task 4 -Dual Media Filtration (DMF) Facility Filter Airwash System Problem Statement: The DMF filters have a problem involving surface clogging. Surface clogging ofthe filter media is usually caused by rapid accumulation of solids on the top surface of the fine media. Surface clogging is usually not a problem in dual media filters because of the greater porosity of the coal layer as compared with single media sand filters; however there are portions of the top media (e.g., comers) that are not washed as effectively and willencourage media loss during backwashes. Solids collect throughout the depth of the coal media rather than mostly at the surface. "Mudding" in the poorly washed surface areas of the comers and mid-section causes problems. The mudding tends to migrate throughout the media bed, causes media mixing at the dual media interface, reduces hydraulic throughput in the comers and mid-section, and significantly reduces filter run times through a less efficient cleaning process (e.g., compared to airwash systems). The City desires to replace the surface wash system with an airwash system to increase filter runtimes, decrease backwash flows through the plant, save on energy, extend the life of the filter equipment by reducing its nonnal wear and tear, and (potentially) eliminate the sodium hypochlorite backwashes that are currently needed to reduce mudding. Method of Operation: Whether the control is automatic or manual, the sequence is the same for backwashing any filter, as follows: 1. Close influent valve: 2. Filter level drawdown: Because effluent valve is still open, the filter level drops to six inches above the surface wash anns (approximately 3.4 feet on the filter level indicator) and then reports ready condition to PLC. 3. Close effluent valve: At the drawdown level, the PLC closes the effluent valve. 4. Start backwash pump 5. Open five air relief valves 6. Open backwash rate valve 30% for air bleeding in two minutes 7. Close air relief valves 8. Close backwash rate controller valve 9. Open backwash waste drain valve Professional Services Rev. June 2, 2010 10. Start the surface wash pump 11. Open the filter backwash valve: If drain valve is open and backwash pump at pressure, the PLC opens the backwash supply inlet valve. 12. Open and close the surface wash valve: When the drain valve is full open, backwash pump running, and surface wash pump running, the PLC opens the surface wash valve. After a preselected time, the PLC closes the surface wash valve and stops the surface wash pump. 13. Operate the backwash rate controller and valve: When backwash valve reports OPEN, the PLC will sequence the backwash supply through the backwash rate controller at set times and flows. The rate controller will then control the backwash rate valve according to the backwash rates and times schedule normally set into the DMF SCADA screen by Operations. If the Operator does not load the desired rates and times into the DMF SCADA screen, the PLC will automatically start the backwash at the rates and times approximately as follows: Time Sequence Rate (gpm) Duration (min) TJ From 0 increase to 3,960 gpm (40%) 1 (min) T2 Steady at 3,960 gpm (40%) 2 Yz (min) T3 From 3,960 gpm increase to 7,920 gpm (80%) 1 (min) T4 Steady at 7,920 gpm (80%) 5 (min) Ts From 7,920 gpm decrease to 1,980 gpm (20%) 1 (min) T6 Surface wash time interval (Tl to 2 min ofT4) 6 Yz (min) The surface wash will automatically start at time T 1 and stop 2 minutes after T 4 start. The surface wash operates at a constant flow rate of about 300 gpm. 14. Close the backwash valve and stop the backwash pump: After completion ofTs, the PLC fills the filter with backwash supply water until the filter level reaches 6 feet then stops the backwash supply pump. At the same time, the PLC will close the backwash supply inlet valve. 15. Open the influent valve: When the drain valve is closed, the PLC opens the filter influent valve. 16. Open the effluent valve: When the filter is at operating level, the PLC opens the effluent valve to open to the set rate. The backwash for this filter is now complete and the system will resume scanning for other filters requiring backwash. Each step in the backwash sequence is checked for completion before the next step proceeds. If any step fails to verify within the period the sequence failure times out, the PLC will restore all valves to normal filtering position. Also, the PLC will not start the backwash unless (1) mud well level is sufficiently low (Le. A level of 17 feet) to accept the backwash waste, (2) clear well water level is sufficiently high (Le. A level of 5 feet) to supply the backwash water required, and (3) no other filter is being backwashed. Assuming that the following time sequence and rates were selected and entered into the Filter Control Panel by the Operator, the quantity of water (filtered effluent) used in backwashing one filter can be computed as shown below: Average Rate (gpm) Time Sequence Rate (f;!;pm) (multiDlv bv time) TJ o to 3,960 1,980 T2 3,960 3,960 Time (min) 1 2.5 (f;!;al) 1,980 9,900 Professional Services Rev. June 2, 2010 T3 3,960 to 7,920 5,940 1 5,940 T4 7,920 7,920 5 39,600 Ts 7,920 tol,980 4,950 1 4,950 T6 (surface wash) 300 300 6.5 1,800 Total Water 64,170 gallons The 12 filters are reinforced concrete structures, each measuring 30 feet x 15 feet x 13 feet deep. The bottom of each filter has six 6-inch wide by 8-inch high sills running longitudinally the full length of the filter. These sill support precast media support blocks (i.e. Robertson Filter Group Wheeler under drain) and form the under drain channels for passage offilter effluent and backwash influent. The 5-inch deep media support blocks form a false filter bottom, which consists of a regular pattern of inverted, pyramidal-shaped depressions, with a 5/8-inch orifice and four 1-3/8 inches in diameter, which form a support structure for the media and prevent escape of media through the orifices while allowing passage of filter effluent and backwash water. Filter media consists, from top to bottom, of a 24-inch layer of anthracite coal (ES 1.2-1.4, UC <1.5), 12-inches of sand (ES 0.4 -0.6, UC <1.7), and a four 3-inch graded layers of gravel, ranging from #10 mesh to I-inch size. Each filter is equipped with two rotary-type "surface wash" distributors for use during part of the filter backwash cycle to assure turbulent mixing of media grains so as to maximize cleansing. These rotosweep units employ several water jet nozzles directed at an angle slightly below horizontal position. The nozzles deliver clear well storage water at 60 psi and use the eductor principle to draw water into their flow stream to increase turbulence. The air supply tube is open to atmosphere through the rotary axis ofthe unit above the maximum water level in the filter. For proper operation, each rotosweep unit requires 126 gpm at 60 psi. The rotating arms are mounted about 2-1/2 inches above the top surface of the coal layer, so that they do not interfere with the media during normal filtering. When the media bed is expanded during backwashing, the arms rotate, by the force of the water nozzles, in the midst ofthe turbuleQ.t media cloud created by the main backwash flow. Surface wash pumps are each 300 gpm, 185-foot TDH, end-suction, centrifugal units, each driven by a 25 hp, 3,525 rpm, 460 volt, 3-phase, constant speed motor. The pumps are Aurora, Mode1411, 2 x 2-1/2 x 10 units. Operation of the surface wash pumps is normally controlled automatically by the filter backwash PLC for the preset period at the beginning of each backwash cycle. Surface wash flow should stop about 60 seconds before the end of the high rate backwash cycle to allow the media to re-stratify. Pumps can also be run manually from their H-O-A selector switches at the Filter Control Panel. Air is bled from the surface wash lines into the odd DMF filter influent channel to avoid water hammer. Only one of the two pumps operates at a time. Attachments • Existing media specs Tasks: 4.1 Design an air scour system to replace the surface wash system at the DMF. Professional Services Rev. June 2, 2010 Approximate design basis (verify with manufacturer): • 1125 to 1350 cfm blower, depending on system requirements • 6 to 10 psi operating setpoint, depending on selected air distribution system • 2.5 to 3 cfm of air per square foot of media on each ofthe DMF's 12 15'x30' filters, depending on system requirements Provide a pre-design Technical Memorandum to make recommendation for specific products including: • Roberts Filter Group (Aries Managed Air System) Anticipated equipment for this design includes (recommendations below are to be verified or modified during're-design'): • Blower Package 2ea -50 hp positive displacement or rotary blowers, 480V power, 1 duty and 1 standby 2ea -blower packages with blower, motor, mounting, OSHA equipment, relief valve, inlet filter and silencer, discharge silencer, spool type flexible connectors, check valve, pressure gauge, and sound enclosure, all located inside the DMF building. • Air Piping System 12ea -120V airwash wafer style, butterfly control valves; located outdoors; 1 unit per DMF filter (Note: the existing power wiring, control wiring, and pneumatic air supply used by the existing surface wash control valves can be reused for the new airwash valves to reduce costs) lea -in-filter stainless steel airwash supply and drop piping system 1 ea -out-of-filter carbon steel airwash piping system 3ea -air isolation valves at blowers, manually operated 1 ea -air pressure indicator and transmitter tied into plant SCADA • SCADA and PLC Integration lea -HMI -the plant's remote HMI is an existing SCADA node; it is standardized on GE Fanuc iFix 4.5; the following data shall be tied into the Plant's DMF SCADA node via existing Ethernet from the Plant's Allen Bradley PLC5 at the DMF: • Air blower run/stop status, fail status, PLC/local status (discrete) • Air control valve open/close status (discrete) • Air blower pressure output (analog) DMF HMI changes will be by plant staff. A complete I/O list will be needed. lea -The air scour system will be controlled by the Plant's PLC via the DMF's existing Allen Bradley PLC5 computer, which has an identical filter backwash program for each filter. The DMF' s PLC5 will control the new air scour blowers and new airwash control valves. Initially, only 1 ofthe 12 backwash programs will be modified until completion ofthe filter performance test; after performance testing the remaining 11 programs will be modified Note 1: For programming support--prior to facility startup--plant staffwill need to be provided with a complete I/O list; plant electricians will then modify 1 ofthe 12 existing PLC5 backwash programs; as a service during construction, the Consultant will see that plant staff are properly informed and advised of the recommended changes to the existing backwash control program (e.g., change to backwash sequence timing based on flock retention Professional Services Rev. June 2, 2010 analysis, turbidity analysis during backwash, as well as startup and performance testing lessons) Note 2: Based on recent filter surveillance by ERS Industrial Services on April 4, 2012, the existing media does not need replacemerit. Deliverables • Pre-design Technical Memorandum, air scour (air wash) system (Task 4) 10 hardcopies and 1 DVD with Word and pdf copies (downloadable files OK) o Recommendations for equipment and system design, following review and discussion of preliminary selections of equipment and installation sites with Plant staff. o Advantages, disadvantages and costs for equipment options or equipment alternatives. o Product specifications and cut sheets for recommended equipment, including equipment options o Narrative (can be list format) operation and control strategy, with P&ID for air scour system, and integration with SCADA and PLC systems o Construction procedure and installation plan. Among other items, include: • Procedures for keeping the DMF facility in operation during demolition and installation. • Number of filters that can be out of service at one time. • Provision to supply air to one filter for extended period testing, and incrementally bringing additional filters online o Layout diagrams for equipment, including in-tank and exterior air piping systems and blower equipment o Electrical single line diagrams with tie-in to existing plant power equipment o Electrical service requirements (power) o Electrical load calculations o Preliminary cost estimate o Performance Testing Plan for single filter extended period (e.g. 3 month) testing (Task 4): • Explanation of desired outcomes including verification of anticipated performance, identification of improvements to design or installation, and cost to implement changes • Description of startup and performance test procedures and equipment, with identification of consultant activities, Plant support, manufacturer and/or contractor involvement • Means of supplying air to only one filter during the test period if new blower tum down is insufficient to reduce air supply: Temporary blower? New blower with system modifications? • Schedule for startup and performance testing • Requirements, work, and duties of contractor and/or equipment vendor • Coordination with Consultant test personnel and/or Plant staff during startup and testing. For any involvement of Plant Operations staff: Provide instructions to plant operators, with blank forms (as needed) for recording field observations/data. • Plant lab analysis and any other requirements for performing testing Professional Services Rev. June 2, 2010 • Preliminary Design Drawings (30%) [for Tasks 1,2,3,4] Preliminary design shall be developed to the level of detail that is adequate for the R WQCP to make final decisions so that Consultant may proceed with the final design. One full size and 10 half size sets, plus one D VD of AutoCAD and pdf files 4.2 90% Design Documents Design shall include sufficient construction details and clarity that would result in minimal questions by contractors, timely equipment purchases, minimal change orders, and timely completion of construction. Deliverables -90% design • 90% Construction Plans, complete and fully detailed Include demolition plans, P&ID, SCADA and PLC integration One full size and 10 half size sets, plus AutoCAD and pdf versions on DVD • 90% Construction Specifications, Division 1 General Requirements & Technical Sections. Specifications to include, o Measures to minimize disruptions to plant operation, such as: • Conwuc¥pn sequencing plan • Construction procedures, including guidelines for shutdown work if necessary 5 hardcopies, plus Word and pdf versions on DVD • Separate document, bound or stapled: o Final service requirements, electric load calculations, design criteria, and equipment data o Updated cost estimate o Estimated construction schedule 5 hardcopies, plus Word and pdf versions on DVD 4.3 Final Design Documents Consultant shall incorporate all comments, finalize calculations, and prepare bid package for the project. Design shall include sufficient construction details and clarity that would result in minimal questions by contractors, timely equipment purchases, minimal change orders, and timely completion of construction. Deliverables -Final design • Final plans, stamped o 1 full size set o Two DVDs with files in A uta CAD, and half size (llx17) in PDF • Final specifications, stamped o One bound hardcopy o Two DVDs with files in Word and in PDF· • Separate document, bound, containing: o Final service requirements, electric load calculations, design criteria, and equipment data o Updated cost estimate o Estimated construction schedule Professional Services Rev. June 2, 2010 • Five hardcopies • Electronicfiles in Word and in PDF 4.4 Initial, Single Filter, Perfonnance Test: The city desires to install an airwash system for 11 of the 12 filters at this time. The Consultant will provide engineering documents that provide for a perfonnance test on a single filter for a period of time (e.g., 3 months). After successful completion of the startup and perfonnance test, the installation contractor will be authorized to install an airwash in the remaining 10 filters, staff will reprogram the relevant PLC programs, and the contractor will demo the existing surface wash system pumps, valves, surface sweeps, etc. The Consultant is to recommend and oversee proper startup and perfonnance testing of airwash system including filter observations, filter runtime results, proper backwash sequence and timing, airwash distribution, flock retention analysis plotted against filter depth, backwash turbidity analysis plotted against backwash time, etc. The Plant lab can assist with turbidity analysis. Deliverables • Provide a summary of findings from the single filter performance test, any data collected, and summary of recommended modifications for installation of the remaining 10 filters and for operation of the installed airwash system. Task 5 -Services during Bid Consultant engineering services during bid is heavily dependent on sufficiency and clarity of the plans and specifications that are prepared by the Consultant. The R WQCP acknowledges that there are circumstances when bidders may have unusually high amount of questions. In preparing the fee estimate for this task, Consultant should review the company project history and typical fee data for in-house designs, then provide a fee estimate for assisting the RWQCP with the following tasks: • Attend pre-bid meeting and walk through • Respond to bidder questions, requests for clarification and/or infonnation • Prepare addenda • Review bid results and provide explanation if necessary Task 6 --Services during Construction R WQCP staffwill be the construction manager for the project and will provide day to day on-site inspection and coordination. Consultant engineering services during construction is heavily dependent on the sufficiency and clarity of the plans and specifications that are prepared by the Consultant. The RWQCP acknowledges that there are circumstances when contractor may have unusually high amount of questions. In preparing the fee estimate for this task, Consultant should review the company project history and typical fee data for in-house designs, then provide a fee estimate for assisting the RWQCP with the following tasks: • Attend pre-construction meeting and monthly meetings • Review submittals and respond in a timely manner (generally within 7 days) Professional Services Rev. June 2, 2010 • Review Requests for Information (RFIs) and prepare responses in a timely manner (generally within 7 days) • Conduct periodic site inspections, monthly at a minimum, and as requested by the R WQCP construction manager (assume one request per month for purpose of fee information) • Review, evaluate and provide justification for change order requests from contractor • Provide technical support and resolution to field problems expeditiously • Periodically review contractor's red-line drawings • Assist with equipment start-up and performance testing • Training Assist contractor & and equipment vendors with training of pi ant staff. Provide supplemental training as necessary. • Prepare record drawings. Provide one full size set and 5 half size sets of record drawings; and one DVD of record drawings in AutoCAD and pdf • Consolidated O&M Manual: Prepare a comprehensive, organized O&M manual for the airwash system (Task 3 airwash piping, blowers, controls and auxiliary equipment) and for the Pilot DMF Filter Optimization system (Task 4), containing: o Table of contents o Tabbed dividers o Text prepared by Consultant to give an overview and context: • Concise explanation of Project purpose and elements of the work. • Explanation of the systems and equipment installed. • Explanation ofthe Pilot DMF Optimization Filter (Task 4), including, • Purpose, materials & equipment, tests & test equipment used • Optimization methods/options tried • Optimized filter materials, equipment • Testing results & expected performance • Equipment settings and operation procedures for optimum performance • Forms for operators to log (daily, weekly) equipment checks, operating settings and readings, observations o Manufacturer's O&M manuals -airwash system, blowers, etc. (5 sets) o Factory service startup support (1 ea.) o Drawings as applicable Task 7 -Backwash Initiation Automation 7.1 Investigate control programming to automate initiation of DMF filter backwashes based on head loss. Current backwash initiation is done manually by evaluating head loss values and filter run times. Recommend any new equipment needed. Convey elements of programming for backwash initiation to RWQCP staffwho will implement control programming. Task 8 -Dual Media Filtration Facility Filter Optimization Pilot Building on the background of Task 3, the City desires to study potential optimization benefits in a pilot test of a single filter. This pilot will provide a long-term basis for future upgrades ofthe DMF. Professional Services Rev. June 2, 2010 The extent ofthe pilot will depend on project economics and operational considerations. Attachments • Filter O&M Manual section, filter photos, filter design / shop drawings Background: Upstream process: primary treatment, trickling filter over plastic media, activated sludge, secondary clarification Downstream process: UV disinfection with Trojan 3000+ system Filter Influent Turbidity: 4-7 NTU, typical; > 10 NTU typical during maintenance operations and upstream upsets Filter Influent -see chart below; values above 30 mg/L in winter 2012 were due to partial nitrification and are not expected to be repeated TSS for Secondary Effluent C24 70.0 60.0 50.0 40.0 30.0 20.0 10.0 0.0 ~"" ~"" ,.::;,," ~"" ~"" i" ~,,'), ~,,'), ~,,'), ~,,'), ~,,'), ~ $ ~ $ ~ ~ ~ ~ ~ $ ~ Date Permit limits - 2 NTU (typical filter effluent is 0.8 NTU) 10 mg/L TSS monthly average limit (typical filter effluent is 1.0 mg/L) 20 mg/L TSS daily maximum Chronic toxicity species -water flea (ceriodaphnia dubia) Acute toxicity species -rainbow trout Professional Services Rev. June 2, 2010 8.1 Recommended pilot test equipment for a new air scour system, underdrain, and filter trough system. The Consultant will advise in a technical memorandum on the relative cost and technical merits of the following filtration optimization equipment from A WI, Ovivo EWT, Roberts Filter Group, or equal: New low profile underdrain to provide (A WI, Roberts Filter Infinity, Ovivo EWT, or equal): Gravel-less media support Improved flow distribution for backwash water Improved filter influent hydraulics Elimination of Wheeler Bottom underdrain and gravel Elimination of surface wash Improved backwash cleaning Airwash distribution system (separate air piping system (e.g., Roberts Filter Group Aries Managed Air) or J-tube style (AWl or Ovivo EWT) New media bed (per Task 4.2) (e.g., different effective size, monomedia, etc.) to improve filter runtime between backwashes without a loss in filter effluent water quality Deeper media bed, if warranted, to improve filter runtime between backwashes without a loss in filter effluent water quality The sand layer and anthracite coal layers in the 12 dual media filters may not be optimized for the longest filter run times at equivalent filter effluent turbidity and TSS. The Consultant is to recommend 8-inch tube field bench-scale. tests of differing filter media profiles, based on Consultant's expertise, for consideration as pilot media for Task 4.1 in 1 of the 12 filters. Alternatively, manufacturer provided pilot assemblies will be considered and coordinated by Consultant. The City will be responsible for construction and operation of the bench-scale pilot plant. 8.2a Following completion of Task 8.2, Consultant shall calibrate and run granular medium filtration computer model. Model shall be utilized to determine optimum granular medium properties for media specification for optimization study. Deliverables -Tasks 8.1 & 8.2 Pre-design technical memorandum containing: Explanation of desired outcomes of pilot testing including potential benefits of upgrading all of the DMF filters for optimized performance, anticipated performance including energy usage, estimated cost for upgrading, recommendations for design elements/criteria and operation of the upgraded DMF facility, and preliminary plan for construction. Recommended equipment and materials to be installed in the pilot filter Procedures for construction and startup of pilot filter. Pilot testing plan Test equipment and analyses Description of tests and test procedures Schedule for construction, startup and performance testing Identification of Consultant activities, plant staff and lab support, manufacturer and/or contractor involvement during 6 month performance testing period. Coordination between Consultant testing personnel and plant staff during startup and testing. For any involvement of plant Operations staff, provide instructions to plant operators, with blank forms Professional Services Rev. June 2, 2010 (if needed) for recording field observations/data. Plant lab analysis and any other requirements for performing testing 8.3 Prepare plans and technical specifications for construction ofthe pilot test filter. 8.4 Provide engineering services for technical support during construction and startup. 8.5 Facilitate Performance Testing and Optimization Study A. Before beginning pilot testing, Consultant's testing staff shall, 1. Become familiar with the DMF facility, the filtration equipment and the operating procedures, including written procedures and those learned from discussion with Plant Operators about what they do. 2. Meet with Operations Supervisors and other designated staff to discuss the characteristics ofthe incoming waste stream, problems that have been encountered in the past and may occur during testing, downstream processes and sensitivities to filtered wastewater quality, and target parameters, effluent discharge limits, recycled water quality requirements, or any other objectives or requirements of the filtration process. 3. Provide instruction to plant Operators on how to operate the new equipment. B. Working with assistance from Plant Operators, facilitate operation of the pilot filter for approximately six months and suggest changes to operation to optimize filter performance and document the results. 1. Plant Operators will perform the daily operating procedures based on instructions from the Consultant. c. Upon completion of pilot testing, prepare a post testing technical memorandum to document the Study. Deliverable -Task 8.5 • Post testing Technical Memorandum shall include, o Summary of work done and testing procedures o Data collected and recorded o Findings and results of 6 month performance testing o Potential benefits of upgrading all of the DMF filters for optimized performance o Anticipated performance including energy usage o Estimated cost for upgrading all of the filters o Recommendations for design elements/criteria and preliminary plan for construction o Recommendations for operation and monitoring (including lab testing) of the upgraded DMF facility 8.6 Provide training to plant staff on continued operation and monitoring of pilot filter after test period is completed. Professional Services Rev. June 2,2010 Task 9 -Project Management Project management shall be an integral part of the Consultant services. The Consultant shall monitor all activities, schedule, and budgets of the project. All activities shall be coordinated through the City Project Manager. 9.1 Budget and Schedule Tracking Consultant shall provide budget and schedule tracking of the project. Provide summaries of project status, budget and schedule status on a monthly basis. 9.2 Project Meetings Consultant shall coordinate and attend project meetings, and shall update RWQCP project manager on schedule and budget status. 9.3 Invoices and Payment Progress payments for consultant services shall reflect the amount of effort and percent completion. The cumulative payment shall not exceed the completed percent of the total project fee based on the completed tasks or deliverables. ADDITIONAL SERVICES Consultant may be required to perform additional services listed below. Consultant shall perform the additional services upon written authorization by the City. Payment for the additional services shall be time and expense based on the schedule of charges but not to exceed a pre-negotiated maximum. The maximum limit for each additional task shall be negotiated and agreed upon prior to providing the service. Consultant shall provide a schedule of charges with the fee information. Additional services may include: AI. Attend/conduct additional meetings that are not including in the basic scope of services A2. Attend/conduct additional field inspection that are not including in the basic scope of services A3. Excessive amount of submittals beyond normal as justified by Consultant and accepted by R WQCP construction manager A4. Excessive amount of RFIs beyond normal as justified by Consultant and accepted by R WQCP construction manager GENERAL NOTE ON TECHNICAL MEMORANDA Expectations for technical memoranda prepared for this project: • Clarity, thoroughness of analysis, content completeness and concise wording are what matters most. Simple diagrams and graphics can help with clarity. Professional Services Rev. June 2, 2010 • Formal formatting, pretty graphics, and the like are not important. The technical memoranda are not supposed to be formal reports; they are only for conveyance of information. • Completeness does not mean you include extra information on whatever you think the client might want or like. Just meet the need. Professional Services Rev. June 2, 2010 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 ofthe project managers for CONSULTANT and CITY so long as all work is completed within the term ofthe 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 1. Pre-design memo and 30% design 2. 90% design 3. Final design 4. Services During Bidding 5. Services During Construction 6. DMF Optimization -Pilot Completion No.ofJ)ays/Weeks FromNTP 7 15 20 TBD TBD TBD Professional Services Rev. June 2, 2010 EXHIBIT "C" COMPENSATION 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-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 $205,430.00. 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 $225,973.00.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 ofthe tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $205,430.00 and the total compensation for Additional Services does not exceed $20,543.00. BUDGET SCHEDULE Task 1 (Design, Clarifiers 5 & 6) Task 2 (Design, Clarifiers 1,2,3 & 4) Task 3 (DMF Backwash Waste Valve Replacement) Task 4 (DMF Facility Filter Airwash System) Task 5 (Services During Bid) Task 6 (Services During Construction) Task 7 (Backwash Initiation Automation) NOT TO EXCEED AMOUNT $11,140 $20,850 $6,880 $54,490 $6,360 $49,080 $5,680 Professional Services Rev. June 2, 2010 Task 8 $36,080 (DMF Filter Facility Filter Optimization Pilot) Task 9 $13,870 (Project Management) Sub-total Basic Services (NTE) $204,430 Reimbursable Expenses $1,000 Total Basic Services and Reimbursable expenses $205,430 Additional Services (Not to Exceed) $20,543 Maximum Total Compensation $225,973 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 oftravel 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. C. Third party reproduction services. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1,000 shall be approved in advance by the CITY's project manager. ADDITIONAL SERVICES Professional Services Rev. June 2, 2010 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 Wark required because the following conditions are not satisfied or are exceeded shall be considered as additional services: • Attending more than 12 project progress meetings with City during design. • Attending more than 10 periodic construction meetings. • Reviewing more than 30 submittals during construction. • Reviewing & responding to, more than 30 Requests For Information (RFI) during construction. • Evaluation of electrical capacity at existing DMF facility. • Field sampling and laboratory analysis. (check) • Conducting more than 12 periodic site inspections during construction. Professional Services Rev. June 2, 2010 EXHIBIT "C-l" HOURLY RATE SCHEDULE Classification Hourly Rate CAD-Technician ......................................................................... $95 Designer-Senior Technician .................................................. : ....... $105 Engineer-Scientist-Specialist 2 .............................................. : ........ $115 Engineer-Scientist-Specialist 3 .......... " .... '; ...................................... $125 Engineer-Scientist-Specialist 4 ....................................................... $140 Engineer-Scientist-Specialist 5 ....................................................... $165 Engineer-Scientist-Specialist 6 ....................................................... $185 Engineer-Scientist-Specialist 7 ................................................. " .... $195 Engineer-Scientist-Specialist 8 ....................................................... $215 Engineer-Scientist-Specialist 9 ....................................................... $220 Project Administrator ....... , ........................................................... $90 Administrative Assistant. ............................................................... $75 Aid .......................................................................................... $60 Professional Services Rev June 2, 2010 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 WITHAMBEST'SKEYRATINGOFA-:VII,ORHIGHER,LICENSEDORAUTHORIZEDTOTRANSACTINSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY'S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: MINIMUM LIMITS REQUIRED TYPE OF COVERAGE REQUIREMENT EACH YES YES YES YES YES YES OCCURRENCE AGGREGATE WORKER'S COMPENSATION STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY $1,000,000 $1,000,000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000 PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL BODILY INJURY & PROPERTY DAMAGE $1,000,000 $1,000,000 LIABILITY COMBINED. BODILY INJURY $1,000,000 $1,000,000 -EACH PERSON . $1,000,000 $1,000,000 -EACH OCCURRENCE $1,000,000 $1,000,000 AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED PROPERTY DAMAGE $1,000,000 $1,000,000 BODILY INJURY AND PROPERTY $1,000,000 $1,000,000 DAMAGE, COMBINED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 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 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. 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 INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. Professional Services Rev June 2, 2010 B. CROSS LIABILITY THE NAMING OF MORE IRAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR IRAT 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 ISSUING COMPANY 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 MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 Professional Services Rev June 2,2010