Loading...
HomeMy WebLinkAboutStaff Report 14685 (2) City of Palo Alto (ID # 14685) City Council Staff Report Meeting Date: 12/19/2022 Report Type: Consent Calendar City of Palo Alto Page 1 Title: Approval of Contract With Woodard & Curran, Inc. (C23186176) in a Total Amount Not to Exceed $3,151,500 for Program Management Services for Projects Under the Long Range Facilities Plan of the Regional Water Quality Control Plant – Capital Improvement Program Project WQ- 10001 From: City Manager Lead Department: Public Works Recommendation Staff recommends that City Council approve and authorize the City Manager or their designee to execute the contract with Woodard & Curran, Inc., in the amount of $3,151,500 from January 1, 2023 to March 31, 2028 to provide program management services for projects under the Long Range Facilities Plan of the Regional Water Quality Control Plant, including $2,865,000 for basic services and $286,500 for additional services. Background The Regional Water Quality Control Plant (RWQCP) was originally constructed in 1934 and has undergone several rehabilitations. In 2012, staff developed a Long-Range Facilities Plan (LRFP)1 to upgrade its facilities and treatment processes. The LRFP’s goals are to reduce the RWQCP’s carbon footprint, modernize aging infrastructure, address changing regulatory requirements, increase treatment efficiency and reliability, and provide dependable and sustainable treatment. The LRFP was accepted by Council on July 2, 2012 (SR ID# 29142). On November 10, 2014, Council approved a three-year contract with RMC Water and Environment (acquired in 2016 by Woodard & Curran) (SR ID#51163) to provide capital program management services. Program management services support in-house staff with additional expertise in delivering the projects comprising the LRFP Capital Improvement Program. The 1 Long Range Facilities Plan, October, 2012, https://www.cityofpaloalto.org/files/assets/public/public- works/water-quality-control-plant/lrfp-final-report-08-2012.pdf 2 City Council, July, 2012; Agenda Item #7; CMR#2914, http://www.cityofpaloalto.org/civicax/filebank/documents/30006 3 City Council, November, 2014; Agenda Item #15; CMR#5116, https://www.cityofpaloalto.org/files/assets/public/public-works/water-quality-control-plant/files-for-staff- reports/111014-5116-cip-program-management-services-at-rwqcp.pdf 15 Packet Pg. 186 City of Palo Alto Page 2 contract had two no-cost time extensions through December 31, 2022 covered in SR ID#82104 on November 6, 2017 and SR ID#116125 on November 9, 2020. Table 1 gives an outline of the key Capital Improvement Program (CIP) projects covered under the LRFP. Table 1: Summary of Key LRFP CIP Projects 4 City Council, November, 2017; Agenda Item #3; CMR#8210, https://www.cityofpaloalto.org/files/assets/public/public-works/water-quality-control-plant/id-8210-adoption- ofamendment-no.-1-to-contract-with-rmc-water-and-environment-for-professional-services_2.pdf 5 City Council, November, 2020; Agenda Item #6; CMR#11612, November 9, 2020, https://www.cityofpaloalto.org/files/assets/public/agendas-minutes-reports/reports/city-manager-reports- cmrs/year-archive/2020-2/id-11612.pdf 6 SRF – State of California, State Water Resources Control Board, Clean Water State Revolving Fund Project Title Status Expected Funding Mechanism Cost (millions) Primary Sedimentation Tanks Rehabilitation and Equipment Room Electrical Upgrade Project (WQ-14003) Construction SRF6 Loan $19.4 Secondary Treatment Upgrades (WQ-19001) Awarding SRF Loan $193.0 Miscellaneous Projects in Progress (WQ-19002) Various Annual Recurring Capital Budget $10.6 Joint Interceptor Sewer Relining (WQ-24000) 30% Design Special One-Time Payment or Revenue Bond $5.6 New Outfall Pipeline (WQ-19000) 90% Redesign SRF Loan $17.4 Advanced Water Purification System (WQ- 19003) 90% Design Valley Water $16M USBR $12.9M Grant MV $18M - SRF PA WWT $6M - SRF $56.0 Headworks Facility (WQ-16002) Planning SRF Loan $48.6 New Laboratory and Staff Workspaces (WQ- 14002) (Various staff workspace alternatives) Design and Advanced Planning Revenue Bond $47.4 Valley Water Regional Purification Drinking Water Plant at Old Los Altos Treatment Plant (appx. $700 million) --9+ MGD Pump Station at RWQCP --New Regional Drinking Water Plant Coordinating with Valley Water Valley Water n/a 15 Packet Pg. 187 City of Palo Alto Page 3 Discussion Woodard & Curran, Inc. (W&C) is currently contracted to provide Wastewater Treatment Enterprise Fund capital program management services through the end of calendar year 2022. W&C is pivotal in providing the additional staff resources and services to implement the LRFP improvements while allowing existing Regional Water Quality Control Plant (RWQCP) staff members to perform their ongoing functions and workload. Approval of this new contract with W&C (C23186176, Attachment A) extends those key services through March 2028 to support the RWQCP capital program. Implementation of the highly technical and complicated projects under the LRFP while maintaining plant operation and full permit compliance requires careful planning and supervision. The varying phases of these projects are overlapping, and the workload fluctuates significantly. Flexible staffing with flexible time allocation is required to accommodate the needs of the program. The RWQCP has a small engineering group and cannot accommodate the flexible staffing needs and the skill set for program implementation. The LRFP program requires augmentation of staff by consultants with a wide spectrum of skills, including structural, civil, process mechanical, electrical, instrumentation and controls, environmental, project management, and construction administration as required. To implement the capital program’s projects efficiently and effectively, consultant resources with the appropriate skill sets must be available when required so that each phase of the program can be implemented in a timely manner without causing delay to subsequent phases. Scope of Services Description W&C provides program management for the implementation of the projects under the LRFP. The scope of work includes: 1. Plan and coordinate the activities of the various phases/projects to maintain conformance with the City’s budget and schedule; 2. Assist staff in obtaining the services of consulting engineering firms to complete the environmental documentation and design of projects; 3. Assist staff in managing multiple consultants on multiple projects and conduct review of reports, plans, and specifications prepared by the consulting engineering firms for projects; 4. Assist staff in managing multiple construction contracts to ensure proper execution of construction contracts; 5. Monitor overall budgets and schedules and maintain conformance with the City’s budget and schedule; 6. Assist with regulatory and public outreach requirements; 7. Develop solutions that ensure ongoing RWQCP operational and regulatory compliance as a result of the construction projects; Total $398 15 Packet Pg. 188 City of Palo Alto Page 4 8. Assist City with acquisition of funding, such as the State Water Resources Control Board State Revolving Fund loan program or bond financing; 9. Assist City with review and coordination regarding Valley Water’s Regional Advanced Water Purification Project; and 10. Other miscellaneous project management tasks. Under the terms of the contract, W&C is not permitted to propose on any environmental studies or design work for the projects under the LRFP. Summary of Solicitation Process and Exemption from Competitive Solicitation per Palo Alto Municipal Code The RWQCP currently has multiple projects in various stages of development. Under these circumstances, changing resources providing Program Management services would sacrifice time and institutional knowledge, risking project delays and cost increases to the projects already in progress, as well as strain staff resources. W&C was selected through a competitive solicitation process in 2014, and has provided services under their current contract from November 10, 2014 to December 31, 2022 for a contract amount of $4,357,899. Expenses in this new contract remain in line with the expenses and term of the prior contract. Staff is pleased with the performance and value currently provided to the RWQCP capital improvement program by W&C. Staff regularly monitors and oversees W&C’s performance. Additionally, W&C reports regularly to an interdepartmental committee overseeing ongoing capital program management progress and performance. In addition to other staff, this interdepartmental committee includes the Directors of Public Works and Administrative Services. The contract is on the City’s professional services template, which permits the City to terminate without cause/for convenience by providing written notice to the contractor. Resource Impact Funding for the contract recommended in this staff report is available in the Fiscal Year 2023 Wastewater Treatment Fund Capital Improvement Program Plant Master Plan project (WQ- 10001). Funding for future years of the contract will be subject to Council appropriation as part of the annual budget process. The work performed by W&C to coordinate and assist with Valley Water’s Regional Advanced Water Purification project at the Old Los Altos Treatment Plant is expected to be reimbursed by Valley Water. Policy Implications Authorization of this project does not represent a change in existing policies. Stakeholder Engagement This project is part of the RWQCP’s major capital improvement program funded by Palo Alto and the five partner agencies who use the RWQCP for wastewater treatment. The five partner 15 Packet Pg. 189 City of Palo Alto Page 5 agencies are regularly updated on both the need for and the progress of wastewater treatment capital work. Updates are provided each year at an annual meeting and at other periodic meetings established to inform partner agency staff about the major capital improvement program. With respect to Palo Alto itself, the open meetings on the budget process serve as the main vehicle for engaging the community on both new projects such as this and associated rate impacts. Environmental Review Council action on this item is not a project as defined by the California Environmental Quality Act (CEQA) because extending a contract for program management services is an organizational or administrative activity that will not result in direct or indirect physical changes in the environment. CEQA Guidelines section 15378(b)(5). Individual projects in the LRFP Capital Improvement Program will undergo separate review where required under CEQA. Attachments: x Attachment15.a: Attachment A C23186176 W&C_PSA_12.05.2022 15 Packet Pg. 190 Professional Services Rev. Dec.15, 2020 Page 1 of 35 CITY OF PALO ALTO CONTRACT NO. C23186176 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF PALO ALTO AND WOODARD & CURRAN, INC. This Agreement for Professional Services (this “Agreement”) is entered into as of the 19th day of December 2022 (the “Effective Date”), by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and WOODARD & CURRAN, INC. a Maine corporation, located at 41 Hutchins Drive, Portland, ME 04102, DIR #1000046744 (“CONSULTANT”). The following recitals are a substantive portion of this Agreement and are fully incorporated herein by this reference: RECITALS A. CITY intends to implement its Long Range Facilities Plan (LRFP) (the “Project”) and desires to engage a consultant to program management services in connection with the Project (the “Services”, as detailed more fully in Exhibit A). B. CONSULTANT represents that it, its employees and subconsultants, if any, possess 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, entitled “SCOPE OF SERVICES”. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree as follows: 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. SECTION 2. TERM. The term of this Agreement shall be from January 1, 2023 through March 31, 2028 unless terminated earlier pursuant to Section 19 (Termination) of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit B, entitled “SCHEDULE OF PERFORMANCE”. 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       15.a Packet Pg. 191 Professional Services Rev. Dec.15, 2020 Page 2 of 35 damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services shall be based on the compensation structure detailed in Exhibit C, entitled “COMPENSATION,” including any reimbursable expenses specified therein, and the maximum total compensation shall not exceed Two Million Eight Hundred Sixty- Five Thousand Dollars ($2,865,000). The hourly schedule of rates, if applicable, is set out in Exhibit C-1, entitled “SCHEDULE OF RATES.” Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation set forth in this Section 4 shall be at no cost to the CITY. Optional Additional Services Provision (This provision applies only if checked and a not- to-exceed compensation amount for Additional Services is allocated below under this Section 4.) In addition to the not-to-exceed compensation specified above, CITY has set aside the not- to-exceed compensation amount of Two Hundred Eighty-Six Thousand Five Hundred Dollars ($286,500) for the performance of Additional Services (as defined below). The total compensation for performance of the Services, Additional Services and any reimbursable expenses specified in Exhibit C, shall not exceed Three Million One Hundred Fifty-One Thousand Five Hundred Dollars ($3,151,500), as detailed in Exhibit C. “Additional Services” means any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described at Exhibit A. CITY may elect to, but is not required to, authorize Additional Services up to the maximum amount of compensation set forth for Additional Services in this Section 4. CONSULTANT shall provide Additional Services only by advanced, written authorization from CITY as detailed in this Section. Additional Services, if any, shall be authorized by CITY with a Task Order assigned and authorized by CITY’s Project Manager, as identified in Section 13 (Project Management). Each Task Order shall be in substantially the same form as Exhibit A-1, entitled “PROFESSIONAL SERVICES TASK ORDER”. Each Task Order shall contain a specific scope of services, schedule of performance and maximum compensation amount, in accordance with the provisions of this Agreement. Compensation for Additional Services shall be specified by CITY in the Task Order, based on whichever is lowest: the compensation structure set forth in Exhibit C, the hourly rates set forth in Exhibit C-1, or a negotiated lump sum. To accept a Task Order, CONSULTANT shall sign the Task Order and return it to CITY’s Project Manager within the time specified by the Project Manager, and upon authorization by CITY (defined as counter-signature by the CITY Project Manager), the fully executed Task Order shall become part of this Agreement. The cumulative total compensation to CONSULTANT for all Task Orders authorized under this Agreement shall not exceed the amount of compensation set forth for Additional Services in this Section 4. CONSULTANT shall only be compensated for Additional Services performed under an authorized Task Order and only up to the maximum amount of compensation set forth for Additional Services in       15.a Packet Pg. 192 Professional Services Rev. Dec.15, 2020 Page 3 of 35 this Section 4. Performance of and payment for any Additional Services are subject to all requirements and restrictions in this Agreement. 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, if applicable, an identification of personnel who performed the Services, hours worked, hourly rates, and reimbursable expenses), based upon Exhibit C or, as applicable, CONSULTANT’s schedule of 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 invoices shall be subject to verification by CITY. CONSULTANT shall send all invoices to CITY’s Project Manager at the address specified in Section 13 (Project Management) below. CITY will generally process and pay invoices within thirty (30) days of receipt of an acceptable invoice. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it, its employees and subcontractors, if any, possess 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 subcontractors, if any, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All Services to be furnished by CONSULTANT under this Agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement, as amended from time to time. 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 is solely responsible for costs, including, but not limited to, increases in the cost of Services, arising from or caused by CONSULTANT’s errors and omissions, including, but not limited to, the costs of corrections such errors and omissions, any change order markup costs, or costs arising from delay caused by the errors and omissions or unreasonable delay in correcting the errors and omissions. 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 the CITY’s stated construction budget by ten percent (10%) or more, CONSULTANT shall make recommendations to 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. CONSULTANT acknowledges and agrees       15.a Packet Pg. 193 Professional Services Rev. Dec.15, 2020 Page 4 of 35 that CONSULTANT and any agent or employee of CONSULTANT will act as and shall be deemed at all times to be an independent contractor and shall be wholly responsible for the manner in which CONSULTANT performs the Services requested by CITY under this Agreement. CONSULTANT and any agent or employee of CONSULTANT will not have employee status with CITY, nor be entitled to participate in any plans, arrangements, or distributions by CITY pertaining to or in connection with any retirement, health or other benefits that CITY may offer its employees. CONSULTANT will be responsible for all obligations and payments, whether imposed by federal, state or local law, including, but not limited to, FICA, income tax withholdings, workers’ compensation, unemployment compensation, insurance, and other similar responsibilities related to CONSULTANT’s performance of the Services, or any agent or employee of CONSULTANT providing same. Nothing in this Agreement shall be construed as creating an employment or agency relationship between CITY and CONSULTANT or any agent or employee of CONSULTANT. Any terms in this Agreement referring to direction from CITY shall be construed as providing for direction as to policy and the result of CONSULTANT’s provision of the Services only, and not as to the means by which such a result is obtained. 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 approval of the City Manager. Any purported assignment made without the prior written approval of the City Manager will be void and without effect. Subject to the foregoing, the covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators and assignees of the parties. SECTION 12. SUBCONTRACTING. Option A: No Subcontractor: CONSULTANT shall not subcontract any portion of the Services to be performed under this Agreement without the prior written authorization of the City Manager or designee. In the event CONSULTANT does subcontract any portion of the work to be performed under this Agreement, CONSULTANT shall be fully responsible for all acts and omissions of subcontractors. Option B: Subcontracts Authorized: Notwithstanding Section 11 (Assignment) above, CITY agrees that subcontractors may be used to complete the Services. The subcontractors authorized by CITY to perform work on this Project are: Bartle Wells Associates, 1889 Alcatraz Avenue, Berkeley, CA 94703 SWA Services Group, Inc., 68 Harold Avenue, Santa Clara, CA 95050 CONSULTANT shall be responsible for directing the work of any subcontractors and for any compensation due to subcontractors. CITY assumes no responsibility whatsoever concerning compensation of subcontractors. CONSULTANT shall be fully responsible to CITY for all acts and omissions of subcontractors. CONSULTANT shall change or add subcontractors only with the prior written approval of the City Manager or designee.       15.a Packet Pg. 194 Professional Services Rev. Dec.15, 2020 Page 5 of 35 SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Greg Sands, P.E., 101 Montgomery Street, Suite 1850, San Francisco, CA 94104, Telephone: 408-240-8161, Email: gsands@woodardcurran.com as the CONSULTANT’s Project Manager to have supervisory responsibility for the performance, progress, and execution of the Services and represent CONSULTANT during the day-to-day performance of the Services. If circumstances cause the substitution of the CONSULTANT’s Project Manager or any other of CONSULTANT’s key personnel for any reason, the appointment of a substitute Project Manager and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s Project Manager. CONSULTANT, at CITY’s request, shall promptly remove CONSULTANT 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 Services or a threat to the safety of persons or property. CITY’s Project Manager is Padmakar M. Chaobal, P.E., Public Works Department, Environmental Services Division, Regional Water Quality Control Plant (RWQCP) , 2501 Embarcadero Way, Palo Alto, CA, 94303, Telephone: 650-329-2287, Email: Padmakar.chaobal@cityofpaloalto.org. CITY’s Project Manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. CITY may designate an alternate Project Manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Except for Consultant’s proprietary software, source code, software frameworks and methodologies, all work product, including without limitation, all writings, drawings, studies, sketches, photographs, plans, reports, specifications, computations, models, recordings, data, documents, and other materials and copyright interests developed under this Agreement, in any form or media, shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work product pursuant to this Agreement are vested in CITY, and CONSULTANT hereby waives and relinquishes all claims to copyright or other intellectual property rights in favor of CITY. Neither CONSULTANT nor its subcontractors, if any, shall make any of such work product 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 Services. SECTION 15. AUDITS. CONSULTANT agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for four (4) years from the date of final payment, CONSULTANT’s records pertaining to matters covered by this Agreement, including without limitation records demonstrating compliance with the requirements of Section 10 (Independent Contractor). CONSULTANT further agrees to maintain and retain accurate books and records in accordance with generally accepted accounting principles for at least four (4) years after the expiration or earlier termination of this Agreement or the completion of any audit hereunder, whichever is later. SECTION 16. INDEMNITY. [Option A applies to the following design professionals pursuant to Civil Code Section 2782.8: architects; landscape architects; registered professional engineers and licensed       15.a Packet Pg. 195 Professional Services Rev. Dec.15, 2020 Page 6 of 35 professional land surveyors.] 16.1. To the fullest extent permitted by law, CONSULTANT shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an “Indemnified Party”) from and against any and all third party 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 attorney’s fees, experts fees, court costs and disbursements (“Claims”) to the extent that such Claims arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. CITY will reimburse CONSULTANT for the proportionate percentage of defense costs exceeding CONSULTANT’s proportionate percentage of fault as determined by the final judgment of a court of competent jurisdiction. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from a Claim arising from the active negligence or willful misconduct of an Indemnified Party that is not contributed to by any act of, or by any omission to perform a duty imposed by law or agreement by, CONSULTANT, its officers, employees, agents or contractors under this Agreement. 16.3. The acceptance of CONSULTANT’s Services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. No waiver of a condition or nonperformance of an obligation under this Agreement is effective unless it is in writing in accordance with Section 29.4 of this Agreement. No delay or failure to require performance of any provision of this Agreement shall constitute a waiver of that provision as to that or any other instance. Any waiver granted shall apply solely to the specific instance expressly stated. No single or partial exercise of any right or remedy will preclude any other or further exercise of any right or remedy. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit D, entitled “INSURANCE REQUIREMENTS”. CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s Risk       15.a Packet Pg. 196 Professional Services Rev. Dec.15, 2020 Page 7 of 35 Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation or modification. If the insurer cancels or materially modifies the insurance and provides less than thirty (30) days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business days of the CONSULTANT’s receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Chief Procurement Officer 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. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. If CONSULTANT fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided under this Agreement or at law, the City Manager may terminate this Agreement sooner upon written notice of termination. Upon receipt of any notice of suspension or termination, CONSULTANT will discontinue its performance of the Services on the effective date in the notice of suspension or termination. 19.2. In event of suspension or termination, CONSULTANT will deliver to the City Manager on or before the effective date in the notice of suspension or termination, any and all work product, as detailed in Section 14 (Ownership of Materials), whether or not completed, prepared by CONSULTANT or its contractors, if any, in the performance of this Agreement. Such work product is the property of CITY, as detailed in Section 14 (Ownership of Materials). 19.3. In event of suspension or termination, CONSULTANT will be paid for the Services rendered and work products delivered to CITY in accordance with the Scope of Services up to the effective date in the 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 provided in material conformity with this Agreement as such determination is made by the City Manager acting in the reasonable exercise of his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 17, 19.2, 19.3, 19.4, 20, 25, 27, 28, 29 and 30. 19.4. 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, unless made in accordance with Section 17 (Waivers). SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by       15.a Packet Pg. 197 Professional Services Rev. Dec.15, 2020 Page 8 of 35 certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the Project Manager at the address of CONSULTANT recited on the first page of this Agreement. CONSULTANT shall provide written notice to CITY of any change of address. SECTION 21. CONFLICT OF INTEREST. 21.1. In executing this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subcontractors or other persons or parties having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California, as amended from time to time. CONSULTANT agrees to notify CITY if any conflict arises. 21.3. If the CONSULTANT meets the definition of a “Consultant” as defined by the Regulations of the Fair Political Practices Commission, CONSULTANT will file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act of 1974, as amended from time to time. SECTION 22. NONDISCRIMINATION; COMPLIANCE WITH ADA. 22.1. As set forth in Palo Alto Municipal Code Section 2.30.510, as amended from time to time, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person due to that person’s race, skin color, gender, gender identity, age, religion, disability, national origin, ancestry, sexual orientation, pregnancy, genetic information or condition, 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. 22.2. CONSULTANT understands and agrees that pursuant to the Americans Disabilities Act (“ADA”), programs, services and other activities provided by a public entity to the       15.a Packet Pg. 198 Professional Services Rev. Dec.15, 2020 Page 9 of 35 public, whether directly or through a contractor or subcontractor, are required to be accessible to the disabled public. CONSULTANT will provide the Services specified in this Agreement in a manner that complies with the ADA and any other applicable federal, state and local disability rights laws and regulations, as amended from time to time. CONSULTANT will not discriminate against persons with disabilities in the provision of services, benefits or activities provided under this Agreement. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Department, hereby incorporated by reference and as amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of 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: (a) 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 of 30% or greater post- consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post- consumer material and printed with vegetable-based inks. (b) Goods purchased by CONSULTANT on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Department’s office. (c) Reusable/returnable pallets shall be taken back by CONSULTANT, at no additional cost to CITY, for reuse or recycling. CONSULTANT shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. COMPLIANCE WITH PALO ALTO MINIMUM WAGE ORDINANCE. CONSULTANT shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONSULTANT shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code Section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONSULTANT shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code Section 4.62.060. SECTION 25. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code, as amended from time to time. 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.       15.a Packet Pg. 199 Professional Services Rev. Dec.15, 2020 Page 10 of 35 SECTION 26. PREVAILING WAGES AND DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS. 26.1. This Project is not subject to prevailing wages and related requirements. CONSULTANT is not required to pay prevailing wages and meet related requirements under the California Labor Code and California Code of Regulations in the performance and implementation of the Project if the contract: (1) is not a public works contract; (2) is for a public works construction project of $25,000 or less, per California Labor Code Sections 1782(d)(1), 1725.5(f) and 1773.3(j); or (3) is for a public works alteration, demolition, repair, or maintenance project of $15,000 or less, per California Labor Code Sections 1782(d)(1), 1725.5(f) and 1773.3(j). OR 26.1. This Project is subject to prevailing wages and related requirements as a “public works” under California Labor Code Sections 1720 et seq. and related regulations. CONSULTANT is required to pay general prevailing wages as defined in California Labor Code Section 1773.1 and Subchapter 3, Title 8 of the California Code of Regulations Section 16000 et seq., as amended from time to time. Pursuant to Labor Code Section 1773, the CITY has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute the contract for this Project from the State of California Department of Industrial Relations (“DIR”). Copies of these rates may be obtained at the CITY’s Purchasing Department office. The general prevailing wage rates are also available at the DIR, Division of Labor Statistics and Research, web site (see e.g. http://www.dir.ca.gov/DLSR/PWD/index.htm) as amended from time to time. CONSULTANT shall post a copy of the general prevailing wage rates at all Project job sites and shall pay the adopted prevailing wage rates as a minimum. CONSULTANT shall comply with all applicable provisions of Division 2, Part 7, Chapter 1 of the California Labor Code (Labor Code Section 1720 et seq.), including but not limited to Sections 1725.5, 1771, 1771.1, 1771.4, 1773.2, 1774, 1775, 1776, 1777.5, 1782, 1810, 1813 and 1815, and all applicable implementing regulations, including but not limited to Subchapter 3, Title 8 of the California Code of Regulations Section 16000 et seq. (8 CCR Section 16000 et seq.), as amended from time to time. CONSULTANT shall comply with the requirements of Exhibit E, entitled “DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS”, for any contract for public works construction, alteration, demolition, repair or maintenance, including but not limited to the obligations to register with, and furnish certified payroll records directly to, DIR. SECTION 27. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of this Section 27, a “9204 Public Works Project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (Cal. Pub. Cont. Code § 9204.) Per California Public Contract Code Section 9204, for Public Works Projects, certain claims procedures shall apply, as set forth in Exhibit F, entitled “Claims for Public Contract Code Section 9204 Public Works Projects”.       15.a Packet Pg. 200 Professional Services Rev. Dec.15, 2020 Page 11 of 35 This Project is a 9204 Public Works Project and is required to comply with the claims procedures set forth in Exhibit F, entitled “Claims for Public Contract Code Section 9204 Public Works Projects”. OR This Project is not a 9204 Public Works Project. SECTION 28. CONFIDENTIAL INFORMATION. 28.1. In the performance of this Agreement, CONSULTANT may have access to CITY’s Confidential Information (defined below). CONSULTANT will hold Confidential Information in strict confidence, not disclose it to any third party, and will use it only for the performance of its obligations to CITY under this Agreement and for no other purpose. CONSULTANT will maintain reasonable and appropriate administrative, technical and physical safeguards to ensure the security, confidentiality and integrity of the Confidential Information. Notwithstanding the foregoing, CONSULTANT may disclose Confidential Information to its employees, agents and subcontractors, if any, to the extent they have a need to know in order to perform CONSULTANT’s obligations to CITY under this Agreement and for no other purpose, provided that the CONSULTANT informs them of, and requires them to follow, the confidentiality and security obligations of this Agreement. 28.2. “Confidential Information” means all data, information (including without limitation “Personal Information” about a California resident as defined in Civil Code Section 1798 et seq., as amended from time to time) and materials, in any form or media, tangible or intangible, provided or otherwise made available to CONSULTANT by CITY, directly or indirectly, pursuant to this Agreement. Confidential Information excludes information that CONSULTANT can show by appropriate documentation: (i) was publicly known at the time it was provided or has subsequently become publicly known other than by a breach of this Agreement; (ii) was rightfully in CONSULTANT’s possession free of any obligation of confidence prior to receipt of Confidential Information; (iii) is rightfully obtained by CONSULTANT from a third party without breach of any confidentiality obligation; (iv) is independently developed by employees of CONSULTANT without any use of or access to the Confidential Information; or (v) CONSULTANT has written consent to disclose signed by an authorized representative of CITY. 28.3. Notwithstanding the foregoing, CONSULTANT may disclose Confidential Information to the extent required by order of a court of competent jurisdiction or governmental body, provided that CONSULTANT will notify CITY in writing of such order immediately upon receipt and prior to any such disclosure (unless CONSULTANT is prohibited by law from doing so), to give CITY an opportunity to oppose or otherwise respond to such order. 28.4. CONSULTANT will notify City promptly upon learning of any breach in the security of its systems or unauthorized disclosure of, or access to, Confidential Information in its possession or control, and if such Confidential Information consists of Personal Information, CONSULTANT will provide information to CITY sufficient to meet the notice requirements of Civil       15.a Packet Pg. 201 Professional Services Rev. Dec.15, 2020 Page 12 of 35 Code Section 1798 et seq., as applicable, as amended from time to time. 28.5. Prior to or upon termination or expiration of this Agreement, CONSULTANT will honor any request from the CITY to return or securely destroy all copies of Confidential Information. All Confidential Information is and will remain the property of the CITY and nothing contained in this Agreement grants or confers any rights to such Confidential Information on CONSULTANT. 28.6. If selected in Section 30 (Exhibits), this Agreement is also subject to the terms and conditions of the Information Privacy Policy and Cybersecurity Terms and Conditions. SECTION 29. MISCELLANEOUS PROVISIONS. 29.1. This Agreement will be governed by California law, without regard to its conflict of law provisions. 29.2. 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. 29.3. 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. 29.4. This Agreement, including all exhibits, constitutes the entire and integrated agreement between the parties with respect to the subject matter of this Agreement, and supersedes all prior agreements, negotiations, representations, statements and undertakings, either oral or written. This Agreement may be amended only by a written instrument, which is signed by the authorized representatives of the parties and approved as required under Palo Alto Municipal Code, as amended from time to time. 29.5. If a court of competent jurisdiction finds or rules that any provision of this Agreement is void or unenforceable, the unaffected provisions of this Agreement will remain in full force and effect. 29.6. In the event of a conflict between the terms of this Agreement and the exhibits hereto (per Section 30) or CONSULTANT’s proposal (if any), the Agreement shall control. In the event of a conflict between the exhibits hereto and CONSULTANT’s proposal (if any), the exhibits shall control. 29.7. The provisions of all checked boxes in this Agreement shall apply to this Agreement; the provisions of any unchecked boxes shall not apply to this Agreement. 29.8. All section headings contained in this Agreement are for convenience and reference only and are not intended to define or limit the scope of any provision of this Agreement.       15.a Packet Pg. 202 Professional Services Rev. Dec.15, 2020 Page 13 of 35 29.9. This Agreement may be signed in multiple counterparts, which, when executed by the authorized representatives of the parties, shall together constitute a single binding agreement. 29.10. Neither party shall be responsible or liable to the other for special, indirect or consequential damages. SECTION 30. EXHIBITS. Each of the following exhibits, if the check box for such exhibit is selected below, is hereby attached and incorporated into this Agreement by reference as though fully set forth herein: EXHIBIT A: SCOPE OF SERVICES EXHIBIT A-1 PROFESSIONAL SERVICES TASK ORDER EXHIBIT B: SCHEDULE OF PERFORMANCE EXHIBIT C: COMPENSATION EXHIBIT C-1: SCHEDULE OF RATES EXHIBIT D: INSURANCE REQUIREMENTS THIS AGREEMENT IS NOT COMPLETE UNLESS ALL SELECTED EXHIBITS ARE ATTACHED.       15.a Packet Pg. 203 Professional Services Rev. Dec.15, 2020 Page 14 of 35 CONTRACT NO. C23186176 SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement as of the date first above written. CITY OF PALO ALTO ____________________________ City Manager APPROVED AS TO FORM: __________________________ City Attorney or Designee WOODARD & CURRAN, INC. Officer 1 By:_______________________________ Name:_____________________________ Title:______________________________ Officer 2 By:_______________________________ Name:_____________________________ Title:______________________________                       15.a Packet Pg. 204 Professional Services Rev. Dec.15, 2020 Page 15 of 35 EXHIBIT A SCOPE OF SERVICES CONSULTANT shall provide the Services detailed in this Exhibit A, entitled “SCOPE OF SERVICES”. The Palo Alto Regional Water Quality Control Plant (RWQCP; or “Plant”) was constructed in 1934. The RWQCP has undergone several expansions and upgrades. Currently, the RWQCP is an advanced treatment facility that provides treatment and disposal of wastewater for Palo Alto, Mountain View, Los Altos, Los Altos Hills, the East Palo Alto Sanitary District, and Stanford University. Palo Alto owns and operates the RWQCP on behalf of its five “Partner” agencies. The RWQCP has a permitted and designed average dry weather flow (ADWF) capacity of 39 million gallons per day (mgd). Flows have been averaging about 16 mgd. Treated effluent from the RWQCP is discharged to San Francisco Bay as well as to the RWQCP recycled water facility for beneficial reuse. A Long-Range Facilities Plan (LRFP) was prepared in 2012 to provide a road map for the RWQCP’s future process and facility upgrades. The City of Palo Alto seeks professional services / program management services to assist City staff with implementation of capital improvement projects defined in the LRFP. BACKGROUND The RWQCP was originally constructed in 1934 for Palo Alto and Stanford flows. In 1972, the RWQCP was upgraded to a larger regional secondary treatment facility with a dry-season capacity of 35 mgd and a peak wet weather capacity of 80 mgd. In 1980, construction was completed for an upgrade to provide nitrification and tertiary treatment. In 1988, a capacity expansion project increased the overall permitted average dry weather flow capacity to 39 mgd, with bypass provisions of the nitrification and tertiary treatment processes for flows more than 39 mgd. The existing RWQCP treatment processes consist of headworks, primary, two-stage secondary, tertiary, ultraviolet disinfection, sludge dewatering and truck loadout, and recycled water treatment. Some of the original structures are still in use. In 2012, the RWQCP completed the LRFP providing a roadmap to upgrade its facilities and treatment processes. The goals are to reduce the RWQCP’s carbon footprint, increase treatment efficiency and reliability, and provide dependable and sustainable treatment. The LRFP was accepted by the Palo Alto City Council on July 2, 2012. The LRFP and information about the Plant are available on the City of Palo Alto’s website1. The LRFP identified a total cost of $192 million (2015 dollars) of facilities, rehabilitation work, and process replacement projects to be constructed over a ten-year period. Projects are in various phases of development. A key LRFP project was for the Sludge Dewatering and Loadout Facility, which was put in operation in 2019. The latest total ten-year capital program cost is $407 million for remaining work. 1https://www.cityofpaloalto.org/files/assets/public/public-works/water-quality-control-plant/lrfp- final-report-08-2012.pdf       15.a Packet Pg. 205 Professional Services Rev. Dec.15, 2020 Page 16 of 35 The RWQCP seeks to retain a consulting firm to act as Program Manager for the remaining LRFP projects as well as any LRFP update that may be initiated during the contract term. The Program Manager will be responsible for planning and coordinating project activities, acquiring and managing the preparation of design and environmental documents by other consultants, conducting design reviews, coordinating or managing construction of projects, working with RWQCP engineering staff to monitor overall budgets and schedules, facilitating the RWQCP with regulatory and partner agency’ liaison, and assisting the RWQCP on public relations, as needed. The Program Manager and its subconsultants are not authorized to propose on design work of any of the CIP projects under the LRFP, which is following City’s procurement policies and municipal code. PROJECT APPROACH The LRFP provides a basis for the RWQCP’s capital improvement goals. The Consultant shall assist the RWQCP to implement the projects following the road map outlined in the LRFP. The LRFP identified major facilities/processes that need to be upgraded or replaced; the associated capital improvement projects with tentative implementation schedule and budget are listed in Attachment A. The RWQCP anticipates awarding separate professional service contracts for the design of the aforementioned projects that are either in planning or not started. The RWQCP may consider the use of design-build process for some projects. CONSULTANT SERVICES GENERAL The Consultant shall provide program management for the implementation of the LRFP. The goal of the LRFP is to support permit compliance with capital assets that are in a state of operational readiness to meet needs of wastewater treatment and recycled water treatment. The LRFP provides an overall rehabilitation plan as well as defining new processes and facilities at the existing RWQCP. The program requires a Consultant to provide a wide variety of services. The Consultant team shall have experience in competitive bid process and possess a full spectrum of engineering/financial expertise, including structural, civil, process mechanical, instrumentation & controls, environmental, and construction management (CM). On June 14, 2021, the City contracted with five CM firms for a term of 5.5 years with the intention of pre-selecting individual firms for providing CM services under a Council approved contract amendment for each of the LRFP’s major CIP projects. However, RWQCP staff may request CM services from program management consultant for miscellaneous minor CIP and in-house projects, if needed. Consultant shall be knowledgeable of laws and regulations related to wastewater treatment facilities including NPDES permit regulations, California and federal air regulations, greenhouse gas regulations, OSHA, and environmental documentation requirements. Consultant shall put together a flexible team with flexible time allocation to accommodate the needs of the program.       15.a Packet Pg. 206 Professional Services Rev. Dec.15, 2020 Page 17 of 35 The program manager will report to the senior engineers of the RWQCP. The Consultant shall become familiar with the City’s procedures and be an extension of the RWQCP engineering group. It is therefore important that the Consultant team shares common values with the RWQCP staff and a communication style for successful integration with RWQCP staff. It is the RWQCP’s expectation that the Consultant operate in an advisory capacity on matters requiring decisions and be able to implement the LRFP with minimal assistance from RWQCP staff. Consultant is not expected to navigate the projects through City procedures but is expected to provide all support documents needed for RWQCP staff to move the project through City process. There is limited office space available at the RWQCP. RWQCP staff will work with Consultant to determine how best to accommodate Consultant team for optimal efficiency. Consultant shall keep its work properly organized at all times. As much as possible, records shall be in electronic format compatible with the RWQCP’s software, hardware, and security protocols. Records of work shall be available to the RWQCP at all times. City will have ownership rights of all records and documents. Consultant shall not share City documents or information with anyone outside of the City organization, except the Consultant program team, without the City’s approval. Any preliminary design performed by Consultant under this Contract shall be the property of the City and City has the right to allow the design engineer to use the preliminary design documents to complete the final design. BASIC SERVICES Task 1: Project management Consultant shall provide necessary administration, minutes, proper invoicing meeting funding agencies’ requirements, budget control, project controls, quality assurance and reviews, and professional oversight. Project staffing shall be maintained at acceptable levels to keep the project on schedule, ensure continuity of information, and satisfy the requirements of the scope of work. Task 2: Planning and coordination Consultant shall review the work requirements of the LRFP and make projection of the impacts on the RWQCP’s treatment process, operation, and finance. Consultant shall lay out the schedule for the funding, environmental review, design, regulatory, and construction activities for a phased implementation of the LRFP. Consultant shall plan and coordinate the activities of the various phases/projects to maintain conformance with the LRFP budget and schedule. Consultant shall: 2.1 Determine phasing of work, critical paths, milestones for projects to minimize impact while ensuring the RWQCP complies with regulatory requirements, consistent with the LRFP recommendations 2.2 Set deadlines for funding, permitting, environmental review, design, and construction for the various phases/projects 2.3 Refine and customize program management tools to fit the specific needs of the LRFP, including tools for budget management, schedule management, cash flow & forecasting and accounting & financing       15.a Packet Pg. 207 Professional Services Rev. Dec.15, 2020 Page 18 of 35 2.4 Develop and maintain a master schedule of all the projects under the LRFP, perform CPM analysis as needed 2.5 Develop and maintain a comprehensive overall program budget and cash flow projection for the LRFP 2.6 Develop reporting tool to provide updates and alert the RWQCP of issues in a timely manner Task 3: Assist City with acquisition and management of project consultants Consultant shall assist the RWQCP in obtaining the services of consulting engineering firms to complete the environmental documentations and designs of projects under the LRFP, keeping all financial management and billings separate for these two projects. Consultant will not be allowed to propose on any of these projects. Consultant shall: 3.1 Prepare scope of work and Requests for Proposal 3.2 Assist RWQCP staff to navigate project through City’s acquisition process to obtain the engineering services 3.3 Evaluate proposals and assist RWQCP with the selection of engineering firms for the projects 3.4 As directed by the City Project Manager, oversee and provide consistency across multiple designers and ensure that the designs of multiple projects would result in consistency across multiple contractors 3.5 Develop document management requirements and ensure consistency in project reporting and products Task 4: Design/document reviews Consultant shall conduct review of the reports, plans and specifications prepared by the consulting engineering firms for projects under the LRFP. Consultant shall: 4.1 Coordinate and engage plant staff with projects to ensure proper basis of planning and design 4.2 Review all reports, design submittals, scope changes, project products and establish a QA/QC program 4.3 Coordinate and provide information needed for environmental documents and design of projects, and ensure consistency across multiple projects 4.4 Provide value engineering and constructability review 4.5 Review and ensure regulatory compliance       15.a Packet Pg. 208 Professional Services Rev. Dec.15, 2020 Page 1 of 35 Task 5: Services for project construction Consultant shall assist the RWQCP to ensure proper execution of construction contracts under the LRFP. Consultant shall: 5.1 Prepare invitation for bid packages 5.2 Assist RWQCP staff to navigate through City’s acquisition procedures to obtain the contracts for construction of the LRFP projects 5.3 The RWQCP has the option to and may request the Consultant to provide or assist staff with construction management services. Consultant shall prepare the scope and budget. City will amend the Consultant’s annual contract to include the agreed upon fee for the construction management services. Consultant will then perform the construction management services under the amended Basic Services 5.4 Alternatively, the RWQCP has the option to request Consultant to prepare “Request for Proposal” document to obtain the services of construction management firm to oversee the construction project. Consultant and/or its Sub-consultants may propose on this task 5.5 Coordinate and ensure consistency and continuity across multiple construction projects 5.6 Coordinate multiple construction project activities with plant operations / project phasing / shutdowns 5.7 Coordinate and review the progress of multiple construction projects to ensure that conflicts/issues are resolved by the appropriate parties in a timely manner 5.8 Keep the RWQCP informed of the progress of the projects Task 6: Budget and schedule management Consultant shall monitor overall budgets and schedules and maintain conformance with the LRFP budget and schedule. Consultant shall: 6.1 Monitor the budget and schedule of multiple projects under varying phases of design and construction 6.2 Coordinate and monitor funding activities for the projects 6.3 Prepare cash flow and forecast for the individual project and for the combined projects under the program. Review capital project cash flow projections with City Staff (PWD management, Budget managers) and recommend solutions to mitigate cash flow challenges and state SRF reimbursement delays. This may include interfund loans, bridge loans, etc.       15.a Packet Pg. 209 Professional Services Rev. Dec.15, 2020 Page 2 of 35 Prepare accounting and financing documents/reports for City, partner agencies, and funding agencies 6.4 Document accounting, financing, and reporting activities in sufficient detail, suitable for internal and outside audits 6.5 Assist staff to develop a plan for Wastewater Treatment Fund reserves. Task 7: Participation with in-house projects Consultant shall coordinate with RWQCP engineering group on activities of in-house projects to avoid or resolve any conflicts with schedules or work. Coordination with plant staff shall be an on-going continuous effort of the Consultant’s services. Consultant may be asked to assist RWQCP staff with minor in-house project design and/or construction management. Upon request by the RWQCP engineering staff, Consultant shall prepare the scope of work and budget. If RWQCP desires Consultant’s service for the minor in- house project, such work shall be performed under the Additional Task component of the contract. Task 8: Regulatory and partner agencies liaison Consultant shall facilitate with regulatory and partner agencies as a liaison. As needed, Consultant shall: 8.1 Prepare informational material and assist the RWQCP with the presentation of workshops and updates for the City management, Council Committees, City Council, and partner agencies 8.2 Coordinate and prepare applications and regulatory documents as needed for the projects, collaborate with regulatory agencies, establish permit requirements, and assist the RWQCP in the permitting process 8.3 Update and assist the RWQCP with regulatory changes and compliance requirements Task 9: Public outreach For public relations, the city typically takes a lead role and utilizes outside help on an as needed basis. Consultant shall assist the RWQCP with any required public outreach. Most of the public outreach for the program has been done during the preparation of the LRFP. The RWQCP does not expect any project controversy or a significant need for outside assistance with public outreach. Consultant shall: 9.1 Prepare program communications plan, if needed 9.2 Perform technical, regulatory, and environmental analyses if needed to prepare for public outreach effort       15.a Packet Pg. 210 Professional Services Rev. Dec.15, 2020 Page 3 of 35 9.3 Prepare slides, handouts, and outreach materials 9.4 Assist with public meetings 9.5 Incorporate stakeholders/public inputs 9.6 Document the outreach process, issues, discussions, goals, and outcome Task 10: Funding acquisition City anticipates applying and obtaining funding for the LRFP projects from the State Revolving Fund loan (SRF) and possibly the EPA WIFIA program. Consultant may be required to assist City with funding acquisition. When requested by the RWQCP, assist with acquisition of funding, such as the State Revolving Fund loan or bond financing. This includes preparing the budget and application packages for SRF by completing the SRF checklists, liaison between the State Water Board staff and City staff etc. Additionally, consultant will be asked to seek grant funding from all available sources. Consultant shall be knowledgeable and be prepared to provide the full spectrum of services needed to secure funding including SRF, revenue bonds, or grant. Services would include preparation of the necessary documents required by funding agency, meeting, and coordination with funding agency, preparation of documents for council approval, coordination with credit review agency, etc. Task 11: Office Trailer Consultant shall provide office space, office equipment, furniture and all item required to function as a field office for managing various phases of the program. City may be able to accommodate two to three of Consultant staff in the WQCP Engineering Office trailers. This shall be negotiated and finalized with the Consultant selected for this contract. Task 12: Purified Water Program (PWP) Support Services As-Needed As directed by the City, Consultant shall facilitate dialogue and information sharing with Valley Water for the PWP, including meeting attendance, coordination of program document reviews and technical analyses to support the PWP, and identification of and coordination with appropriate City staff (e.g. RWQCP staff, legal, real estate, etc.) based on the type of documents needing review. Task may include the following, however not all task needs are identified at this time. Level of effort limited to budget. 12.1 Review and prepare communications (e.g., agenda, minutes, memoranda, and schedules) 12.2 Facilitate PWP Agreement finalization between the City and Valley Water, including funding 12.3 Coordinate environmental reviews and comments (e.g., CEQA, Coordinate Phase 1 Environmental Assessments) 12.4 Coordinate with regional and state agencies (e.g., Regional Board, State Lands Commission)       15.a Packet Pg. 211 Professional Services Rev. Dec.15, 2020 Page 4 of 35 12.5 Coordinate data request responses and additional testing/sampling, including ROC pilot 12.6 Provide technical expertise and review technical documents/requirements (e.g., tie-in requirements) 12.7 Coordinate with City departments and projects, including PAU (power provision) and HomeKey 12.8 Facilitate sewer connection process discussions/process 12.9 Facilitate pump station and pipeline easements discussions/process 12.10 Facilitate compensation plan amendment and parcel subdivision discussions/process 12.11 Facilitate specialized discussions (e.g., Area A wetlands mitigation, hazardous materials/waste) Task 13: Optional Task - Financial Support Services As-Needed As directed by the City, Consultant shall complete any remaining tasks related to the Preliminary Financial Plan for the Advanced Water Purification System. As directed by the City, Consultant shall provide additional financial services; services may include the following, however not all task needs are identified at this time. Level of effort limited to budget. 13.1 Develop a final financial plan for the AWPS 13.2 Evaluate additional AWPS financing alternatives 13.3 Analyze recycled water costs and rates 13. 4 Present AWPS, CIP, and Plant financial information, plans and forecasts 13.5 Attend committee and Council meetings ADDITIONAL SERVICES The City may elect to have the Consultant perform any or all the following additional services. The consultant shall perform these services only if pre-authorized in writing by the City Project Manager. Proposer shall provide an hourly rate sheet, include annual escalation for future years if any, in the proposal. 1. When requested by the RWQCP, assist with minor in-house project design and construction management. 2. Assist City with public outreach efforts in excess of Task 9 due to unforeseen controversies. 3. Assist City with regulatory compliance or permitting efforts in excess of Task 8 due to unforeseen regulatory/permitting changes.       15.a Packet Pg. 212 Professional Services Rev. Dec.15, 2020 Page 5 of 35 Related links 1. Biosolids Facility Plan (BFP) https://www.cityofpaloalto.org/civicax/filebank/documents/480 45 2. Long Range Facility Plan (LRFP) https://www.cityofpaloalto.org/files/assets/public/public- works/water-quality-control- plant/lrfp-final-report-08-2012.pdf 3. Site Assessment and Design Guidelines for Baylands Natural Preserve https://www.cityofpaloalto.org/files/assets/public/planning-amp-development- services/file- migration/current-planning/forms-and-guidelines/baylands-nature-preserve- site-assessment- and-design-guidelines.pdf 4. Palo Alto Municipal Code https://codelibrary.amlegal.com/codes/paloalto/latest/overvie w 5. PA Goals, Policies and Programs https://www.cityofpaloalto.org/files/assets/public/public-works/tree- section/ufmp/attach-a- gpp-revised-2nd-ed-4-council-in-fall-of-2018-reduced-2-25- 19.pdf 6. City of Palo Sea Level Rise Adaptation Policy https://www.cityofpaloalto.org/Departments/Public-Works/Watershed-Protection/Sea- Level- Rise       15.a Packet Pg. 213 Professional Services Rev. Dec.15, 2020 Page 6 of 35 Attachment A LRFP Capital Improvement Program Projects Tentative Status and Budget Project Status Expected Funding Expense (million $) Solids Handling – Sludge Dewatering & Loadout Facility Construction complete. Facility on line 2019 Funded through SRF $28.8 Primary Sedimentation Tanks Rehabilitation and Equipment Room Electrical Upgrade Project Construction. Est. completion Dec. 2023 SRF Loan $19.4 New Outfall Pipeline 90% Redesign SRF Loan $17.4 Secondary Treatment Upgrades (Originally Fixed film reactors rehab.) Bidding Est. completion Dec. 2027 SRF Loan $193 Advanced Water Purification System 60% Design VW $16M; USBR $12.9M Grant MV $18M/PA WWT $6M-SRF $52.5 Headworks Facility Budgeted SRF Loan $48.6 Projects in Progress ($3.7M annually) Various Operating Capital Budget varies Joint Interceptor Sewer Rehabilitation Phase 1 (Phase 2 – after 5 to 10 years) Design Pay Go – 6% Bond – 94% $14.2 Staff Buildings (New and Rehab.) Laboratory and Technical Services staff building Advanced Planning Also, the City may acquire neighboring real estate to supplement the main site for these facilities. Bond – 100% (construction) $56       15.a Packet Pg. 214 Professional Services Rev. Dec.15, 2020 Page 7 of 35 Project Status Expected Funding Expense (million $) Valley Water Purified Drinking Water Regional Plant at Los Altos Treatment Plant Site --9+ MGD Pump Station at RWQCP (P3 Project/DBOM) --New Regional Drinking Water Plant (P3 Project/DBOM) Planning Valley Water n/a Projects not started: 1. Large diameter pipeline rehab. or replacement at RWQCP 2. Dual media filter facility replacement and/or rehabilitation 3. Recycled water filtration facility rehabilitation 4. W4 process water pump room upgrades 5. Additional 12kV loop upgrade rehabilitation phases 2+ (construction) 6. Gravity Thickener – concrete repair, coating, and mechanism replacement 7. Solids Treatment/Handling Projects 8. Horizontal Levee Not yet started TBD TBD Notes: The costs for the design and construction of the above projects increased from those listed in the 2012 LRFP due to more advanced engineering estimates, inflation, changes in the City’s Sea Level Rise Policy, market conditions, and updated and future regulatory requirements.       15.a Packet Pg. 215 Professional Services Rev. Dec.15, 2020 Page 8 of 35 EXHIBIT A-1 PROFESSIONAL SERVICES TASK ORDER CONSULTANT shall perform the Services detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 are incorporated into this Task Order by this reference. CONSULTANT shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below. CONTRACT NO. OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE) 1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): 1B. TASK ORDER NO.: 2. CONSULTANT NAME: 3. PERIOD OF PERFORMANCE: START: COMPLETION: 4 TOTAL TASK ORDER PRICE: $__________________ BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT $_______________ 5. BUDGET CODE_______________ COST CENTER________________ COST ELEMENT______________ WBS/CIP__________ PHASE__________ 6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:_____________________________________ 7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A) MUST INCLUDE: ƒ SERVICES AND DELIVERABLES TO BE PROVIDED ƒ SCHEDULE OF PERFORMANCE ƒ MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable) ƒ REIMBURSABLE EXPENSES, if any (with “not to exceed” amount) 8. ATTACHMENTS: A: Task Order Scope of Services B (if any): _____________________________ I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________ I hereby acknowledge receipt and acceptance of this Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________ BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________       15.a Packet Pg. 216 Professional Services Rev. Dec.15, 2020 Page 9 of 35 EXHIBIT B SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the Project Managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed (“NTP”) from the CITY. Milestones Completion Number of Weeks (as specified below) from NTP 1. Year 1 deliverables 52 2. Year 2 deliverables 104 3. Year 3 deliverables 156 4. Year 4 deliverables 208 5. Year 5 deliverables 260 6. Year 6 deliverables 273 Optional Schedule of Performance Provision for On-Call or Additional Services Agreements. (This provision only applies if checked and only applies to on-call agreements per Section 1 or agreements with Additional Services per Section 4.) The schedule of performance shall be as provided in the approved Task Order, as detailed in Section 1 (Scope of Services) in the case of on-call Services, or as detailed in Section 4 in the case of Additional Services, provided in all cases that the schedule of performance shall fall within the term as provided in Section 2 (Term) of this Agreement.       15.a Packet Pg. 217 Professional Services Rev. Dec.15, 2020 Page 10 of 35 EXHIBIT C COMPENSATION CITY agrees to compensate CONSULTANT for 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 rate schedule attached as Exhibit C-1 up to the not to exceed budget amount for each task set forth below. CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below, provided that the total compensation for the Services, including any specified reimbursable expenses, and the total compensation for Additional Services (if any, per Section 4 of the Agreement) do not exceed the amounts set forth in Section 4 of this Agreement. CONSULTANT agrees to complete all Services, any specified reimbursable expenses, and Additional Services (if any, per Section 4), within this/these amount(s). Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth in this Agreement shall be at no cost to the CITY.       15.a Packet Pg. 218 Professional Services Rev. Dec.15, 2020 Page 11 of 35 BUDGET SCHEDULE TASK NOT TO EXCEED AMOUNT Task 1 (Project management) $186,000.00 Task 2 (Planning and coordination) $94,000.00 Task 3 (Assist City with acquisition and management of project consultants) $349,000.00 Task 4 (Design/document reviews) $338,000.00 Task 5 (Services for project construction) $234,000.00 Task 6 (Budget and schedule management) $397,000.00 Task 7 (Participation with in-house projects) $280,000.00 Task 8 (Regulatory and partner agencies liaison) $140,000.00 Task 9 (Public outreach) $35,000.00 Task 10 (Funding acquisition) $140,000.00 Task 11 (Office Trailer) $137,000.00 Task 12 (Purified Water Program (PWP) Support Services - As needed) $472,000.00 Task 13 (Optional Task - Financial Support Services for AWPS - As needed) $63,000.00 Sub-total for Services $2,865,000.00 Reimbursable Expenses (if any) $0.00 Total for Services and Reimbursable Expenses $2,865,000.00 Additional Services (if any, per Section 4) $286,500.00 Maximum Total Compensation $3,151,500.00       15.a Packet Pg. 219 Professional Services Rev. Dec.15, 2020 Page 12 of 35 REIMBURSABLE EXPENSES CONSULTANT’S ordinary business expenses, such as administrative, overhead, administrative support time/overtime, information systems, software and hardware, photocopying, telecommunications (telephone, internet), in-house printing, insurance and other ordinary business expenses, are included within the scope of payment for Services and are not reimbursable expenses hereunder. Reimbursable expenses, if any are specified as reimbursable under this section, will be reimbursed at actual cost. The expenses (by type, e.g. travel) for which CONSULTANT will be reimbursed are: NONE up to the not-to-exceed amount of: $0.00.       15.a Packet Pg. 220 Professional Services Rev. Dec.15, 2020 Page 13 of 35 EXHIBIT C-1 SCHEDULE OF RATES The applicable rate schedule by which CONSULTANT will be paid for Services rendered under this Agreement and its Task Order(s), if any, is set forth below as Exhibit “C-1”, entitled “SCHEDULE OF RATES”. The fee schedules attached hereto in Exhibit C-1 shall apply during the first year of the term of the Agreement. Thereafter, CONTRACTOR’s compensation rates shall be adjusted annually effective on the commencement of the 2nd year, as follows: Each unit price, hourly rates, and fee, as set forth the attached fee schedule, shall be adjusted by a percentage equal to the change in the Consumer Price Index for Urban Wage Earners and Clerical Workers for the San Francisco-Oakland-San Jose area, published by the United States Department of Labor Statistics (CPI), published most immediately preceding the commencement of the applicable contract year, compared with the CPI published for the prior year. Notwithstanding the foregoing, in no event shall CONTRACTOR’s compensation rates be increased by an amount exceeding five percent of the rates effective during the immediately preceding contract year. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation as set forth herein shall be at no cost to the CITY. CONSULTANT’s schedule of rates is as follows:       15.a Packet Pg. 221 Professional Services Rev. Dec.15, 2020 Page 14 of 35       15.a Packet Pg. 222 Professional Services Rev. Dec.15, 2020 Page 15 of 35       15.a Packet Pg. 223 Professional Services Rev. Dec.15, 2020 Page 16 of 35 EXHIBIT D INSURANCE REQUIREMENTS CONSULTANTS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS AS SPECIFIED HEREIN. REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED ON THE GENERAL AND AUTOMOBILE LIABILITY POLICIES: CONSULTANT, 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 CONSULTANT 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 CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONSULTANT’S AGREEMENT TO INDEMNIFY CITY. II. THE CONSULTANT MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE AT THE FOLLOWING URL: HTTPS://WWW.PLANETBIDS.COM/PORTAL/PORTAL.CFM?COMPANYID=25569 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       15.a Packet Pg. 224 Professional Services Rev. Dec.15, 2020 Page 17 of 35 CONTRIBUTING WITH ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. EVIDENCE OF INSURANCE AND OTHER RELATED NOTICES ARE REQUIRED TO BE FILED WITH THE CITY OF PALO ALTO AT THE FOLLOWING URL: HTTPS://WWW.PLANETBIDS.COM/PORTAL/PORTAL.CFM?COMPANYID=25569 OR HTTP://WWW.CITYOFPALOALTO.ORG/GOV/DEPTS/ASD/PLANET_BIDS_HOW_TO.ASP       15.a Packet Pg. 225 Certificate Of Completion Envelope Id: 276D42DC3F1544D0B3BE3E29FE3BE1CF Status: Completed Subject: Complete with DocuSign: C23186176 Woodard & Curran-Professional Services Agreement Source Envelope: Document Pages: 35 Signatures: 2 Envelope Originator: Certificate Pages: 2 Initials: 0 O'Brien, Nanette AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 250 Hamilton Ave Palo Alto , CA 94301 Nanette.OBrien@CityofPaloAlto.org IP Address: 199.33.32.254 Record Tracking Status: Original 12/5/2022 8:35:38 AM Holder: O'Brien, Nanette Nanette.OBrien@CityofPaloAlto.org Location: DocuSign Security Appliance Status: Connected Pool: StateLocal Storage Appliance Status: Connected Pool: City of Palo Alto Location: DocuSign Signer Events Signature Timestamp Thomas F Hazlett, III, Executive Vice President thazlett@woodardcurran.com Executive Vice President Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 12.202.152.3 Signed using mobile Sent: 12/5/2022 8:37:01 AM Viewed: 12/5/2022 9:11:03 AM Signed: 12/5/2022 9:12:58 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Carrie Del Boccio, Vice President cdelboccio@woodardcurran.com Vice President Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 50.239.247.242 Sent: 12/5/2022 9:13:01 AM Viewed: 12/5/2022 9:25:14 AM Signed: 12/5/2022 9:29:50 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Greg Sands gsands@woodardcurran.com Security Level: Email, Account Authentication (None) Sent: 12/5/2022 9:29:54 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign 15.a Packet Pg. 226 Carbon Copy Events Status Timestamp Ritika Kacker rkacker@woodardcurran.com Security Level: Email, Account Authentication (None) Sent: 12/5/2022 9:29:55 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Padmakar Chaobal Padmakar.Chaobal@CityofPaloAlto.org Senior Engineer City of Palo Alto Security Level: Email, Account Authentication (None) Sent: 12/5/2022 9:29:57 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Tom Kapushinski Tom.Kapushinski@CityofPaloAlto.org Project Engineer City of Palo Alto Security Level: Email, Account Authentication (None) Sent: 12/5/2022 9:29:59 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Karin North karin.north@cityofpaloalto.org Manager Watershed Protection City of Palo Alto Security Level: Email, Account Authentication (None) Sent: 12/5/2022 9:30:00 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Regina Lowery regina.lowery@cityofpaloalto.org Administrative Associate II COPA Security Level: Email, Account Authentication (None) Sent: 12/5/2022 9:30:02 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 12/5/2022 8:37:01 AM Certified Delivered Security Checked 12/5/2022 9:25:14 AM Signing Complete Security Checked 12/5/2022 9:29:50 AM Completed Security Checked 12/5/2022 9:30:02 AM Payment Events Status Timestamps 15.a Packet Pg. 227