Loading...
HomeMy WebLinkAboutReso 125-2016 (16-877) City of South San Francisco Resolution: RES 125-2016 P.O. Box 711 (City Hall, 400 Grand Avenue) South San Francisco, CA File Number: 16-877 Enactment Number: RES 125-2016 RESOLUTION APPROVING A SECOND AMENDMENT TO AN EXISTING CONSULTING SERVICES AGREEMENT WITH CAROLLO ENGINEERS FOR THE WATER QUALITY CONTROL PLANT DIGESTERS DESIGN PROJECT IN AN AMOUNT NOT TO EXCEED $1,249,695. WHEREAS, on July 23, 2014, the City Council awarded a consulting services agreement (Exhibit A) to Carollo Engineers (“Consultant”) of Walnut Creek, California for design of major improvements at the South San Francisco/San Bruno Water Quality Control Plant (“WQCP”) in the amount of $1,171,799; and WHEREAS, the Consultant has performed satisfactorily in completing the design to the 95% level; and WHEREAS, several unforeseen technical difficulties arose during the course of the design which necessitated extra effort for their resolution; and WHEREAS, in August of 2015, staff became aware of a new technology that can greatly increase the efficiency of the WQCP, such that some features of the original design need not be built, at an estimated capital cost savings of at least $3,000,000, and operational savings of at least $100,000 per year; and WHEREAS, the capital cost savings can be invested in equipment that cleans the natural gas produced by the WQCP, such that the plant’s generator can produce more electricity, resulting in energy and maintenance savings of approximately $150,000 per year for a total post-project operational savings of approximately $250,000 per year; and WHEREAS, the new technology will allow the WQCP to accept and process food waste in the future, such that the plant would no longer rely on PG&E for electrical power; and WHEREAS, in view of the very significant present and future cost savings from the new technology and gas cleaning equipment, and in consideration of the City’s goal of decreasing its carbon footprint in a cost effective manner, staff has determined that a partial redesign of the WQCP is worthwhile; and WHEREAS, on January 27, 2016, the City Council approved Amendment 1 (Exhibit B) to the Page 1 File Number: 16-877 Enactment Number: RES 125-2016 existing consultant services agreement to proceed with pre-design of the new WQCP features; and WHEREAS, on August 16, 2016, Carollo Engineers completed the pre-design effort satisfactorily and is now ready to proceed with completion of the overall design effort; and WHEREAS, to allow this work to proceed, staff recommends approving Amendment 2 to the existing consultant agreement with Carollo Engineers for the WQCP Digester Design Project in an amount not to exceed $1,249,695 (Exhibit C); and WHEREAS, the cost of the proposed Amendment 2 is a worthy investment in view of the future $250,000/year savings and this cost is a relatively small percentage of the resultant $40,000,000 construction contract, approximately 27% of which will be paid for by the City of San Bruno via their shared ownership of the WQCP; and WHEREAS, because Carollo Engineers is the engineer of record for design work completed thus far, it would be impractical and significantly more costly for a different consultant to perform the design work of this amendment; and WHEREAS, funding for the Project is included in the City of South San Francisco Capital Improvements Program ("CIP") and sufficient funds are available to cover the amendment cost. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of South San Francisco that the City Council hereby authorizes the second amendment of the existing consulting services agreement with Carollo Engineers in an amount not to exceed$1,249,695. BE IT FURTHER RESOLVED that the City Council of the City of South San Francisco hereby authorizes the City Manager to execute an amendment to the consulting services agreement on behalf of the City upon timely submission of Carollo Engineer's signed contract amendment and all other required documents, subject to approval as to form by the City Attorney. At a meeting of the Special City Council on 11/7/2016, a motion was made by Richard Garbarino, seconded by Pradeep Gupta, that this Resolution be approved. The motion passed. Yes: 5 Matsumoto, Normandy,Addiego, Gupta, and Garbarino Attest by ALM', a !!#! r/ • Page 2 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF SOUTH SAN FRANCISCO AND CAROLLO ENGINEERS, INC. THIS AGREEMENT for consulting services is made by and between the City of South San Francisco ( "City ") and Carollo Engineers, Inc. ( "Consultant ") (together sometimes referred to as the "Parties ") as of July 23, 2014 (the "Effective Date "). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached hereto and incorporated herein as Exhibit A, at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 11 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on December 31, 2015, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The services required by this Agreement shall Agreement, as provided for in Section 8. time provided to Consultant to complete the iot affect the City's right to terminate the 1.2 Standard of Performance. Consultant shall perform all work required by this Agreement in accordance with the standards of quality normally observed by a person practicing in Consultant's profession. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Sections 1.1 and 1_2 above and to satisfy Consultant's obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include "work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work," the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Consultant is required to comply with the provisions set forth in Exhibit D, which is attached hereto and incorporated herein. 1.6 City- Provided Information and Services. The City shall furnish the Consultant available studies, reports and other data pertinent to Consultant's services; obtain or authorize Consultant to obtain or provide additional reports and data as required; furnish to Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 1 of 17 Consultant services of others required for the performance of Consultant's services hereunder, and Consultant shall be entitled to use and rely upon all such information and services provided by the City or others in performing Consultant's services under this Contract. 1.7 Construction Cost and Schedule Estimates. Consultant has no control over the cost of labor, materials, equipment, services or schedules furnished by others, or over the construction contractor's methods of determining prices, or other competitive bidding or market conditions, practices, bidding strategies or scheduling methodologies. Cost estimates and construction schedule estimates are based on Consultant's opinion based on experience and judgment. Consultant cannot and does not guarantee that proposals, bids or actual Project construction costs and /or schedules will not vary from cost estimates and construction schedule estimates prepared by Consultant. 1.8 Access. The City shall arrange for access to and make all provisions for Consultant to enter upon public and private property as required for Consultant to perform services hereunder." Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed One Million, One Hundred Seventy One Thousand, Seven Hundred and Ninety Nine Dollars, ($1,171,799.00) notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and /or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once per month during the term of this Agreement, based on the cost for all services performed and reimbursable costs incurred prior to the invoice date. Invoices shall contain all the following information: ■ Serial identifications of progress bills (i.e., Progress Bill No. 1 for the first invoice, etc.); • The beginning and ending dates of the billing period; Consulting Services Agreement between July 23, 2014 e; City of South San Francisco and Carollo Engineers, Inc. Page 2 of 17 • A task summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; • At City's option, for each work item in each task, a copy of the applicable time entries or time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense; • The total number of hours of work performed under the Agreement by each employee, agent, and subcontractor of Consultant performing services hereunder; • Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds eight hundred (800) hours within a twelve (12)- month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. • The amount and purpose of actual expenditures for which reimbursement is sought; • The Consultant's signature. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have thirty (30) days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. Each invoice shall include all expenses and actives performed during the invoice period for which Consultant expects to receive payment. 2.3 Final Payment. City shall pay the five percent (5 %) of the total sum due pursuant to this Agreement within sixty (60) days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto and incorporated herein as Exhibit B. Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 3 of 17 2.6 Reimbursable Expenses. Reimbursable expenses, as specified in Exhibit B, attached hereto and incorporated herein, shall not exceed One Hundred Twenty Eight Thousand Eight Hundred Sixty Five ($128,865.00). Expenses not listed below are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. Consultant represents and warrants that Consultant is a resident of the State of California in accordance with California Revenue & Taxation Code Section 18662, as it may be amended, and is exempt from withholding. Consultant accepts sole responsible for verifying the residency status of any subcontractors and withhold taxes from non - California subcontractors. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. 2.10 False Claims Act. Presenting a false or fraudulent claim for payment, including a change order, is a violation of the California False Claims Act and may result in treble damages and a fine of five thousand ($5,000) to ten thousand dollars ($10,000) per violation. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long- distance telephone or other communication charges, vehicles, and reproduction facilities, Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 4 of 17 provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work to the City. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s). Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self - insurance program to meet those requirements, but only if the program of self- insurance complies fully with the provisions of the California Labor Code. Determination of whether a self- insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator, as defined in Section 10.9. The insurer, if insurance is provided, or the Consultant, if a program of self- insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. 4.2 Commercial General and Automobile Liability Insurance, 4.2.1 General requirements. Consultant, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than one - million dollars ($1,000,000) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non - owned automobiles. 4.2.2 Minimum scope of coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 or GL 0002 (most recent editions) covering comprehensive General Liability Insurance and Services Office form number GL 0404 covering Broad Form Comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (most recent edition). No endorsement shall be attached limiting the coverage. Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 5 of 17 4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. Any failure of Consultant to comply with reporting provisions of the policy shall not affect coverage provided to City and its officers, employees, agents, and volunteers. 4.3 Professional Liability Insurance. 4.3.1 General requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $1,000,000 covering the licensed professionals' errors and omissions. Any deductible or self- insured retention shall not exceed one hundred fifty thousand dollars ($150,000) per claim. 4.3.2 Claims -made limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the Agreement or the work, so long as commercially available at reasonable rates. C. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of five (5) years after completion of work under this Agreement or the work. The City shall have the right to exercise, at the Consultant's sole cost and expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Additional Requirements. A certified endorsement to include contractual liability shall be included in the policy 4.4 All Policies Requirements. Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 6 of 17 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all policies delivered to Consultant by the insurer, including complete copies of all endorsements attached to those policies. All copies of policies and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, this shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.43 Notice of Reduction in or Cancellation of Coverage. A certified endorsement shall be attached to all insurance obtained pursuant to this Agreement stating that coverage shall not be suspended, voided, canceled by either party, or reduced in coverage or in limits, except after thirty (30) days' prior written notice by mail, has been given to the City. In the event that any coverage required by this section is reduced, limited, cancelled, or materially affected in any other manner, Consultant shall provide written notice to City at Consultant's earliest possible opportunity and in no case later than ten (10) working days after Consultant is notified of the change in coverage. 4.4.4 Additional insured; primary insurance. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Consultant, including the City's general supervision of Consultant; products and completed operations of Consultant, as applicable; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by the Consultant in the course of providing services pursuant to this Agreement. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. A certified endorsement must be attached to all policies stating that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self- insurance maintained by the City shall be called upon to contribute to a loss under the coverage. 4.4.5 Deductibles and Self•Insured Retentions. Consultant shall disclose to and obtain the approval of City for the self- insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. Further, if the Consultant's insurance policy includes a self- insured retention that must be paid by a named insured as a precondition of the insurer's liability, or which has the effect of providing that payments of the self - insured retention by others, including additional insureds or insurers do not serve to satisfy the self- Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 7 of 17 insured retention, such provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to this agreement from satisfying or paying the self - insured retention required to be paid as a precondition to the insurer's liability. Additionally, the certificates of insurance must note whether the policy does or does not include any self- insured retention and also must disclose the deductible. During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase such deductibles or self- insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible or self- insured retention levels with a requirement that Consultant procure a bond, guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4.7 Wasting Policy. No insurance policy required by Section 4 shall include a "wasting" policy limit. 4.4.8 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverage, scope, limits, and forms of such insurance are either not commercially available, or that the City's interests are otherwise fully protected. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; b. Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and /or c. Terminate this Agreement. Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 8 of 17 Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Consultant shall, to the fullest extent allowed by law, with respect to all Services performed in connection with this Agreement, indemnify, defend with counsel selected by the City, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance ( "Claims "), to the extent caused, directly or indirectly, in whole or in part, by the willful misconduct or negligent acts or omissions of Consultant or its employees, subcontractors, or agents. The foregoing obligation of Consultant shall not apply when (1) to the extent the injury, loss of life, damage to property, or violation of law arises wholly from the gross negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Consultant or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. Consultant shall not be responsible for warranties, guarantees, fitness for a particular purpose, breach of fiduciary duty, loss of anticipated profits or for economic or incidental damages to the City or any third party arising out of breach of contract or termination. Additionally, Consultant shall not be responsible for acts and decisions of third parties, including governmental agencies, other than Consultant's subconsultants, that impact project completion and /or success. 5.1 Insurance Not in Place of Indemnity. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 5.2 PERS Liability. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and /or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. 53 Third Partv Claims. With respect to third party claims against the Consultant, the Consultant waives any and all rights of any type of express or implied indemnity against the Indemnitees. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 9 of 17 however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and /or employee contributions for PERS benefits. 6.2 Consultant between Not 23, an Agent. Except as City may specify in writing, Consultant shall have no 10 of 17 authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all federal, state and local laws and regulations applicable to the performance of the work hereunder. Consultant's failure to comply with such law(s) or regulation(s) shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals, including from City, of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 10 of 17 employment, contracting, and the provision of any services that are the subject of this Agreement, including but not limited to the satisfaction of any positive obligations required of Consultant thereby. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. 7.6 Consultant's Residency and Tax Withholding Consultant declares that Consultant is a resident of the State of California in accordance with the California Franchise Tax Board form 590 ( "Form 590 "), as may be amended, attached hereto and incorporated herein as Exhibit E. Unless provided with valid, written evidence of an exemption or waiver from withholding, City may withhold California taxes from payments to Consultant as required by law. Consultant shall obtain, and maintain on file for three (3) years after the termination of the Agreement, Form 590s from all subconsultants. Consultant accepts sole responsibility for withholding taxes from any non - California resident subconsultant and shall submit written documentation of compliance with Consultant's withholding duty to City. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement for cause upon thirty (30) days' written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of notice of termination; City, however, may condition payment of such compensation upon Consultant delivering to City all materials described in Section 9.1. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require Consultant to execute a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 11 of 17 determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not assign or subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but not be limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. Any reuse of completed documents or use of partially completed documents without written verification or concurrence by Consultant for the specific purpose intended will be at the City's sole risk and without liability or legal exposure to Consultant. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 12 of 17 will not be released to third parties without prior written consent of both Parties except as required by law. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of three (3) years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and /or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds Ten Thousand Dollars ($10,000.00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of three (3) years after final payment under the Agreement. 9.4 Records Submitted in Response to an Invitation to Bid or Request for Proposals. All responses to a Request for Proposals (RFP) or invitation to bid issued by the City become the exclusive property of the City. At such time as the City selects a bid, all proposals received become a matter of public record, and shall be regarded as public records, with the exception of those elements in each proposal that are defined by Consultant and plainly marked as "Confidential," "Business Secret" or "Trade Secret." The City shall not be liable or in any way responsible for the disclosure of any such proposal or portions thereof, if Consultant has not plainly marked it as a "Trade Secret" or "Business Secret," or if disclosure is required under the Public Records Act. Although the California Public Records Act recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information that a prospective bidder submits is a trade secret. If a request is made for information marked "Trade Secret" or "Business Secret," and the requester takes legal action seeking release of the materials it believes does not constitute trade secret information, by submitting a proposal, Consultant agrees to indemnify, defend and hold harmless the City, its agents and employees, from any judgment, fines, penalties, and award of attorneys fees awarded against the City in favor of the party requesting the information, and any and all costs connected with that defense. This obligation to indemnify survives the City's award of the contract. Consultant agrees that this indemnification survives as long as the trade secret information is in the City's possession, which includes a minimum retention period for such documents. Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 13 of 17 Section 10 MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a Party to this Agreement brings any action, including arbitration or an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing Party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that Party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either Party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of San Mateo or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000, et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090, et seq. Consultant hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous twelve (12) months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code §1090, et seq., the entire Agreement is void and Consultant will not be Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 14 of 17 Seal and Signature of Registered Professional with report/design responsibility. 10.12 Integration, This Agreement, including the scope of work attached hereto and I ncorporated herein as Exhibits A, B C D E and F represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral pertaining to the matters herein. Exhibit A Scope of Services Exhibit B Budget Exhibit C Schedule Exhibit D Public Works Requirements Exhibit E Form 590 Exhibit F Insurance Certificate(s) 10.13 Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. 10.14 Construction. The headings in this Agreement are for the purpose of reference only and shall not limit or otherwise affect any of the terms of this Agreement. The parties have had an equal opportunity to participate in the drafting of this Agreement; therefore any construction as against the drafting party shall not apply to this Agreement. 10.15 No Third Party Beneficiaries, This Agreement is made solely for the benefit of the Parties hereto with no intent to benefit any non - signatory third parties. [SIGNATURES ON FOLLOWING PAGE] Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. Page 16 of 17 The Parties have executed this Agreement as of the Effective Date. CITY OF SOUTH SAN FRANCISCO YZI Nlik Futrell, City Manger l Attest: Krista Martinelli, City Clerk Approved as to Form: ity me Consulting Services Agreement between City of South San Francisco and Carollo Engineers, Inc. CONSULTANT Mike Britten, Se or Vice President Carollo Engineers �LZ 1'4if �-IK.� �7Y- �i�`iC,C �YLCSi(/�fwl July 23, 2014 Page 17 of 17 EXHIBIT A SCOPE OF SERVICES Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. — Exhibit A Page 1 of 1 EXHIBIT A SOUTH SAN FRANCISCO /SAN BRUNO WQCP DIGESTER DESIGN PROJECT SCOPE OF SERVICES (July 9, 2014) The following scope of services is provided for the WQCP Digester Design Project. It also includes scope of services for regulatory assistance and Water Quality Control Plant and Pump Station Condition Assessment. Task 1 — Project Management and Meetings Task 1.1 — Project Management Carollo shall provide project administration and management necessary to perform planning, execution, monitoring, and reporting of final design tasks. Carollo shall prepare a monthly progress letter report for attachment to the monthly invoice to track and report status of budget expenditures and key work products completed during that billing period. Deliverables: • Invoices and monthly progress letter reports. Task 1.2 - Meetings Carollo shall attend seven (7) monthly progress meetings during final design. A decision log will be maintained during the course of the project and updated monthly. Carollo shall prepare meeting notes after each meeting to document key discussion issues, action items, and decisions made. Deliverables: • Meeting agenda, presentation materials, and meeting notes. • Decision log. Task 2 — Surveying and Geotechnical Report Task 2.1 — Surveying and Mapping Aerial surveying and mapping of the project site was completed in September 2011 for the Wet Weather Improvements Project. Therefore, no additional surveying and mapping will be required for the WQCP Digester Design Project as the 2011 mapping work will be sufficient for use on this project. Carollo and its surveying consultant, Towill, shall establish three temporary bench marks on the project site for use by the contractor to perform staking work for the construction of this project. Exhibit A - Scope of Services- V3.docx Page - i Deliverables: • Temporary bench mark data (one electronic copy). Task 2.2 — Geotechnical Report Carollo and its geotechnical consultant, Fugro West, shall perform a geotechnical study of the project site that encompasses the anticipated locations of the new structures. Fugro shall perform field investigation and gather information of the project site, acquire drilling permits from the County, perform utilities checking, perform three (3) boring investigations at select locations of the proposed new digesters and digester control building, perform associated field and laboratory tests, and prepare a geotechnical report in support of the proposed design improvements concerning structural foundation design and temporary shoring requirements during construction. Fugro shall also perform review of the 90 percent design documents and prepare a letter confirming that the final bid documents are in compliance with the final geotechnical investigations. The geotechnical report will initially be submitted as a preliminary document. As the design reaches approximately 95 percent completion the report will be reissued in final form incorporating updates made during design. Deliverables: • Draft geotechnical report (one hard copy and one electronic pdf copy). • Final geotechnical report (one hard copy and one electronic pdf copy). Task 3 — Final Design of Digester Nos. 1 -3 Task 3.1 — Final Design Carollo shall prepare biddable drawings and specifications for the following major design elements and will incorporate this design with the Wet Weather Improvements Project as a single design package: • Replace existing Digester Nos. 1 and 2 with new concrete digesters, new concrete dome covers, and new linear motion mixers. • Retrofit existing Digester No. 3 with a new fixed steel dome cover, a new linear motion mixer, and concrete wall extension. • Make improvements to the existing heating system to improve operation of Digester Nos. 1 to 5. • Replace Digester No. 3 Control Building with a new CMU Building of similar size. Provide new heat exchanger inside this building. • Replace two existing boilers and two sludge transfer pumps in Digester Control Building No. 1 with new boilers and pumps of similar size and capacity. Replace two existing fans in this building with larger capacity fans. Exhibit A - Scope of Services- V3.docx Page -2 Provide associated civil, architectural, and electrical and instrumentation improvements necessary for Digester Nos. 1 to 3 and associated digester control buildings. Drawings will be prepared using Carollo's standard CAD format and include general sheets, typical details, demolition, civil, architectural, structural, mechanical, HVAC, process, and electrical /instrumentation drawings. Specifications will be prepared using Carollo's standard CSI format and include front -end specifications to be provided by the City for markup by Carollo and technical specifications by Carollo. Carollo shall prepare and submit progress submittals at the 50, 90, and 100 percent design stages. City comments will be incorporated into the design as appropriate. Deliverables: • 50 and 90 percent design submittals (five hard copies of half -size drawings and specifications). • Construction cost estimates as part of the 50, 90, and 100 percent design submittals. • Preliminary construction schedule at the 90 percent design stage. • Biddable construction drawings and specifications (100 percent design). Task 4 — Bid Period Services Task 4.1 — Bid Period Services Carollo shall provide the following services during the bid period of this project: • Attend and conduct a pre -bid meeting with prospective bidders. • Respond to bidder questions and prepare up to two addenda. • Review bids and make recommendation to the City for award. Deliverables: • Responses to bidder questions. • Two addenda. • Letter of recommendation concerning bid award. Task 5 — SRF Loan Assistance Task 5.1 — SRF Loan Assistance SRF loan assistance services are currently being provided by Carollo for the Wet Weather Improvements Project and the WQCP Digester Design Project. For this project, Carollo shall provide supplemental SRF loan assistance services that cover both projects assuming that one design package will be prepared. These include: Exhibit A - Scope of Services- V3.docx page - 3 • Continue coordination with SWRCB staff for the SRF loan process. • Provide additional support to respond to SWRCB comments on five SRF application packages: General Information Package, Financial Security Package, Technical Package, Environmental Package, and Final Budget Approval Package. • Incorporate Buy- American and Disadvantaged Business Enterprises (DBE) requirements into the bid documents. These are new requirements needed for design projects that were implemented after January 2014. Provide periodic updates to City on SRF loan process. Deliverables: • Additional responses to SWRCB comments on application packages. • Modify design documents to incorporate Buy- American and DBE requirements. Task 6 — Coordinate with Wet Weather Improvements — Phase 2 Design Project Task 6.1 — Design Coordination The WQCP Digester Design Project will be incorporated into the Wet Weather Improvements — Phase 2 Design Project as a single package. The Wet Weather Improvements — Phase 2 Design Project was completed and placed on hold since June 2013. This task involves restarting the Wet Weather Improvements — Phase 2 Design Project and incorporating this with the WQCP Digester Design Project to produce a single design package for competitive bidding. The following will be provided for this task: • Review design drawings that can be used by the WQCP Digester Design Project and make updates to these drawings to reflect a single design package. It is anticipated that the majority of the "General' drawings, "Civil' drawings, and "Typical Details" will be modified and /or updated to reflect this change. Review design specifications that can be used by the WQCP Digester Design Project and make updates to these specifications to reflect a single design package. It is anticipated that the majority of the "Front End Documents ", "Work Sequence Specifications ", and some of the major "structural', "mechanical', and "electrical and instrumentation" specifications will be modified and /or updated to reflect this change. Structural Design Drawings — Update the structural design so the project meets the 2014 design building codes. Deliverables: • Updated design drawings and specifications. Exhibit A - Scope of Services- V3.docx page - 4 Task 7 — Regulatory Assistance Task 7.1 — Regulatory Assistance Carollo and its permitting consultant, Larry Walker Associates, shall provide on -call regulatory assistance to the City and plant staff to update them about Bay Area permitting issues and regulatory updates. On a monthly basis when new information is available, Larry Walker Associates shall provide plant staff with an update of the following: • Bay Area Clean Water Agency ( BACWA) Meeting Notes — Provide meeting notes from BACWA committee meetings, including but not limited to: Permits Committee Meetings, Collection System Committee Meetings, Executive Board Meetings, and Laboratory Committee Meetings. • Regulatory Updates — Provide written notices of upcoming regulatory changes, public hearings to attend, and comments that should be submitted. • NPDES Permit Compliance — Respond to questions about permit compliance and provide review /edit draft documents prepared by the City and plant staff. • Pretreatment Program Compliance — Answer questions about pretreatment program regulations, review /edit draft documents, and assist with response to audit findings. Deliverables: • Meeting notes. • Regulatory updates. • Responses to questions and edits to draft documents. Task 8 — WQCP and Pump Station Condition Assessment The City and plant staff have identified a number of areas within the WQCP and several pump stations where corrosion is threatening the reliability of operations. An example of assets that are deteriorating and can threaten plant operations are transformers and switchgears that if not rehabilitated could suddenly fail and disrupt operations. In addition, there are also safety considerations such as significant corrosion damage present at the Dewatering Building Cake Hopper that is reaching the point where the elevated work platforms are becoming unsafe. To address this issue, Carollo shall conduct a corrosion condition assessment of the WQCP and selected pump stations (Pump Stations 9 (San Mateo Ave) and 11 (Shaw Road), and the transformer at Pump Station 14) using non- destructive testing methods to help the City prioritize rehabilitation projects for future implementation. The information gathered would result in an inventory of critical assets, their condition, and preliminary rehabilitation costs. Additionally the rehabilitation work would be prioritized, and the impact on plant operations would be evaluated. Exhibit A - Scope of Services- V3.docx page - 5 Task 8.1 — WQCP Condition Assessment Task 8. 1.1 - Record Review and Inventory Development Carollo shall review record drawings and asset management and master planning reports to develop an inventory of significant metallic assets for the WQCP. City and plant staff has initially identified the following assets that will be used at the starting point for the inventory. • 12 KV service entrance • Existing main service • Transformers K, K1, K2, and K3 • Electrical boxes at the RAS pump station • Electrical load center at the north side of the Generator Building • 3W pump station • Cake hopper • DAFT sludge thickeners • Effluent pump station • Ferric chloride secondary containment • Flare • Headworks building and trash racks • Headworks grit room • Influent pump station • Pond pump station • Primary Clarifier Nos. 1 and 2 • RAS pump station • Sludge dewatering building • Sodium bisulfite storage A draft inventory list will be provided for the City's review. The inventory will include asset age, redundancy, criticality for WQCP operations and known repair and rehabilitation history. The inventory will be finalized using the City's draft inventory comments. Deliverables: • Draft inventory for Owner's review. • Final inventory prepared using Owner's Draft inventory comments. 8.1.2 - On -site Assessment Carollo shall conduct a two -day on -site assessment with visual evaluation of major inventory items to assess their condition, the rate of deterioration, and develop a rehabilitation strategy. is assumed that access to the facility elements and any required confined space entry supervision will be provided by plant staff. Testing will be limited to ultrasonic thickness gauge measurements. Deliverables: • Field notes summarized in electronic format. Exhibit A - Scope of Services- V3.docx Page - 6 Photographs linked to inventory items. 8.1.3 - Evaluation and Prioritization Carollo shall evaluate the rehabilitation needs and prioritize the rehabilitation work. Prioritization will be based on the asset's condition, its criticality, operational considerations, and City's preference. The prioritization will consider ongoing maintenance work and group assets together that can be worked on simultaneously to minimize impact on operations. Prior to developing the ranked inventory, Carollo shall conduct a one -day workshop to review the initial ranked inventory with plant staff. It should be noted that anticipated seismic performance will not be used as a ranking criterion. It is anticipated that this workshop will be conducted simultaneously with the workshop in Task 8.2.3. Deliverables: • Draft and Final Condition Assessment and Prioritization Reports. This report will summarize identified areas of concern, assessment methodology, and assessment findings. Recommendations will include prioritized initial repair and rehabilitation projects, periodic preventive maintenance practices, and anticipated construction and periodic preventive maintenance costs. Task 8.2 — Pump Station Condition Assessment The task pertains to Pump Station 9 (San Mateo Ave.), and Pump Station 11 (Shaw Road), and the transformer at Pump Station 14. Task 8.2.1 - Record Review and Inventory Development Carollo shall review the record drawings and asset management and master planning reports to develop an inventory of significant metallic assets in the Pump Stations. A draft inventory will be provided for the City's review. The inventory will include asset age, redundancy, criticality for operations and any know repair or rehabilitation history. The inventory will be finalized using the City's draft inventory comments. Deliverables: • Draft Inventory for City's Review. • Final Inventory prepared using City's Draft Inventory comments. Task 8.2.2 — On -Site Assessment Carollo shall conduct a one -day on -site assessment with visual evaluation of major inventory items to assess their condition, the rate of deterioration, and develop a rehabilitation strategy. is assumed that access to the facility elements and any required confined space entry supervision will be provided by plant staff. Testing will be limited to ultrasonic thickness gauge measurements. If accessible, the pump station wet wells will also be observed. Exhibit A - Scope of Services- V3.docx Page - 7 Deliverables: • Field notes summarized in electronic format. • Photographs linked to inventory items. 8.2.3 - Evaluation and Prioritization Carollo shall evaluate the rehabilitation needs and prioritize the rehabilitation work. Prioritization will be based on the asset's condition, its criticality, operational considerations, and City's input. The prioritization will consider ongoing maintenance work and group assets together that can be worked on simultaneously to minimize impact on operations. Prior to developing the ranked inventory, Carollo shall conduct a one -day workshop to review the initial ranked inventory with plant staff. It should be noted that anticipated seismic performance will not be used as a ranking criterion. It is anticipated that this workshop will be conducted simultaneously with the workshop in Task 8.1.3. Deliverables: • Draft and Final Condition Assessment and Prioritization Reports. This report will summarize identified areas of concern, assessment methodology, and assessment findings. Recommendations will include prioritized initial repair and rehabilitation projects, periodic preventive maintenance practices, and anticipated construction and periodic preventive maintenance costs. Task 8.3 — Cake Hopper Evaluation Task 8.3.1 — Detailed Assessment Carollo shall review available record drawings and reports prior to conducting a detailed condition assessment of the cake hopper. This task will include ultrasonic thickness gauge measurements to evaluate the remaining steel plate and determine the safety of the structure's work platforms. The interior of the cake hopper will be observed to assess the steel surface condition. It is assumed that City will provide access and clean the cake hopper interior prior to inspection. It is assumed that access to the facility elements and any required confined space entry supervision will be provided by plant staff. It should be noted that anticipated seismic performance will not be a ranking criterion. Deliverables: • Field notes summarized in electronic format. • Photographs linked to inventory items. Task 8.3.2 — Rehabilitation Alternatives Evaluation Carollo shall develop alternatives to rehabilitate the Cake Hopper based on the detailed condition assessment findings. Alternative coatings suitable for the aggressive and abrasive environment will be considered. Exhibit A - Scope of Services- V3.docx Page - 8 Two rehabilitation alternatives will be presented in a 4 -hour workshop with City and plant staff. Rehabilitation approach, anticipated construction cost, duration of shutdown, impact on operations during construction will be presented. Deliverables: • Workshop handouts and meeting minutes. Task 8.3.3 — Recommended Alternative The recommended alternative will be finalized based on the workshop outcome. Additional engineering will be performed to confirm the feasibility of major decisions made during the workshop. Deliverables: Preliminary Design Report summarizing the recommended rehabilitation alternative. The report will include design criteria, recommended materials, construction constraints and tentative schedule, and estimated construction cost. The report will also include recommended periodic maintenance activities and their approximate costs. Exhibit A - Scope of Services- V3.doex page - 9 MD W X W m �v� a0 my wx�m wl `w� n .mnl u°'i�'N'� wenw ww wwo E wo E9 o UK p 000 000 Coo F w w w "=a or �� e �� o 0 oNO oNO Noo o f wo r3 In uww ww w w w w www www www _N2o Z' w Y dNO NUJ O`U °r m3 °oe Umo MMO 1, V E 9a w w � 00 No C;M "CO 6a; Wmw �w l moo Ju $w wa e�lwnw « www °1° °Im MIX alm ��� oto � mmm mmm m °W o Zu mw g ZW 3� Colo Colo NN T� cIO g � ol° oom oom aomlryN ¢a w z 0 Q� Colo Colo I �m olo mm Ol0 COO Coo o CBIM oWO Im <w m O LLLL N Q Q'x °° °° 0010 mlm Co l NN Olo MIN ZW w_ m mm ONe NIN NN NC O 0 0O 03 aW mMIM e°I° MIN °I° C0 ow CIO �1 NN- a�NIN0 aM In CoIO Colo om cl< Clo 'Ob ol0 mmm mmm mm mlM1 Q RN NIN ONIm ele olo g olo eN mlCm Mlm 11 wN emlN mlm MW �e CIO eee eee eeelmo a$IO a Pi It � r � � r o•... r r � r n r t1° r In s r � E E F E _ _ o E m o 00 Q`0 e 0 00 _ `x En`o`En` >EQ¢ or WX S m `6m w ' WK - mO E U E Q o 3 'c ° m� V ., E N `2 A m N < ° oo N B N s c e tn o n yOy 0 Pt � U Wa Um O K K q O Wo K Od T'a° o .a_ e°= LLo N ITo m m = m v . ° 0 _ a oag ' w ��m��� m� s1 im rc ua 3 "m� w n9 a 0 N�na¢u3 m EXHIBIT C Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. - Exhibit C Page 1 of 1 Exhibit C - Schedule PRELIMINARY PROJECT SCHEDULE SOUTH SAN FRANCISCO /SAN BRUNO WQCP DIGESTER DESIGN PROJECT Task 2014 ' 15 -TSTO 2016 60M 21117 r: Notice to Proceed 1.0 Project Management and Meetings 1.1 Project Management 1.2 Meetings • • • • • • • 2.0 Surveying and Geotechnical Report 2.1 Surveying and Mapping 2.2 Geotechnical Report 3.0 Final Design 3.1 Final Design' 50% 90 %100% 4.0 Bid Period Services 4.1 Bid Period Services2 5.0 SRF Loan Assistance 5.1 SRF Loan Assistance' 6.0 Coordination with Wet Weather Improvements — Phase 2 Design Project 6.1 Design Coordination CONSTRUCTION 7.0 Regulatory Assistance 7.1 Regulatory Assistance 8.0 WQCP and Pump Station Condition Assessment D F 8.1 WQCP Condition Assessment D 8.2 Pump Station Condition Assessment D 8.3 Cake Hopper Evaluation Legend NOTES: M Tasks 1. Incorporates this project with the Wet Weather Improvement Project as a single design package. • Meetings V Milestones 2. For Combined Digester and Wet Weather V Update Improvements Project. M City Review ssf0714sl al EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS I. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, eight (8) hours of labor in performance of the services described in Exhibit A shall constitute a legal day's work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to eight (8) hours during any one (1) calendar day, and forty (40) hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of eight (8) hours during any one (1) calendar day and forty (40) hours during any one calendar week is permitted upon compensation for all hours worked in excess of eight (8) hours during any one (1) calendar day and forty (40) hours during any one (1) calendar week at not less than one -and- one -half (1.5) times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City twenty five dollars ($25) for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than eight (8) hours in any one (1) calendar day, or more than forty (40) hours in any one (1) calendar week, in violation of the provisions of California Labor Code Section 18100 et seq.. II. WAGES: A. In accordance with California Labor Code Section 1773.2, the Contractor and any subcontractors shall pay not less than the general prevailing wages for each craft or type of work needed for completion of the services described in Exhibit A, as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research. A copy of this publication is on file in the City Public Works Office and shall be made available on request. B. Pursuant to Labor Code Section 1775, Contractor may be subject to a penalty of up to two hundred dollars ($200) per day for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The Consultant or subcontractor shall also pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. C. Consultant shall comply with all of the following requirements: 1. contracts between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 17753 17763 1777.5, 1813, and 1815. Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. - Exhibit D Page 1 of 2 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor's certified payroll records. 3. Upon becoming aware of a subcontractor's failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. D. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by the employer's employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be available for inspection by the City and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. E. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. 2051690.6 Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. - Exhibit D Page 2 of 2 EXHIBIT E FORM 590 Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. - Exhibit E Page 1 of 1 YEAR ■ CALIFORNIA FORM 2014 Withholding Exemption Certificate 590 The payee completes this form and submits it to the withholding agent. Withholding Agent (Type or print) ,Fr�v Exemption Reason Check only one reason box below that applies to the payee. By checking the appropriate box below, the Payee certifies the reason for the exemption from the California income tax withholding requirements on payment(s) made to the entity or individual. ❑ Individuals — Certification of Residency: I am a resident of California and I reside at the address shown above. If I become a nonresident at any time, I will promptly notify the withholding agent. See instructions for General Information D, Definitions. Corporations: The corporation has a permanent place of business in California at the address shown above or is qualified through the California Secretary of State (SOS) to do business in California. The corporation will file a California tax return. If this corporation ceases to have a permanent place of business in California or ceases to do any of the above, I will promptly notify the withholding agent. See instructions for General Information D. Definitions. ❑ Partnerships or limited liability companies (LLCs): The partnership or LLC has a permanent place of business in California at the address shown above or is registered with the California SOS, and Is subject to the laws of California. The partnership or LLC will file a California tax return. If the partnership or LLC ceases to do any of the above, I will promptly inform the withholding agent. For withholding purposes, a limited liability partnership (LLP) is treated like any other partnership. ❑ Tax - Exempt Entities: The entity is exempt from tax under California Revenue and Taxation Code (R &TC) Section 23701 (insert letter) or Internal Revenue Code Section 601(c) _ (insert number). If this entity ceases to be exempt from tax, I will promptly notify the withholding agent. Individuals cannot be tax - exempt entities. ❑ Insurance Companies, Individual Retirement Arrangements (IRAs), or Qualified PensionlProfd Sharing Plans: The entity Is an insurance company, IRA, or a federally qualified pension or profit- sharing plan. ❑ California Trusts: At least one trustee and one noncontingent beneficiary of the above -named trust is a California resident. The trust will file a California fiduciary tax return. If the trustee or noncontingent beneficiary becomes a nonresident at any time, I will promptly notify the withholding agent. ❑ Estates — Certification of Residency of Deceased Person: I am the executor of the above -named person's estate or trust. The decedent was a California resident at the time of death. The estate will file a California fiduciary tax return. ❑ Nonmilitary Spouse of a Military Servicemember: I am a nonmilitary spouse of a military servioemember and I meet the Military Spouse Residency Relief Act (MSRRA) requirements. See instructions for General Information E, MSRRA. CERTIFICATE OF PAYEE: Payee must complete and sign below Under penalties of perjury, I hereby certify that the information provided in this document is, to the best of my knowledge, true and correct. If conditions change, I will promptly notify the withholding agent. Payee's name and till Payee's signature No 3((0001)0_G3 yScu Date 15�/1 m/1_ For Privacy Notice, get FTa 1131 ENWSP. 7061143 r' Form 590 c2 2013 MMII INSURANCE CERTIFICATES Consulting Services Agreement between July 23, 2014 City of South San Francisco and Carollo Engineers, Inc. - Exhibit F Page 1 of 1 CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DDIYYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Risk Strata Has Company NTACT g f? Y NAME: Risk Strategies Company 2040 Main Street, Suite 450 PHONE E : 949 - 242 -9240 Irvine, CA 92614 AM No: ri Nww.risk- strategies.com CA DOI License No. OF06675 INSURED Carollo Engineers, Inc. 2700 Vgnacio Valley Road, #300 Walnut Creek CA 94598 rnVFRAnFC roaTl FIr ATF All INAM =0 - V THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS? LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF MM /DD1Y1'YY POLICY EXP MM /DD/YYYY LIMITS A COMMERCIAL GENERAL LIABILITY CLAIMS -MADE F/ OCCUR ✓ ZHF8944892 -03 A 12/31/2013 12/3112014 EACH OCCURRENCE $ $1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ $1,000,000 MED EXP(Any one person) $ $25,000 PERSONAL A ADV INJURY $ $1,000,000 GENT AGGREGATE LIMIT APPLIES PER POLICY PEO LOC OTHER: GENERAL AGGREGATE $ $2,000,000 PRODUCTS - COMP /OP AGG $ $2,000,000 $ OMOBILE LIABILITY ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS Date: pp By: H COMBINED SINGLE LIMIT (Ea Ea accitlent BODILY INJURY (Per person) $ R BODILY INJURY (Per accident) $ PROPERTY DAMAGE P accitlent $ $ Q D UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE N/A }�) �(`J WDF8957499 -05 AEH288354410 .Et `°.erne 12/31/2013 7/4/2014 12/3112014 7/4/2015 EACH OCCURRENCE $ AGGREGATE $ DED RETENTIONS WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNEWEXECUTIVE OFFICERMIEMBER EXCLUDED? (Mandatory f yes, describe and M yes, describe antler DESCRIPTION OF OPERATIONS below Professional Liability Unlimited Prior Acts PER OTH- ✓ STATUTE ER $ E.L. EACH ACCIDENT $ $1,000,000 E.LDISEASE -EA EMPLOYE $ $1,000,000 EL .DISEASE - POLICY LIMIT $ $1,000,000 Each Claim: ' Aggregate: $1,000,000 Deductible: $150,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Projects as on file with the insured including but not limited to: South San Francisco Bruno Water Quality Control Plant Upgrades Digesters 1 -3 Design Improvements. Caroll0 Project #: Not yet assigned. City of South San Francisco and its officers, employees, agents, and volunteers are included as additional insureds with respects to General Liability and this policy is primary. Waiver of Subrogation is included with respects to Workers' Compensation. The insurance contract between the consultant and its insurance company will not prevent the City from paying the deductible in order to access the insurance proceeds if the insured cannot or does not pay the deductible. City of South San Francisco Attn: City Clerk 400 Grand Avenue South San Francisco CA 94080 ACORD 25 (2014101) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988 -2014 ACI The ACORD name and logo are registered marks of ACORD CEAT NO.: 20761980 Debbie Aichie 7/1/2019 9:21:18 AM (PDT) Page 1 of 9 All rights Architects and Enaineers The following policy languageis from CommercialGeneral Liability Coverage Forms The following are mandatory forms on the policy identified on the Certificate of Insurance: 421.0080(01 03) COMMERCIAL GENERAL LIABILITY SPECIAL BROADENING ENDORSEMENT Additional Insured by Contract, Agreement or Permit Under SectionII -WhoIsAninsured, Paragraph 4.is added asfollows- 4- a. Any person or organization with whom you agreed, because of a written contract, written agreement or permit to provide Insurance Is aninsured,but only with respect to: (1) "Your work" for the additionallnsured(s) at the location designated in the contract, agreement or permit; or (2) Premises you own, rent, lease or occupy. This Insurance applies one primarybasis N that is required bythe writtencontract, written agreement orpermit. b. This provision does not apply: (1) Unless the written contract or written agreement has been executed or permit has been issued prior to the "bodily Injury", "property damage °,"personal injury' or "advertising injury". (2) Toanyperson ororganization Included as an Insured by an endorsement Issued by us and madepartofthis Coverage Part. (3) To any person or organization included asan insuredunder item2ofthis endorsement (4) Toanylessorofequipment: (a) After the equipment lease expires; or (b) If the "bodily Injury", "property damage ", "personal injury" or "advertising Injury" arises out of sole negligence of the lessor. (5) To any: (a) Owners or other Interests from whom land has been leased which takes place after the lease for the land expires; or (b) Managers or lessors of premises if: (i) Theo ccurrence takes place after you cease to be a tenant in that p rem ises; or (ii) The "bodily injury", "property damage", "personal injury" or "advertising injury arises out of structural alterations, new construction or demolition operations performed by or on behalf of the manager orlessor. • Aggregate Limit Per location (1) Under Section III - Limits of Insurance the General Aggregate Limit applies separately to each of your "locations Owned by or rented to you. (2) Under SectionV— Definitions, definition 23. is added as follows: 23. " Location" means premises involving the same or connecting lots or premises whose connection is interrupted only by a street, roadway, waterway or right -of -way of a railroad. CG 2503(05 09) DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT Aggregate Limit of lnsurance(Per Project) COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: Your projects awayfrom premises owned byorrentedtoyou A. For all sums which the Insured becomes legally obligated to pay as damages caused by "occurrences" under Section I— Coverage A, and for all medical expanses caused by accidents under Section 1— Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown In the Schedule above: 1- A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that Limit is equal tothe amount of the General Aggregate Limit shown In the Declarations. 2. The Designated Construction Project General Aggregate Limit Is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily Injury" or "property damage" included In the "products- completed operations hazard ", and for medical expenses under Coverage C regardless of the number of: Includes copyrighted material of Insurance Services Offices, Inc., with its permission CERT NO.: 20761900 Debbie Ricbie 7/1/2014 9:21:1a AM (PDT) Page 2 of 9 a. Insured's; b. Claims made or "suits" brought; or c. Persons ororganizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate limit for that designated construction project. Such payments shall not reduce the GeneralAggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above 4. The limits shown in the Declarations for Each Occurrence, Damage to Premises Rented to You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. B. For all sums which the Insured becomes legally obligated to pay as damages caused by "occurrences "under Section 1- Coverage A, and for all medical expenses caused by accidents under Section I- Coverage C, which cannot be attributed only to ongoing operations at a single designated construction projectshow in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate limit or the Products - completed Operations Aggregate Limit, whichever Is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage forliability arising out of the "products- completed operations hazard" Is provided, anypayments for damages because of "bodily Injury" or "property damage" Included in the products - completed operations hazard" will reduce the Products - completed Operations Aggregate Limit, and not reduce the General Aggregate Limit northe Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or If the authorized contracting partiesdeviate from plans,blueprints,designs, specifications ortime tables, the project will still be deemed to be the same construction project. E. The provisions of Section I11- Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. 421 -0452 (06 07) OTHER INSURANCE- PRIMARY AND NON-CONTRIBUTORY (ADDITIONAL INSURED) • Additional Insured by Contract, Agreement or Permit Amended-Primary & Non-Contributory The following is added to Section IV - Commercial General Liability Conditions 4. Otherinsurance a. Additional Insured's If you agree in a written contract,wriften agreement or permit that the insurance provided to any person or organization Included as an Additional Insured under Section 1 I -Who is An Insured, is primary and non - contributory, the following applies: If other valid and collectable Insurance is available to the Additional Insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: 1. Primary Insurance This Insurance is primary to other Insurance that is availableto the Additional Insured which covers the Additional Insured as a Named Insured. We will not seek contribution from any other Insurance available to the Additional Insured except: I. For the sole negligence of the Additional insured; IL When the Additional Insured Is an Additional Insured under anotherprimary liability policy; or III. When 2. below applies. If this Insurance is primary, our obligations are not affected unless any of the other Insurance Is also primary. Then, we will share with allthat other Insurance by the method described in 3.below. 2. Excess Insurance This Insurance is excess over: (1) Ally of the other Insurance,whether primary, excess,contingent oron any other basis: (a) That is fire, Extended Coverage, Builder's Risk, Installation Risk orsimilar coverage for "your work ", (b) That is Fire insurance for premises rented to the Additional Insured or temporarily occupied by the Additional Insured with permission of the owner; (c) That is Insurance purchased by the Additional Insured to cover the Additional Insured's liability as a tenant for "property damage "to premises rented to the Additional Insured or temporarily occupied by the Additional with permission of the owner; or (d) If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Sectionl- CoverageA - BodilylnjuryAndPropertyDamageLiability. Includes copyrighted material of Insurance Services offices, Inc., with its permission CRRT NO.: 20761980 Debbie Ricbie 7/112019 9:21:18 AM (PDT) Page 3 of 9 When this insurance is excess, we will have no duty under CoveragesA or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit ". If no other insurer defends, we will undertake to do so, but we will be entitled to the Insured's rights against all those other Insurers. When this insurance is excess over other Insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: 1) The total amount that all such other insurance would pay forth loss in the absence of this Insurance; and 2) The total of all deductible and self - Insured amounts under all that other Insurance. We will share the remaining loss, if any, with any other Insurance that is not described in this Excess Insurance provision and was not bought specifically to apply In excess of the Limits of Insurance shown in the Declarations oft his Coverage Part. 3. Method Of Sharing If all of the other Insurance permits contribution by equal shares, we will follow this method also under this approach each Insurer contributes equal amounts until it has paid Its applicable limit of Insurance or none of the loss remains, whichever comes first. If any of the other Insurance does not permit contribution by equal shares,we will contribute by limits. Under this method, each Insurers share is based on the ratio of Its applicable limit of Insurance to the total applicable limits of insurance of all insurers. CG0001 (12 07) COMMERCIAL GENERAL LIABILITY COVERAGE FORM • Separation of Insured's _ Except with respect to the Limits of Insurance, and any rights orduties specifically assigned in this Coverage Part to the first Named Insured, thislnsuranceapplies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit'is brought. CG 2404(05 09) WAIVER OF TRANSFER OF RIGHTS OF RECOVERY TO US • Waiver of Subrogation COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERARTIONS LIABILITY COVERAGE PART Name Of Person Or Organization: Persons or organizations with whom you have a written contract executed prior to the "bodily Injury"or "property damage," that requires vo u to waive vour riahts of recovery The following is added to Paragraph8.Transfer Of Rights Of Recovery Against Others To Us of Section IV- Conditions: We waive any right of recovery we may have against the person or organization shown In the Schedule above because of payments we make forinjury or damage arising outof your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. Authorized Representative 12/31/2013 Name Insured: Carollo Engineers, Inc. Policy NO. ZHF8944892 -03 Additional Insured: Any person or organization with whom the named insured agreed in a wduen contract to name as additional insured, City of South San Francisco and its officers, employees, agents, and volunteers This Notice does not form a part of the insurance contract. No coverage is provided by this Notice, nor can it be construed to replace any provisions of the policy (including its endorsements). If there is any conflict between this Notice and the policy (including its endorsements), the provisions of the policy (including its endorsements) shall prevail. Includes copyrighted material of Insurance Service Offices, Inc., with its permission CERT NO.: 20761980 Debbie Richie 7/1/2014 9:21:18 AM (PUT) Page 4 of 9 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT— CA This endorsement changes the policy to which it is attached effective on the inception date of the policy unless otherwise stated. This endorsement effective on 12/31/2013 a part of Policy No. WDF8957499 -05 of the Massachusetts Bay Insurance Company issued to: Carollo Engineers, Inc. Premium (if any) $ at 12:01 am standard times forms Authorized Representative We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2.000% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization City of South San Francisco and its officers, employees, agents, and volunteers Job Description: South San Francisco Bruno Water Quality Control Plant Upgrades Digesters 1 -3 Design Improvements WC 252 040 84 CENT NO.: 20761900 Debbie Richie 7,'1/2019 9:21:10 AM (POT) Page 5 of 9 Carollo Engineers, Inc. AEH288354410 PROFESSIONAL LIABILITY AND POLLUTION INCIDENT LIABILITY INSURANCE POLICY © 2005, Member Companies of CNA Insurance. All rights reserved. B. Your Duties if there is a Claim If there is a claim, you must do the following: promptly notify us in writing. This notice must be given to us within the policy year in which the claim is made or within 60 days after its expiration or termination. All claims reported during any extended reporting period shall be considered as having been made during the last policy year this Policy was in effect. If the claim is made during any applicable extended reporting period, then notice must be given to us within such extended reporting period. Notice of a claim must be sent to the attention of either of the following: a. AE Professional Liability Claims CNA Two Wisconsin Circle Suite 900 Chevy Chase, Maryland 20815 b. Victor O. Schinnerer & Company, Inc. AE Professional Liability Claims Two Wisconsin Circle Chevy Chase, Maryland 20815; 2. specify the names and addresses of the persons making a claim against you and provide us with information on the time, place, and nature of the claim; 3. immediately forward to us all documents that you receive in connection with the claim; 4. fully cooperate with us or our designee in the defense of a claim, including but not limited to assisting us in: the conduct of suits or other proceedings, settlement negotiations, and the enforcement of any right of contribution or indemnity against another who may be liable to you. You shall attend hearings and trials and assist in securing evidence and obtaining the attendance of witnesses; 5. refuse, except solely at your own cost, to voluntarily make any payment, admit liability, assume any obligation, or incur any expense without our prior written approval; and 6. pay the Deductible amount when due. After you report a circumstance or a claim is made and you have the right under any contract to either reject or demand arbitration or other alternative dispute resolution process, you shall only do so with our prior written consent. GSL 2200 (Ed. 10/05) CERT NO.: 20761980 Debbie Richie 7/1/2019 9:21:10 AN (PDT) Page 6 of 9 13 Named Insured: Carollo Engineers, Inc. Policy N0. ZHF8944892 -03 NOTICE OF CANCELLATION TO DESIGNATED ENTITY(S) (Including Nonpayment of Premium) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART SCHEDULE Name of Desiqnated Entity Mailinq Address or Email Address Thirty (30)Days Notice City of South San Francisco Attn: City Clerk 400 Grand Avenue South San Francisco CA 94080 Information required to complete this Schedule, if not shown above, will be shown in the Declarations If we cancel this policy for any reason, including nonpayment of premium, we will give written notice of such cancellation to the Designated Entity(s) shown in the Schedule. Such notice may be delivered or sent by any means of our choosing. The notice to the Designated Entity(s) will state the effective date of cancellation. Unless otherwise noted in the Schedule above, such notice will be provided to the Designated Entity(s) no less than the number of days In advance of the effective date of cancellation that we are required to provide to the Named Insured for such cancellation. If the reason for cancellation is nonpayment of premium, however, we will provide ten days notice. Such notice of cancellation is solely for the purpose of Informing the Designated Entity(s) of the effective date of cancellation and does not grant, alter, or extend any rights or obligations under this policy. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. Authorized Representative or countersignature (where required by law) Includes copyrighted materials from ISO, Inc.2003 Page 1 of 1 CERT NO.: 20761980 Debbie Richie 7/1/2019 9:21:18 AN (PDT) Page 7 of 9 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. IT IS HEREBY UNDERSTOOD AND AGREED THATTHIS POLICY SHALL NOT BE CANCELLED BY THE COMPANY WITHOUT 30 (THIRTY) DAYSWRITTEN NOTICE, TOTH E ASSURED, EXCEPT THAT IN THE EVENT OF NON - PAYMENTOF PREMIUM THIS POLICY MAYBE CANCELLED WITHIN 10 (TEN) DAYS WRITTEN NOTICE. Certificate Holder: City of South San Francisco Attn: City Clerk 400 Grand Avenue South San Francisco CA 94080 Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, agreements or limitation of the policy other than as above states. (Completion of the following, including countersignature, is required to make this endorsementeffective only when it is Issued subsequent to preparation of the Policy.) Effective 12/31/2013 this endorsement forms apart of Policy No. WDF8957499 -05 Issued to Carollo Engineers, Inc. By Massachusetts Bay Insurance Company Date of Issue 331 -0230 1003 CENT NO.: 20"161980 Debbie Richie 7/1/2019 9:21:10 AM (PDT) Page 8 of 9 Countersigned by �Ctld (Lu.�r Authorized Representative oflhe Company Page 1 of 1 CH►A► PROFESSIONAL LIABILITY AND POLLUTION For All the Commitments you Make INCIDENT LIABILITY INSURANCE POLICY INSURED: Carollo Engineers, Inc. Policy AEH288354410 Effective /4 /2014 Endorsement Number NOTICE ENDORSEMENT - CANCELLATION OR NON - RENEWAL We agree with you that your Policy is amended to include the following additional provisions. 1. Your Policy will not be: XX Cancelled by us until we provide at least: 10 days prior written notice if we cancel your Policy for Non - payment of Premium; 30 days prior written notice if we cancel your Policy for The following reasons: Any reason other than non - payment of premium. Non - renewed by us until at least — days prior written notice is given to the person or entity named in 2. below. 2. Person or Entity: City of South San Francisco Attn: City Clerk 400 Grand Avenue South San Francisco CA 94080 All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy and expires concurrently with said Policy unless another effective date is shown above. By Authorized Representative James F. Willging (No signature is required if issued with the Policy or if it is effective on the Policy Effective Date) James F. Willging Countersigned by Authorized Representative 256423 (Ed. 10/05) CERT NO.: 20761980 Debbie Richie V1 /2019 9:21:18 AM (PDT) Page 9 of 9 A�J?JDr CERTIFICATE OF LIABILITY INSURANCE o ",2D"'°„"' DOCUMENT WITH RESPECT TO WHICH THIS 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EMEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(es) must be endorsed. If SUBROGATION IS WAIVED, sub)eC tD the terms and Conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement a . PR0DJCER CONTACT Marsh Program &Franchise PREMISES PHONE 1.877.3209393 _ Ne1515365 -0895 No say a service of Sea6ury &Smith, Inc. _ PO Box 14404 ADDRESS : [email protected] Vendor ID: 31459 — — Des Moines, IA 503069686 _ INBURERI9IAFFOagNGpJOFAMai NAIC0 — 3 WNURER�:. -_. Protective insurance Comp_anV 12416 W&UPEO Carollo Engineers - -- 2700 Ygnacio Valley Road, 8300 o -- Walnut Creek, CA 94598 INSURER - X NW E: W MAREa F', � BODILY LY I NJURY iP« P«smi COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS 15 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT WITHSTAND INC ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADDL TYPE OF INaIRiANCE -- _— .— �POLICV EFF POLICY E%P POLICYNIUM Net UUMS CONNAERML GENERAL LIABILEIY I EACH OCCURRENCE f CLAIMS MADE ❑ OCCUR 1 REMISE NT S _ I PREMISES MED EXP (Amore pnsanl,_ S _ PERSONAL b ADV INJURY_ S_ GEN'LAGGRIGA�t E LIMIT APP LIES PER. I GENERAL AGGREGATE f__ I r POLICY JEECCT L, ILOC _PRODUCTS_ �COMPIOP_AG__G S________ OTHER. 3 I AUTOMOBILE LWBILDY COMBINEOSINGLELIMn Ee 51,000,000 X ANY AUTO � BODILY LY I NJURY iP« P«smi f A ApWNEO SCHEDULED X AUTOS I X LE001009437056 10/17I2O13'1UTO 0/17/2014 BODILY INJURY (Per aCCtlew f HIRED AUTOS IAlOmOSWNED PROPERTYDAMAGE 3 4 UMBRELLA LIAB OCCUR I EACH OCCURRENCE S EXCESS LIAB CLAIMS.MpDE AGGREGATE S I 3 DEO I RETENTION WORKERS COMPENSATION I H. y /N. ANY EMROYTORIPA 1 i R ANY TNER/ ECUTIVE �N /A tEACH ACCIDENT If E %CIUDEDT EMBERIPARI UDE07 SE. EA EMPLOYE FA EMPLOYE S (Mandaory In NER IM�IdtlaryMtAO 11 LLi�es Eeknbe u aw DESCRIPTION OF OPERATIC NS below ELDIBEASE. S i OEOCRIPIIIXq OF OPERATiON6/ LOGTIONSIYElNLL65 NOORD 101,AOEBbnal RenaMa ScbatluN, maybe M✓Jlel R more apd be required) GP8R:3Z60 Poky ProlMes Prop kar for any b all op«e0onsrpbs Performed by the make bulaerl MI«e requied by Waxen wJoul. Certificate Mtla if an PdtlYgndl Inwred wM1ere rexamd by Millen contract. Woimer ol5ubrogelbn included alarm required by warden conamn.h Mena n Armory ant lwr olgidli «y. Poky Wonons W 30 day make a canon a Jon or rgmrenewal. City W South San Frammoo and M5 obir «s: employees, nJene JIM VOIV111eeR We kom) bl illSpnd 1N1«e reGIVGd by V nWin C«AML RE: Protects aS on file with We b,SUred i er*kiny but rot IbNIM la: South San Francium arum Water Duaay Coned Plant City of South San Francisco SHOULDANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Ann: City Clerk ACCORDANCE WITH THE POLICY PROVISIONS, 400 Grand Avenue AIfTHOR1a�gERiE9@riAThE ,/ South San Francisco, CA 94080 - , • "" 01989 -2014 ACORD CORPORATION. All rights reserve: ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC Y. ACORO® ADDITIONAL REMARKS SCHEDULE Page , of AGENCY NAMED INSURED Marsh Program & Franchise a service of Seabury &Smith, Inc. Carollo Engineers 2700 Ygnacio Valley Road, 4300 RCCICY NUMBER Walnut Creek, CA 94598 LE001 009 4 3 7056 CARRIER NAIC C,� Protective Insurance Company 12416 EFfECiNE DATE 10717/2013 The ACORD name and logo are registered marks of ACORD POLICY NUMBER: LE001009437056 COMMERCIAL AUTO PIC ENT 1095 0512 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION / NON - RENEWAL PROVIDED BY US FOR DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Person(s) or Organization(s) City of South San Francisco Address 400 Grand Avenue South San Francisco, CA 94080 A. If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in the Conditions Section of this insurance, or as amended by any applicable state cancellation endorsement applicable to this insurance, is increased to 30 days. B. If we do not renew this policy for any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of nonrenewal, as provided in the Conditions Section of this insurance, or as amended by any applicable state endorsement applicable to this insurance, is increased to 30. C. We will mail notice of cancellation or nonrenewal to the person(s) or organization(s) shown in the schedule above 30 days before the effective date of the cancellation or nonrenewal. POLICY NUMBER LE001009437056 COMMERCIAL AUTO PIC ENT 1015 0909 THE ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM 1. SECTION II.A.1 — WHO IS AN INSURED is amended to include any person(s) or organization(s) for whom you have agreed in a written contract to provide insurance but only for damages: a. Which are covered by this insurance; and b. Which you have agreed to provide in such contract 2. The limits of insurance afforded to such person(s) or organization(s) will be: a. The minimum limits of insurance which you agreed to provide, or b. The limits of insurance of this policy whichever is less. MEN UPON - taff Re-Dort DATE: January 27, 2016 TO: Mayor, Vice Mayor, and Councilmembers FROM: Brian McMinn, Director of Public Works /City Engineer SUBJECT: A RESOLUTION APPROVING AN AMENDMENT TO AN EXISTING CONSULTING SERVICES AGREEMENT WITH CAROLLO ENGINEERS OF WALNUT CREEK, CALIFORNIA FOR ENGINEERING SERVICES FOR THE WATER QUALITY CONTROL PLANT DIGESTER DESIGN PROJECT IN AN AMOUNT NOT TO EXCEED $319,814 RECOMMENDATION It is recommended that the City Council adopt a resolution approving an amendment to an existing consulting services agreement with Carollo Engineers of Walnut Creek, California for engineering services for the Water Quality Control Plant (WQCP) Digester Design Project ( "Project') in an amount not to exceed $319,814. BACKGROUND/DISCUSSION At the City Council meeting of July 23, 2014, Carollo Engineers was awarded a consulting services agreement for the design of major improvements at the South San Francisco /San Bruno Water Quality Control Plant (WQCP). During the design, staff identified several important improvements that were not included in the original design agreement. Some unforeseen design difficulties also arose. These items are summarized below. • Design of access bridges and staircases on the new and upgraded digester structures. • Evaluation of boiler alternatives, including installation options, due to the existing boiler being a discontinued model. • Replacement of the existing corroded shelter structure over gas pumping equipment. Flow to existing gas flare is restricted. Evaluate the condition of the existing pipe; design an upgrade or replacement of the pipe. • Provide additional assistance in making arrangements for State Revolving Fund financing due to expiration of the original application and conformance to updated State requirements. • Prepare and submit revised Local Limits Evaluation Report to the Regional Water Quality Control Board for permit compliance. • Expand corrosion evaluation to include all pump stations. Additionally, staff became aware of a relatively new technology that allows for processing of a greater amount of waste using fewer digester tanks. Installation of this system at the WQCP will result in the following benefits: Staff Report Subject: A RESOLUTION APPROVING AN AMENDMENT TO AN EXISTING CONSULTING SERVICES AGREEMENT WITH CAROLLO ENGINEERS OF WALNUT CREEK, CALIFORNIA FOR ENGINEERING SERVICES FOR THE WATER QUALITY CONTROL PLANT DIGESTER DESIGN PROJECT IN AN AMOUNT NOT TO EXCEED $319,814 Page 2 of 3 Instead of rebuilding two digester tanks per the existing design, only one new tank would be necessary. This would result in an estimated capital cost savings of at least $3,000,000 and annual operational savings of over $100,000 /year. This capital cost savings would go toward installation of a gas scrubbing system for natural gas produced by the digesters and burned as fuel in the on -site electrical generator. By burning cleaner fuel, the City would save approximately $120,000 /year in energy costs. Maintenance costs of the generator engine would also decrease by approximately $30,000 /year. Increased digestion capacity resulting from the new technology would allow the WQCP to accept food waste in the future. The additional natural gas produced from food waste could allow the WQCP to satisfy all of its energy needs, and end its reliance on PG &E. FUNDING Approval of this Amendment would increase the existing consulting services agreement not -to- exceed amount as shown below. Existing Agreement Not -to- Exceed Amount $ 1,1715799 Proposed Amendment I Amount $ 319 814 Total Proposed Not -to- Exceed Agreement Amount $ 1,491,613 When City Council first approved the original consulting services agreement during the July 23, 2014 meeting, a contingency budget of $58,590 was also approved. This amount will remain unchanged as a result of this amendment, and will continue to be available for unforeseen expenses. Examples of possible unforeseen expenses include additional evaluation of available technologies and adjusting the design to incorporate new components if exact replacements are no longer on the market or performing additional structural investigation on existing structures. This consulting agreement amendment will enable the consultant to complete tasks necessary for WQCP improvements, and to enter a new pre - design phase to determine how best to implement the new digester and gas scrubbing technology. Sufficient unencumbered funding is available in the project budget for this proposed amendment. CONCLUSION Staff recommends approval of the amendment to this existing consulting services agreement with Carollo Engineers in order to allow the design effort, including extra work items, to proceed to completion. The additional design would help the WQCP to save electrical and operational costs. Staff Report Subject: A RESOLUTION APPROVING AN AMENDMENT TO AN EXISTING CONSULTING SERVICES AGREEMENT WITH CAROLLO ENGINEERS OF WALNUT CREEK, CALIFORNIA FOR ENGINEERING SERVICES FOR THE WATER QUALITY CONTROL PLANT DIGESTER DESIGN PROJECT IN AN AMOUNT NOT TO EXCEED $319,814 Page 3 of 3 By: Brian McMinn Director of Public Works /City Engineer Attachments: Resolution ee/sb Approved: TMan:a ikll City er Carollo Engineers Amendment 1 Scope of Services (Exhibit A) Carollo Engineers Amendment 1 Budget (Exhibit B) July 23, 2014 Staff Report PowerPoint Presentation RESOLUTION NO. 09-2016 CITY COUNCIL, CITY OF SOUTH SAN FRANCISCO, STATE OF CALIFORNIA A RESOLUTION AMENDING AN EXISTING CONSULTING SERVICES AGREEMENT WITH CAROLLO ENGINEERS FOR THE WATER QUALITY CONTROL PLANT DIGESTER DESIGN PROJECT IN AN AMOUNT NOT TO EXCEED $319,814. WHEREAS, on July 23, 2014, the City Council awarded a consulting services agreement to Carollo Engineers of Walnut Creek, California (Consultant) for design of major improvements at the South San Francisco /San Bruno Water Quality Control Plant (WQCP) in the amount of $1,171,799; and WHEREAS, the Consultant has performed satisfactorily in completing the design to the 90% level; and WHEREAS, several unforeseen technical difficulties arose during the course of the design which have necessitated extra effort for their resolution; and WHEREAS, in August of 2015, staff became aware of a new technology that can greatly increase the efficiency of the Water Quality Control Plant (WQCP), such that some features of the original design need not be built, at an estimated capital cost savings of at least $3,000,000 and operational savings of at least $100,000 per year; and WHEREAS, the capital cost savings can be invested in equipment that cleans the natural gas produced by the WQCP, such that the plant's generator can produce more electricity, resulting in energy and maintenance savings of approximately $150,000 per year; and WHEREAS, the new technology will allow the WQCP to accept and process food waste in the future, such that the plant would no longer rely on PG &E for electrical power; and WHEREAS, in view of the very significant present and future cost savings from the new technology and gas cleaning equipment, and in consideration of the City's goal of decreasing its carbon footprint in a cost effective manner, staff has determined that a partial redesign of the WQCP is worthwhile; and WHEREAS, in order to resolve technical difficulties in the current design, and to determine the best way to adopt the new technology, additional engineering services from the Consultant are needed; and WHEREAS, to allow this work to proceed, staff recommends approving an amendment to the existing consultant agreement with Carollo Engineers for the WQCP Digester Design Project in an amount not to exceed $319,814; and WHEREAS, funding for the Project is included in the City of South San Francisco Capital Improvements Program ( "CIP ") and sufficient funds are available to cover the amendment cost. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of South San Francisco that the City Council hereby authorizes the amendment of the existing consulting services agreement with Carollo Engineers of Walnut Creek, California in an amount not to exceed $319,814. BE IT FURTHER RESOLVED that the City Council of the City of South San Francisco hereby authorizes the City Manager to execute an amendment to the consulting services agreement on behalf of the City upon timely submission of Carollo's signed contract amendment and all other required documents, subject to approval as to form by the City Attorney. I hereby certify that the foregoing Resolution was regularly introduced and adopted by the City Council of the City of South San Francisco at a regular meeting held on the 271' day of January, 2016 by the following vote: AYES: Councilmembers Karvl Matsumoto, Richard A. Garbarino, and Liza Normandy NOES: ABSTAIN: ABSENT: Vice Mayor Pradeen Gupta FIRST AMENDMENT TO THE CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF SOUTH SAN FRANCISCO AND CAROLLO ENGINEERS, INC. THIS FIRST AMENDMENT TO THE CONSULTING SERVICES AGREEMENT ( "Amendment") amending that certain Consulting Services Agreement dated July 23, 2014 ("Agreement'), by and between THE CITY OF SOUTH SAN FRANCISCO, a public body, corporate and politic ( "City "), and CAROLLO ENGINEERS, INC. ( "Consultant ") (together referred to as the "Parties"), is made effective as of January 27, 2016 (the "Effective Date "), RECITALS WHEREAS, on July 23, 2014, Consultant and City entered into the Agreement, Pursuant to which City contracted with Consultant to provide consulting services related to the South San Francisco / San Bruno WQCP Digester Design Project ( "Project ") as detailed in Attachment 1. The end date of the Agreement was established as December 31, 2015; and WHEREAS, pursuant to the Agreement, City agreed to pay consultant a sum not to exceed One Million, One Hundred Seventy One Thousand, Seven Hundred and Ninety Nine Dollars, ($1,171,799.00) for professional services set forth in the Agreement; and WHEREAS, in order to provide design services for increase in scope of the Project, Consultant has requested amount of Three Hundred Nineteen Thousand, Eight ($319,814.00) as shown in the scope and budget proposal detailed in Attachment 2); and additional work related to an an additional payment in the Hundred Fourteen Dollars dated December 8, 2015 (as WHEREAS, City desires to provide payment in excess of that originally stated in the Agreement for additional services performed by Consultant and both parties wish to extend the end date of the Agreement from December 31, 2015 to December 31, 2018; and WHEREAS, pursuant to Section 8.3 of the Agreement, the Parties desire to modify the Agreement. NOW, THEREFORE, the Parties hereto agree as follows; 1. The City agrees to pay Consultant an additional payment not to exceed an amount of Three Hundred Nineteen Thousand, Eight Hundred Fourteen Dollars ($319,814.00) for additional design services. 2. The expiration date of the Agreement is hereby extended to December 31, 2018. 3. All other terms, conditions and provisions in the Agreement shall remain in full force and effect. IN WITNESS WHEREOF, the City and Consultant have executed this Amendment as of the date first above written. Ciit The City of South San Francisco Mike Futrell City Manager ATTEST: City pre AS TO FORM: Consultant Carollo Engineers, Inc. Signature f r_ / , ,/ �1 CIC Chahf"Ola VQ. /l 4A zr ) ;rjf w Print Name and Iltle sr VA 21iL116 z /�z✓rb Date Attachment 2 SCOPE OF SERVICES AMENDMENT NO, 1 December 8, 2015 The purpose of this Scope of Services is to document the changes associated with Amendment No. 1 to be performed for specific tasks outlined below as part of the WQCP Digester Design Project, TASK 1 - Project Management and Meetings Task 1.1 - Project Management Carollo shall provide additional project administration and management necessary for the additional scope of services outlined in this Amendment. Deliverables: • Invoices and monthly progress letter reports. Task 1.2 — Meetings Carollo shall attend two additional progress meetings. Carollo shall prepare meeting notes after each meeting to document key discussion issues, action items, and decisions made. Deliverables: • Meeting agenda, presentation materials, and meeting notes. TASK 3 - Final Design of Digester Nos. 1 -3 Task 3.2 - Digester Access Evaluation and Design At the City's request, Carollo shall evaluate alternatives to access Digester Nos. 1 -3 using spiral stairways and providing access bridges between these digesters. Carollo shall design separate spiral stairway access for Digester Nos. 1 -3, access bridge between Digester Nos. 1 and 2, and access bridge between Digester Nos. 2 and 3. Deliverables: 1 11 Email summarizing digester access evaluation and design documents forth selected alternative. Task 3.3 — Boiler Replacement Evaluation At the City's request, Carollo shall evaluate the following three alternatives for replacing the existing Boiler Nos. 1 and 2 (fire tube boilers) with new fire tube boilers: 1) locate new boilers inside Digester Control Building No. 1 by making major modifications to the building; 2) construct a new cogeneration compressor facility and extend the new Digester Control Building No. 3 to include a new boiler between the Sludge Storage Tank and Digester No. 3; and 3) construct a new boiler building elsewhere on the plant site. Deliverables: Email summarizing new boiler replacement alternatives to include sizing, layout, advantages and disadvantages, and cost and schedule impacts. Task 3.4 — Co -Gen Compressor Structure Upgrade At the City's request, Carollo shall perform field assessment of the existing cog -gen compressor structure to evaluate deficient and corrosive elements. Carollo shall meet with plant staff to discuss key findings. Carollo shall design replacement of the existing cladding with new metal cladding similar to the existing using a quality manufacturer's standard coating and corrosion protection system. The new cladding and roof gutters will reuse the existing girts and purlins. Primary and secondary structural steel will be recoated in the field. Pipes and conduits supported by the structure will not be modified. An allowance will be included for replacing preformed channels and other minor pipe supports in kind. Deliverables: • Additional design drawings and specifications for this work. Task 3.5 — Digester Gas Line Analysis and Design At the City's request, Carollo shall evaluate the existing digester gas line system and its impact on digester flare operation. Carollo shall meet with plant staff to discuss keyfindings. Plant staff will perform field investigation to confirm potential sags in the digestergas line. Carollo shall design removal of the back pressure control valves associated with Digester Nos. 4 and 5 to remove this bottleneck from the digester gas lines for these digesters. Deliverables: • Email summarizing digester gas line analysis. TASK 5 - SRF Loan Assistance -4- Task 5.1 — SRF Loan Assistance Carollo shall provide additional coordination with City and SWRCB to manage the SRF loan application. Carollo shall also provide assistance services to the City in responding to additional questions from SWRCB during the application process. Deliverables: • Additional responses to SWRCB concerning additional questions on application packages. TASK 7 - Regulatory Assistance Task 7.1 - Regulatory Assistance Carollo shall provide assistance to the City in preparing draft letters concerning extension of project permits for BAAQMD and BCDC. City will be responsible for submitting the final letter to the affected agencies along with the appropriate fee, if required. Deliverables: • Draft project extension letters. Task 7.2 — Local Limits Evaluation Assistance At the City's request, Carollo's permitting consultant, Larry Walker Associates, shall work with City and plant staff to prepare a revised Local Limits Evaluation Report and submit this report to the Regional Water Quality Control Board in order to comply with Provision VI.C.4.a.iv of the current NPDES permit. Deliverables: • Revised Local Limits Evaluation Report. Task 7.3 - Contaminated Soil Management Plan At the City's request, Carollo's environmental consultant, Engineering Science Associates, shall prepare a Contaminated Soil Management Plan (Plan) to address the requirements of the Initial Study /Mitigated Negative Declaration (IS /MND). The Plan will include protocols for all earthwork activities that might encounter suspected contamination, emergency contact information, and minimum personal protective equipment requirements for onsite construction workers. The Plan would be included in the bid documents and incorporated into the overall site Soil Management Plan that will be implemented by contractors working at the site. Deliverables: • Contaminated soil management plan. 3 -5- TASK 8 - WQCP and Pump Station Condition Assessment Task 8.1 - WQCP Condition Assessment At the City's request, Carollo shall perform corrosion condition observation of the following treatment plant structures: one primary clarifier, one secondary clarifier, and one dissolved air flotation thickener. Task 8.1.2 — On -Site Assessment Carollo shall conduct on -site field observation of one primary clarifier, one secondary clarifier, and one dissolved air flotation thickener. Plant staff will be responsible for draining each tank for Carollo's observation. Deliverables: • Verbal discussion of on -site observation findings. Task 8.4 - Additional Pump Station Condition Assessment At the City's request, Carollo shall conduct a corrosion condition assessment of the following additional pump stations: Pump Stations 1, 2, 3, 41 5, 61 71 8, 10, 14, and Lindenville Pump Station. All deliverables of this task will be included with the deliverables for Task 8.2. Task 8.4.1— Record Review and inventory Development Carollo shall review the record drawings and asset management and master planning reports to develop an inventory of significant metallic assets in the Pump Stations. A draft inventory will be provided for the City's review. The inventory will include asset age, redundancy, criticality for operations and any known repair or rehabilitation history. The inventory will be finalized using the City's draft inventory comments. Deliverables: • Draft inventory for City's review. • Final inventory prepared using City's Draft inventory comments. Task 8.4.2 —On -Site Assessment Carollo shall conduct a three -day on -site assessment with visual evaluation of major inventory items to assess their condition, the rate of deterioration, and develop a rehabilitation strategy. It is assumed that access to the facility elements and any required confined space entry supervision will be provided by City and /or plant staff. Testing will be limited to ultrasonic thickness gauge measurements. If accessible, the pump station wet wells will also be observed. Deliverables: -6- • Field notes summarized in electronic format. • Photographs linked to inventory items. Task 8.4.3 — Evaluation and Prioritization Carollo shall evaluate the rehabilitation needs and prioritize the rehabilitation work. Prioritization will be based on the asset's condition, its criticality, operational considerations, and City's input. The prioritization will consider ongoing maintenance work and group assets together that can be worked on simultaneously to minimize impact on operations. Prior to developing the ranked inventory, Carollo shall conduct a one -day workshop to review the initial ranked inventory with City and plant staff. It should be noted that anticipated seismic performance will not be used as a ranking criterion. It is anticipated that this workshop will be conducted simultaneously with the workshops scheduled in Task 8.1.3 and Task 8.2.3. Deliverables: Draft and Final Condition Assessment and Prioritization Reports. This report will summarize identified areas of concern, assessment methodology, and assessment findings. Recommendations will include prioritized initial repair and rehabilitation projects, periodic preventative maintenance practices, and anticipated construction and periodic preventive maintenance costs. TASK 9 - Omnivore Digester System Cost Evaluation Task 9.1 - Omnivore Digester System Cost Evaluation Carollo will prepare a Technical Memorandum (TM) to evaluate and compare the estimated costs of the proposed combined Omnivore /Conventional Digestion Process vs. conventional -only Digestion Process for improvements at the SSF /SB WQCP. This evaluation will include: Attend a meeting at the WQCP with Anaergia and City /plant staff to perform a site visit of the existing digestion facilities and to meet and discuss /confirm evaluation criteria listed in the assumptions below to be used for the proposed combined Omnivore /Conventional Digestion Process Coordinate and work with Anaergia to obtain their proposal for equipment requirements, electrical requirements, material specifications (i.e. sizing, materials of construction, etc.), maximum SRT /HRT recommended, maximum ratio of sludge to external feed stock, equipment layout and pricing to construct and operate & maintain Digester No. 1 as an Omnivore digester. Review Anaergia proposals and require modifications as necessaryto achieve same approximate level of quality, redundancy, and safety factors used for rest of plant, as specified by Plant staff. • Prepare preliminary life cycle (a.k.a. present worth) cost estimates, including construction, O &M (power, chemical, and labor costs), and other ancillary costs, of the options presented below. Impacts of co- digestion and associated gas production will not be included in current analysis -7- because City has no current plans to incorporate such processes or increase cogeneration capacity. o Digester Improvement Project utilizing one Omnivore digester (No. 1) and three conventional digesters (Nos. 3, 4, and 5). o Digester Improvement Project utilizing five conventional digesters (Nos. 1 -5). This is the current project. o Digester Improvement Project utilizing four conventional digesters (Nos. 3, 4, and 5, and No. 1). • Prepare a draft TM summarizing assumptions, cost comparisons, and pros and cons comparisons for the above analysis. The City will have the opportunity to review and comment on the draft before it is finalized. It is assumed that any requested revisions, and any additional evaluation necessary for such revisions, will be very minor. Assumptions. For Omnivore evaluation, it will be assumed that a total of four digesters are necessary to provide the required level of redundancy for the plant, with one being the Omnivore digester. Were the Omnivore process to fail or not operate as efficiency as anticipated, this digester will be designed such that it could still be operated as a standard conventional digester. o It will be assumed that existing Digester Nos. 4 and 5 will remain unchanged, Digester No. 1 will be constructed as the Omnivore digester with same dimensions as currently planned (to allow its use as a standard conventional digester), and Digester No. 3 will be rehabilitated as currently planned. This allows the equipment associated with Digester No. 2 to be removed from Digester Control Building No. 1 and provides space for the replaced digester heating equipment that will be required for the digester (see below). The equipment and electrical building associated with the Omnivore process would be housed in the footprint of existing Digester No. 2 after it is demolished. Access from the access road north of Digester No. 1 to DCB No. 1 may be hampered with the piping between the tank and the Omnivore equipment. Digester Nos. 3, 4 and 5 would remain in service during construction of Digester No. 1. Once Digester No. 1 is constructed and operational, modifications for Digester No. 3 and Digester Control Building No. 3 can be completed. The complicated construction associated with DCB No. 3 would remain. o The space freed up with the demolition of the existing digester gas mixing compressors may be used for future external feedstock receiving; its use for the Omnivore process is limited by construction sequencing issues - it cannot be demolished until the digester mixing system for Digester No. 3 is replaced with the LM mixer. o Digester No. 3 would not be the Omnivore digester because it is more difficult to access, space required for ancillary equipment is less readily available, even with demolition of Digester No. 2, and the space needed for its associated heating equipment would be difficult to provide in the space used for Digester Control Building No. 3. Placing its associated heating equipment in DCB No. 1 would result in the same (or more) space constraints currently found in that building. Freeing up space in DCB No.1 and using it only for one digester will provide more access, even with the larger heating equipment required for the Omnivore process. 6 -8- • It will be assumed that the following will be required to implement the Omnivore process: • New Electrical Building constructed of CMU (based on direction /decisions for digester project) to house new MCC buckets /starters for three hydraulic or electric mixers, one recuperative thickening screw press, one variable speed recuperative thickening pump, and one polymer system consisting of a skid - mounted polymer blending unit and emulsion polymer tote. Building will be provided with HVAC for protection of electrical equipment, similar to electrical buildings recently constructed onsite. • New canopy- covered structure to house hydraulic pumps, screw press, recuperative thickening pump, and polymer system. Structure will be similar to existing cogeneration compressor area. • New heat exchanger to accommodate thicker sludge and maximum digester feed allowed to maintain Omnivore- recommended SRT and HRT. This will allow plant to accommodate current sludge flow and future external feedstock to leverage the Omnivore digester to its full potential. • New sludge heating recirculation pump and hot water pump to accommodate thicker sludge and maximum digester feed allowed to maintain Omnivore- recommended SRT and HRT. Assume that pumps will be larger than existing but that associated starters will fit in existing MCC bucket spaces. • New positive displacement sludge transfer pump and larger exposed piping to dedicated belt filter press to accommodate thicker sludge. Pump housed in DCB No. 1. Modifications to sludge transfer /belt filter press feed programming to accommodate dedicated Omnivore sludge. Gravity -fed sludge transfer piping system and sump as currently designed will be provided to allow for standard digester operation and sludge transfer to sludge storage tank. • Digester No. 1 roof will be flexible membrane -type by Anaergia (similar to Victor Valley installation) or steel cover - to be decided by Anaergia. Concrete dome design to accommodate three roof - mounted mixers and service boxes may not be feasible structurally. o Gas piping from to Digester No. Ito gas manifold will be upsized assuming maximum digester feed allowed to maintain Omnivore- recommended SRT and HRT, with the Anaergia- recommended maximum external feedstock content. o No changes to sludge feed system required beyond what is already in current design. Construction costs for Omnivore option will include 30 percent contingency to allow for modifications that may be required but are yet unknown. Costs for electrical, instrumentation, and control will be based on a percentage of direct costs. Costs for new electrical building will be based on cost /sq ft from recently constructed electrical buildings on site. Costs for new canopy structure over Omnivore equipment will be based on construction cost /sq ft from similar facilities at other treatment plants. Deliverables: • Draft and Final TMs concerning Omnivore Digester System Cost Evaluation. -9- TASK 10 - Predesign of High Solids Digestion and Digester Gas Conditioning Systems Task 10.1 - Project Management and Meetings Task 10.1.1- Project Management Carollo will provide the necessary project administration and management to complete this project. This will include managing the project budget and schedule, as well as preparing a monthly status letter report to include with the monthly invoice. Deliverables: • Input to invoices and monthly progress letter reports. Task 10.1.2 - Project Meetings Carollo will attend two meetings for this project. Project Meeting No. 1 will be the kickoff meeting to review and discuss key design criteria and assumptions. Project Meeting No. 2 will be a review meeting to discuss City and plant staff comments on the draft Predesign Report. Meeting notes will be prepared and submitted approximately seven days after each meeting. Deliverables: • Meeting minutes. Task 10.2 - Predesign of High Solids Digestion System In November 20T5, Carollo completed a high level cost comparison of conventional digestion to high solids digestion (HSD) for the City's Water Quality Control Plant (WQCP). Due to its high level nature, the cost evaluation was based on several assumptions about the HSD system and equipment layout. The City now seeks to confirm or modify those assumptions and subsequently develop a preliminary design of the HSD system utilizing three conventional digesters and one high solids digester. The subtasks below describe the scope elements included in the predesign of the HSD system. Task 10.2.1 - Basis of Design /Design Criteria Carollo will work with the City and plant staff to develop the basis of design for the following: Digester Feed: Quantity of sludge and external feedstock to be fed to the digesters, and how that feed will be proportioned to the conventional and high solids digesters. Digester Gas Production: Range of digester gas that could be produced depending on digester feed. • High Solids Digestion System: Solids retention time, hydraulic retention time, range of solids concentration for digester contents and thickened sludge depending on digester feed, expected polymer doses and polymer consumption for recuperative thickening system. 10- • Digester Heating System: Heat requirements for overall digester system and high solids digester. • Digested Sludge Storage and Transfer: Requirements for sludge storage and transfer to dewatering equipment. • Dewatering System: Hydraulic and solids loading capacity, polymerfeed units capacity, and belt filter press feed pump capacity associated with HSD. The WQCP's current digestion system includes a considerable level of redundancy and operational flexibility through various cross - connections. The Basis of Design for the HSD system will include the WQCP's requirements for redundancy and cross - connections to systems used primarily for the conventional digesters. From the Basis of Design, Carollo will develop preliminary design criteria (equipment /process type, number, size, and capacity) forthe following systems and equipment: • High Solids Digester Tank • High Solids Digester Mixing • High Solids Digester Cover Fan /Blower • Recuperative Thickener • Thickener Feed Pump and Thickener Discharge Pump • Thickener Polymer System • Thickener Compressor • High Solids Digester Sludge Recirculation Pump • High Solids Digester Heat Exchanger • High Solids Digester Hot Water Pump • High Solids Digester Sludge Transfer Pump • Hot Water Boiler Nos. 1 and 2 The preliminary design criteria will be used to develop preliminary layouts. Deliverables: • Basis of design information. Task 10.2.2 - Preliminary Layouts Preliminary layouts will be developed to show how the components of the high solids digester system will fit on the plant site and how the system will be configured. Preliminary layouts will include: • Overall layout in digester area 11- • Preliminary plan /section of high solids digester (tank, mixers, gas appurtenances, access) • Preliminary plan /section of recuperative thickening system (thickener, thickener feed and discharge, polymer) • Layout in Digester Control Building No. 1(high solids digester sludge recirculation and transfer pumps, hot water pump, heat exchanger, and hot water boilers) • Preliminary yard and digester area piping (piping associated with HSD system, dewatering feed line from HSD system to dewatering building, digester gas lines between HSD system and gas system, sludge feed lines to HSD system, sludge transfer lines) Deliverables: • Preliminary layouts. Task 10.2.3 - Process Flow Diagrams Process flow diagrams will be developed to show how the high solids digester system will tie into the overall digestion system and major control elements required for system control. Process flow diagrams will include: • Overall digestion system High solids digester (digester feed, digester gas, sludge heating, sludge transfer, mixing, cover fan /blower) • Recuperative thickener (thickener, polymer, feed and discharge pumps, compressor) Deliverables: • Process flow diagrams. Task 10.2.4 - Electrical Requirements The electrical requirements for the HSD system and necessary modifications to the existing electrical system to accommodate HSD will be determined. In addition to estimating the electrical loads associated with the HSD system equipment, the motor control centers (MCCs) that will house the new starters and VFDs (if any) will be identified. Deliverables: • Electrical load estimates and layouts. Task 10.2.5 - Preliminary Sequencing The sequencing requirements for the HSD system, relative to work required for the remaining conventional digesters, will be studied and a preliminary sequencing plan will be developed. The 10 12- sequencing plan will be based on the assumption that three digesters must remain in service during the work. Deliverables: • Preliminary sequencing plans. Task 10.2.6 - Preliminary Construction Cost Estimate Once the predesign is complete, the construction cost estimate developed previously will be updated to reflect the preliminary design. Deliverables: • Preliminary construction cost estimate. Task 10.3 - Predesign of Digester Gas Conditioning System In February 2014, Carollo provided the City with a high level cost estimate of implementing a digester conditioning system at the City's WQCP. Due to its high level nature, the cost estimate was based on several assumptions about the digestergas conditioning system and equipment layout. The City now seeks to confirm or modify those assumptions and subsequently develop a preliminary design of the digester gas conditioning system. The subtasks below describe the scope elements included in the predesign of the digester gas conditioning system. Task 10.3.1 - Basis of Design /Design Criteria Carollo will work with the City and plant staff to develop the basis of design for the following: • Digester Gas Production: Estimate quantity and quality of digester gas available for cogeneration use from 2 years of plant data. • Digester Gas Conditioning System: Sizing of hydrogen sulfide removal vessels, gas compression and moisture removal equipment, glycol chiller, and siloxane removal vessels. From the Basis of Design, Carollo will develop preliminary design criteria (equipment /process type, number, size, and capacity) for the following systems and equipment: • H2S removal system • Digester gas compression system • Moisture removal system • Siloxane removal system The preliminary design criteria will be used to develop preliminary layouts. Deliverables: 11 -13- • Basis of design criteria. Task 10.3.2 - Preliminary Layouts Preliminary layouts will be developed to show how the components of the digestergas conditioning system will fit on the plant site and how the system will be configured. Preliminary layouts will include: • Overall layout in digester area • Preliminary plan /section of the digester gas conditioning system • Preliminary yard and major utility piping associated with digester gas conditioning system Deliverables: • Preliminary layouts. Task 10.3.3 - Process Flow Diagrams Process flow diagrams will be developed to show how the digester gas conditioning system will tie into the overall cogeneration system and major control elements required for system control. Process flow diagrams will include: • Overall digester gas conditioning system, including hydrogen sulfide removal system, digester gas compressors, moisture removal, and Siloxane removal system. Deliverables: • Process flow diagrams. Task 10.3.4 - Electrical Requirements The electrical requirements for the digester gas conditioning system and necessary modifications to the existing electrical system to accommodate the digester gas conditioning system will be determined. In addition to estimating the electrical loads associated with the digester gas conditioning system equipment, the MCCs that will house the new starters will be identified. Deliverables: • Electrical load estimates and layouts. Task 10.3.5 - Preliminary Sequencing The sequencing requirements for the digester gas conditioning system will be studied and a preliminary sequencing plan will be developed. Deliverables: • Preliminary sequencing plans. 12 -14- Task 10.3.6 - Preliminary Construction Cost Estimate Once the predesign is complete, the construction cost estimate developed previously will be updated to reflect the preliminary design. Deliverables: • Preliminary construction cost estimates. Task 10.4 — Predesign Report Task 10.4.1- Draft Predesign Report Carollo will prepare a draft Predesign Report (in PDF format) to summarize the findings of Tasks 2 and 3. It is assumed the City will take up to two weeks to review and comment on the draft report and submit one set of collated comments in Excel file format to Carollo for review. Carollo will then provide responses to the comments within one week after receipt and attend Progress Meeting No. 2 with City and plant staff.to review and address the comments. Deliverables: • Draft Predesign Report. Task 10.4.2 - Final Predesign Report Carollo will finalize the Predesign Report (in PDF format) by incorporating appropriate comments from the City and plant staff and submit the report within ten days after Project Meeting No. 2. Deliverables: • Final Predesign Report. Assumptions: • The following items are not included in this Task: o Market analysis for external digester feedstock. • Sludge dewatering system analysis (existing capacity, impacts on system from HSD, modifications required, process flow diagrams). • Control philosophies. • Cogeneration system modifications. 13 -15- in gnxxn« SJr �n0„°Nx xn x::d» - V9 n'_i ar vvm Oc �Oi �9 $n - a9 m �� 'e _ FE. wn ^$ nxx n$ww `nn w ,n ym w »s 1E n ; x „xx „ »„ nnaxxs n m� sa __ - - °° ON _noon= nnn000 n "Bz a8 yE = se+ nn n x $» °n nx MnL I, Rnnm ^o »a 2RIIIW x nn S � $ PS A g`.E SE - SN »$m mnm r e x »» �I NV = xa �I» nx nnn nxxf» nn x » "i MW ss ml$ SSm$Ip 91° _ $��m SIC 8C °a „I„ _n .^�e „__� m m'o MIX uZz 0 = e o al$ on 0000 00 0 0nno0 v iiaw °' _ mHQ n 0 00 00 oo 0000 nn v IQ ZW2 'oy °; Q IQ lm °I° o no 000000 _nn net° =nooaa 000 N nQ0010 -1- o _'_°IB 00 ova_an nno :oo = m m7k al$ v„ o<m mmonvo m_ _ R 8 3 -'W nK Ep c wcm W i= 3.Q 8 F m o Z E. $PRuE 32ri2 e.E E2 FE Ex. .mi E nEE c A L n p aY' €3 $tEE In t`°0 esr��ca o F'o SEE. E - €E- e8 cF F £�fr o O E Ew F a 6 i my`Fryry a k oe- $nn y Vv io �m6 p.+u nnn ism °]nm En apoo =l °.9 J �y U3 SECOND AMENDMENT TO THE CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF SOUTH SAN FRANCISCO AND CAROLLO ENGINEERS, INC. THIS SECOND AMENDMENT TO THE CONSULTING SERVICES AGREEMENT (“Amendment”) amending that certain Consulting Services Agreement dated July 23, 2014 (“Agreement”), by and between THE CITY OF SOUTH SAN FRANCISCO, a public body, corporate and politic (“City”), and CAROLLO ENGINEERS, INC. (“Consultant”) (together referred to as the “Parties”), is made effective as of November 14, 2016 (the “Effective Date”). RECITALS WHEREAS, on July 23, 2014, Consultant and City entered into the Agreement, pursuant to which City contracted with Consultant to provide consulting services related to the South San Francisco / San Bruno WQCP Digester Design Project (“Project”) as detailed in Attachment 1. The end date of the Agreement was established as December 31, 2015; and WHEREAS, pursuant to the Agreement, City agreed to pay consultant a sum not to exceed One Million, One Hundred Seventy One Thousand, Seven Hundred and Ninety Nine Dollars, ($1,171,799.00) for professional services set forth in the Agreement; and WHEREAS, on January 27, 2016, Consultant and the City executed the First Amendment to the Agreement, which increased the Agreement amount by Three Hundred Nineteen Thousand, Eight Hundred Fourteen Dollars ($319,814.00) and extended the end date to December 31, 2018 (as detailed in Attachment 2). The First Amendment scope addressed unforeseen design difficulties and resulted in pre-design of major changes to the existing design. WHEREAS, in order to complete the final design, Consultant has requested an additional payment of One Million Two Hundred Forty Nine Thousand Six Hundred Ninety Five Dollars ($1,249,695) as shown on the proposal dated September 20, 2016 (as detailed in Attachment 3); and WHEREAS, City desires to provide payment in excess of that originally stated in the Agreement for additional services performed by Consultant; and WHEREAS, pursuant to Section 8.3 of the Agreement, the Parties desire to modify the Agreement. NOW, THEREFORE, the Parties hereto agree as follows: 1. The City agrees to pay Consultant an additional payment not to exceed an amount of One Million Two Hundred Forty Nine Thousand Six Hundred Ninety Five Dollars ($1,249,695) for additional design services. 2. All other terms, conditions and provisions in the Agreement including its expiration date of December 31, 2018 shall remain in full force and effect. IN WITNESS WHEREOF, the City and Consultant have executed this Amendment as of the date first above written. City Consultant The City of South San Francisco Carollo Engineers, Inc. ____________________________ _____________________________ Mike Futrell Signature City Manager _____________________________ Print Name and Title _____________________________ Date ATTEST: ___________________________ City Clerk APPROVED AS TO FORM: __________________________ City Attorney Exhibit A - Scope of Services-2016-09-20.docx Page - 1 AMENDMENT NO. 2 SOUTH SAN FRANCISCO/SAN BRUNO WQCP DIGESTER DESIGN PROJECT SCOPE OF SERVICES (September 20, 2016) The following scope of services is provided for the WQCP Digester Design Project. It includes implementation of a new high solids digestion process (known as the Omnivore digestion system provided by Anaergia) that the City has selected based of its sole review and acceptance of the technical features and performance of the system, which comes with a process warranty to be provided by Anaergia. This scope also includes design of a new digester gas conditioning system, design of a new primary sludge screening system, and providing services for environmental and permitting assistance, as well as State Revolving Fund (SRF) loan assistance for this project. Task 1 – Project Management and Meetings Task 1.1 – Project Management Carollo shall provide additional administration and management necessary to perform planning, execution, monitoring, and reporting of the project. Carollo shall prepare a monthly progress letter report for attachment to the monthly invoice to track and report status of budget expenditures and key work products completed during that billing period. Deliverables:  Invoices and monthly progress letter reports. Task 1.2 - Meetings Carollo shall attend four (4) project meetings during final design. The meetings will include two (2) progress meetings, one (1) 50% design review meeting, and one (1) 90% design review meeting. A decision log will be maintained during the course of the project and updated monthly. Carollo shall prepare meeting notes after each meeting to document key discussion issues, action items, and decisions made. Deliverables:  Meeting agendas, presentation materials, and meeting notes.  Decision log. Exhibit A - Scope of Services-2016-09-20.docx Page - 2 Task 2 – Surveying and Geotechnical Report Task 2.1 – Surveying and Mapping Aerial surveying and mapping of the project site was completed in September 2011 for the Wet Weather Improvements Project. Therefore, no additional surveying and mapping will be required for this Amendment as the 2011 mapping work will be sufficient for use on this project. Deliverables:  None. Task 2.2 – Geotechnical Report A draft geotechnical report was prepared for the Wet Weather Improvements Project and additional geotechnical studies were completed for the Digester Design Project. For this Amendment, Carollo and its geotechnical consultant, Fugro West, shall perform supplemental geotechnical investigations of the project site for the new structures (high solids digester (HSD), recuperative thickener facility, digester gas condition system, and primary sludge screening facility). Fugro shall perform field investigation and gather information of the project site, acquire drilling permits from the County, perform utilities checking, perform two (2) boring investigations (one at the proposed site of the digester gas conditioning system and one at the proposed site of the primary sludge screening facility), perform associated field and laboratory tests, and prepare a supplemental geotechnical information in support of the proposed design improvements concerning structural foundation design and temporary shoring requirements during construction. Fugro shall also perform review of the 90 percent design documents and prepare a letter confirming that the final bid documents are in compliance with the final geotechnical investigations. The updated geotechnical report will initially be submitted as a draft report. As the design reaches approximately 95 percent completion the report will be finalized incorporating updates made during design. Deliverables:  Draft updated geotechnical report (one hard copy and one electronic pdf copy).  Final updated geotechnical report (one hard copy and one electronic pdf copy). Task 3 – Final Design Task 3.1 – Final Design Carollo shall revise the Wet Weather and Digester Improvements Project with the following project elements as described in “Technical Memorandum No. 1 Preliminary Design of High Solids Digestion and Digester Gas Conditioning System – Draft June 2016” and other elements as discussed with plant staff to produce a set of drawings and specifications for bidding as a single design package: Exhibit A - Scope of Services-2016-09-20.docx Page - 3  Add implementation of the equipment associated with the high solids digestion process utilizing Anaergia’s Omnivore digestion system that was selected by the City, which consists of one high solids digester, a recuperative thickener facility, and associated support facilities and appurtenances. The facilities and equipment for the high solids digestion system will be located in the existing Digester Control Building (DCB) No. 1, the existing Dissolved Air Flotation Thickening (DAFT) Building, and the space provided after demolition of Digester No. 2. Electrical power feed for the high solids digestion facilities will be supplied via existing MCC-F and MCC-G. A new section MCC-G1 in the DAFT Building is required and can be provided after relocation of a transformer and lighting panel in the DAFT electrical room.  Add design one 250 scfm digester gas conditioning system (DGCS) to be located south of mixed liquor channel and Aeration Basin Nos. 1-4. The new DGCS will utilize hydrogen sulfide (H2S) removal vessels with iron sponge or SulfaTreat media, gas compression, single-stage refrigeration moisture removal system, and siloxane removal vessels with adsorptive carbon-based media. Electrical power feed for the DGCS will be supplied via MCC-B.  Revise layout within DCB No. 1 to accommodate equipment associated with HSD and Digester No. 3 and remove equipment associated with Digester No. 2.  Revise boiler and associated piping design to allow firing with natural or digester gas.  Remove design of Digester No. 2, design new canopy-covered area for the new recuperative thickener facility, and revise civil and yard piping design.  Remove design of DCB No. 3 as this is no longer required and revise civil and yard piping design.  Modify DAFT Building to house equipment associated with the HSD.  Add design of a primary sludge screening facility adjacent to the Primary Sludge Pump Station. The facility will be an elevated structure with a canopy cover.  Remove design of Storm Water Pump Station No. 4 from the west of the existing Maintenance Building and add design of Storm Water Pump Station No. 4 to the north of the existing Maintenance Building.  Incorporate installation of new turbo blowers designed by others in the background drawings for Blower Building Nos. 1 and 2.  Revise or add new civil, yard piping, electrical, and instrumentation systems as needed for new or modified processes. Structural design of the new project elements will comply with the 2016 California Building Code (CBC). The project elements completed to date for the Wet Weather and Digester Improvements Project were designed in accordance with the 2013 CBC. Therefore, Carollo will also be revising those structural elements to comply with the 2016 CBC. Exhibit A - Scope of Services-2016-09-20.docx Page - 4 Drawings will be updated and prepared using Carollo’s standard CAD format and include general sheets, typical details, demolition, civil, architectural, structural, mechanical, HVAC, process, and electrical/instrumentation drawings. Specifications will be updated and prepared using Carollo’s standard CSI format and include front-end specifications to be provided by the City for markup by Carollo and technical specifications by Carollo. Carollo shall prepare and submit updated progress submittals at the 50, 90, and 100 percent design stages for the new project elements. City comments at the 50 and 90 percent design stages will be incorporated into the subsequent design stage as appropriate. Deliverables:  50 and 90 percent design submittals (five hard copies of half-size drawings and specifications).  Biddable construction drawings and specifications (100 percent design). Task 3.2 – Prenegotiation Assistance with Anaergia Carollo shall assist the City in working with Anaergia to obtain a prenegotiated price for the Omnivore Digestion System to be used on this project. Carollo’s assistance will include development of specifications and drawings related to equipment for the HSD system outlined in Anaergia’s Pre-Selection and Final Design Assistance proposal to the City dated August 1, 2016 that can be attached to the request for the pre-negotiated proposal. The pre-negotiated price will be documented in a letter proposal from Anaergia and include their material list, as well as their contract terms and conditions for a process warranty of the Omnivore digestion system. Carollo will provide technical review of the proposal. It is anticipated that the City’s legal department will need to review and comment on Anaergia’s proposal for final acceptance. Once the City accepts Anaergia’s proposal, it will be included with the Specifications and the prenegotiated price will be included in the bid forms. Deliverables:  Technical specifications and drawings related to the HSD system.  Technical review comments on Anaergia’s letter proposal concerning their material list, pricing, terms, conditions, and process warranty for the Omnivore digestion system for this project. Task 3.3 – Construction Cost Estimates Carollo shall update the construction cost estimate prepared for the Wet Weather and Digester Improvements Project to incorporate the new and revised project elements. The updated construction cost estimates will be prepared for the 50, 90, and 100 percent design submittals. Deliverables:  Updated construction cost estimates as part of the 50, 90, and 100 percent design submittals. Exhibit A - Scope of Services-2016-09-20.docx Page - 5 Task 3.4 – Preliminary Construction Schedule Carollo and its scheduling consultant, Construction Scheduling Experts (CSE), prepared a preliminary construction schedule for the Wet Weather and Digester Improvements Project. For this Amendment, CSE shall update the preliminary construction schedule with the new and revised project elements to reflect a single construction package based on the 90 percent design submittal. Deliverables:  Preliminary construction schedule at the 90 percent design stage. Task 4 – Bid Period Services Task 4.1 – Bid Period Services Bid period services have been included in the Wet Weather and Digester Improvements Project. Therefore, no additional effort is required for this Amendment. Deliverables:  None. Task 5 – SRF Loan Assistance Task 5.1 – SRF Loan Assistance Carollo has provided SRF loan assistance services to the City for the Wet Weather and Digester Improvements Project. For this Amendment, Carollo will assist the City in coordinating with the State Water Resource Control Board about the new project elements and updating the SRF loan application. The City will be responsible for updating the financial application package documents. Deliverables:  Updated SRF loan application packages: General Information Package, Technical Package, Environmental Package (from Task 6), and Final Budget Approval Package. Task 6 – Environmental and Permitting Assistance Task 6.1 – CEQA Document Assistance Carollo and its environmental permitting consultant, Environmental Science Associates (ESA), prepared an Initial Study/Mitigated Negative Declaration (IS/MND) in 2013 for the Wet Weather and Digester Improvements Project. ESA shall prepare an amendment to the 2013 IS/MND to incorporate the new project elements and new federal regulations. ESA shall also prepare an updated SRF Environmental Checklist, including an alternative analysis, updated cultural resources report, biological resources report, and updated air pollution analysis to comply with new federal regulations. This work will reset the 5-year window on CEQA documents required by the SWRCB for SRF loan assistance. It is anticipated that the City will repeat the public review period for the amended IS/MND, return to Council to adopt the amendment, and file Exhibit A - Scope of Services-2016-09-20.docx Page - 6 another Notice of Determination to record the amended IS/MND. It is assumed that a new Biological Assessment will not be required. Deliverables:  Amended IS/MND.  Updated SRF Environmental Checklist. Task 6.2 – NPDES Permit Assistance Carollo and its NPDES permitting consultant, Larry Walker Associates (LWA), shall provide on- call assistance to the City to coordinate with the Regional Water Quality Control Board (RWQCB). This will include updating the RWQCB concerning the status of the Wet Weather and Digester Improvements Project to ensure that completion timelines of the Wet Weather Project elements will remain in compliance with the requirements of the NPDES Permit (Permit No. CA0038130, Order No. R2-2014-0012). If necessary, Carollo and LWA shall also prepare letter(s) for the City to sign and mail to correspond with the RWQCB. Deliverables:  Coordination letter(s) for the RWQCB. Task 6.3 – BCDC Permit Assistance Carollo assisted the City in preparation of a Bay Conservation and Development Commission (BCDC) application in 2013 for work associated with the Wet Weather Improvements Project. Carollo shall contact BCDC and update them about the new project elements to be included in this Project. An updated BCDC permit application is not anticipated because the new project elements are not within the BCDC’s 100-foot jurisdictional shoreline band. Carollo shall prepare letter(s) for the City to sign and mail extending the compliance deadlines in the current BCDC permit to ensure the permit does not expire. Deliverables:  Extension letter(s) for the BCDC permit. Task 6.4 – BAAQMD Permit Assistance Carollo and its permitting consultant, Mizutani Environmental, prepared two Bay Area Air Quality Management District (BAAQMD) Authority to Construct (ATC) permit applications for the Wet Weather Project and the Digester Improvements Project. Two applications were produced due to the timing of the work. For this Amendment, Mizutani Environmental shall update the Digester Improvements ATC permit application to incorporate the new project elements. Carollo and Mizutani Environmental shall also review the draft permit conditions received from BAAQMD and assist the City in negotiating the details of the Permit to Operate. Carollo and Mizutani Environmental shall also prepare letter(s) for the City to sign and mail extending the compliance deadlines in the Wet Weather Project ATC to ensure the permit does not expire. Exhibit A - Scope of Services-2016-09-20.docx Page - 7 Deliverables:  Updated BAAQMD ATC permit application.  Review comments on the draft permit conditions.  Extension letter(s) for the Wet Weather Project ATC. S P L P P P P P A P C A D W P T o t a l L a b o r P E C E O D C T o t a l Ta s k T a s k D e s c r i p t i o n $ 2 8 1 $ 2 5 9 $ 2 4 0 $ 2 0 2 $ 1 6 6 $ 1 7 4 $ 1 0 9 H o u r s C o s t F u g r o C SE E S A L W A M E $ 1 1 . 7 0 P r i n t i n g T r i p s A m o u n t T o t a l C o s t 1. 0 P r o j e c t M a n a g e m e n t a n d M e e t i n g s 1. 1 P r o j e c t M a n a g e m e n t 4 0 0 0 2 0 0 0 0 6 0 $ 1 5 , 2 8 0 $ 5 4 0 $ 0 0 $ 0 $ 5 4 0 $ 1 5 , 8 2 0 1. 2 M e e t i n g s ( 4 ) 2 4 32 0 24 32 0 0 11 2 $2 5 , 1 9 2 $1 , 3 1 0 $ 0 4 $ 1 9 4 $ 1 , 5 0 5 $ 2 6 , 6 9 7 Ta s k 1 . 0 T o t a l s = 6 4 3 2 0 4 4 3 2 0 0 1 7 2 $ 4 0 , 4 7 2 Ta s k 1 . 0 T o t a l s = $ 4 2 , 5 1 7 2. 0 S u r v e y i n g a n d G e o t e c h n i c a l R e p o r t 2. 1 S u r v e y i n g a n d M a p p i n g 0 0 0 0 0 0 0 0 $ 0 $ 0 $ 0 0 $ 0 $ 0 $ 0 2. 2 G e o t e c h n i c a l R e p o r t 8 8 0 16 0 0 0 32 $7 , 5 5 2 $3 8 , 5 0 0 $ 3 7 4 $ 0 1 $ 4 9 $ 3 8 , 9 2 3 $ 4 6 , 4 7 5 Ta s k 2 . 0 T o t a l s = 8 8 0 1 6 0 0 0 3 2 $ 7 , 5 5 2 Ta s k 2 . 0 T o t a l s = $ 4 6 , 4 7 5 3. 0 F i n a l D e s i g n 3. 1 F i n a l D e s i g n 4 7 9 4 3 1 3 3 5 6 7 0 9 5 7 1 , 6 7 5 2 3 9 4 , 7 8 5 $ 9 3 8 , 0 5 1 $ 5 5 , 9 8 5 $ 3 , 0 0 0 4 $ 1 9 4 $ 5 9 , 1 7 9 $ 9 9 7 , 2 3 0 3. 2 P r e n e g o t i a t i o n A s s i s t a n c e w i t h A n a e r g i a 8 2 4 0 4 0 0 0 1 6 8 8 $ 1 8 , 2 8 8 $ 7 92 $ 0 0 $ 0 $ 7 9 2 $ 1 9 , 0 8 0 3. 3 C o n s t r u c t i o n C o s t E s t i m a t e s 1 6 1 6 0 6 0 0 0 0 9 2 $ 2 0 , 7 6 0 $ 8 2 8 $ 0 0 $ 0 $ 8 2 8 $ 21 , 5 8 8 3. 4 P r e l i m i n a r y C o n s t r u c t i o n S c h e d u l e 8 8 0 24 0 0 0 40 $9 , 1 6 8 $7 , 7 0 0 $ 3 6 0 $ 0 0 $ 0 $ 8 , 0 6 0 $ 1 7 , 2 2 8 Ta s k 3 . 0 T o t a l s = 5 1 1 4 7 9 3 3 5 7 9 4 9 5 7 1 , 6 7 5 2 5 5 5 , 0 0 5 $ 9 8 6 , 2 6 7 Ta s k 3 . 0 T o t a l s = $ 1 , 0 5 5 , 1 2 6 4. 0 B i d P e r i o d S e r v i c e s 4. 1 B i d P e r i o d S e r v i c e s 0 0 0 0 0 0 0 0 $0 $0 $ 0 0 $ 0 $ 0 $ 0 Ta s k 4 . 0 T o t a l s = 0 0 0 0 0 0 0 0 $ 0 Ta s k 4 . 0 T o t a l s = $ 0 5. 0 S R F L o a n A s s i s t a n c e 5. 1 S R F L o a n A s s i s t a n c e 1 2 0 0 60 0 0 0 72 $1 5 , 4 9 2 $8 4 2 $ 0 1 $ 4 9 $ 8 9 1 $ 1 6 , 3 8 3 Ta s k 5 . 0 T o t a l s = 1 2 0 0 6 0 0 0 0 7 2 $ 1 5 , 4 9 2 Ta s k 5 . 0 T o t a l s = $ 1 6 , 3 8 3 6. 0 E n v i r o n m e n t a l a n d P e r m i t t i n g A s s i s t a n c e 6. 1 C E Q A D o c u m e n t A s s i s t a n c e 4 0 0 4 0 0 0 0 4 4 $ 9 , 2 0 4 $ 4 4 , 0 0 0 $ 5 1 5 $ 0 0 $ 0 $ 4 4 , 51 5 $ 5 3 , 7 1 9 6. 2 N P D E S P e r m i t A s s i s t a n c e 4 0 0 8 0 0 0 1 2 $ 2 , 7 4 0 $ 1 1 , 0 0 0 $ 1 4 0 $ 0 0 $ 0 $ 1 1 , 1 4 0 $ 1 3 , 8 8 0 6. 3 B C D C P e r m i t A s s i s t a n c e 2 0 0 1 6 0 0 0 1 8 $ 3 , 7 9 4 $ 2 1 1 $ 0 0 $ 0 $ 2 1 1 $ 4 , 0 0 5 6. 4 B A A Q M D P e r m t i A s s i s t a n c e 2 0 0 16 0 8 0 26 $5 , 1 8 6 $1 2 , 1 0 0 $ 3 0 4 $ 0 0 $ 0 $ 1 2 , 4 0 4 $ 1 7 , 5 9 0 Ta s k 6 . 0 T o t a l s = 1 2 0 0 8 0 0 8 0 1 0 0 $ 2 0 , 9 2 4 Ta s k 6 . 0 T o t a l s = $ 8 9 , 1 9 4 Pr o j e c t T o t a l s = 6 0 7 5 1 9 3 3 5 9 9 4 9 8 9 1 , 6 8 3 2 5 5 5 , 3 8 1 $ 1 , 0 7 0 , 7 0 7 $ 3 8 , 5 0 0 $ 7, 7 0 0 $ 4 4 , 0 0 0 $ 1 1 , 0 0 0 $ 1 2 , 1 0 0 $ 6 2 , 2 0 2 $ 3 , 0 0 0 1 0 $ 4 8 6 $ 1 7 8 , 9 8 8 $ 1 , 2 4 9 , 6 9 5 Le g e n d : P E C E : P r o j e c t E q u i p m e n t a n d C o m m u n i c a t i o n E x p e n s e SP S e n i o r P r o f e s s i o n a l M i l e a g e : B a s e d o n 9 0 M i l e s p e r R o u n d T r i p @ $ 0 . 5 6 / m i l e LP P L e a d P r o j e c t P r o f e s s i o n a l S u b c o n s u l t a n t s : PP P r o j e c t P r o f e s s i o n a l F u g r o : G e o t e c h n i c a l E n g i n e e r P P r o f e s s i o n a l C S E : C o n s t r u c t i o n S c h e d u l e E x p e r t s AP A s s i s t a n t P r o f e s s i o n a l ES A : E n v i r o n m e n t a l S c i e n c e A s s o c i a t e s CA D C a d d D r a f t e r / G r a p h i c s L W A : L a r r y W a l k e r A s s o c i a t e s WP W o r d P r o c e s s o r ME : M i z u t a n i E n v i r o n m e n t a l Su b c o n s u l t a n t s M i l e a g e LA B O R A N D B U D G E T E S T I M A T E SO U T H S A N F R A N C I S C O / S A N B R U N O WQ C P W E T W E A T H E R A N D D I G E S T E R I M P R O V E M E N T S P R O J E C T (I N C O R P O R A T E H I G H S O L I D S D I G E S T I O N S Y S T E M A N D D I G E S T E R G A S C O N D TI O N I N G S Y S T E M ) Ot h e r D i r e c t C o s t s ( O D C ) Bu d g e t - R e v 1 . x l s 9/ 2 0 / 2 0 1 6